Loading...
HomeMy WebLinkAboutMINUTES - 11181975 - R 75I IN 6 II-�- 7975 NOVEMBER Y TUESDA_ _ THEBOARD OF SUPERVISORS' _�fET IN ALL ITS CAPACITIES' , , PURSUANT To. ORDINANCE CODE SECTION 24-2.40'2 - IN' REGULAR SESSION AT 9 :00 A.M. , TUESDAY, NOVEMBER 18. , 1975y IN ROOM 107, COUNTY 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. Olsson, represented byGeraldine Russell, Deputy Clerk. The following are the calendars for Board. consideration prepared by the Clerk, County Administrator, and Public Works Director. d v l $ j r 00001. JAMES P. KENNY. RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.BOGGESS IST DII,TRICT CHAIRMAN ALF RED SAN PABLo CONTRA COSTA COUNTY JAMES P. KENNY 2ND DISTRICT VICE CHAIRMAN JAMLS E. MORIARTY. LArAYETTE JAMES R.OLSSON.COUNTY CLERK ern p:.Te T AND FOR AND F.X OFFICIO CLERK OF THE BOARD WARREN N. BOGGESS. CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS. GERALDINE RUSSELL 4TH DISTRICT CHIEr CLERK EDMUND A. LINSCHEID. PITTsnuRr. BOARD CHAMBERS, ROOM 107, ADMINISTRATION BUILDING 0TH DISTRICT P.O. DOX 911 YY� '�,.,�� .••„ H A HQv^ r1•��.'nt. MARTINEZ. CALIFORNIA 34553 �I,Un1t�Lf 3!2 231 hone TUESDAY NOVEMBER 18, 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 ordinance pertaining to reassessment of property damaged or destroyed due to misfortune or calamity. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required, or recess. 10:30 A.M. Hearing on proposed abatement of property located at 529 Loring Avenue, Crockett area, Jure Elizabeth Hartman et al, owners *(continued from October 21, 1975) . 10:35 A.M. Hearing on proposed abatement of property located at 621 Loring Avenue, Crockett area, John R. and Rosaline Laurenso, owners. 10:45 A.M. Introduction of and hearing on proposed ordinance regulating fortuna-telling and related activities. 11:00 A.M. As ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conserva1.1 tion District receive bids for construction of irrigation siphons, Marsh-Kellogg Watershed, Brentwood area. 11:00 A.M. Receive bids for slide stabilization, Phase I, San Pablo Dam Road at Station 250, El Sobrante area. 11:00 A.M. As Board of Directors of the Contra Costa County Fire Protection District receive bids for provision of weed abatement services. ITEMS SUBMITTED TO THE BOARD Items 1 - 6: CONSENT 1. DENY claim of Maryanna Corbett, ^052,426,28. 2. AUTHORIZE changes in the assessment roll and cancellation of certain delinquent penalties and tar liens, as recommended by the County Auditor. 3. - AUTHORIZE execution o; aEreenent for construction of vrivate improvements in Minor Subdivision 288-72, Danville area. 00002 Board of Supervisors' Calendar, continued November 18, 1975 4. 1NTHUDUCE ordinance providing for postponement of the operative date (from January 1, 1976 to July 1, 1976) of Ordinance No. 75-35 consolidating Municipal Courts of the Richmond and Nest Judicial Districts into the Bay Judicial District; waive reading and fix November 24, 1975 for adoption. 5. ADOPT ordinance (introduced November 12, 1975) repealing County Ordinance Code Section 36-8.1602 establishing uniform allowances for county employees inasmuch as such allowances will be set by Board resolution; waive reading and order publication. 6. FIX December 2, 1975 at the times indicated for hearings on the following planning matters: 2:00 p.m. - Appeal of Danville Baptist Church from Board of Appeals denial of the Church's appeal of Condition No. 14 imposed by the Board of Adjust- went in connection with approval of L.U.P. No. 2081-75; 2:20 p.m. - Recommendation of Planning Commission with respect to reauest of Jorsco Real Estate Development Company (1961-RZ) to rezone land in the El Sobrante area; and 2:30 p.m. - Appeal of Mr. James C. Halverson from Condition No. 19 of the conditions imposed by the Planning Commission in approving Subdivision 4610, Danville area. Items 7 - 15: DETERMIN:;TION (Staff recommendation shoun following the item. ) 7. MEMORANDUM from Executive Director, County Supervisors Associa- tion of California, requesting review and notification of any change of Board members designated as representative and alternate on the CSAC Board of Directors. CONSIDER DESIGNATIONS 8. LETTER from Secretary, East Contra Costa Irrigat;.on District, recommending that Mr. Arthur E. Honegger and Mr. Frank Maggiore be reappointed as members of the District Board of Directors. CONSIDER REAPPOINT] ENT AS RECOMMIENDED BY SUPERVISOR LINSCHEID 9. LETTER from Secretary, Reclamation District No. 2026, advising that nomination petitions were filed by Mr. .Ernie Marini and Mr. Robert H. Hirsch for the positions of Trustee and requesting that the Board appoint said nominees (pursuant to Section 50741 of the California ;later Code) ; and recom- mending that Mr. Sant Pallan and Mr. Frank D. Monckton be reappointed as Trustees of said District (no petitions were submitted for these two positions). APPOINT NOMINEES AND REAPPOINT TRUSTEES AS RECOrL%LADED 10. LETTER from Chairman, Contra Costa County dental Health Advisory Board, transmitting recommendations of its Alter- natives to Incarceration Space Utilization Sub-Committee. REFER TO COUNTY JUMINISTRATOR 11. LETTER from Mr. A. R. Davis, Danville, suggesting that land- scaping be provided at the intersection of San Ramon Valley Boulevard and Sycamore Valley Road. REFER TO DIRECTOR OF PLANNING AND PUBLIC WORKS DIRECTOR 00003 Board of Supervisors' Calendar, continued November 18, 1975 12. LETTER from State Office of. Einer ency Services, Defense Civil Preparedness Agency (Region 7), and Federal Disaster Assistance Administration (Region 9) inviting county participation in an earthquake-oriented exercise within the San Francisco Bay Area during 1976 to test the earth- quake response capabilities of emergency staffs at all levels of government. REFER TO DIRECTOR, OFFICE OF EMERGENCY SERVICES 13. LETTER from Senator J. A. Nejedly (in. response to Board order pertaining to State Routes 77 and 93) transmitting copy of proposed legislation which would enable a city or county to acquire property from the State, without cost, for construction of a highway, and requesting comments thereon. REFER TO PUBLIC WORKS DIRECTOR AND COUNTY COUNSEL FOR RECOAZIENDATI ON 14. LETTER from Chairman, Contra Costa County Mental Health Advisory Board, supporting the proposed Human Resources _ Directory, and advising that it has a task force developing a proposal to provide 24 hour county-wide Crisis Interven- tion Information/Referral service. ACKNOWLEDGE RECEIPT 15. CONSIDER memorandums of understanding, if any, submitted on behalf of the Employee Relations Officer. Items 16 - 17: INFORI-iATION (Copies of communications listed as i ormation items have been furnished to all interested parties. ) 16. NOTICE from Metropolitan Transportation Commission of joint meeting to be held wit's Caltrans District 04 on November 20, 1975 to outline the Transportation Improvement Program process for the Bay Area and to discuss specific program requirements. 17. LETTER from Marin County Clerk advising that the Marin County Board of Supervisors has gone on record in opposition to federal aid to New York City, and urging that this county take similar action. Persons addressing the Board should complete the form provided on the ros-crum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. NOTICE OF MEETINGS OF PUBLIC INTEREST (For additional information please phone the number indicated) San Francisco Bay Conservation and Development Commission 1st and 3rd Thursdays of the month - phone 557-3686 Association of Bay Area Governments 3rd Thursday of the month - phone 841-9730 East Bay Regional Park. District 1st and 3rd Tuesdays of the month - phone 531-9300 Bay Area Air Pollution Control District 1st Wednesday of the month - phone 771-6000 Metropolitan Transportation Commission 4th Wednesdav of the month - phone 849-3223 Contra Costa County hater District 1st and 3rd Wednesdays of the month; study sessions all other Wednesdays - phone 682-5950 00004 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California : To: Board of Supervisors Subject: Recommended Actions November 18, 1975 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: - Cost Department Center From To District 242 Deputy District Deputy District Attorney Attorney III 1#02 Attorney IV District 242 Deputy District Deputy District Attorney Attorney III 1#04 Attorney IV Medical 54. 0 Social Work Clinical Social Services Practitioner I Worker Medical 540 Social Work Clinical Social Services Practitioner I Worker (24/40) (24/40) Public 243 Public Defender Public Defender Defender Investigator Investigator I Assistant 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation EEA 585 -- 1 Sheriff's Service Assistant-Project EEA 585 -- 4 Typist Clerk Trainee-Project District 245 1 Collections 1 Family Support Attorney Investigator Collection Supervisor 00005 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-18-75 Page:. 2. I. PERSONNEL ACTIONS 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation District 245 1 Intermediate 1 Senior Clerk r Attorney Typist Clerk Public Works 079 1 Electrician 1 Lead Electrician Social 508 1 Eligibility -- Service Worker I Tax 015 1 Deputy County 1 Field Tax Collector Tax Collector Collector II. GIFTS AND DONATIONS 3. Accept gift of audio-visual equipment from the ' Friends of the Ygnacio Valley Library for the --- Thurman G. Casey Memorial Library, in the approxi- mate amount of $5,700. III. TRAVEL AUTHORIZATIONS 4. Name and Destination Department and Date Meeting Ralph Alcock Denver, Colorado National Sheriff-Coroner 12-4-75 to 12-7-75 Association of Search & Rescue Coordinators IV. APPROPRIATION ADJUSTMENTS 5. Sheriff-Coroner. Add $36,000 for repair of damages to Branch Jail, to modify facility to improve security and surveillance capability, and to cover estimated cost of $12,800 for emergency prisoner housing by City and County of San Francisco. 6. Sheriff-Coroner. Add $5,280 for essential equipment items connected with approved grant programs; County will receive approximately $3,600 in reimbursement from Federal and State sources towards items involved. 00006 1 . To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-18-75 Page: 3. V. LIENS AND COLLECTIONS None. VI. BOARD AND CARE PLACEMENT/RATES 7. Home and/or Effective Department Institution Rate Date Human Whitehurst Home $350 11-19-75 Resources Napa, CA - Agency Probation Donald & Jean Wood $300 11-18-75 1599 Oriole Avenue Sunnyvale, CA Human John & Gail Whitney $400 11-19-75 Resources El Sobrante, CA (Increased Agency rate) VII. CONTRACTS AND GRANTS 8. Approve and authorize Chairman, Board- of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount 'Period Beverly Faye Social Service $162.75 11-20-75 ' Holliman training workshop Northwestern Consultation and $1,000 11-19-75 Regional training in evalu- through Education ation measures 11-22-75 Laboratory of and techniques Oregon Bro-Dart, Inc. Leased book $927.50 12-1-75 services to four for to library locations December 12-31-76 1975; $1,015/ month thereafter _ To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-18-75 Page: 4. VII. CONTRACTS AND GRANTS 8. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period J-Spray * Abatement of $71,408.40 12-1-75 Corporation fire hazards- to Riverview Fire 11-30-76 Protection District Thomas Reid Prepare Environ- $5,400 11-18-75 Associates mental Impact (Advanced Report in con- by nection with Developer) Blackhawk Ranch- Phase One Development State of Health Department $270 1-1-76 California use of Concord to Military National Guard 12-31-76 Department Armory for Immuni- zation Clinics Ray Nitta Workshop for Head $150 11-22-75 Start teaching (Federal staff funds) Pittsburg CETA Training $67,133 7-1-75 Unified School Program (Welding) (Federal through District funds) 6-30-76 city of Community $47,500 11-19-75 E1 Cerrito Development (Federal through Program projects funds) 6-30-76 City of Implementation of $61,000 11-18-75 Martinez Housing and (Federal to Community Develop- funds) 6-30-76 ment Program Projects Numbers 6, 18, 24 and 25 00008 To: Board of Supervisors From: County Administrator Re: Recommended- Actions 11-18-75 Page: 5. VIII.LEGISLATION None. IX. REAL ESTATE ACTIONS None. X. OTHER ACTIONS 9. Authorize Acting County Building Inspector- to =destroy original Building Permits (Numbered 8128-13350) which have been recorded on microfilm records, pursuant to Government Code Section 26205. 10. Authorize relief of cash shortages in the accounts of the County Library in the amount of $15, and the Richmond Municipal Court in the amount of $5, pursuant to provisions of Resolution Number 2702. 11. Authorize increase of the Agricultural Commissioner's Revolving Fund from $350 to $500, as recommended by the County Auditor-Controller. 12. Authorize reimbursement of $162 to Mrs. John Preszler for replacement of partial denture which was lost while she was a patient at the County Hospital. 13. Adopt resolution requesting that the Federal Depart- ment of Housing and Urban Development reconsider its grant determination ruling certain expenditures ineligible in connection with Neighborhood Facility for the Rodeo area, and authorize attendance of a Board member and County staff at meeting on this matter with Federal officials. 14. Approve payment of $42 to United Clerical Employees in settlement of disputed interpretation of 1974-19.75 Memorandum of Understanding pertaining to termination of dues deduction for certain employees, and authorize County Auditor-Controller to make payment thereon to United Clerical Employees. 00009 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-18-75 Page: 6. IX. OTHER ACTIONS 13. Approve amendment to the Retirement Association By-laws, Section 1-c, to change the definition of a permanent part-time employee to provide for inclusion of part time employees working half time or more in the Retirement System; action is in line with previous Board policy determination and election among part- time workers in which retirement coverage was favored by a vote of 71 to 18 out of 120 eligible. NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specified time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5:00 PM 00010 CONTRA COSTA COUNTY PUBLIC; WORKS DEPARTMENT.: : Martine z ', California November 18, 1975.. EXTRA BUSINESS GENERAL Item 1 . SEWER=SYSTEM FOR RIVERVIEW FIRE PROTECTION DISTRICT., STATION SIX: - AUTHORIZE" EMERGENCY REPAIR Pittsburg Area The present septic tank system at the Riverview Fire Protection District, Station Six, 3000 Willow Pass Road, Pittsburg, has deteriorated causing raw sewage to overflow. The County Sanitation District 7-A required that the septicsystem be replaced with a forced lateral and pump 'system into;the existing sewer line in the street. The current condition constitutes a . health and safety hazard which requires immediate attention. It is therefore reconnended that the Board of Supervisors, as ex officio the Governing Board of the Riverview Fire Protection District, find and declare that an emergency exists and that the public interest and necessity demand immediate expenditure of public money to safeguard public health and 'direct the Public Works Department to proceed in the most expeditious'. manner, pursuant to Health and Safety Code Section 13885, to make the necessary . repairs and/or alterations in order to comply with the County Sanitation, District 7-A regulations. This project ,has been declared categorically exempt, ,Class I, Paragraph D, . by the County Planning Department. It is also recommended that the Public Works Director beauthorized to. , prepare and file ,with the County Recorder the appropriate Notice of Completion when the work is completed (RE: Work Order 5454) (2/3 vote required) (B&G} EXTRA BUS114ESS Public Works Department Pagel of 1idovember 18, 1975 00011 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California November 18, 1975 A G E N D A REPORTS REPORT A. SUBDIVISION 3956 - El Sobrante Area By Order dated November 4, 1975, the Board of Supervisors referred a request for a subdivision deposit return to the. Public Works Director for report. The request was contained in an October 24., 1975, letter from Mr. Gust C. Nichandros, Elmark Homes, Inc. , P. O, Box 956r Oakland, CA 94604. - After repeated attempts by the Public Works Department to urge the subdivider to complete the improvements, the Board of Supervisors authorized completion by the Public Works Department. The total cost of the completion exceeded the value of the cash deposit. For this reason, the deposit cannot be returned. Additionally, the County Counsel's Office has initiated action to recover the balance from the developer or his bonding company. (No Board action required. ) (NOTE TO CLERK OF THE BOARD: Please send a copy of this report to Mr. Nichandros.) (LD) SUPERVISORIAL DISTRICT I (No Items) SUPERVISORIAL DISTRICT II Item 1. LAND USE PERMIT 2044-75 - APPROVE AGREEMENT - E1 Sobrante Area It is recommended that the Board of Supervisors: 1. Approve the Deferred Improvement Agreement for Land Use Permit 2044-75 and authorize the Public Works Director to execute it on behalf of the County. The Deferred Improvement Agreement is a condition of approval as required by the Board of Adjustment. 2. Accept the Grant Deed from Mark F. and Patricia E. Lynch, dated November 3, 1975, for additional right of way along San Pablo Dam Road. Owner: Mark F. and Patricia E. Lynch, 5555 San Pablo Dam Road, El Sobrante, CA 94803 Location: Land Use Permit 2044-75 is located on the northeast side of San Pablo Dam Road approximately 1100 feet southeast of Valley View Road, (RE: Assessor's Parcel No. 433-060-05) (LD) A G E N_ D A Public Works Department Page 1 of 6 November 18, 1975 00012 SUPERVISORIAL DISTRICT III Item 2. SUBDIVISION MS 155-73 - ACCEPT ROAD AND REFUND DEPOSIT - Walnut Creek Area The construction of improvements in Subdivision MS 155-73 has been satisfactorily completed. It is recommended that the Board of Supervisors: 1. Issue an Order stating that the work is complete. 2. Accept as a County road Meadow Road Widening, which is shown on the Parcel Map of Subdivision MS 155-73 , filed December 28, 1973, in Book 31 of Parcel reaps at page ' 44. The street was deeded by separate instrument recorded on February 5, 1974 , in Volume 7149 of Official Records on page 801 (et seq. ) 3, . Authorize the Public Works Director to refund to A. 0. Epps Construction Company, Inc. , 169 Front Street, Danville, CA 94526 , the $500,00 cash deposit as surety under the Minor Subdivision Agreement, as evidenced by Auditor's Deposit Permit Detail No. 113576 , . dated December 26, 1973. Minor Subdivision Agreement dated January 27, 1975. Subdivider: Epps Construction Company, Inc. , 169 Front Street, Danville, CA 94526. Location: Subdivision MS 155-73 is located on the west side of Meadow Road approximately 500 feet north of Tice Valley Boulevard. (LD) Item 3. ESTABUENO DRIVE - REPAIR CULVERT - Oririda Area It is recommended that the Board of Supervisors approve the concrete lining of two 48-inch corrugated metal pipe culverts at 1#47 Estabueno Drive, Orinda, and authorize the Public Works Director to arrange for the issuance of a purchase order to Apollo Concrete Company for $7 ,740.00, the lowest of two bids received. The work consists of cleaning the two culverts and placing a concrete lining in the bottom to replace the rusted out areas. This work is a Class I Categorical Exemption from Environmental Impact requirements. (RE: Work Order 4750) Item 4 . ARROYO DEL CERRO PROJECT - DELETE RECREATION FEATURE - Walnut Creek Area The Contra Costa County Flood Control and Water Conservation District' s Flood Control Zone 3B Advisory Board, at their meeting of November 3, 1975, adopted the following resolution: 1 "The Contra Costa County Flood Control and Water Conservation District having been denied, without prejudice, its application for water rights for the (Continued on next page) A G E N D A Public Works Department Page 2 of 6 November 18, 1975 00013 i Item 4 Continued: multi-purpose Arroyo Del Cerro Project by the State Water Resources Control Board, and there . being opposition to the recreation aspects of the project by the City of Walnut Creek and private organizations, and there being no apparent organized support for the recreation aspects of the project,, and it being the belief of this Advisory Board that the primary responsibility of the District is to provide flood protection, this Advisory Board hereby resolves that the recreation features of the Arroyo Del Cerro Project should be deleted. This Advisory Board further resolves that it is their recommendation to the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Con- servation District, that appropriate action be taken to delete recreation as a project feature and proceed with the Arroyo Del Cerro Project on the basis of a single-purpose flood control project. PASSED by the Advisory Board on November 3, 1975. " 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 the recommendations of the Flood Control Zone 3B Advisory Board and direct the ex- officio Chief Engineer of the Flood Control District to take appropriate action for proceeding with the Arroyo Del Cerro Porject as a single-purpose flood control project. (RE: Work Order 8465) (FC) SUPERVISORIAL DISTRICT IV Item 5, SUBDIVISION' 3987 - ACTION AGAINST BOND - Pleasant Hill Area The Agreement for Subdivision 3987 expired on April 24, 1973. The Developer was notified on several occasions by letter, the latest of which was dated October 27, 1975, to complete the one-year deficiency work as required by the Subdivision Agreement. No further work has been accomplished since issuance of the notifications. It is requested that the Board of Supervisors authorize the Public Works Director to perform the corrective work by contract or purchase order; to use the $500 cash bond as needed to defray the County's cost of doing the work; and authorize the County Counsel to recover any cost in excess of $500.00 from the Developer and/or Fireman's Fund Insurance Company, the bonding company which issued Surety Bond No. 6247260, in the amount of $76,000.00. The total cost of corrective work is presently estimated to be $2,500.00 plus the cost of preparing plans, specifications, solicitation of bids, and any cost involved in recovering monies } from the surety. (LD) A G E N D A Public Works Department Page__ of 6 November 18, 1975 000A i SUPERVISORIAL DISTRICT V Item 6. SUBDIVISION 3842 - ACCEPTANCE - San Ramon Area The construction of improvements in Subdivision 3842 has been satisfactorily completed. The $500.00 cash deposit as surety under the Subdivision Agreement, evidenced by Deposit Permit Detail No. 114860 dated February 20, 1974, 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 County roads the following named streets which are shown and dedicated for public use on the map of Subdivision 3842 filed February 22, 1972 in Book 143 of Maps at page 41. Seville Place (32/50/0.02) Cantas Place (32/50/0.02) Loreto Drive (32/50/0-.29) Santa Rosa Avenue (32/50/0.16) Roma Place (32/50/0.09) Ensenada Drive (36/56/0.18) Granada Drive (32/50/0.18) Road Group: 5205 Total Mileage: 0.94 mile Subdivision Agreement dated March 12, 1974 Subdivider: Larwin Northern California, 6500 Village Parkway, Dublin, CA 94566 Location: Subdivision 3842 is located .on the west side of Alcosta Boulevard south of Montevideo Drive (LD) Item 7. SUBDIVISION 4221 - REFUND DEPOSIT - Danville Area The one-year satisfactory performance period after acceptance of the streets for maintenance has been successfully completed. I It is therefore recommended that the Board of Supervisors: 1. Declare that the street and drainage improvements have successfully completed the one-year satisfactory per- formance period and that all deficiencies developing during this period have been corrected. 2. Authorize the Public Works Director to refund to DiGiorgio Development Corporation, One Maritime Plaza, San Francisco, CA 94111, the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 98140 dated March 31, 1972. Streets were accepted for maintenance on March 19, 1974. Subdivider: DiGiorgio Development Corporation, One Maritime Plaza, San Francisco, CA 94111 Location: Subdivision 4221 is located on the south side of Sycamore Valley Road east of I-680, (LD) A G E N D A Public Works Department Page T of 6 November 18, 1975 00015 Item 8. GREEN VALLEY CREEK - ACCEPT CONTRACT - Danville Area The work performed under the contract for the construction of channel improvements on Green Valley Creek between the first and second crossings of Diablo Road, in Danville, was, completed by the contractor, Winton. Jones Contractor, Inc. , of Concord, on November 7, 1975, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $140,000 . 00. 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, accept the work as complete as of November 7, 1975. The work was completed within the allotted contract time limit. (RE: Work Order 8462, Project No. 8462-75) (C) Item 9. DIABLO ROAD - ACCEPT CONTRACT - Danville Area The work performed under the contract for the widening of the north side of Diablo Road in the vicinity of Rose Street, in Danville, was completed by the contractor, C. M. Stevens Excavating and Grading of Danville, on November 7, 1975, in conformance with the approved plans, special provisions and standard specifications at a contract cost of $2,300.00 . It is recommended that the Board of Supervisors accept the work as complete as of November 7, 1975. - The work was completed within the allotted contract time limit. (RE: Project No. 4721-4278-75) (C) Item 10. HILLCREST AVENUE - ACCEPT DEED - Antioch Area It is recommended that the Board of Supervisors accept Grant Deed and Right of Way Contract dated November 12, 1975 from James M. Carter, et ux. , and authorize the Public Works Director to sign the contract on behalf of the County. ,i It is further recommended that the County Auditor be authorized to draw a warrant in the amount of $1,000.00 •in favor of James M. Carter and Rachel Carter and deliver it to the County Principal Real Property Agent for further handling. (RE: Project No. 7564-4106-73) (RP) A G E N D A r Public Works Department - Page 5-'-of 6 November 18, 1975 00016 GENERAL Item 11, EDGAR CHILDRENS' SHELTER -- ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve the plans and specifications for the Storage Addition to Edgar Childrens' Shelter, Martinez, California, and direct its Clerk to advertise for construction bids to be received until 11:00 a.m. on December 16, 1975. Plans and specifications have been reviewed by the Public Works Department, Office of the County Administrator, and the Childrens' Shelter. -, E P , The project is classified Class ,^ca eg rically exempt, and no Environmental Impact Report is required. (RE: Work Order 5255) (B-&G) Item 12. BUCHANAN FIELD - MASTER PLAN UPDATE - Concord Area ' It is recommended that the Board of Supervisors accept a grant offer of $30,000.00 from the Federal Aviation Admin- istration for a Master Plan Study of Buchanan Field, and authorize its Chairman to execute the document on behalf of • the County. Included in the 1975-76 budget is $45,000 .00 for the study with the County's share at $15,000.00. (RE: Work Order 5455) - (A) Item 13. CONTRA COSTA COUNTY WATER AGENCY It is requested that the Board of Supervisors consider attached "Calendar of Water Meetings." No action required.' (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration i of other calendar items. i A G E N D A Public Works Department Page-6 0-E 6 November 12, 1975 00017 Prepared Jointly by the Water Resources Representative and t}. Chief Engineer of the Contra Costa County Water Agenc November 12, 1975 CALENDAR OF WATER MEETINGS TIME ATTENDANCE DATE DAY SPONSOR PLACE REMARKS Recommended Authorization Nov. 18 Tues. Commonwealth 12:00 Noon Richard Dauber, Asst. Staff Club San Francisco Regional Solicitor Sacramento Region Dept. of Interior Re: Water Rights for Federal Projects in California Nov. 18 Tues. BCDC $ Corps 7:30 p.m. Federal Rules on Dredge Staff of Engineers Marin County $ Fill Material Affecting i Water Quality--Streams, Estuaries, Tidelands & Marshlands Nov. 20 Thurs. BCDC $ Corps 9:30 a.m. Federal Rules on Dredge Staff of Engineers Oakland Fill Material Affecting Water Quality--Streams, Estuaries, Tidelands & Marshlands Nov. 21 Fri. BCDC $ Corps 1:30 p.m. Federal Rules on Dredge Staff of Engineers San Jose $ Fill Material Affecting Water Quality--Streams, Estuaries, Tidelands Marshlands Nov. 24 -Mon. BCDC & Corps 7:30 p.m. Federal Rules on Dredge Staff of Engineers Fairfield & Fill Material Affecting . Water Quality--Streams, Estuaries, Tidelands Marshlands 00018 r In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 7L In the Matter of Ordinance(s) Adopted. , This being the date fixed to adopt the ordinance(s) indicated, which amend(s) the Ordinance Code of Contra Costa. County and was (were) duly introduced and hearings) held; The Board ORDERS that said ordinances(s) is (are) adopted and the Clerk shall publish same as required by law. Ordinance Number Subject Newspaper ?5-48 Repealing The Independent. Uniform Allowance PASSED on November 18, 1975 by the following vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny (X ) ( ) ( ) A. P-:. Dias (X ) ( ) ( ) J. E. Moriarty Moriarty N Boggess (X ) ( ) ( ) E. A. Linscheid (X ) ( ) ( ) 1 hereby certify that the foregoing is a true and carred copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 18th day of November , 19 J. R. OLSSON, Clerk a Br: ta r } Deputy Clerk H 24 12/74 -15-M Rondal ' n Shackles 00019 In the Board of Supervisors of Contra Costa County, State of California *november 18 , 19, 75 In the Matter of Ordinance Introduced. An Ordinance repealing Ordinance No. 75-35 , Section 28-2.O10 and former Section 25-2.020 of the Ordinance Code and adding Section 28-2.003 to consolidate the Richmond and West Judicial districts to form the Bay Judicial District, to become. operative on July 1 , 1975 , having been introduced , the Board by unanimous vote waives full reading thereof; and IT IS ORDERED that November 24, 1975 is fixed as the time for adoption of the aforesaid ordinance. PASSED by the following vote of the Board : AYES: Supervisors J. P. Kenny , J. E. Moriarty , E. A. Linscheid, W. N. Boggess . NOES : Supervisor A. M. Dias. ABSENT: .gone. 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 L 8th day of November , 19 75 J. R. OLSSON, Clerk By Deputy Clerk Ro bie G ierrez ; 0 J O20 H 24,8/75 10M In the Board of Supervisors of Contra Costa County, State of California November 18 , 19175 In the Matter of Approvinm Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on November 18 , 1975- I hereby certify that the foregoing is a true and correctcopy 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 18th day of November , 19 75 J. R. OLSSON, Clerk By C , 2 Deputy Clerk Bonnie Boaz H 24 8/15 IOM 00021 JLa 621 oil POSITION ADJUSTMENT REQUEST No: Deoartmeq DEBT&I6 WORNEY Budget Unit 242 Date Sept. 18, 1975 Action MgUes`.te(#.:r;;;;RTc#a_sify Deputy District Attorney III position #02 (PIPES) to Deputy District Attorney IV. Proposed effective date: A.S.A.P. Explain why adjustment is needed: To retain qualified incumbent performing at Grade IV level. u L-o,+a ouniy Estimated cost of adjustment: ,,, Amount: RECEIVED Increase perm. salaries $124/mo. 992.00 1 . Salaries and wages:, . for approx. 8 months SE "I ,c,$l:;; 2. Fixed Assets: (t i.e.t stems cued cost-) 1. Office of Lounty Adn$nistratn, Estimated total 4 $ 992..00 Signature Department ea Micha Phelan Initial Determination of County Administrator Date: September 22, 1975 To: Civil Service: Request recommendation. Wunty AdmYnistrator Personnel Office and/or Civil Service Commission Date: November 12, 1975 Classification and Pay Recommendation Reclassify 1 Deputy District Attorney III to Deputy District Attorney IV. Study discloses duties and responsibilities now being performed justify reclassification to Deputy District Attorney IV. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Deputy District Attorney III, position #02, Salary Level 534 (1878-2282) to Deputy District Attorney IV, Salary Level 570 (2095-2547). mmt. Personn l Di ector Recommendation of County Administrato JA,e: Novem er , Reclassify one (1) Deputy District Attorne III, position number 02, Salary Level 534 ($1,878-$2,28 2, to Deputy District Attorney IV, Salary Level 570 ($2,095-$2,547), effective November 19, 1975. County Administrator Action of the Board of Supervisors NOV 16 1975 Adjustment APPROVED ) on NOV 18 1975 J. R. OLS 9N, County Clerl� Date: By: Deputy Clerk (�f� �j 02A APPROVAL o6 #1u,b adjustment Constitutes an Appnop�riati-on Adjustment and Pe�cdonnD"-j Reaotuti.on Amendment. Iloilo� i V POS I T I ON ADJUSTMENT REQ U E S T No: y Department DISTRICT ATTORNEY Budget Unit 242 Date Oct. 29, 1975 Action Requested: Reclassify Deputy District Attorney III position #04 (DONAHUE) to Deputy District Attorney IV. proposed effective date: 11-19-75 Explain why adjustment is needed: To retain qualified incumbent performing at Grade IV level. Estimated cast of adjustment: Amount: Incfease erm. sglarits $137/mo. 1 . Salaries and wages: or ap�rox. T mon hs $ 1,028.00 2. Fixed AsisetF; (tilt .ttemd and coat) Estimated total $ 1 8.00 Signature Department Head MICKae J. PlieIan Initial Determthation of County Administrator Date: (5ctober 300 197 1; To Civil Service: Request recommendation. *o/untvdm i t r Personnel Office and/or Civil Service Commission Date: NovPmhPr 12, 1g25 Classification and Pay Recommendation Reclassify 1 Deputy District Attorney III to Deputy District Attorney IV. Study discloses duties and responsibilities now being performed justify reclassification to Deputy District Attorney IV. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Deputy District Attorney III position #04, Salary Level 534 (1878-2282) to Deputy District Attorney IV, Salary Level 570 (2095-2547). Persodgel 21rector , Recommendation of County Administrator Date: ovem er , Reclassify one (1) Deputy District Attorne III, position number 042 Salary Level 534 ($1,878-$2,282, to Deput District Attorney IV, Salary Level 570 ($2,095-$2,547, effective November 19, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED ) on N Q V 18 1975 N O V 18 1975 J. R. WSW County Cll..k Date: Deputy Cleric 0 0, 023- - A- 'f -1 • - i/1 . At4;If[}- 101' 1711l1J DnN.•n- 0 POSITION ADJUSTME •N, T; _'R`� QUEST No: Department CCCo. Medical Services b udget '061 ,`540 Date 10/22/75 Action Requested: Reclassify Social Work Practitioner I Pos. #490-01, Spanish-speaking, (40/40) ,1 to Clinical Social Worker 40/40 (Pos. filled by Donald LinSed effective date: as soon as oSsib e Explain why adjustment is needed: Incumbent is on the eligible list for Clinical Social Worker. This classification comes under flexible staffing. See attached memo. Estimated cost of adjustment: C0c;'_1,' Amount: Clinical Social Worker $1142:: ':r'r I . Salaries and wages: Social Work Pract. I 1062.`' - ' ,f J 640. 2. Fixed Assets: (tiAt items amd coag Qi (f OF ror ., MAN ' '— ' 'CY Estimated total $ 640. Date-�p } Signature William R_ Downey, II, Chief,Med.Admin.Svcs./ - Department Head- Initial Determination of County Administrator Date: Octo 2 To Civil Service: Request recommendation. J l't�"4"M Z-o—unty AdmIffistrator Personnel Office and/or Civil Service Comm ssion Date: Nnupmb-z- 12- 19 1 Classification and Pay Recommendation Reclassify 1 Social Work Practitioner I to Clinical Social Worker. Study discloses duties and responsibilities now being performed justify reclassification to Clinical Social Worker. Can be effective day following Board action. - The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Social Work Practitioner I, position #01, Salary Level 347 (1062-1290) to Clinical Social Worker, Salary Level 371 (1142-1388). kmst. Persoryhel Director Recommendation of County Administrator ate: -November , 19/5 Reclassify one (1) Social Work Practitioner I, position number 01, Salary Level 347 ($1,062-$11290), to Clinical Social Worker, Salary Level 371 ($1,142-$1,388), effective November 19, 1975. 'JJ County Administrator Action of the Board of Supervisors Adjustment APPROVED (I1 ) on S';L'V 1 i; 1915 Date. NOV 1 u 1975 J. R. OL SON. County CI .Ij�r a— Deputy Clerk 000024 APPROVAL o6 -tkZ4 adju6tmezt confit tuteA an AppnopAiation Adj"tment and Pex6onnoe Re,An.Putinv 1rnon14moO' POS I T I ON A D J US_T-ME,N .—T!:: E Q U E S T No: Department ccco. Medical Services Budget C4 t'� 540 Date 10/22/75 :w►C E r)EP fT . Action Requested: Reclassify Social Wor1�:'PiactM4 ner I, Pos. #490-02 Spanish-Speaking, (24/40 to Clinical Social Worker (24/40) Position filled by Louis Dias Proposed effective date: as soon as possible Explain why adjustment is needed: Incumbent is on the eligible list for Clinical Social Worker. This classification comes under flexible staffing. See attached memo Estimated cost of adjustment: Amount: Clinical Social Worker $1142Cc-:11-M co5�n cou-i O; 1 . Salaries and wages: Social Work Pract. I 1062. $:1X J 640. 2. Fixed Assets: (t"t -items and cobt) OCT i O/a Ohi e or u^CES Ai;�tJ�� Estimated total v ' �`• . I�J;•AFr1 R�SO1 6 C Signature William R. Downey, II, Chief,Med.Admin. Svcs. Department Head Initial Determination of County Administrator Date: October 29 19 To Civil Service: Request recommendation. County AdmirRafFatdr--- Personnel Office and/or Civil Service Commission Date: November 12. 1975 Classification and Pay Recommendation Reclassify Social Work Practitioner I (24/40) to Clinical Social Worker (24/40). Study discloses duties and responsibilities now being performed justify reclassification to Clinical Social Worker. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Social Work Practitioner I (24/40), position #02, Salary Level 347 (1062-1290) to Clinical Social Worker (24/40), Salary Level 371 (1142-1388).. Perso el Director Recommendation of County Administrator Date: November 17, 1975 Reclassify one (1) Social Worker Practitioner I (24/40), position number 02, Salary Level 347 ($1,062-$1,290), to Clinical Social Worker (24/40), Salary Level 371 ($1,142-$1,388), effective November 19, 1975. County dministrator Action of the Board of Supervisors NOV 16 1915 Adjustment APPROVED ( ) on NOV 18 1975 I R. OL N. Caunty Cle Date: By: 0025ADeputy Clerk 0011025- APPROVAL PPROVAL o6 tU6 adju,6tment eon6t tute& an Appn.op&iati.on Adjustment and Pelc,aonnet "o'n clt t:nn Amendment. 1 4 1 i.. x a IV! 3 POSITION ADJUSTMENT REQUEST No: A Department Public Defender Budget Unit 243 Date 10-30-75 Action Requested: Reclassify two (2) Public Defender Investigator Assistants (pos.1 O1 & 02) to Public Defender Investigator IFroposed effective date: ASAP Explain why adjustment is needed: Incumbants now handle investigations without the close supervision and training the Assistant level requires..- Estimated equires•;Estimated cost of adjustment: ' Amount: Contra Costa Coun 1 . Salaries and, wages: RECEIVED 6800.00 2. Fixed As-gets int items and coat) NOV =-3-Z75 OffTce of C-n Estimated to(COInty Administrator $ 6800.00 Signature --� Department Head ASA- III Initial Determination of County Administrator Date: November 4, 1975 To Civil Service: ' Request recommendation. 4.) I'lL 12 C6fintv AdmiWist?ator Personnel Office and/or Civil Service Commission Date: November 12; 1975 Classification and Pay Recommendation Reclassify (2) Public Defender Investigator Assistant to Public Defender Investigator I. - -Study discloses duties and responsibilities now being performed justify reclassification to Public Defender Investigator I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Public Defender Investigator Assistant, positions #01 and #02, Salary Level 257 (807-981) to Public Defender Investigator I, Salary Level 417 (1314-1597). Ar�scPersonnel Di r ctor Recommendation of County Administrator e: ovem er , 1975 Reclassify two (2) Public Defender Investigator Assistant, position numbers 01 and 02, Salary Level 257 ($807-$981), to Public Defender Investigator I, Salary Level 417 ($1,314- $1,597), effective November 19, 1975. County Administ ator Action of the Board of Supervisors 14 0V 1 d 1975 Adjustment APPROVED ) on J. R. OLSSON, County Clerk Date: N 0Y 18 1975 By: L rS� }1-ju�J L ' ccs 00 026 Deputy Clerk NOT ! IIM 0 !! � � i V/ i r POSITION A D J USTh1ENT REQUEST bio: .�= Department EEA Budget Unit 585 Date 10/30/75 Action Requested: Cancel (1) Sheriff's_Service Assistant-Project„ position #01 and (4) T�vT ist Clerk Trainee—Project, positions #02, #03,#04 & 017. Proposed effective date: AsAp Explain why adjustment is needed: To close out the County's section 5 F.mPrggnry Fimpin=ent Act Grant (EEA-06-2-0073). Esti ted cost of adjustment: Cosi"= '��� CoiZly Amount: I . Sal ari:e,5 acI wages: 2. Fixed rset (.gist .c temrs cued cowl L= Estimated total $ Signature JFa Dep rt n Head y '1 Initial Determination of County Administrator Date: November 4, 1975 To Civil Service: Request recommendation. Cou6tv Adm nistrator Personnel Office and/or Civil Service Commission Date: Novpmher 1?- 1975 Classification and Pay Recommendation Cancel 1 Sheriff's Service Assistant-Project and (4) Typist Clerk Trainee-Project. The above action can be accomplished by amending Res6lution 71/17 by cancelling 1 Sheriff's Service Assistant-Project, position #01, Salary Level 285t (969-1068) and (4) Typist Clerk Trainee-Project, positions #02, #03, #04 and #17, Salary Level 146 (575-699). P�e_rsoyfnel Director Recommendation of County Administrator Date: November 17, 1975 Cancel one (1) Sheriff's Service Assistant-Project, position number 01, Salary Level 285t ($969-$1,068, and cancel four (4) Typist Clerk Trainee-Project, positions number 02, 03, 04, and 17, Salary Level 146 ($575-$699), effective November 19, 1975. County Adm�rrstrator" Action of the Board of Supervisors NOV I8 1975 Adjustment APPROVED } on J. R. OLSSON, County Clerk Date: NON 18 1975 _ By: C-�jC�2.ur✓ I)epu y Ciark • to, an AppAoph i.a ti.on Adiub.tment and Pe iAn w v I P O S I T I O N A D J U_S TM-E -N' T- ; R E Q U E S T No: Department DISTRICT ATTORNEY �`f�dget-Unit 24.5 Date Oct. 29, 1975 �� J rT Action Requested: Add one Collections-Inve'siigator and cancel one Family Support Col- lection Supervisor position authorized' by Board of Super- proposed effective date: visorst Resolution #75/690. Explain why adjustment is needed: Reorganization of Family Support Collection Unit. Estimated cost of adjustment: Amount: Decrease permanent salaries by 1 . Salaries and wages: $335/month for approx. 7 months 2245.00 2. Fixed Assets: (fit item and coat) Estimated total $ 2245.00 Signature Departafeht Head ael J. Phelan Initial Determination of County Administrator Date: October 31. To Civil Service: Request recommendation. '---n)Coun mi m srat Personnel Office and/or Civil Service Commission Date: Nov mh r 17, 7979 Classification and Pay Recommendation Classify 1 Collections Investigator and cancel 1 Family Support Collection Supervisor. Study discloses duties and responsibilities to be assigned justify classification as Collections Investigator. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17, Allocation of Budgeted Positions to Certain County Departments, by adding 1_ Collections Investigator, Salary Level 296 (909-1104) and removing 1 Family Support Collection Supervisor, Salary Level 399 (1244-1512). Personn 1 Di ector Recommendation of County Administrator ate: November 17, 1 A75 Add one (1) (bllections Investigator, Salary Level 296 ($909- $1, 104), and cancel one (1) Family Support Collection Supervisor, Salary Level 399 ($1,244-$1,512), effective November 19, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( ) on NOV I F 1975 J. R. OLSSON, County Clerk Date: NOV 18 1975 By: /),7012 Deputy C!erk APPROVAL 04 .this ad * nn AdiuA POSITION ADJUSTMEN_ T REQUEST No: Q` � 1 Department DISTRICT ATTORNEY Unci t1- 45 'Zbate Oct. 29, 1975 v J Action Requested: Add one Intermediate Typist Clerkrpo�3an and cancel one Senior Clerk position authorized by Board of Supervisors' Resolution #75/690. Proposed effective date: A.S.A.P. Explain why adjustment is needed: Reorganization of Family Support Collection Unit. Estimated cost of adjustment: Amount: 1 . Salaries and wages: Decrease perm. salaries by $92/mo th f r approx. 7 months $ 644.00 2. Fixed Assets: (.Pest .items ana C0.6tq Estimated total b44.00 Signature bepartment Headlc e e an: Initial Determination of County Administrator Date: October .31, =1975 To Civil Service: Request recommendation. Co t mins ato Personnel Office and/or Civil Service Commission Date: Nov mh�>2, 1975 Classification and Pay Recommendation Classify 1 Intermediate Typist Clerk and cancel 1 Senior Clerk. Study discloses duties and responsibilities to be assigned justify classification as -Intermediate Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17, Allocation of -- Budgeted Positions to Certain County Departments, by adding 1 Intermediate Typist Clerk, Salary Level 206 (691-839) and removing 1 Senior Clerk, Salary Level 247 (783-951).- - Am9ft. Personnel Di ctor Recommendation of County AdministratorD e: November 17, 1 75 Add one (1) Intermediate Typist Clerk, Salary Level 206 ($691-$839 , and cancel one (1) Senior Clerk, Salary Level 247 ($783-$951 , effective November 19, 1975. County Adminis rator Action of the Board of Supervisors !I Adjustment APPROVED (11MMMMW) on NOV 18 1975 1911 �� S 197 1. R. UL R S30N N OVA]. $ _ . County Cie-1- Date: By: ��-) � 2.n,-e Deputy Cleric 09049 APPROVAL 05 this adjustment constitutes an App &ia tion AdJ us;net and Pm onnee II I S I IIIitiIII ,I I r. , . ,� I III I POSITION ADJUSTMENT REQUEST No: Public Works - Department guildinys and Grounds Budget Unit 079 Date 10-14-75 Action Requested: Reclassify Lead Electrician Position #002 to Electrician - Change_ person and position Judson Kern, Employee , Lead Electrician Pos. 002 to Pos. 001 Proposed effective date: 11-1-75 Explain why adjustment is needed: See attached cover letter corm C'nt;ili� Estimated cost of adjustment: RECEIVED Amount.- 1 . mount:1 . Salaries and 0C wages: 1 1 5 -19-/5 9 $ (323. ) t Mo. 2. Fi)a Ai etsp:Z I t i.6t -i tems and cost) �:_o �f _ Estimated total (323)/ r4o. Signature � . Depar nt Head Initial DetermfFation of County Administrator Date: October 21, 1975 o Civil Service: Request recommendation. tounty Administrator Personnel Office and/or Civil Service Commission Date: Nov_ _ember 12, .1975 Classification and Pay Recommendation Classify 1 Electrician and cancel 1 Lead Electrician. Study discloses duties and responsibilities to be assigned justify classification as Electrician. Can be effective .day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the. addition of 1 Electrician, Salary Level 428t(1498-1652) and the cancellation of l Lead Electrician, position #01, Salary Level 4601 (1652-1821). P-ersonne4 Dir c or Recommendation of County Administrator e: November 17, 1975 Add one (1) Electrician, Salary Level 428t ($1,498-$1,652), and cancel one (1) Lead Electrician, position number 01, Salary Level 460t ($1,652-$1,821), effective November 19, 1975. County Administrator Action of the Board of Supervisors N 0 y 18 1975 Adjustment APPROVED ( ) on J. R. OLSSON, County Clerk Date: NOV 18 1975By: By: � Deputy Clerk 00030 APPROVAL o4 tkiz_ad111At ,t nn f:#1.+a. -. : +' . - * # n P O S I T I. O N A:D. J !Lr-'S(-.-UF M E N T R E Q U E S T No: Department SOCIAL SERV Ilat-1 Z7 'i "2 ' 'duilget Unit 508 Date Sept. 12, 1975 Action Requested: Crea} (1) ' I glitii �itWorker I back-up position to be cancelled upon return from leave Proposed effective date: ASAP Explain why adjustment is needed: To provide coverage while incumbent ('N. Peterson) is on Maternity leave. Estimated cost of adjustment: Contra Cosa County Amount: 1 . Salaries and wages: RECEIVEED $ 2. Fixed Assets: (Ust items and coat) q c p 11 4 Office of $ Counnt Ac!miristrator Hyl',. Estimated total i� Signature Departme ead Initial Determination of County Administrator Date: October 24, 1979 Co Civil Service: Request recommendation, pursuant to memorandum li ated October 22, 1975, attached. Count Administ o Personnel Office and/or Civil Service Commission Date: November 12, 1975 Classification and Pay Recommendation Classify 1 Eligibility Worker I. This position is being established to accomodate replacement for Eligibility Worker II on Leave of Absence from a flexibly staffed position. Replacement must be made at the lower level. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 1 Eligibility Worker I, Salary Level 213 (705-858). This position is to be cancelled upon return or separation of employee in position #22. Personnel Di, ector Recommendation of County Administrator te: November 17, 1975 Add one (1) Eligibility Worker 1, Salary Level 213 ($705-$858), effective November 19, 1975; to be cancelled upon return or separation of employee in position number 22. County Administrator Action of the Board of Supervisors Y 1 8 )975 Adjustment APPROVED ) on J. R. OLSSON, County Clerk NOV 18 1975 Date: — By: Deputy Clerk 0140 031 APPO()VAI n,( `hid adjustment Constitutes art ApphopAiati.on AdJus;bnent and PeAsonnet .J POS I T I ON A D J U S T M E N T REQUEST No: Department TAX COLLE=R Budget Unit 015 Date 10/29/75 Action Requested: Cancel Field Tax Collector Position 083-001 and add one Deputy County Tax Collector Proposed effective date: i Explain why adjjvstment is needed: Required to supervise newly formed enforcement `Eolf�ct on pro=. 4 Estimated, cost adjustment: Amount: Contra Costa County 1 . Salaries and-wages: RECEIVE© $ 2. Fixed Assets f t i t item6 and cost) > UUt iy eifiM of Estimated �8VgV Adminisfrator $ Signature S Department ea Ini ti ai Determination of County Administrator Date: November 4, 1975 To Civil Service: Request recommendation. Codntv A ministrato Personnel Office and/or Civil Service Commission Date: unvembeL 12 T1975 Classification and Pay Recommendation Classify 1 Deputy County Tax Collector and cancel 1 Field Tax Collector. Study discloses duties and responsibilities to be assigned justify classification as as Deputy County Tax Collector. 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 County Tax Collector, Salary Level 387 (1199-1458) and the cancellation of 1 Field Tax Collector, position #01, Salary Level 296 (909-1104). Amm.Personn Director Recommendation of County Administrator te: November 17, 1975 Add one (1) De uty County Tax Collector, Salary Level 387 ($1, 199-$1,458, and cancel one (1) Field Tax Collector, position number 01, Salary Level 296 ($090-$1,104), effective November 19, 1975. f County Administrator Action of the Board of Supervisors NOV 18 1975 Adjustment APPROVED { ) on J. R. OLSSON, County Clerk Date: NOV 18 1975 By: Deputy Clerk 0 00 f tJ t3 APPROVAL o f this adju6tment conatti tutea an Appnopn is i.on AdjtL6 tment and PvUonnet Ruotu�t.oi n+ovrr{ ,f .. . - . In the Board of Supervisors of Contra Costa County, State of California November 18 --09 75 In the Matter of Authorizing Appropriation Adjustments . IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on November 18 , 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 18th day of November 19 75 J. R. OLSSON, Clerk By i L- Deputy Clerk Bonnie Boaz 0 V H 24 8/75on s loLy ,633 ! CONTRA COSTA 'COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Sheriff-Coroner RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special Fund ACCOUNT 2. OBDecrease OBJECT OF EXPENSE OR FIXED ASSET ITEM' Increase Code Quantity) BudoctUnit Obaect Sub.Acct. (CR X IN 66) DI 1003 300-2283 Bldg. Dept. Bldg. Repairs $3, 100 1003 300-2310 Prof. & Specialized Services 129800 1003 097-7710 564 T.V. Surveillance Equip. 6,500 1003 097-7710 5'6,3 Modify for Impr. Security 13,600 003 990-9970 Reserve for Contingencies $36,000 PROOF _Comp._ _7-p� _ 3. EXPLANATION OF REQUEST( If capital outlay, list items and cost of each) TOTAL tti ENTRY To repair damages to Branch Jail resulting from riot on November 4, 1975 and to modify the Date Description facility to improve surveillance and security. Also, to cover the estimated cost ($12,800) of emergency housing of inmates by the City and County of San Francisco. APPROVED: SIG ES DATE AUDITOR—-----/ ?40V 13 •75 CONTROLLER: 1 COUNTY ��/� 1 )3 ADMINISTRATO " A7 BOARD OF SUPERVISORS ORDER: YES: SUPCr%*i D, ..iorartYr L'og�ess, Liti:;cl:cid. 1 197 L NO:�S l tiY� on J. R. OLSSON CLERK Sheriff-Coroner 11 13 7: by a 4. Q8 Uy ignature Title ` Date P Y'Clerk Approp.Adj. Q,tL� ( M 129 Rev. 2/68) Journal No. et •See Instructions on Reverse Side 000311 COWTRA' COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMIncrease Fund . Decrease Code Quantity) BudaetUnit Ob ect Sub.Acct. (CR X IN 66) Of 1 10O3 257-7751 003 (1) Storage Cabinet $` 480 257-7751 003 (1) Fingerprint File Cabinet 480 - ( 257-7751 00 g (1) Typewriter 770 " 257-7752 00(o (1) Desk, typist 300 - 257-7758 Dog (2) Hand Talkies @ $1200 2,400 I 257-7758 010 (1) Pocket Pager 375 - 257-7758 Oil (1) Encoder 375 - 257-2170 Household Expense 100. 990-9970 Unappropriated Reserves $5,280 PROOFK.P. _VER._ 3. EXPLANATION OF REQUEST( If capital outlay, list items and cost of each) TOTAL ENTRY All of the above items were cut out of the 75-76 budget requests for grant projects. These items Date Description are not replacement items, but are essential items for the continuange of several grant projects. All items appear in contracts which have previously been signed by the Board of Supervisors. Of the above monies recruested approximately $3,600 will be reimbursed by State APPROVED: SIG ATURES DATE and Federal grant monies. AUDITOR- 'NOV 5 '75 CONTROLLER: COUNTY l ADMINISTRATO— '-e��� �— BOARD OF SUPERVISORS ORDER: YES: SUPer%isors Kerny, utas. Moriarty, Boggess. L.Inscheid. Nov 16 191 NO:. '-IWiZq� on J. R: OES50N CLERK by a. , T•[xf�lr�l _ �G.ti". SS 1 - �lh� Deputy Clerk Signature Title Date P � Approp.Adj. �/2 �/ ( M 129 Rev. 2/68) ournal No. �J See Instructions onReverse Side (y `t 11t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving ) FAA Master Planning Grant ) Agreement for Buchanan ) RESOLUTION NO. 75/910 Field Airport. ) BE IT RESOLVED BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA AS FOLLOWS: 1. That the Board hereby accepts the grant offer of the United States of America through the Federal Aviation Adminis- tration in the maximum amount of $30,000 to be used under Project No. A-06-0050-01 in the development of the Buchanan Field Airport. 2. That the Chairman of the Board is hereby authorized and directed to sign the statement of acceptance of said grant offer (entitled Part II - Acceptance) on behalf of the County, and the Clerk of the Board is hereby authorized and directed to attest the signature of the Chairman and to impress the official seal of Contra Costa County on the aforesaid statement of acceptance. 3. A true copy of the grant offer referred to herein is attached hereto and made a part hereof. PASSED by the Board on November 18, 1975. cc: Public Works via Mr. Marvin Scott County Auditor-Controller RESOLUTION NO. 75/910 00036 DEPARTMENT OF TRANSPORTATION }it FEOERAL AVIATION ADMINISTRATION PAGE t OF 6 PAGES ; PLANNING GRANT AGREEMENT PART I — OFFER 1310V17 197 5 � GATE OF OFFER TYPE OF PLANNING GRANT: 1 AIRPORT MASTER PLANNING FOR PROJECT NO. a' �2 �--�� &sa�sltljse Field � . CONTRACT NO._ El AIRPORT SYSTEM PLANNING FOR r TO: cown cr CC WM cam, CSIaTJI (herein referred to as the"Sponsor") FROM: The United States of America (actino through the Federai Aviation Administration, herein referred to as the ' WHEREAS,the Sponsor has submitted to the FAA,an Airport NBsttr Planning Grant Application (Master or System) dated October 1. 1975 (herein called the"Planning Application"),for a grant of funds for a project for the development for planning purposes of information and guidance to determine the extent, type,and nature of development needed for &mhwm Field, C:ancmd- Czlifmia F 'atrport area name and/or location) (herein called the which Plsnning Application.as �- .- [airport or area) approved by the FAA is hereby incorporated herein and made a part hereof;and WHEREAS,the FAA has approved a project u for the development of plans for the (herein called the"Planning Project")consisting { i (airport Or arta) of the following approved airport Iter --planning_ (master or system) i Det*rzity tim of alzpwr requi-emno-., ?old use plans and financUl pleas :t ! yfor: r.:.c1+-212= Field, CG=07d, Gsr_ifo=ia. 1 � - d' 4 z� ±; all a,more particularly described in the Description of Work Program incorporated in the said P1ariningApplic2tion; t ! FAA Form 5900-1 FG 1 tial) t o0o - PAGE--2--OF--4 _PAGES NOW THEREFORE,pursuant to and for the purpose of carrying out the provisions of the Airport and Airway Development j Act of 1970, as amended, and in consideration of(a) the Sponsor's adoption and ratification of the representations and f assurances contained in said Planning Application, and its acceptance of this Offer, as hereinafter provided, and (b) the = benefits to accrue to the United States and the public from the accomplishment of the airport Mosaw (master or system) planning included in the Planning Application,THE FEDERAL AVIATION ADMINISTRATION, FOR AND 0�v BEHALF OF THE UNITED STATES,HEREBY OFFERS AND AGREES to pay,as the United States share 66 213 ' • i percent of the allowable costs incurred in accomplishing the Planning Project,subject to the following terms and conditions: 1. The maximum obligation of the United States payable under this Offer shall be S 30AM 00 . 2. The FAA,for and on behalf of the United States,may by written notice terminate or suspend this grant in whole or in part,or withhold payment,in the event that it finds that the Sponsor has: a. Failed to comply with Federal law or with any of the terms and conditions contained in this Planning Grant Agreement; b. Failed to carry out the Planning Project as approved; r C. Made unauthorized or improper use of grant funds; + d. Submitted any application, report, or other document which contains a misrepresentation of a material nature or is incorrect or incomplete in any material respect;or, C. If for any reason continuation of the approved Planning Project is rendered impossible,ineligible,or illegal. The Sponsor shall take such action relative to termination or suspension as may be required by the FAA in the notice of termination or suspension. In such case termination or suspension shall not affect any otherwise valid r and allowable obligations made in good faith prior to receipt of notice of termination or suspension. I y 3. The Sponsor shall: a. Begin accomplishment of the Planning Project within 30 days after acceptance of this Offer, with failure to do so constituting just cause for termination of the obligations of the United States here- under by the FAA; p b. Carry out and complete the Planning Project without undue delay and in accordance with the terms - 1 hereof, the Airport and Airway Development Act of 1970, and Sections-152-121"152.1 f the Regulations of the Federal :Aviation Administration (__L,CFR5_) in effect as of the date of acceptance of this Offer;which Regulations are hereinafter referred to as the"Regulations"; C. Carry out and complete all planning work in accordance with the Description of Work Program,incorpo- rated herein, or as it may be revised or modified with the approval of the FAA and in accordance with i design standards and planning criteria established by the FAA; i I I 'I 'I ;l FAA Form 5900-1 PG 2 (1-71) _I t °'; .000M • t PAGE 3 OF b VAGtS 4. The allowable costs of the project shall not i:iclttdz,*any costs determined by the FAA to be ineligible for consid- eration as to allowability under S:ction U2.37 -of the Regulations. 6. Tile FAA reserves the right to amend or withdraw this Offet at any time prior to its acceptance by the Sponsor. 7. S. All financial records pertaining to the Planning Project shall be made available to authorized representatives of the ;' _ FAA and the Comptroller General of the United States in conformity to Section 132 l& of the Regulations. ! 1 9. The Sponsor will,at such tinges and in such manner as the FAA may require,furnish FAA with periodic reports and statements pertaining to the Planning Project and planning work activities and other related matters covered ' hereunder. i 10. Sponsors shall submit for FAA approval prior to their execution all private party or public body contracts to do I' ' all or any part of the Planning Project.These contrcts shall include applicable terms and conditions as specified by the FAA. - 11. Tile FAA reserves the right to disapprove ill_ Sponsor's employment of specific consultants and their subMl- tractors to do all or any part of the Planning,Project and further reserves tine right to disapprove the proposed i. scope and cost of the professional services. 12. The FAA reserves the right to disapprove the use of professional level employees of cite Sponsor when such em- ployees are designated by the Sponsor to du all or part of the Phnning Project. i I V l - 13. All published mateiial such as reports, mops, and oti.er documents prepared in connection with the Planning Project and planning work activities shall contain a standard notice that the material was prepared under an Airport Planning Grant provided by FAA.The Sponsor shall make these documents available '(.iJas:er or System.) t" i .for examination by the public. `- t .-_ . Iii addition, no material prepared in connection with the Planning Project and planning work activities shalt be subject to copyright in the United States or to any Other country.The FAA shall have unrestricted authority to publish,disclose, distribute,and otherwise use,in whole or in part,any reports,data,or other materia'prepared with Airport Planning Grant funds. ! 14. The Sponse: agrees to conduct the Planning Project in compliance with all the requirements imposed b; or pur- suant to Title VI of the Civil Rights Act of 1964 and by Part 21 of the Regulations of the Office of tine Secretary of Transportation,as amended. - 1 j1 F 7 _ i s i i - FAA Form 590,01-1 PG 3 tt-7tt 00039. . • `. l PAGE 4 of b PAGES 1 - = t 15. The Sponsor agrees that neither the approval of the Planning Application nor the tender of this Offer nor the r approval of the final airport > stir planning report constitutes an assurance or commitment, (--ter—syste-) , express or implied,by the FAA,that any airport development or unit thereof shuwn in the planning developed as part of this Planning Application will be approved for inclusion Many pending or future Airport and Airway ' d.-velopment Program under the Airport and Airway Development Act of 1970- 16. Payoesst of tba United States Sbarr of the a12;a1e V-o]MC, coats will ?x made p===t to aM in accardxace with the pravlaiaw of Past 152 of the Federal[ Aviation ReVlaticos. Final detrmiaeticn " to the al2t+rGWlity of the casts o: t's:e► project will be Made afta: final mit. ls. i�i8 Gffer shall maize a2d th Urdtted S=i2b &ball not be obligate to gay =7 part of tke Casts of the :lora; Project unless this Offer has been meted by the S, o. +co or before November 30, 1975 or before eoactmat of the Dep2rtment of Tr=Bportstion and 11RZlated Ageacla ApprvWlatiaas Act, 1976, an3cievar accars first or salt subsequent ieate as ray be prescribed in writi= by tett FAA. 3 fir T. t 1 - i = i 1 FAA Form 590-3-1 PG 4 00040'. I PAGE QF 6 PAGES The Sponsor's acceptance of this Offer and ratification and adoption of the Planning Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor,as hereinafter provided,and said Offer and Acceptance shall comprise an Airport Master Planning Grant Agreement,as provided by (Master or System) the Airport and Airway Development Act of 1970,constituting the obligations and rights of the United States and the Sponsor with respect to'he accomplishment of the Planning Project.Such Airport Master !Muster or System) Planning Grant Agreement shall become effective upon the Sponsor's acc::ptance of this Offer. I i . t UNITED STATES OF AMERICA ti I I FEEDER LLAVS TION STRATTON i BY hfeii /t lr Crrrj Airport District_Office, Sr -6W PART 11—ACCEPTANCE �CCd33aTPY tW COMM COM, CWIMP sites t The _ (herein referred to as the"Sponsor')does hereby ratify and adopt all statements,representations,warranties,covenants,and agreements contained in the Airport Easter ` = (Master or System) f Planning Grant Application and incorporated Inzterials referred to in the foregoing Offer and does hereby accept said Offer 1 and by such acceptance agrees to all of the terms and conditions thereof. ! Executed in its name by its undersigned officer on this day of ,19 , in ,County of , } State of CGUM G? Ct)1<'i'rk CGSTA, CALMC=IA _ (SEAL) (LEGAL NAME OF SPONSOR/COSPONSOR) i BY i (SIGNATURE OF AUTHORIZED OFFICER) Attest: (TITLE OF AUTHORIZED OFFICER) 3 Title: Executed in its name by its undersigned officer on this —day of ly in ,County of State of (SEAL) (LEGAL NAME OF COSPONSOR) BY 1 (SIGNATURE OF AUTHORIZED OFFICER) a } Attest: t I (TITLE OF AUTHOR:ZEO OFFICER) f 3 Title: FAA Form 5900-1 PG 5 u-�t) _x 00041 . . CPAGE Vr r��a.:.w Executed in its name by its undersigned officer on this day of ,19 , in ,County of r State of SEAL (LEGAL NAME OF COSPONSOR) . BYt (SIGNATURE OF AUTHORIZED OFFICER) Attest: , Title: (TITLE OF AUTHORIZED OFFICER) p CERTIFICATE OF SPONSOR'S ATTORNEY 4 1, ,acting as Attorney for C=t4 of Ccatts COO" a �2ifrw�tg (herein referred to as the"Sponsor")do hereby certify: That I have examined the foregoing airport Planning Grant Agreement and the - (,Raster or System) proceedings taken by said Sponsor relating thereto, and find that the Acceptance thereof by said Sponsor has been duty - authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the State(s) _3 of California ,and further that,in my opinion, t said airport meter Planning Grant Agreement (Vaster or System) }` constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. ,z Dated at this day of 19 i� (Signature) 1 •:3 merle) Y j FAA Form 5900.1 PG 6 `.. 00042 DEPARTMENT dF TRAN.,PORTATION FEDERAL AVIATION ADMINISTRATION PAGE OF 6 PAGES PLANNING GRANT AGREEMENT PART 1 — OFFER NOV 17 1975 DATE OF OFFER i TYPE OF PLANNING GRANT: ® AIRPORT MASTER PLANNING FOR PROJECT NO. Bach Fuld CONTRACT NO. DM-TAMW-34" AIRPORT SYSTEM PLANNING FOR a v a 2 TO: CaWa Cr C 'iTA CCM—AA, CALMrQW1A (herein referred to as the"Sponsor") 3 5 FROM. The United States of America (acting through the Federal Aviation Administration, herein referred to as the "FAA"). WHEREAS,the Sponsor has submitted to the FAA,an Airport 11"ter Planning Grant Application (!taster or System) dated, L4:tOber x, 1975 (herein called the"Planning Application"),for a grant of funds for a project for the development for planning purposes of information and guidance to determine the extent, type, and •� nature of development needed for 3tx.h&0M Fluid, CC46ccMd. Ga2tiatst3a 1 (airport area name and)or location) 4 r (herein called the airport ),which Planning Application as (airport or area] s approved by the FAA is hereby incorporated herein and made a part hereof;and WHEREAS,the FAA has approved a project for the development of plans for the rrisaort (herein called the"Planning Project")consisting 1 (airport or arca) a r. of the following approved airport ttax planning: y (master or system) ' Deta aliwItim of airport regjremouts, lam use plaas and ffasneial pl ms for 3ochaaan Field, Concord, Lnlifoxala. i all as more particularly described in the Description of Work Program incorporated in the said Planning Application; fi FAA Form 5900-1 PG 1 u-7i) i f ' t PAGE 2 OF PAGES iNOW THEREFORE,pursuant to and for the purpose of carrying out the provisions of the Airport and Airway Development Act of 1970, as amended, and in consideration of(a) the Sponsor's adoption and ratification of the representations and l t assurances contained in said Planning Application, and its acceptance of this Offer, as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the airpgrt mast*s' � (master or system) planning included in the Planning Application,THE FEDERAL AVIATION ADMINISTRATION, FOR AND Okt BEHALF OF THE UNITED STATES,HEREBY OFFERS AND AGREES to pay,as the United States shared 2�3 { percent of the allowable costs incurred in accomplishing the Planning Project,subject to the following terms and conditions: h 3'J,C170.i30 1. The maximum obligation of the United States payable under this Offer shalt be S _ 2. The FAA, for and on behalf of the United States,may by written notice terminate or suspend this grant in whole or in part,or withhold payment,in the event that it finds that the Sponsor has: l 4 I a, Failed to comply with Federal law or with any of the terms and conditions contained in this Planning Grant Agreement; .l _ h b. Failed to carry out the Planning Project as approved; n C. blade unauthorized or improper use of grant funds; 3 d. Submitted any application, report, or other document which contains a misrepresentation of a material nature or is incorrect or incomplete in any material respect;or, C. if for any reason continuation of the approved Planning Project is rendered impossible,ineligible,or illegal. The Sponsor shall take such action relative to termination or suspension as may be required by the FAA in the t notice of termination or suspension. In such case termination or suspension shall not affect any otherwise valid and allowable obligations made in good faith prior to receipt of notice of termination or suspension. t - 3. The Sponsor shall: a. Begin accomplishment of the Planning Project within 0 days after acceptance of this Offer, with failure to do so constituting just cause for termination of the obligations of the United States here- under by the FAA; b. Carry out and complete the Planning Project without undue delay and in accordance with the terms 4 hereof, the Airport and Airway Development Act of 1970, and Sections I52,12t-152•14.%f the Regulations of the Federal Aviation Administration CFR I52 ) in effect as of the date of acceptance of this Offer;which Regulations are hereinafter referred to as the"Regulations"; z C. Carry out and complete all planning work in accordance with the Description of Work Program,incorpo- rated herein, or as it may be revised or modified with the approval of the FAA and in accordance with design standards and planning criteria established by the FAA; k V Jl V t x FAA Form 5900-1 PG 2 tt-�rl 1 00044 PAGE 3 OF PAGES I 4. The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consid- eration as to allowability under Section 1-52•;37 of the Regulations. S. br Oak - "vete"eXtlt 6. The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. 7 S. All financial records pertaining to the Planning Project shall be made available to authorized representatives of the FAA and the Comptroller General of the United States in conformity to Section MAIA3 of the Regulations. 9. The Sponsor will,at such times and in such manner as the FAA may require,furnish FAA with periodic reports and statements pertaining to the Planning Project and planning work activities and other related matters covered hereunder. t 10. Sponsors shall submit for FAA approval prior to their execution all private party or public body contracts to do r all or any part of the Planning Project.These contracts shall include applicable terms and conditions as specified by the FAA. A - 11. The FAA reserves the right to disapprove the Sponsor's employment of specific consultants and their subccto- tractors to do all or any part of the Planning Project and further reserves the right to disapprove the proposed scope and cost of the professional services. 12. The FAA reserves the right to disapprove the use of professional level employees of the Sponsor when such em- ployees are designated by the Sponsor to do all or part of the Planning Project. 13. All published material such as reports, maps, and other documents prepared in connection with the Planning Project and planning work activities shall contain a standard notice that the material was prepared under an Airport r '"ad-am Planning Grant provided by FAA.The Sponsor shall snake these documents available (.lrastcr or System) for examination by the public. In addition, no material prepared in connection with the Planning Project and planning work activities shall be subject to copyright in the United States or in any other country.The FAA shall have unrestricted authority to publish,disclose,distribute,and otherwise use,in whole or in part,any reports,data,or other materials prepared with Airport Planning Grant funds. ' 14. The Sponsor agrees to conduct the Planning Project in compliance with all the requirements imposed by or pur- suant to Title VI of the Civil Rights Act of 1964 and by Part 21 of the Regulations of the Office of the Secretary of Transportation,as amended. r FAA Form 5900-1 PG 3 o-7n) t 0005 PAGE 4 OF b PAGES i ,15. The Sponsor agrees that neither the approval of the Planning Application nor the tender of this Offer nor the approval of the final airport retorter planning report constitutes an assurance or commitment, /master orsystemj express or implied,by the FAA,that any airport development or unit thereof shown in the planning developed as part of this Planning Application will be approved for inclusion in any pending or future Airport and Airway development Program under the Airport and Airway Development Act of 1970. 16. Pamrot of the United States shera of the allowable psdject costa Will See Mt4.0 pur-SUOat to seed 10 sococdesce With the prarisio00 of Pact 152 of the Federal Aviation Re"latiors. Fuel determination as to the ellaws"lity of the costs of the project will be mads anter fiosl audit. 17. his Offes shall expfrs orad tba LIALted states dmdl not be obligated to pay any Part of the Casts of the Pls ring JMW jets U0100 this Cffec him igen accepted by the Spauser on or befars Nowsobsr 30, 1975 or before easetaeat of the Department of Transportation and Related A3*acies Appropriations Act, 1975, whichoWer aces 8 first or =wb avbsesueet date as army be prescribed is writing by-the-rA#A. FAA Form 5900-1 PG 4 tl-nt ! J 0004 p I 1 PAGE 5 AF ! PAGES The Sponsor's acceptance of this Offer and ratification and adoption of the Planning Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor,as hereinafter provided,and said Offer and Acceptance shall comprise an Airport Planning Grant Agreement,as provided by (Master or System) the Airport and Airway Development Act of 1970,constituting the obligations'and rights of the United States and the Sponsor with respect to the accomplishment of the Planning Project.Such Airport `'oatcr (Amster or System) Planning Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATIONA STRATTON r*1-1 I=CIER BY (Title) Cbiofs Airport 0"trict Officea SFO-6W PART I I —ACCEPTANCE The t`X;� (V COM, CAIJYQX 1[IA _ (herein referred to as the"Sponsor)does hereby ratify and adopt all statements,representations,warranties,covenants,and agreements contained in the Airport 'aster (Master or System) Planning Grant Application and incorporated materials referred to in the foregoing Offer and does hereby accept said Offer and by such acceptance agrees to all of the terms and conditions thereof. Executed in its name by its undersigned officer on this day of fig—, in ,County of , State of LIZ— (SEAL) ((C`AL OFSPONSO /COS ONSOR) By IGNATURE OF AUTHORIZE FICER) 1(arren N. Boggess Attest: J. R f OLSSON, C,,OUNT_,,,Y_CLBRK Chairman, Board of Supervisors By. �c.C".-z.�4��•J� � (TITLE OF AUTHORIZED OFFICER) Title: De.pUty ✓" F 1 Executed in its name by its undersigned officer on this day of Tg s in ,County of , State of (SEAL) (LEGAL NAME OF COSPONSOR) BY (SIGNATURE OF AUTHORIZED OFFICER) Attest: (TITLE OF AUTHORIZED OFFICER) s Title: E FAA Form 590(1.7 PG 5 (1-71) S ( i i< - PAGE OF 5 PAGES ' Executed in its name by its undersigned officer on this day of— in f in ,County of , State of (SEAL) (LEGAL NAME OF COSPONSOR) BY (SIGNATURE OF AUTHORIZED OFFICER) Attest: Title: (TITLE OF AUTHORIZED OFFICER) CERTIFICATE OF SPONSOR'S ATTORNEY 1, Robert F. Krucker acting as Attorney for C000tl of Coat?s >i'.ostsr rnjifs=-I jb (herein referred to as the"Sponsor")do hereby certify: That I have examined the foregoing airport —Planning Grant Agreement and the (,duster or System) proceedings taken by said Sponsor relating thereto, and find that the Acceptance thereof by said Sponsor has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the State(s) of Cas1Fornia ,and further that,in my opinion, said airport Mrsster Planning Grant Agreement (Master Or System) constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof_ Dated at 'r ' this //� day of / L' 19 . APPROVED JOHN B. CiAUS6, u - {Signature] kp cevuty (77tte j FAA Form 59004 PG 6 (1-71) i i 1 ' 00048 �Y DEPARTMENT OF TRANSPORTATION r •, FEDERAL AVIATION ADMINISTRATION PAGE 2 OF : PAGES PLANNING GRANT AGREEMENT PART 1 — OFFER DATE OF OFFER 110V 17 1975 TYPE OF PLANNING GRANT: ® AIRPORT MASTER PLANNING FOR PROJECT NO. CONTRACT NO. L`t32­VA7@��-34"' AIRPORT SYSTEM PLANNING FOR TO: C wn LV Cob-ML cam, cam=01A (herein referred to as the"Sponsor") FROM: The United States of America (acting through the Federal Aviation Administration, herein referred to as the „FAA„) WHEREAS,the Sponsor has submitted to the FAA,an Airport Planning Grant Application (Master or System) dated, Vette 1, 1,975 (herein called the"Planning Application"),for a grant of funds for a project for the development for planning purposes of information and guidance to determine the extent, type,and nature of development needed for �`-x= I'$>a C•-` - C�s2=moo iia - (airport area name andJor location) r (herein called the which Planning Application as (airport or area) approved by the FAA is hereby incorporated herein and made a part hereof,and%WHEREAS,the FAA has approved a project- for the development of plans for the (herein called the"Planning Project")consisting (airport or area) of the following approved airport planning: (master or system) DetaTminatiAm o: &L part mquirement3, land use plx*& and ¢_ua= 1 p1.r 1 for Sueehaessaa r ialo, Cosaoorr3, CzItEoMia. 't all as more particularly described in the Description of Work Program incorporated in the said Planning Application; FAA Form 5900.1 PG 1 tial) 00049 t PAGE 2 OF to PAGES NOW.THEREFORE, pursuant to and for the purpose of carrying out the provisions of the Airport and Airway Development Act of 1970, as amended, and in consideration of(a) the Sponsor's adoption and ratification of the representations and .zssurances contained in said Planning Application, and its acceptance of this Offer, as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the airpgrt !=attor (master or sysrem/ planning included in the Planning Application,THE FEDERAL AVIATION ADMINISTRATION,FOR AND ON BEHALF ' OF THE UNITED STATES,HEREBY OFFERS AND AGREES to pay,as the United States share vo 2/3 percent of the allowable costs incurred in accomplishing the Planning Project,subject to the following terms and conditions: 1. The maximum obligation of the United States payable under this Offer shall be S � • 2. The FAA, for and on behalf of the United States,may by written notice terminate or suspend this grant in whole or in part,or withhold payment,in the event that it finds that the Sponsor has: a. Failed to comply with Federal law or with any of the terms and conditions contained in this Planning Grant Agreement; - b. Failed to carry out the Planning Project as approved; i C. Made unauthorized or improper use of grant funds; d. Submitted any application, report, or other document which contains a misrepresentation of a material i nature or is incorrect or incomplete in any material respect;or, e. If for any reason continuation of the approved Planning Project is rendered impossible,ineligible,or illegal. .s The Sponsor shall take such action relative to termination or suspension as may be required by the FAA in the notice of termination or suspension. in such case termination or suspension shall not affect any otherwise valid _ and allowable obligations made in good faith prior to receipt of notice of termination or suspension. 3. The Sponsor shall: a. Begin accomplishment of the Planning Project within days after acceptance of this Offer, with failure to do so constituting just cause for termination of the obligations of the United States here- under by the FAA; i b. Carry out and complete the Planning Project without undue delay and in accordance with the terms hereof, the Airport and Airway Development Act of 1970, and Sections 15-1-121_152.14-f the Regulations of the Federal Aviation Administration ( 14 CFR 152 ) in effect as of the date of acceptance of this Offer;which Regulations are hereinafter referred to as the"Regulations"; C. Carry out and complete all planning work in accordance with the Description of Work Program,incorpo- rated herein, or as it may be revised or modified with the approval of the FAA and in accordance with design standards and planning criteria established by the FAA; 3 3 j i FAA Form 5900-1 PG 2 tial) '-i ' 00050 1 5 t PAGE 3 OF � PAGES t i - 4. The allowable costs of the project shalt not include any costs determined by the FAA to be ineligible for consid- eration as to allowability under Section 152•.:-7 of the Regulations. 5. 224WAM MIN i ' `�.i ��,�--�,,��—����r-r��n-�r,--�at� i�ai3►•sace�'4iaS NEU :-:a��'.� '-, e� �► � i4}•A�ti'ct�.{�i'sr�`l��fi>AL'�rdt '? 6. The FAA reserves the right to amend or withdraw this Offer at any time prior to its acceptance by the Sponsor. s 7- l S. All financial records pertaining to the Planning Project shall be made available to authorized representatives of the j FAA and the Comptroller General of the United States in conformity to Section 7 i� 'QQ of the Regulations. 9. The Sponsor will,at such times and in such manner as the FAA may require,furnish FAA with periodic reports and statements pertaining to the Planning Project and planning work activities and other related matters covered hereunder. i 10. Sponsors shall submit for FAA approval prior to their execution all private party or public body contracts to do all or any part of the Planning Project. These contracts shall include applicable terms and conditions as specified by the FAA. Y < 11. The FAA reserves the right to disapprove the Sponsors employment of specific consultants and their subecm- tractors to do all or any part of the Planning Project and further reserves the right to disapprove the proposed scope and cost of the professional services. 12. The FAA reserves the right to disapprove the use of professional level employees of the Sponsor when such em- ployees are designated by the Sponsor to do all or part of the Planning Project. 13. All published material such as reports, maps, and other documents prepared in connection with the Planning Project and planning work activities shall contain a standard notice that the material was prepared under an Airport s - � - Planning Grant provided by FAA.The Sponsor shall make these documents available (Alaster or System) for examination by the public. J i # In addition, no material prepared in connection with the Planning Project and planning work activities shall be subject to copyright in the United States or in any other country.The FAA shall have unrestricted authority to t publish, disclose,distribute,and otherwise use,in whole or in part,any reports,data,or other materials prepared with Airport Planning Grant funds. Y 14. The Sponsor agrees to conduct the Planning Project in compliance with all the requirements imposed by or pur- suant to Title VI of the Civil Rights Act of 1964 and by Part 21 of the Regulations of the Office of the Secretary } of Transportation,as amended. F i i FAA Form 5900-1 PG 3 bait 1 00051' y .Y •• i �IGL +' Ul--=__PAGES • 15. The Sponsor agrees that neither the approval of the Planning Application nor the t . ` approval of the final airport__ ;r,��-rY. ender of this Offer nor the - planning report constitutes an assurance or commitment, . (master or system) express or.implied,by the FAA,that any airport development or unit thereof shown in the planning developed as part of this Planning Application will be approved for inclusion in an g development Program under the Airport and Airway Development Ac[of 1970. or future Airport and Airway 16. P.-r-mmeot of the United S"tse Mare o:Etheall VX&PLOLO" of Fnra ece c�vstu Will t e para s= to am In acco>rdae�w ie vuh the. ,— 252 of .the Pedara2 AQistion 2atfaas. V12-7 �ie�ea ss to '0110 b"'ty of ;.hs costa of the project vial be zacs aztat jisaj mit. 3�. '--is Cffes Shan 0�z 3rs .aid the j;njt*i states Z nt 5t vDIS to P" =7 Part 0i be coasts of the P 1 PsO jw-t 002ess tW L'ffar i�ss ':iaee� *"rted sy thr S on of bazars ear30, 3975 -r beim* east neat of the Dapart2at of *r=wportatlaft =d eLtted �?t c3es APPropristiMs Act, 2976, uhichw"r ossa ftrat or =Mh zubSOCUORt date ze M=Y bo prescribw la .MU143 47-the Z.Awk. FAA Form 5900-1 PG 4 tlai� .00052 PAGE OF 6 PAGES . The Sponsors acceptance of this Offer and ratification and adoption of the Planning Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor,as hereinafter provided,and said Offer and Acceptance shall comprise an Airport 9"t= Planning Grant.Agreement,as prodded by (diaster or System) the Airport and Airway Development Act of 1970,constituting the obligations'•and rights of the United States and the Sponsor with respect to the accomplishment of the Planning Project.Such"Airport n=tcr (dtaster or System) Planning Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. UNITED STATES OF AMERICA FEDERAL AVIATION A STRATION =SZ>.il Slv BY /7it[e) CAi*f, AITPect "Strict office,,. 3Y'0400 PART)1—ACCEPTANCE The C*X=_' (W CL'�lS A CtIS?.1 C f 1-V& 19[1A _ (herein referred to as the"Sponsor")does hereby ratify and adopt , all statements,representations,warranties,covenants,and agreements contacted in the Airport -tester (Haster or System) Planning Grant Application and incorporated materials referred to in the foregoing Offer and does hereby accept said Offer and by such acceptance agrees to all of the terms and conditions thereof. = Executed in its name by its undersigned officer on this day of '19 ; in ,County of , State of SEAL} W-E AC F SPONS /COS ONSORJ 1 Z,,• WiGNATURE OF AUTHORIZE FICER) arren N. Boggess J_ R. OLSSO T CLARK Chairman, Board of Supervisors . Attest: By: / _ _ �` , �Iri� (TITLE OF AUTHORIZED OFFICER) Title: ne�Lzty da of E;;ecuted in its name by its undersigned officer on this Y ,l9 in ,County of , State of (SEAL) (LEGAL NAME OF COSPONSOR) BY (SIGNATURE OF AUTHORIZED OFFICER) Attest: (TITLE OF AUTHORIZED OFFICER) Title: FAA Form 5900-1 PG 5 a i - 00053 PAGE (1F 6 PAGES 11ke6utfd in its name by its undersigned officer on this day of , 19 'i ,County of , State of - (SEAL) (LEGAL NAME OF COSPONSOR) BY (SIGNATURE OF AUTHORIZED OFFICER) Attest: Title: (TITLE OF AUTHORIZED OFFICER) CERTIFICATE OF SPONSOR'S ATTORNEY I, Robert F. Kruckercars Costar as Attorney for a= (herein referred to as the"Sponsor")do hereby certify: That I have examined the foregoing airport Planning Grant Agreement and the (diaster or System) proceedings taken by said Sponsor relating thereto, and find that the Acceptance thereof by said Sponsor has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the State(s) of G��==tea ,and further that,in my opinion, _ said airport Planning Grant Agreement (.Vaster or System) constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. t, t / Dated at 4 y' ' this /1r day of / VC y° I9 _ APPROVED JOHn & CLAUS6, ,r w _ (signature) i sy.NCuty a - (Title) FAA Form 5900-1 PG 6 00054 - 'ASyy� .�� Y"sr ti... ._, a _ •ms's .' "" �.. ,._,: ,' - `, ��'# r � ,C" , :k "� t,^z+7�}+;(at�"� '-r• a r K '"',�' '+��^� �A' ,,,.-+..i Et,6'3� 4°or'''rt �+�'��..�'rc"��r�-�t,�� ?t'•g r.�r _ '� 's s'r �`•ern : c y $iT?yUJ.SCt�S { /'� rt i` - n 4 V VLJl'1 C 3Ts� CO3 -� f ' .'•�� l♦�»� P4S.t.4'?'+ {�1 L�vn�`�i.� �. S � �'� �rs�•,^, �;Fs-'3 `�` r rS,t 1 A E TtDll > x Ol(� _SSLuST'2^Tlt, .7QiJ�"3V31a RYLr• 75�91�- � :�Ol VJnLra Co" �Gl L�lA2I'�y t 777777 ;IT ,�fa`J, t�QE3 piOL'.rlt� -SSBS.�Dr StS`.f'Jr eD„T'aCt�`Onaz Ds eT'T'Ot1e713 .xg�93S�1�n�S, �SY'r3g1Ze 's. 4ti, rzaue CO7l3eI1LAC� T,O D� �ioLlTlt� T Ian SOU. pi ` ,r ” Co1111t "iLtG�33'`+D Z3 J tt28� �t1e' tJ correct the` a11�4FZn� aSSeSs:��'n�S ✓ F -•� `'j ] :� � r � E, n � ) �,y.t { Au1 cif � r the fiscal' z �� tie t ssesso�'�s}•�:£iMc��� s - 5d --that '�., ,Ooze -,SectZ¢a.�t;275(c)�, 1C1,7�.ZT�Lx'.I.�s ,,,1 �a scant D t3sec�ce�� - ;. - .::y♦ +� 1 ke s�tZot'1,rfQD`'1 Z12d.r�tM Cil. Z.JM57t S x st ,- -•+ a$Cei u3Zi"eC. ..J .re C�1 agle •�.��' ,+. ;: �(a I�-' atTl,z �i�lOZ"c ,.t♦'18 �5 e.x a� Yifz S�Y � S� �'` � .� id �i D '-Ds _ l�.i i s s T r '"' �, ^S,P.S S ev .�;1T c1L. , <:.,:•^`�'f ,�d��P. ; � AZO v Y r, Sit )tu1G� be c'2�'�oi,vdiappr ss Dz' 487��� O� Vr4 ae�t�^l:eanct. `sF.>at, on "Llr%C•e:i� n � CCO2'dit'.2C8 ., � �� � ort �--e�r r�3a'Iet��'t, �Y.�-� r 2n 1L'�iC.7��:.".CtB,C. dei' �L7Ll='.nf oe�al�yT y�C„�5����'Ny,�-� �.yi •i��P.rCu�'»0[.��Z` ��' t CD le, .C:'.:2`C:' .L'd...`'^S `i�-t ts:�S 1:'s�DS3Zble� T♦D CO 'J 1.tiv � 11��, �-aa �,� ;_� �- is�f�' �-.� � �k����Y�t .,., �- , S31oi31=1` �`�'`�35.���J��u'E@Zl��_ D���•�uC2e �,x� s t81?lqueTlc du1t10:3a� aa"to�i21�. t.0 r� .S'D1�. a C,�=i o3 ��'S 2.31, 8 ..G. DTl 't. ,.�• ':. r �, l♦ll� C.D t� �, t a y� ^+s. �F•+ yJJe7.10 SJe ♦ -�; ,♦ ♦aa z DZ a Hr -777777 00 O j 15 333 ” 1 �Z:r ���r._p�l•_p �2ot.;_9 .�1,E#�00 j ;,=.J t��` w �q�v z,^2"`''�0:����t,. ti»�f�;Y���;Rte# .' ��I OlOO�.- "'� ) f'`T"s+'a-.ar`TN ♦ ,F' ��f °�� taa>! rA 1 `ft',C�'� tr. i`•b •'�'r` �`, �-' ti�Cr r�.2�` ';rshf-• r t i p47_L 01po2�:- =,00 , T=, l: L'i' �1I�04 � io TSD xr J:03r �—t1 c , 1 itOO T1' �y^ a tt'1'!£�' K-'' Srt�• �' s t,:i£ f�moi.' ed> „L_r•'." U3:,'_:, -74, 5,O 41? „�„ "il�i p`a :',,r S, v✓Oil. x r. 1 '' ? ,1 03 OOsj 0+, �1` ^� ' ��c��O�I G ;l T �ii�;:(��'�a�..'�•., � ♦ ti� tJ�i� %so t��� r�z! 1'1<� 1 k.l '. r,3 �t�. ♦ �{'Trt?^a tr S^ j1 i�4`1 {S'• �2Y�e �r...t .+ �^�� t��4�O a..t.yJJ.L..J 7 .✓f tt 4 1„ hit, �, � ' � ,�; O �� ��` � � O�k'`J� S � 1� ;t��� ZtA�h J :,•,.�.. r�+�inpt tr""=-•, '���. P -7 ,� t,..:,� 4 � y�1 ti; f J� • 21i ��'+J OrG�y� �. CA rT`�1�t � t n +�. r � � ."F^1 .iJ��,�.,°�� J�;O.♦1 77y t5' 3 y t °r �, s -, K r � tl �•. .� x ..� .+sii ir 1� �Zr aTc» Fr;gz rx r t xEsoLLiTION Y t': �r �k� .k`J r kfi hT � L t •� _ fki M., '- `L i d ry y Y N.4I'..n; f r y U S(>m Isa C p y}��txu,i b�,�+ �.,5 ��h S ��';t d S ;k, A.t + 5 - r x: s ?*` ru{{ ''1 �" } 4�"ia a a i '1' 3� .:#s4� -'ty�.b3,5 a¢,t,;' 3'>�, � ;..2 .1 ,�x a ` ,,. a . {kJ -fib+ #,^�asx.,p �Ct V '^�s a .? .-i '.Yr'wf iwf, 9 ..�. T� V ..... #. .y .74P_, ".r,t r� ,' fht- 1�4�1M.M..R+.'auuy N�`FbR i�1.a � - r ' a a Y i q et S 4 C ztC' . ! 4,�} f x a r r S X y J i K j �F4' �iJ��' t r z 2 T.r1 f .a r —, kS a d _ .;, ✓ pS x o- :t j'�qa as r -a'9t'''. �, r`N z�''� ,,r,w', a pA.n_ :. i �' '�• i-ra :.,.YT$a '`,1 i� i46iTi ':�53'Sj-S.i i�.va,_ ..,,'r` ;,±" ,�`,.znxr �"YC ^�yz� .� C8 tLtTQJz_ 2.X _ z 6 f _ A a �� ix 1�1=2�1 `012 '$ 7o0�a X11¢00 TO rrr IJ" W'3 ._ �.%tao%s��. �^ �i�" G.. T y r f qh k r7�"v�' i:,x ..�+i ' ^ � x v�"�y�e��y S�!/''�' „ -ri/Q ��J,-'»_� ,L�t J.^,L, ?-v ,N3,J �1 tJi .`..}j'Ft a. t lE>Won01021 7 0 3 _ ,lL.3o hr .eve)g_g �� yt4�a1 � } T� �.. ! � Zs Q. (ter e'p6'P �� . a tt,t.�`,^t i {� 131`011,-2 1207 `'1'x00 ft1O RIS, �a� x ZjT A� .. � N� �y� �J� {1-o;'J '.JO( a 9S01211+00 _ G SIE' �,�3ob� t � 3xb3» , 17 -110 ,.001-:9 09flOfl i1;�0 3-P3 �'tia � :ar�zt a � F �X r.,tleV"� �t", 19 y=232-�?05-2 6'0� fl5 ,��� 00 t`?am�-G RQoert �. mac* }ra xr ,,� y x ,rh F r z '� t,'y . ?,Y 19�-360 '007`2 06105 ' �11r00 SFJTy7srLIS, C�Qra $Chsrz� 1'ne g yp^03�-- bG02t !� o �� _T^ 'P�1- y.�, '�.' � k r 195...-3,91-O1fl=:? 50 7 1! 00 S: A �My; Y�. :a��aN�rC� �x�R{�� �z . , 199='�20=007=7 X00 -a F1) 00 �y IS, �arala � ' � <�r ,'k Y� r -, i� t (r�� / ^ '� ..-- �V.,`�Y1�fl13 6fl � ,<,l�. fl STT 1.�'1,�.4,.. yL� ,s i1• a;4Ve. 12r rrr,.rt'cv'r ' 21�=�3Ell by-6 66009 S1UG0 }J. - f,->Nowa'd; :� f .3a ap;,i, a L � 234;'-Z1c.-00� =? 1_�?0 `�? c70 FO? T ���1C r �� '� � ` 2];3=1 o=fl13 7 ., 0 = �llio0 SIG�O; 1�to, 're " '�SLJ0, Don-s , �ry T S M wri m ��" 2I= -00=019,,..9 11002 - o �t,0e� , �rnzs' �. 3Go� Iesn ^�. 2l� `-071 "fll� :' 1.400 31j=00 -:11 T u0T:"` A`ab, s, bn 8.4, a ". 14 e r ., 5 F rw f.�Lrda a'"a 2 �;-5c0 _.003=1 .`: 1 fl0� y'1 I Oi3 'r 2.`-'R;- ; lWdhb e� �`�"J ;¢ ` ' r :+ tT -i r* t� � . h s ✓', a t 20°=051 ``015 :7 83fl0?1 ' S1 J0 Wiz. �' � on .�' ;� � �z e; � :��, :.oY"=?(0 005 .o :o aoo 1�; .- ,-K. :;0?==0,51 ;;013 3 :P509a 11.30 °.JI.�SO;r, �Io 11 .s �r tz3:?� r, � A" , IrlJ:.14� :`030-7 .1 019 1T' 0 , .j"�� �; Teoao�o A. iael' rt I�10=2�0 009 11 1I01?. ?Y.�O '.sir J :; rnb 'cry� gU�a-� , i� r T ^ ' l'T O0 - S�'}` vSr''`.t' 'fid r+lea"°``�Jbi 3'13 xS ";:,4+r"r.. Irl . fl�� Jct ' o 0?cr . �, _. x $ks , 7 J, #V��x ' fl�fl �i ��flfl �iz.�'i� '.i.lF3'OTl a Ce rl�'2 Fis �` r 1_l�-002 02 _ yE, r� T _:r }2Ofl fl tJ Q�. a'"C �i' �ic�ur.�.. �` }`#>rn T A '� H,' �a 5000 ,:. ,l =3 03000 r,{, 500-'roo J0!� ..i 0,3fl00 S 00 's_z n sa viz tiS Sn�x�MEN N 9 5�3--251 '001=7 03000 ;', 1� 0 COLu, 0^-'gl ss' � =►o21t? ';41`MM,5," iq [ a SoK=�� flo9 2 03000lo s�. 2tQU $ei4 r sa ry t r x s 5fln-160 022 0 03001 1�e0 ' ri�t x�': ', �, "`� i ti ���r_�P �; xr ,� „, tot v'a S �' t �r"� i'L"'^9--p �� T15 r x rr T 12e2'c3 T' CQ ent �� Ga 2 Lr+�3�' c'ia ^as ��d/ � c�-�reciQ»s �" j .o .:� ..A� 7 �, ytrT'M`d1'F V ,�41Q "s g+/ 4 ..iY.,*,. { jr.., {,. ✓ r n �. i ,. „ r.r F, v s a� x r o. a,�i0sszs vs � s�assor JO Clft,u�j .,Qanyb�Couns 1 4 4 ss r"r,.t ",1 ct"" r,� .Y x a i` a Y ` - .'" ' 's. .. Y y s u r 4 r y. 3.fi �t'`ra L'flU�r t�iJ r $S�o$rJ3' ?O.Jp32'S� L.v f t,, } F � fie t}.t 4.7r ,. - r .ss tam JL'..,y ;5' 7 �� '�' _,. y k s �" ,r 3,sg, t N OU 18 197 - � ;, t � Ad®pted byihe Board on ------= . " " ' � �1 fie _ s x <t Yi p i a" f 2 + S �}, ? } ✓ @ i f�C -, Y *t „y, 4 M'fa4F,1'i 1 t�fr shi r .. _ - :: - r Y f c Ca F Z y 4 - - .. .. r ,. ,- n. - ,i .,.:.:. . T f . ..:, 1 } } K .i - 2 l,�? 2 -}t '� J ,;y4" r{ A P a. 34`� n �Y�"� �' RESOLUTION NO ?5/911 xre � O �"` T£ -'$ ayl k ty f1 fl -�yf 1 "t" 3 e ;f r a • z.. a ,, a ry `F 1 4?r +r - x ...+..,y ...+ye. v `%` a...^r'ss`x* .w.+ �✓R' 'e 4,�....M y sem.. .y y-* - 0005 J i . .. 5 '• - ti!•t 0F C "I'M C:�ST_ CCs?'_:TY, .S'' T.�r 7.:'' C�sY�sr, er : r t _ : _a the I�:attar o`_' Chanes of the ,saess::ent Roll } 3...-. of Contra Costa County th. Co:xity rssassor havi:l filsd; :pita this".Bbard, requests for corractior_ of erroneous assess�33'G3, sat^ reaue'st3•- hat inn been conssnted to by County Co' unsal; l0::, MER .:E, M 1T ?-3 DLV-D that the -CoUnt;Y- -uni t. 3 , authorized to ca=req;; file follo::ir_r assessments For the y'iscal l'aar 1975-76 -It has baen ascertained ;* the assessor .that. -taer'e'. has - bseiL a clerical ,3_ror of t o ass3saaaa in :Lm"ormaticn iu_rnishad t7aP. asss3sor whica, caused t 3 ass8330Z' to meant r .the ass-easL'ant Wt as hi"�hor valuation- than 17se would ..ave antored on the roll had Such application.' jean . correctly filed. Purscazzit to Section 4-331.5 of' the -Ravanue sed Taxation' Code, tho follx-rin� co:arec-t.ons ahauld ba ent3red On. the roll. haa. b;;3n 13tar ina;: twat these pr opertias would hwre gaali.f iod-for' an . ers:-lptio:l pursuant to Articla XIII, Section 1 ;, of the Constitution; therefore, ninety percent (90,) of ':any tax or -janalty orinterest " . shoo-1: be canceled ou*asuant to Sac tion 270(0) (1) .of ttls :avenue and Taxation Cov8; t;:iC, rU="thar, Pursuant to :.action, 270(b) 0_ the Revanue and Ta:_atior Cod., any tan o'ramity or _ntcrest.- t:lcr:or_ axceedin tiro z�zl_ad an-4 -"4 dollsrs �O?50) in total ::aount shall 'be canceled 01-7 r 3f 1_uia_d: Parcel Hlurfbar Tax 'Rate area Allau 35383368 095-013L-017-3 79031 , 21202r CO :�='LTPiITY 3-MEM32.1 MEjRcz�. 15+0-150-03 r-0 12009 449,050 ; UTMRI A - C_-HURC'R ' 14111-192-023-3 05021-r $35P300 C_ TC:'_ W. G•0T - c/o VISTA G'i i`i'*� .G 3^,H 513-152-015-:, 08001 t 4,725 y0L3c t3_2CWRC 0? (sem. —1l;.0-Q04-3 03001 1�s5'5 Z�L`T- OLIV=, L7'.R=? ': -�m'RCF 53i-043-0`02-1 08 „L :3—M 001 00 Bi1si3 iY 3M:�AY B.AMP GE consent to the abora chant es and/=3_ corracticn3: _i• :. a..:i+.�._ ...iyj.����:t r.SS33$Or eT7d.Lti :.. C:i:�:. +, L'Ow1ty �Ounzel i ;or :Ju�;j ia{ C.-�llwctor Nov 18 1975. Adopted by the Board on. .:.......:... RESOLUTION NO. 75/912 . 0007:. _. _ [ r§ v r Y y S�� Tt n Iii s . rt r + c tr o , Co lira Cost ow �y :; �LiT 75 W53 = JzT iu0t.� /913 p '4; t{i f r ` { t S i =I`r y-� 'R C 3'(l:a ry 'i Q +'+ '�• 7� 1 .- 2' i "r .r + CiOU.T''v�I �JSeS O ,i2aV �l� 1 ed 'rJlts2ti t.Ca=S� 1'$l�Ite�t&` i'JI''`.L`Jir�Ct121 0�' e""Gri'JLIS �SSBSS',`1�'aio�t S ZG� I'='QLl�.^� SQ35'1�1oJ tJt`3v11 (ioflva'11.9d lsit� ►)j CoL1T]Ly Oou �E 0 STt t � :-�ty Yud�to �{s� ,au, hoziz d t.7 Correct lral ��Ol�l7.\�a"Z'� C.$st'igg' eft${ a s rar r yr ray i r or ,s,cl�' y lsca? veari 19757s it :'gas foe��; a,sc "t�. n� . `i'ram;tae °a ssess�►eftollnd �ro, , �S`Se33o?'i3 .Q 'SCC ' C2.zt tvau 2nencleCt - Co�L' ~ect�on Ytro3?', zbs ro11oLJ_n nef�cts rri aescr�{ Izona»dlor �omfw -er^cry E of tt�e -�scs;fir on Ana `raiL1 shcul¢{"op £corgi ctr' as t.�taa be?ot�r �''a�Lner 'an acco`rdan ec�i�en��9$5*(�)��o� r�e�7jruz3aaa cZon j�ode ar,yncollec��d c�'1quent ptaa �yr, �o i eCv tJt1021len...lt� 2terst oz' reeasJt1J?� ��£3, j1ar�.�i3OI'OY'G'x �. ";Oi' Sr'OL11Cl �L Cf3n�'P.L�L� 531-tT�c�..'3 k� ter attacrad 1',.-)os �1le tC C`J �lr moi? rand ',?"JCS? .LtrGS 1?�Z�.l t@M�0 10xt.0 do quency '.lt'SZ S sQitln� '4tQt',L_ �aJritl�ilt.. O t�2��<Gc71 ieCtv;:► Qn �a.�lZttDtikt i*"CtlIl,i. StiTc�.S` s'1.�tie ,t2i 2 � G'.,•+ S r0 ' L�7v �$te "t.t.2C ,CO s. iI012 !! 2 FnL F } be $uomZ V�,��'� I pi C.3tti � 1 Y^�ij�~.,"Y II(-.•1'�'�")�i`4��Z74F�,..t Oaz V��if"w`^E ►�"'4 005 'o j .o� _ •1..nJeV iJ lt� .:3MSr �L r+ J J 1 �•J 'n"S`� ` 0�3J_'�� -(?0 � 7.♦. 3 � .`T �����11�Tz ` `�f c:�26L �.uzu0' �`" �`���� i 1 r31. tJOb 0203" l _ r X00-00� 37 .3 r� =1''3 .�0U 7 �Jj{3�J1 ' 7 i. 0 �-t � t, ,.Tz �-,a ► ,,:ri., 170 L3� c3 ,wo3 7:�0 � x � 1.'".l♦ �_Ir�.R �:� �1 S J 7 S 1.44ri t! -Ll J�n.) 3 r F > t y L RESOLUTION; NO 75/9,13 . a f} X Y~ hr-t� u F.v S z ii �i v y 4 Y 97 7 ! 'h °€ 3 tt y i ri� r s" "' s ' y v ! fir �" �- 5 4 b ,� P .] d-r .t„ i � 1 Y x k ' 1 . A1�1 Sf T : . '. } ? r^`-i _number Tam o" Area b11ot� rssEs' a a_ _ �hr2r..�17� "031- � i `, A3 37 - 1?�0 I'll3i�� Tx�L71 f'�r 1 0• I. T '.lIo-L22'-,007 ,1 ,0I - "$17�.V :t sJ..:l�, Fv»n A f `Y �'�,,e,, Q % 7r t 573=��� ",013- 03J1j170 C ^'; �n�3n,o r C-E3Z1T11da ? -� :. rps �' i �. o ,: ora r , ��r 1. �011o�1_n� ::SSr.ou� a .7 B Z'O:F£'OLi3 y noL �1 @ C ,-.P,. OlnL '61, -_.r0�'."3s 1S . t,UP, `,`ao.,cS'So ' .:i' "�IOt:^vrJ12ilil_QI-'' '40 �$C%10� 2��;►3 'J c.� 4�p � '11, . ev es a�~zc? a sats on ods t?z�; exew�ulons sl�oui3 be �1Lo�re� s 'd1'r" I 1, y J 'p.?�'ceL ,21,un�oer ��� a'ta yrea� 11°0.' r:s`se'`sseo. 073-?00-€?21 :0 7911 n" X1750 �'+�v, trona, a c. J^zn: r ; 190-?,51-.O17-2 6c5 3r7 ,a17�,.0 ��iT�c� �, ego e zI � '''2v `0� '353-=:001-0 .6: 009 �175U O�i�S3� eba�ies' �, J zCe�� �'? ry` -� 7 rT tf z 21 X31-0�� _' ao097 ,'1 "0 , 11I� . ++, CslY i' ? r , ..1� €� �� , . .. + ; k „ j R i T "' '�i ''i r 'moi 1,44i i"1 p r ...1 �. ' - pr T' h i r ':� P�"% F- - .� ° +. tom., olL-Lot,i � ssse.�..e.,� .ha�a3e �, oua �o b�� z =oo for ''�'.�le' rQgvaeo r,ni I' S .o.A''i2D 1.7:2 '1�2''3GGOI'�a?1CL tt, tti! `eCti 'r 1Db'_Di tsh3 ' C3YCrud � , �and:'.Taxatson=;Code;:. "�:t`� .;az eas �s ��rs �flle. n ;t�rized skate ents �tou"� � 11 u^4 y,r'1`p c. t e t ';t-:�1pY .'i1^I T:.1,� ,nom aoa". 3 ?'� Ld�z ar�.g ny3t'±r f'`an C1,& hi;" itt�p a �Ass�assor.: ':�orGora; t�E.!e�ealozs snout ao .allotiea as zozlo��s' :-- � fi ;� w 7. T � 1. t� -'^ r pn .� f _.x2'Ct3Z c�''"i..$i'.. T3r�{ _ ..4.. ==I'ya ml­ 11 _��Zoic _S3..a�►"uC:., n 1 9 .'�;c�G `'O�f Ir)e • ? 1 ' 'ziti .t=�� max': Lr t C: .1 e . L. .�-..`� is: t ia �' 7:=i [� ::! .� ,.1. -010,--7 tI,UDOZ.. , yl7�o `�tl at"�^a :11111 S.�i 'S.4 r t, „ k :.5}0= 2Q-0�� 7 03 _1 17�fl ��ySO �, -S�dn*a, .�c. .aina�>T.;�F F R f M u.`�,.?Pi'7,f '.con ,6- v .t.0 ` uhL a'x..JlTae '.q ` �`'' C ic,"2� �'1G�a'' Cori a6 u, 6Lns , t "oll , -1 al� '& ­'��"r""�' �- � j , , I I ': ',",,""Z-� "I.I­t- '�".i��'- ': , . ." i' tui .7�' - $slst at .i��a 'S�� j'j,. ? 3 t;L.a�TJ�''2, '_1..u.7t2x:t,� r0.�'23@?' t�I1a--� 7=' l t -C'D—1.t7.: 'kSSaSSot (:20^ �:�S): :v � ' r J. Mt�� _� d ' r'.t'..'C rJ� GtOx' r i�" sr w, „ .. Adopted by the Board on 1 , v t- "� } r t I 11 :. - _11 - - Y ,7 s y. , , r y " ': �.: N ,. _ - ,,•„ T. s' :o �� a x .soLUTzov fro - 75/913 + �:'� s s ;a I m ' .. --" 409 . ; a .h 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. 75/914 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. A re-audit of Smarios Corporation discloses that incorrect purchase figures were used to enter escaped assessments on the roll. Using correct purchase figures establishes the fact that original assessments were correct; therefore, the following assessments should be corrected to zero value: Original Corrected Class of Assessed Assessed Code-Assmt.# Propert Value Value ersona Prop. -u- 07006-8003 -07006-8003 Personal Prop. 3,290 -0- 07006-8004 Personal Prop. 1,580 -0- 07006-8005 Personal Prop. 1,540 -0- Code 09000 - Assessment No. 2.4--O,IEloyd D. Fisher, M.D. , is erroneously assessed for Personal Property with assessed valuation of $350 plus 10% penalty for failure to file timely. Deputy misunderstood information on field sheet and made an estimated assessment which should not have been entered on the roll; therefore, this assessment should be corrected to zero value, no penalty. R. 0. SEATON, Assistant Assessor t 11/5/75 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 75/914 Page I of' .2 p 00060 An audit discloses the following change should be made on the unsecured assessment roll: Fidelity Savings & Loan Assn. Code 09000 - Assessment No. 3223 Original Corrected Amount Class of Assessed Assessed of Property Value ' Value . Chanae Improvements '$I6,7ZU $10,950 45,716 Pers Prop 10,380 10,380 -0- Net Change $S,770 Subsequent filing of property statement by assessee shows that original estimated assessment by assessor was in error. Deputy included items which should not have been assessed; therefore, the following changes should be made on the roll in the name of John B. ' Mass, Jr. : Original Corrected Assessed Assessed Code-Assmt.# Class of Property Value Value ' For the Fiscal Year 1975-76: 72014-2002 Personal Property $5,500 $ 155 Bus Inv Exemp -1,375 -0- Penalty + 413 +413 For the Fiscal Year 1974-75: 72014-2002 Personal Property 5,000 30 Bus Inv Exemp -1,250 -0- Penalty + - 37S +37S For the Fiscal Year 1973-74: 72014-2002 Personal Property 1,750 13S Penalty + 375 +375 For the Fiscal Year 1972-73: 72014-2002 Personal Property 3,080 25 Bus Inv Exemp - 75 -0- Penalty + 301 +301 I hereby consent to the above changes and/or corrections : R. 0. S ATON, Asst. Assessor JOHN B. CLAUSEN, County Counsel NOV 181975 By Adopted by the Board on__.__._..__.._......_..__...... Deputy RESOLUTION NO. 75/914 Page 2 of 2 00UU1 .n IN TRE BOARD OF SUPERVISORS OF t CONTRA. COSTA COUNTY, STATE OF CALIFORNIA in the Matter of Cancellation of ) Delinquent Penalties on 1975-76 ) RESOLUTION N0. 75/g15 Unsecured Assessment Roll. ) The County Tax Collector having filed with this Board, a request for ` cancellation of the delinquent penalties heretofore or hereafter attached on Bill No. 2002/9009 on the 1975-76 Unsecured Assessment Roll; and WHEREAS, the County Tax Collector has established by satisfactory proof that remittance to cover payment of taxes due on 2002/9009 was deposited in the United States mail prior to the delinquent date, but was not received until after the delinquent date, which resulted in delinquent penalties being charged thereto; and WHEREAS, pursuant to Sections 2512 and 4986 (1) (b) of the Revenue and Taxation Code, the County Tax Collector now requests cancellation of the delinquent penalties accrued after the remittance was mailed; NOW, SORE, BE IT BY THE BOARD RESOLVED that pursuant to the aforesaid Sections of the Revenue and Taxation Code, the penalties heretofore or hereafter attached are HEREBY ORDERED CANCELED. EDWARD W. LEAL I hereby consent to the above cancellation. COUNTY TREASURER--TAX COLLECTOR JOHN B. CLAUSELV COUNTY COUNSEL By 6"ligIn.;z Deputy Tax Collector By , Deputy 00 cc: Tax Collector N 0 V 18 1975 Auditor Adopted by the Board on.................................. RESOLUTION NO. 75/915 00062. 1 i BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFOR\IA RE: In the Matter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION h0. 75/916 Roll of Property Acquired by Public ) Agencies. ) (Rev. & Tax C. 54936(b) and 2921.5) Auditor's demo: Pursuant to Revenue and Taxation Code 4936(b) and 2921.5, I recommend cancellation of a portion of the following tax liens and the transfer to the unsecured roll of the remainder of taxes verified and taxes prorated accordingly. I Consent If. DONALD FUNS:, County Auditor-Controller JOIIr` B CLr1 tSEN, 'County Counsel By: eputy By: Deputy The Contra Costa County Board of Supervisors RESOLVES THAT: Pursuant to the above authority and recor..mendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 19 75 - 76 unsecured roll. Tax Date of -Transfer Remaining Rate Parcel Acquiring Allocation Amount taxes to be. Area Number Ac;cncy of taxes to unsecured Cancelled 1001 065-0110-010-4 CITY OF AIITIOCH 7-1-75 to S 2.97 S 13.77 (oor) 9-4-75 2002 110-120-033-3 STATE OF CALIFORNIA 7-1-75 to h2.00 1,893.14 (all) 10-3-75 8001 550-181-011.-2 STATE OF CALIFORNIA 7-1-75 to 2.62 93.12 (all) 7-11-75 8nol 550-181-012-0 STATE OF CALIFORITIA 7-1-75 to 38.01 1,349-69 (x.11) 7-11-75 8011 $38-152-013-8 RICH01,10 REDEVELOPIrNT 7-1-75 to 387.93 913.2$ (all) 10-6-75 66002 202-020-013-1 CONTRA COSTA COUNTY 7-1-75 to 7.69 39.95 (nor) 8-29-75 66035 202-020-015-6 CONTRA COSTA COUIITY 7-1-75 to 1.70 9.62 66 03s �A (poi) 8-2$-75 -664496- 202-020-016-11 CONTRA COSTA COUNTY 7-1-75 to 1.70 9.62 (oor) 8-25-75 PASSED AND ADOPTED ON NOV 18 1915 County Auditor 1 by unanimous vote of the Co:anty Tax Collector 3 Supervisors present (Secured) (Redemption) (Unsecured) RESOLU'rm `:0. 75/916 000163 BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFORNIA RE: In the ,,fatter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION NO. 75/917 Roll of Property Acquired by Public ) Agencies. ) (Rev. $ Tax C. S4936(b) and 2921.5) Auditor's Memo: Pursuant to Revenue and Taxation Code 4936(b) and 2921.S, I recommend cancellation of a portion of the following tax liens and the transfer to the unsecured roll of the remainder of taxes verified and taxes prorated accordingly. I Consent H. DONALD FUNK, County Auditor-Controller JOAN L EN", Co my Counsel By: , A ,,�, 32& Deputy By: Deputy The Contra Costa County Board of Supervisors RESOLVES THAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 1975 - 76 unsecured roll. Tax Date of Transfer Remaining Rate Parcel Acquiring Allocation Amount taxes to be. Area Number Agency of taxes to unsecured Cancelled 12010 150-150-071-2 CITY OF PL>;?SANT HILL 7-1-74 to a 19.00 253.40 (all) 5-23-75 12009 150-170-053-6 CITY OF PLEASANT HILL 7-1-74 to 22.00 485.36 (all) 5-28-75 9ni3 187-280-006-3 CONTRA COSTA COUNTY 7-1-74 to 63.00 928.12 (all) 6-18-75 8088 561-181-019-2 RICMMODID P—EDS:ELOPM-FNT 7-1-74 to 9.76 67-.57- (por) 6-25-75 1 s8 PASSED AND ADOPTED ON NOV 18 1975 County Auditor 1 by unanimous vote of the County Tax Collector 3 Supervisors present (Secured) (Redemption) (Unsecured) I:L•SOLUTION NO, 75/917 00064 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the ;latter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION NO. 75/918 by ?ublic Agencies ) IIHEREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year . of Various FOR YEAR 1975-76 FOR YEAR 1974-75 U.S. SMALL AUSP. F-SS ADMIN. CITY of WALtIUT CREEK 540-350-007-6 8001 All 175-220-009-5 9000 Por CITY OF CONCORD VALLEY C=IUNITY SERVICES 13�-272-014-1 2002 All 212-010-015-7 66092 Por 133-150-014-8 2002 Por CITY OF ANTIOCH CONTRA COSTA COUNTY 071-021-008-9 1002 Por 192-112-026-9 6606i Por CITY OF CONCORD 202-020-014-9 66035 Por 133-150-olh-8 2002 Por CITY OF ::PLt1iJT CREEK FOR YEAR 1973-74 175-220-009-5 9000 ?or CITY OF ANTIOCH VALLEY COi,'a%tUtIITY SERVICES 071-021-008-9 1002 For 212-010-023-1 66072 Por CITY OF CONCORD CITY 0= MITIOCH 133-150-014-8 2002 Por 071-021-008-9 1002 Por H. DONALD rUPIK, County Auditor-Controller BY: iCt. /li NOV 18 1975 Adopted by the Board on..-.-_-�_. -. -_ (Tax Cancel Order) - (I&T S4986(b) ) County Auditor 1 County Tax Collector 2 Modem'Ption) (Secured) RESOLUTION NO. 75/918 00065 IN THE BOARD OF SUPERVISORS OF ,CONTRA COSTA'COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Tax Liens on Property'Acquired ) RESOLUTION N0. 75/919 by Public Agencies ) 1EREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of Various FOR YFAR 1974-75 FOR YEAR 1973-74 CITY OF ANTIOCK CITY OF CONCORD 071-302-008-9 1002 ?or 113-234-001-7 2002 Por 071-302-016-2 1002 ?or 120-081-0h5-3 2002 Por 071-302-017-0 1002 ?or STATE Or CALIFORNIA CITY OF PITTSBURG 110-120-030-3 2002 Por 9-7013-135-0 7013 Por @ - 04 CITY OF CONCORD 11 901 -7 Q� o 118-040-027-5 2017 Por STATE. OF CALIPORNIA 110-120-033-3 2002 all 159-090-022-9 79111 Por .H. DONALD FUNK, County Auditor-Controller By: /� NOV 18 1975 AdontPd b%,th^Board on...................................., (Tax Cancel Order) (R&T S4986(b) ) County Auditor 1 County Tax Collector 2 (Redemption) (Secured) 00065 RESOLUTION NO. 75/919 n BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS THE GOVERNING BODY OF THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT Re: The proposed formation ) of a special fire protection ) RESOLUTION NO. 75/ 920 zone within the district to ) pay for water and related ) (Health & Safety Code costs which are of sole benefit ) §§13991 et seq. ) to the territory in the zone. ) RESOLUTION INITIATING PROCEEDINGS FOR THE CREATION OF A SPECIAL FIRE PROTECTION ZONE IN THE DISTRICT The Board of Supervisors of Contra Costa County as the- Board of Directors of the Contra Costa County Fire Protection District RESOLVES THAT: This Board hereby proposes the formation of a special fire protection zone in the Contra Costa County Fire Protection District for the purpose of raising tax revenue for the payment of water, related costs and specific charges which are of sole benefit to the territory in the zone. The boundaries of the territory to be included in the special fire protection zone are as described in Exhibit "A=`, attached hereto and incorporated herein by this reference. Public necessity demands the creation of the zone to provide for an equitable distribution of the Contra Costa County :dater District fire protection water service charges to the fire district which are of sole benefit to the territory of said zone. At 10 : 33 a.m. on Tuesday; December 23 , 1975, in the chambers of the Board of Supervisors, in the Administration Building, Martinez, California 94553, this Board will conduct a public hearing on the proposed formation of the special fire protection zone. Any person interested, at or before the meeting, may file with the Board a written objection to the creation of the zone or to the inclusion of his property in the zone. At the hearing, the Board shall hear and determine all protests and objections . At the conclusion of the hearing the Board shall decide and determine whether the zone shall be formed with the boundaries as described in this resolution, except that it may revise the proposed boundaries by reducing the size of the zone. The Clerk of this Board is hereby DIRECTED to publish the text of this resolution once a week for three successive weeks prior to the date set for hearing in the " CONTRA CnSTA TTICES ", a newspaper of general circulation published in the County and circulated in the territory wherein the proposed formation is situated. PASSED or. :4ovember 18 1975, unanimously by Supervisors present . RAB:me cc: Contra Costa County Fire Protection District Contra Costa County Water District County Assessor County Administrator County Counsel RESOLUTION NO. 75/920 00067 Description By EM IT "A" Zone 1 of the Contra Costa County Fire Protection District Being Sections 10 and 14 and a portion of Sections 2, 11, 13, 15, 16 and 24, Township 1 North, Range 1 West, Mount Diablo Base and Meridian and a portion of Rancho Monte Del Diablo, Rancho Arroyo De Las Nueces Y Bolbones and Rancho Las Juntas, described as followss Beginning at a point on the southern boundary of Contra Costa County Water District Improvement District No. 1 and the southern boundary of the Contra Costa County k1re Protection District, said point being the Southquarter corner of said Section 24; thence, leaving said Districts boundaries, North 0028.44" East, along the Fast line of the Southwest quarter of said Section 24, 2647.08 feet to the northeastern corner of said Southwest quarter; thence North 88057111" West, along the North line of said Southwest quarter of said Section 24, 699.6 feet; thence North 28057911" West, leaving said North line, 542.52 feet; thence North 17041'11" West, 425.7 feet; thence North 8910 West, 1537.8 feet to the Fast line of the Northeast quarter of Section 23, Township 1 North, Range 1 West, Mount Diablo Base and Meridian; thence North 0015' East, along said East line of the Northeast quarter of Section 23, 1781 feet to the northeastern corner of said Section 23; thence Westerly, along the North line of said Section 23, 2640 feet, more or less, to the North quarter corner of said Section 23, said point also being an angle point on the southern boundary of the Contra Costa County Water Dis— trict Improvement District No. 1; thence Westerly, Northerly and Westerly, along the southern boundary of said Improvement District 7920 feet, more or less, to the center of said Section ls; said point also being on the eastern line of the parcel of land described as &chibit "A" in Resolution 7362 passed by the Board of Supervisors of Contra Costa County on January 23, 1973, and recorded February 20, 00068 - 2 1973, in Book 6867, of Official Records, page 184; thence along the eastern, northern and western lines of said Exhibit"A" of Resolution ?3/62 (6867 O.R.184) as followss North 0003150" Fast, 310 feet, more or less; West, 3800 feet, more or less, to the most southeastern corner of the parcel of land described in the 'deed to the State of California, recorded August 12, 1969, in Book 5939, of Official Re- cords, page 57; West, along the southern boundary of said State of California parcel (5939 O.R. 57), 950 feet, more or less, to the southern line of the "George H. Cardinet, Jr. Annexation" to the City of Concord by Ordinance No. 303; leaving said State of California parcel (5939 O.R. 57) continuing on said "George H. _Cardinet Jr. Annexation" southern line, South 45030'00" West, 1300 feet, more or less; North 4030100" West, 224.30 feet; North 44030'00" West, 510 feet, more or less, to a point on the western line of said State of California parcel (5939 O.R. 57); continuing along the western line of said State of California parcel (5939 O.R. 571 West, 410 feet, more or less; North 45008.06" West, 1014.83 feet, more or less; North 2013'00" Fast, ?56 feet, more or less; West, 1210 feet, more or less; Northwesterly, 630 feet. more or less; West, 700 feet, more or less; South, 300 feet, more or less, to a point on the common boundary of Rancho San Higuel and Rancho Monte Del Diablo; South- easterly, along said common boundary, 2450 feet, more or less, to a point lying 1200 feet Southeasterly of the southern corner of said Rancho Monte Del Diablo, said point also being on the eastern line of the "Ygnacio Valley Annexation No. 19" to the City of Walnut Creek, Ordinance No. 878; continuing along the eastern line of said "Ignacio Valley Annexation No. 19". Southwesterly, at right angles to the last line, 800 feet; Southeasterly, 1200 feet and Southerly, 2930 feet, more or less, to the southeastern corner of said "Ignacio Valley An- nexation No. 1911, said point being on the southern boundary of the Contra Costa County Water District and Contra Costa County Water Dis- trict Improvement District No. 1; thence South 75045' West, along 00069 - 3 - said common boundary, 4207.06 feet; thence leaving said Improvement District boundary, South 22015' East, along said Contra Costa County Water District boundary, 646 feet to an angle point in said Contra Costa County Water District Improvement District No. 1 boundary; thence, leaving said Contra Costa County Water District boundary, Westerly and Southerly, along said Improvement District boundary, 4060 feet, more or less, to the center of North Gate Road; thence Easterly, along the center of North Gate Road, 820 feet, more or less, to the northeastern corner of Tract 4127, filed November 23, 1971, in Map Book 142, at page 1, said point also being. an angle point in the southern boundary of the Contra Costa County Water District Improvement District No. 1, thence Southerly, along the eastern line of said Tract 4127 and the southern boundary of said Improvement District, 2278.84 feet to the southeastern corner of said Tract 4127; thence South 5°03'30" East, leaving said Improve- went District boundary, 956.25 feet; thence South 4058' East, 46.40 feet to the eastern boundary of the Castle Rock County Water District; thence in a general Southerly, Southwesterly, Northerly and Westerly direction, along the eastern, southern and western boundaries of said Castle Rock County Water District, 15,210 feet, more or less, to the most western corner of said District; thence North 77*30' West, leaving said western boundary of Castle Rock County Water District, 770 feet to the southeastern corner of Tract 4126, filed September 20, 1971, in 2-lap Book 140, at page 24, said point also being an angle point in the northern boundary of the Fast Bay Municipal Utility District; thence in a general Northwesterly direction, along the northern boundary of the East Bay Municipal Utility District, 11.1 miles, more or less, to an angle point in said northern boundary of East Bay Municipal Utility District, said point being the northwestern corner of the parcel of land described in the deed to Rex C. Valpreda, st al, recorded June 20, 1966, in Book 5144, of Official Records, page 174, said point also being on the western boundary of the Contra Costa Water District Improvement District No. 1; thence in a general 00070 i - 4 - Northerly and Easterly direction, along the western and northern boundaries of said Improvement District, 16.0 miles, more or less, to the western line of the parcel of land described in the deed to Memory Gardens of Contra Costa Inc., recorded September 23, 1952• in Book 1995, of Official Records, page 593; thence, leaving said Improvement District boundary, North 100301 West, along the western line of said Memory Gardens parcel (1995 O.R. 593), 2184 feet, more or less, to the southern right-of-way line of Bates Avenue; thence North 79030' East, along said southern right-of-way of Bates Avenue, 2015 feet, more or less, to the eastern line of the parcel of land described in the deed to Fast Bay Municipal Utility District, re.. corded December 27, 1925, in Book 17, of Official Records, page 417; thence North 9026,10" East, along said eastern line of the East Bay Municipal Utility District parcel (17 O.R. 417), 2430 feet, more or less, to the northern line of Lot 17, Government Ranch, filed'November 8, 1884, in Map Book D. at page 87; thence North 790309 East, 793.57 feet; thence North 21'100 West, 894.51 feet; thence North 79030' East, 965 feet, more or less, to the western right-of-way line of Port Chicago Highway, said point also being on the western boundary of the Contra Costa County Water District Improvement District No. 1; thence Northerly, along said western right-of,-way line of Port Chicago Highway and the western boundary of said Improvement District, 3150 feet, more or less, to the southwester extension of the northern line of the parcel of land described in the deed to the United States of America, recorded August 7, 1969, in Book 5936, of Official Records, page 335; thence, leaving said Improvement District boundary, North 62°23' &st, along said extension and the northern line of said United States of America parcel (5936 O.R. 335), 995 feet, more or less, to the western line of the Contra Costa Canal; thence in a general Southerly direction, 00071 - 5 - along said western line of the Contra Costa Canal, 4325 feet, more or less, to its intersection with the northern boundary of the City of Concord; thence Southwesterly and Northwesterly, along said City boundary, 660 feet, more or less, to its intersection with the eastern boundary of the Contra Costa County Water District Improve- ment District No. 1; thence in a general Southeasterly, Southwesterly and Northwesterly direction, along the eastern and southern boundaries of said Improvement District, 2010 feet, more or less, to the eastern right-of-way line of Port Chicago Highway; thence, leaving said Im- provement District boundary, Southerly, along said eastern right-of- way line of Port Chicago Highway, 4650 feet, more or less, to the southern right-of-way line of Arnold Industrial Highway, said point being on the northern boundary of the Contra Costa County Water Dis- trict Improvement District No. 1; thence in a general Southeasterly direction, along the northern and eastern boundaries of said Improve- ment District, 9.9 miles, more or less, to its intersection with the eastern boundary of the Contra Costa County Fire Protection District; thence Southerly and Westerly, along the eastern and southern boundary of the Contra Costa County Fire Protection District, 7940 feet, more or less, to the point of beginning. Containing 35.63 square miles, more or less. 00072 BEFORE THE BOARD OF SUPERVISORS OF COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA In the Matter of the Proposed 0 RESOLUT1014 NO. 75/921 Abatement of the Property of ) ) John R. and Rosaline Lawrence ) WHEREAS it appears from the records of this Board that the Contra Costa County Building Inspector, acting in accordance with the Uniform Building Code 1973 Edition Sec. 2.03 and Uniform Housing Code 1967 Edition, Sec. H-1001 and 11-1002, and Title 25, Chapter I Subchapter I Sec. 1012 et seq. of the Cali- fornia Administrative Code, having determined that the building(s) and/or Improvement(s) located at 621 Loring Ave. , Crockett, Ca. and more particularly described as set in exhibit titled, ' Property Description," attached hereto, which is incorporated herein by reference, (is)(are) substandard and (is)(are) therefore a public nuisance; and said Building Inspector having posted said property with Notice of Substandard Buildina and having notified the owner(s) of said property that (it is)(they are) substandard in the manner provided by law as appears more particularly from the declaration of the Building Inspector on file herein; and WHEREAS the said building(s) and/or improvements) (has) (have) not been repaired or removes as required by said Notice of *Substandard Building(s) and/or improvement(s), and -� WHEREAS said Building Inspector thereafter posted said property with Notice to Abate Nuisance, which notice specified the time and place of the hearing before this Board for the owners of said property to show cause why the building(s) and/or improvement(s) thereon should not be condemned as a public nuisance, and the Buildinc; Inspector having notified the owners of said property of said hearing in the manner provided by law, as appears more particularly from the declaration of the Building Inspector on file herein; and W14EREAS the matter having come on for hearing by this Board on Tuesday, November 18, 1975 , at 10:35 A.14./RYK. as provided in the notice hereinabove mentioned; and WHEREAS the owner of said pr6perty having appeared and having rea additional time w correct deficiencies of th �a44_tr1 ing(s) and/or Improvement(s) and to abate the nuisance a Board having considered the matter and continue ing to Tuesday, at . WHEREAS the owner of said property having appeared and having re u d— addltiona i h to correct deficiencies of a4-d- t ing(s) and/or improvenrent(s) and to abate the nuts" nd the Board having considered the matter and co - earing to Tuesday, Abatement Resolution F: 1: No: 2-f�_2F7i Parcel No• 354-072-09 Page I of 4 00073 WHEREAS -the hoard having considered -the evidence presented by said Building Inspector and all other interested parties, the following appears and this Board now finds that said building(s) and/or improvement(s) (is)(are) sub- standard as defined in Sections H-IC01 and H-1002 of the Uniform Housing Code, 1967 Edition by reason of -the following deficiencies which are hereby found to exist: See Exhibit titled "Deficiencies" attached hereto which is Incorporated herein by reference. BE IT THEREFORE RESOLVED that said building(s) and/or improvement(s) (1s)(are) substandard and (is)(are) declared to be a public nuisance and the owners thereof are hereby ordered to abate said nuisance within 30 days after a copy of this resolution, together with notice thereof, has been posted to said property. BE IT FURTHER RESOLVED that it is the conclusion of the Board that said building(s) and/or improvement(s) cannot be reconstructed or repaired in a manner so as to comply with the provisions of Title 25 Chapter I Subchapter I of the California Administrative Code or the Uniform Housing Code, 1967 Edition as incorporated in the Contra Costa County Ordinance Code and therefore said building(s) and/or improvement(s) must be razed and removed. IT IS FURTHER ORDERED that if said nuisance is not abated within the time allowed, said nuisance will be abated by the Building Inspector of the county, and the expense thereof made a lien upon the land upon which said build- ing s) and/or improvement(s) (is)(are) located. PASSED AND ADOPTED ON November 18, 1975 by the following vote: AYES: Supervisors Moriarty, Kenny, Dias, Boggess and Linscheid NOES: None ABSENT: None R. W. Giese ACTING COUNTY BUILDING INSPECTOR By: R. J. Milgate tZ Deputy Building Inspector Abatement Resolutloii F I I e No:2-D-2621 Parcel No: 354-072-09 Page 2 of 4 000'74 1. I ,--l '-- , !,I I ." -,,' '." I . ' ' I � I I I� I " I "'�-' II .' .. .. z ,. PROPERTY DESCRIPTION Unincorporated The west 1/2 of Lot 7 in block "B" as designated on the map entitled, "Map of the Town,of Crockett, 1881," which map was filed in the office of the:Recorder;of the County of Contra Costa, State of California, on January 14,' 1884,;in Volume D of maps, at page 88. Otherwise known as 621 Loring Ave. , Crockett, Ca. k s rs x Y j File 3�0: 2-D-2621 Parcel No: 354-072-09 11 Page",3.=of11 ' : y; 000'7 w .'. v a « �k � z LIST OF DEFICIENCIES Due to damage by fir , the building is declared to be a Ah ubc`nuisance eas 'the Uniform Housing Code 1967 Edition, Sec. h-401 .Nuisance (b): defined by ` yo h A � 4 4 L 1 � r d x � a r� !, ✓, .,�3yi i , r Pz z s 3 '�*,. ' �, z, s s�, r X✓ fi e � ,� J � 1 d { f s T J y x, File No: 2-D-26Y1 Third Notice Parcel No: 354-072-09 Page 4 of 4 ' x F t 4 t �^ i t A r - k � �A K r Y le 1. 000'76 � d INT 4 -BOARD OF SUPERVISORS OF : CONTRA COSTA COUNTY, STATE OF CALIFORINIA In the Matter of Temporary ) = Suspension of "No Parking" ) RESOLUTION NO. 75/922 Regulation, Danville Area . The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to Ms . Elaine Fereira 's+November 11 , 1975 request on behalf of the San Ramon Valley CoTmunity Center'.s Christmas Fair; This Board hereby temporarily suspends the "no parking" regulation in force along that section of Love Lane west of South Hartz Avenue extending to the railroad tracks in the Danville area for the period from 8 a.m. on Saturday, November 22 through 10 p.m. on Sunday, november 23, 1975• The "no parking" traffic regulation which is temporarily suspended is Traffic Resolution No. 121 , and after such temporary suspension it shall otherwise remain in full force and effect . The County's Public Works Department is hereby directed, for the period of this temporary suspension, to cover all existing "no parking" signs along the section of Love Lane upon which parking will be temporarily allowed. PASSED on 111ovember 13, 1975 by unanimous vote of the Board cc : Ms. Elaine Fereira Public :Works Director County Counsel County Administrator R�SOTUTION 110. 75/922 i 00077 IDT TAE BOARD OF SUPERVISORS OF ' CONTRA COSTA COUNTY, - STATE OF CALIFORNIA. In the Matter of Completion ) RESOLUTION NO- 75/923 of irprovemsnts and declaring certain road(s ) as County ) road (s ) Subd�"ision 3842, ) -San Ramon Area. } WHEREAS the Public Works Director having notified this Board that construction of improvements have been completed in Subdivision 3842, San Ramon area, as provided in the agreement heretofore executed by this Board in conjunction with the filing of the subdivision map; NOW 2 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 . 3842, San Ramon area March 12, 1974 American Casualty Company of Reading, Pennsylvania, Bond No. 558-98-06(4) _ BE IT FIFttTHE_R RESOLVED that. the $500 cash deposit as sure- ' (Auditors s receipt 110.11486.0 date d---February 20, 1974 be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. d BE IT FURTHER RESOLVED that the hereinafter described road(s), as shorn and dedicated for public use on the map of Subdivision 3842 filed February '22, 1972 - in Book 143 of maps at page 41 , Official Records of Contra Costa County, State of California, (1sT— (are) accented and declared to be County Road(s) of Contra Costa County: Seville Place (32/50/0. 02) Cantas Place (32/50/0.02) Loreto Drive (32/50/0.29) 'Santa Rosa Avenue (32/50/0.16) Roma Place (32/50/0.09) Ensenada Drive (36/56/0.18) Granada Drive (32/50/0-18)- PASSED by the Board on November 18, 1975. cc: Recorder Subdivider Public Works Director RESOLUTIOis NIO. 75/923 0€ 078 irf d. . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the ) Storage Addition to Edgar } .RESOLUTION NO. 75/924 Childrens' Shelter, } Martinez, California. ) (Work Order 5255) ) ) WHEREAS Plans and Specifications for the storage addition to the Edgar Childrens' Shelter, Martinez, California have been filed with the Board this day by the Public Works Director; and - WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS this Board concurs with the County Planning Department that this project is categorically exempt from the provisions of the Environmental Quality Act of 1970 as a Class I. Paragraph E, County Environmental Impact Report Guidelines project; IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on December 16, 1975 at 11:00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the LAFAYETTE SUN . FURTHER, the Director of Planning shall prepare and file with the County Clerk a notice of determination concerning the approval of this project. PASSED by the Board on November 18, 1975. cc: Public Works Director County Auditor—Controller County Administrator i 3 F i 9 s RESOLUTION NO. 75/924 F 00079 i %room 1 1 if • Y .i Y aC''' EDGAR CHILDRENS' CENTER Contra Costa County • TABLE OF CONTENTS No. of Pages DIVISION A. Notice to Contractors (Advertisement) 2 DIVISION B. Instructions to Bidders 5 DIVISION C. Performance Bond - Not attached DIVISION D. Labor and Material Bond - Not attached DMSION E. Proposal (Bid Form) DIVISION F. Articles of Agreement (Contract) �+ DIVISION G. General Conditions 25 SPECIFICATIONS Pages DIVISION 1 - GENERAL REQUIRM NTS Section 1A - Project General Requirements 1A-1 thru. 1A-4 1B - Alternates 1B-1' . DIVISION 2 - SITE WORK Refer to Drawings DMSION 3 - CONCRETE Refer to Drawings DIVISION 4 - MASONRY None in this Contract DIVISION 5 - METALS None in this Contract DIVISION 6 - CARPENTRY Refer to Drawings -1- TABLE OF CONTENTS 00081 I EDGAR CHILDRENS' CENTER Contra Costa County Pis DIVISION 7 - MOISTURE CONTROL Refer to Drawings DIVISION 8 - DOORS, WINDOWS, AND GLASS None in this Contract DIVISION 9 - FINISHES Refer to Drawings DIVISION 10 - SPECIALTIES Refer to Drawings DIVISION 11 - EQUIPIMT None in this Contract DIVISION 12 - FURNISHINGS None in this Contract ® DIVISION 13 - SPECIAL CONSTRUCTION None in this Contract DMSION 14 - CONVEYING SYSTRAS None in this Contract DIVISION 15 - MECHANICAL Refer to Drawings DIVISION 16 - ELECTRICAL Refer to Drawings -2- TABLE OF CONPENTS 0082 DIVISION A. NOTICE TO CONTRACTOR (Advertisement) 1 Notice is hereby given by order- of the Board of Supervisors of j Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment transportation and services for ' Construction of Storage Addition to Edgar Childrens' Center at Glacier Drive, 'Martinez, Calif. The estimated construction contract cost (Base Bid) is $ 17,000. i Each bid is to be in accordance with the Drawings and Specifica- tions on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The drawings and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, 6th Floor, County Administration Building. Plans and Specifications may be purchased at the Public Works Department, 5th Floor, County Administration Building, upon payment of two dollars and 50/100 per set. (Includes 6 I/2% sales tax.) Each bid shall be made on a bid form to be obtained at the Public Works Department, 6th Floor, County Administration Building, and must be accompan- ied by a certified cashier's check or checks, or bid bond in the amount of ten per • cent ( 10%) of the base bid amount, made payable to the order of "The County- of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. 1//p� Df ' Bid proposals shall be submitted on or before Lin715 at 11:00 a.m. and will be opened in public at the time due in the Board of Supervisors' chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neaects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty per cent (50%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred per cent (100%) of, the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascer- tained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. -3- ' 00083 NOTICE TO CONTRACTORS (Continued) sThe said Board reserves the right to reject any and, all bids or any portion of any bid and/or waive any irregularity in any bid received.. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS. OF CONTRA COSTA COUNTY BY J. 3. Olsson County Clerk and Ex Officio Clerk of the Board of Supervisors, Contra Costa County, California BY Deputy ® Dated-. PUBLICATION DATES: Rev. 12/72 -4- 00084 DIVISION B. INSTRUCTION fiO BIDDERS: - The bidder shall carefully examine the instructions contained herein and satisfy himself aq to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor", page 3, is a guarantee that the Drawings and Specifications will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a neon-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF FLANS,' SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself ' as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, pians, and specifications of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpretation therefor. There is no guarantee or warranty, either express or replied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that uncooked for developments may not occur. Making such information avail- able to bidders is not to be construed in any way as a waiver of the provisions Rev. 12/72 -5- 0 I SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: (Con't.) of this article concerning the Contractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cautioned that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division G of these specifications. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between drawings and specifica- tions shall be governed by Section 15 of Division G of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlinea- tions, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. Rev. 12/72 -6- •00Q8'J SECTION 4, BIDDINS DOCUMENTS. (Con't.) (c) List of Proposed Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of h of 1 percent of his total bid, in accordance with Chapter 2, Division 5. Title 1, of the Government Code. See Section 1 of Division G of these specifications for definition of subcontractor. See Section 6 of Division G of these specifications for further reference to subcontractors. (d) Bidder's Security: All bids shall have enclosed cash, a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation authorized to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION S. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Super- visors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly Identified as a proposal for the work being bid upon and addressed as directed In the Notice to Contractors and the bid proposal. Failure to do so may result In a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral, telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. SECTION 7. PUBLIC OPENIN, OF PROPOSALS: Proposals will be publicly opened and read at the time and place Indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION S. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of .form, addi- tions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. if bid amount is changed after the amount is originally inserted, the change should be initialed. -7- . i 0008'7 SECTION IRREGULAR PROPOSAIS: (Con't.) The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following special pro- visions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited SECTION.U. EXECUTION OF CONTRACT: The contract (example follows Page 18 ) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. Rev. 12/72 -8- 00088 SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and _ certificates of insurance as provided herein within 10 days, not including' Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be dust cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County my award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be readvertised or may be constructed by day labor as provided by State law. -9- - 00689 (Bidder) DIVISION E. PROPOSAL (Bid Form) BIDS WLL BE RECEIVED UNTIL day of at 11:00 a.m. , in The Chambers of the Board of Sup v1sors, Room 107, Administration Building, Martinez, California, 9+553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, materials, transportation, and services for Construction of Storage Addition to Edgar Childrens' Center at Glacier Drive, Martinez, California in strict conformity with the Plans, Specifications, and other contract documents on file at the Clerk of the Board of Supervisors, . Room 103, Administration Building, Martinez, California for the following sums; namely: BASE BID: Shall include all the work for the construction and completion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ ) ALTERNATES: 1. ALTERNATE NO. 1: State the amount to be added to the Base Bid for the Add the sum of Dollars -14- 00090 (B) It is understood that this bid is based upon completion of the work within sixty (60) calendar days from and after the date of commencement.. (C) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County of Contra Costa in the amount of Twenty-five and no/100 Dollars ($ 25.00 ) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract docu- ments and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. -15- 00091 DIVISION E. PROPOSAL (Bid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from budding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. ❑ Cash ❑ Bidders Bond ❑Cashiers Check ❑Certified Check (I) The following addenda are hereby acknowledged as being included in the bid: Addendum # dated Addendum # dated Addendum # dated By Address Phone Licensed in accordance with an act providing for the registration of Con- tractors. Classification and License No, Dated this day of . 19 Rev. 12/72 -16- 00000 DIVISION E. PROPOSAL (Bid Form) Cont. LIST OF SUBCONTRACTORS: (As required by SECTION 12 - "SUBCONTRACTORS TO BE LISTED IN BID - SUBSTITUTION OF SUBCONTRACTORS", paragraphs (A), (B), and (C), of Instruction to Bidders). Portion of Work Name Place of Business Rev. 12/72 -17- 00093 Y ai s s 1M1 . : 1. .,- Ff 1 I 1, I I�Sl:C°J'10.1) L•' l•:cIUAT..1.t.'J.r3r,'j...r 0'l'G!:`M ITY } ,Jt1. riG the:peifei•ra +ce --of tlii��'coritrtict, Llie ear)txt�cto•,$forri,ltxr.+.e�ZP; n13 us•.a�rt eU and �ucce•:Sars l inter Cst�.ugTl cs us fallnirJ l s �. u. k Thi c.ontragtoi 7 is l .,ot clis^rittiirate- agaitrst tiny emp] yep or °t), )3-cunt , _I hf o2 c�ploy meth laeeat •'C C,t• ;^L•cq calo2, I c�-1['1 dn, SCS orw ddt1o!}Ftrz U'S�1,n g" � l'hc conte i'wtt,l Ulll ,1:.:1 e-a�:Cir^a ame' act of to, ensurq tlts.t-l-,f}17pJ J c.lnts j ' T ;,' Y` ... ,.� i - rev. uIe ergmgyen, tw thus e}^-loy,c� urc treated dulxng`ernployr,- rr ., r.itt ottt�f <t*� regard l U lee I I:`]aCc j COlp' , S or'±iitSt]opal oz��,a n Such actr ort` })�1] ; u include, �,u� r• :, be :l1i ted ton>thc cllowing en,>>o,�i'i^n ,s up r�(I e t' iv dei+}Otlon or transfc r '- rc eraaiilellt.. CI_ rCCI ll]tr;Crit. IId JCI t;1S12}�,l �^yOtf:'Or 1-11 11a ,'l,eri•}itlatloll, rat CS aY yl.'y o" O�111th"r iOrr►1S Of carpenuaL�oil �51t)d, Set 'tZOn v a "Sar "_r -11 - of>, i11 ii^2}�.Itnr +',l ell ices l p Trc! contrac�cr agrees ta,1.pc .t inkWj�, � , � Cono�):i ciizoSi places, at silai.le to CriplayCeS end ftpnl.icarit.., for crapyloylreiit„ a t 1. Iiiotrcc� Lo--ae prcv.;dcu sett]ug �or�h t.,c z�rovlsions iof this nondascrimi natxor. cl..ryc - rx s . t } k ,�1..�17Y•:t1�J lr1.I /1tI A' VjT i"i6ri/i �- ( F r .t -f Yyi 'n i% 3 _ The contracfi rrrt I I anofi',be executeduni tl ,the ContrayclSorT has ss'.07_�b.�.Yt�ed: an1.t haS lid aprroved L� Cantzr CostA County aj tii: - 1,n ,,,� a' , X Af3xr}nati�+c �3ctS on Ilan, ei~��o3y rg both ge is ands tr rreta'iles o rnr nod r- i tY manpo•:er ut?l�zat3ort ("iLsoi sy" is defzried asp,�'ncltzd�nll­g3 Pte�rocI�es j a� t Spanish Surnarrcd Arn�ricans t?i i entals ani j=� ericcn In3�tins)and d(2) ``sg�c1 c� r: , _ t ,_ - i >, s .k 3 .49 fi t - ,_ h 5 J1 by M4Sd `i+ Eij'�1rIlk,t2ve- itCtl,on zteps d1t CCted dt t 2l creasy q,ldhbt �.yr �lIldllpOLeCI llt�.l l i j'£t�.2 Uig e by mEc ns c� ttp��l +inr; ;ccs T.uth li ffor�s11 tc► ^a•ry irg ;out°sue ,7'_ evs � r the y 4goa�s azd rtZi}ett:Lles, �ti:o,the z'ffilrtz�e actso . steps mast ^feet tee z Buil e , r_r- is . set Lf tela. for all trades whaeh are to be,*uta]azecl onrthe `� �,k ,� 11 I* , " project, Nhether.s�bcontrzct�clJe1• no#, k r , -y ', � ? 1 = k xk rd01"C,,r-st4 YY M� 8~ Gott2s and„Tir•�t�t�Ics iR.eU' 1t;n r^u �. set'foxh.h goslsA`oY runor�, P utal��tztaon far ttce contractor aad subcontractors dor till; txGaes � , I 11 1 71in terms of`nanhpu1.rs, .tnth n at ,least the follo�nng range for each= firade which w},I l be used on the protect '' 11 e r �,�, ,r 1 � kr .; Y k x Y 1 /�Q ! 93. S� r., t - 7 x y I-I �' 5 Y j7' J `� 1 f ,,, = Tlie perceata es of minorityq >:ian:iower utilization above arc expressed in terms of L'tanbburs of trairitng and etzployrent asx�f' xo art>ori of the total " P P.r manhours to;bc wo.�ed bf i;ae contractor's agar su2}contraetor's�'ent2re work$}, rf — Sorce in 'i;h 1t trade 'a} Iing:the i,er�oruarice`. ofx th>s�;conti2ct me,�k . ours Y k" " ,or m-inora_ty �.•o' and -traiii�.ng )dust i e suvsl1-11 I .ant ally'unz o'-m throughout the, x u , length'of ,­11,tL:e contra t and_ion each of tnc trades rciriher,* theiP transfQr o f: minorzty empla rets ar ;trpLinees 1­1frI'llom cmD over to, er;,ployer or= from protect to protect for'the sole purLose of rcetirig tnc, contr`actor`s goal:,- shall lieY Yiolution cf ,these requirements - In reachI -1ing the goals o_ minority irarroaer utilr zatzon every �ffori; s2ialZ be trace to Sind' and emm oy gilalxfied:4 Jac reyzxnn ilouevcr,, There minorit ou ae �r~en :are noir uvail>~,b ;��icrit' tl3lneCS tri 'b;;- ao i1. .entzcesni- I y J11; 3,... , d P t., tippr11,�entr crsl ip, jouz neytatin traiciing or othcl tra22+3 n pl agra r,lzy be r:sed� :. -f:. 4 ..y. _`I ,4 ^'4 T/ M t i r 1 1 ,--ml,", ��__,_,�-' '-'� -I. E 000s 1. . r I - --......�7��, �. ,,�', - ,--P�, - ­�" , ___�'' � " � �4 11 _- , , , �� I x,",��"',����,,,�f� ....... � , ,�,� ,,, , , , "'' , , It e`sl.cn��`�,, r.:- �u,r, l `VJPYI!I -v 01.�t��>�:..�trrrx'r ' x �� 4 AFT'x1L,hTEVE. r►CI�xC3ir,�'r.1,ti' (C6nt�,nucd) �' ,r _ _ �, e Iu oidcr t.i.it the nomroil.irg >training hours efr�traincc., may��bc s ",_, counted an' r,�cl.ing the goal, such+ ti air^cs rru^,1. be e,�rlotcct bye the_ contrriE duixri �ihc trI I-ains nC �pericd, the contractor ,.u:, ,n42 llllj,ll�11 mads; FRCi`lU'1 r - p.-Ilmi. 1•.7=')IClii:':::,' Cri'.m onn—N.-TrIT AM-13liiO Psi P-6 hallin?t 17,.hU (Continued) b. Spec:ifir. hffirr.•-Lire Action :stns?:; (Contittuca) dip icompany newspapers, aunuul reports, etc.; ley conducting staff, employee and union rcpresentative ' testings to explain and discuss the policy; by posting of the policy; stxl by specific rcvicw of the policy with minority employees. (6) The contractor sh::ll disscminate his >MO policy extcrnnlly by informing and discussitW, it with all recruitnnnt sources; by advertising in news sxdia, specifically including minority nests mriedia; anal by notifying and discussing it vith all subcontractors and suppliers. (7) The contractor shall make specific and constant personal (both smitten and oral) recruitment efforts direct-cd at all minority organo—nations, schools with minority students, minority recrui.ttrant organizations and minority trainint- organizations, vithin the contractor's recruitment area. • (a) The contractor shall =a).* specific efforts to encourage present minority erployees to recruit their friends and relatives. (9) The contractor shall validate all job specifications, selection requirements, tests, etc. (10) The contractor shah make every effort to promote after- school., sutnwr and vacation employment to minority youth. • (11) The contractor shall develop on-the-job training opportunities And participatc and assist in any association or employer-group training programs relevant to the contractor's employee needs. (12) The contractor shall continually inventory and evaluate all minority personnel for promotion.opportunities and encourage minority employees to seek such opportunities. (13) The contractor shall nnle sure that seniority practices, job classification3. etc., do not have a discriminatory effect. (14) The contractor shall mem certain that all facilities and company activities are non-segregated. (15) The contractor shall continually monitor all personnel activi- ties to ensure that his EEO policy is being carried out. (16) The contractor shall solicit bids for subcontracts from avail- able minority subcontractors including circulation of tainority contractor associations. c. Mon-discrlr;nation - In no event may a contractor utilize the required goals, tirctables or allir;cttive action steps in such a manner as to cause or result in discrimination against any person on account of race, color, religion, • sex or national origin. - E - 3 00096 • • . . . _ r crp0. ,jI . � Uty •'ObIA :CE AM } :- i s, -•r., .. e_ • , 0 Contra Co:;i•.-, County gill rcv ecti: Clic diu•ii:j; t}rc rc�•formancc o: contrrrcto2:'s CnO. ti•�::c. .... • or cats der::anstra;:c th_t }rc Lha.,cn,n c•�ut. IS the canLrc;ctor nw C. prncticcw . }ie s:ball be dce:r=cd to be in corpliance ti;it}i t}:c ltfti • ct., hi„ good faith effort to ireet thoacUPIC �oul�. equal. the Caunt;= Otherwise dctcriii nc: t}gat the contractor •A C°a]:,,�. 2:aativ�. Action Plan,... equal e�Ploy:rent opportunities. .. 1.• not providin6. .. In the event of the tractor's willful violat' discxi�ninution rovis' ions exte:it a.Uoucd by ion„.of t}�is agreement, the contractor ma•Of any non- . . . • i'urtliez' Count '� applicable State Statute•- y, to the ` . J contzacts for Public horl;s "' be declared inelig.ible for: satisfies the County that .he has establis}:ed and '•- foods, or services until he : . anent proCra.•a which eonforra, to the nordi +- v. an err�lcy agreement. i� 1 i1 le nentin� s. .jaina ion provision, of this '.- . ;- . : : . .: . . . . . : . _ . : 1. G n...: '.::.... e ... .... . _ : ... . ..... :..:. . % .. :... ; . _.. . . - - 1. - ,.... .,.. - .v . .. .-. ..::.,e:,. .....: .. : ...:_..� .... .. - ... ..._.r..>.. :: .. . .... .... .... .. .. ..... .....:..:, - ..., - ....,-::.- - - .. .. ....... .. . .. t ._ V��"r .'r5%a: : ... ,-::. ........ ...... .:....:;. .. .:'.: .. .. .... .. ....... ....:. .. . .... :. ._ .. ..... .. ... i.. . .... ... - _ .. ..... ..:.: ..'::... :>. �.,i f'::..: - ..: .T: ,r--.. .. .:...:. .: .:...:. ......:.... 7:. . ...... - r .. .. ..,.. .. ::. .. .. ... - . .. .. . ... ..... _ ::'. ... .. .. .. - ... .:,. ... ,r %ii .. .. .-... =• .'.......:r.:... ... ... .... . ::::C .... .: .. Vii;:" ..;ti.': ,.. .. .... .. ...:.:.-.. .. ... .. .. .: :.:::- - . _...,-. r. .. .. ... _ .. .. ....:.. :._:..: . ...V... ..:i..:. '.:li .. .. .. .. .. .. .., ...... .. _ ..-... ...... ,. ..... .. r: . ...... . .,e. ..,. ....,... .... :-'.,--. ..: v i• ....... .. : , ... .:..,... .. ..._........... - .. .. .. .. -... .. -.-:. ,:14,z:' .:3':, % .: ...... .:. . . .. . .... ... . . ,....... .. < `-' ... .. .. ,... : .;:. ... .. ........ ..._ . .,. ._.... , - - .:... ..... .. ..... :. ....:.... % - - . _ ......-, _ ..:..:..... .•.. .. .. :.:..<. .... .. .::...... ........... .. .-.. ... .._.. ... .. : - ... .. .. ... .... .. .. .. ... .. ... ... .....:.::`. .. .. ....>... .. . ... _ ... .........r �; ... - ........:.: _...-... . .. ..- . .. ..._.. .,. ...-..:. ... ....:.:..... ... .. . .. ..... ..... .. . ... ..... .. ._. .. .. . _ .. _ .. . . ... _ ... • .....: .... ...-... - .. .... .. .n.. .. .. .. ... •. .. .,.:..:. ._ .. _...... ............. .. ... .. ,::.: . - - ...... '.....:.: . . ..:... .. .: .. ... - -- . . ... .. ...... .. ... .. .. ... -. .. . .. .. ..r. .r ... ... .:.�.,-,'.:'�. 'fit.':;1:;,..r'..:5..'\..: , r ... i.., �..... .. .. _.... • .ti . .. .. - _ _ . .. .. ... .. ._ ... ...x..... _ _ .. ... .... .. .. .. - .. . ... .. .. .. -. 1.. ...... .....: ..... ... �........ ...... . ....- .-... .. ..... ... ... .. . .,L. .. .. .. .- - .. ... .... . ... .. ..... .. .. ..'.. . :...... . .. .... .. .. ...... . .. ..:........ . .. .. .. ...,... .. .. ..... ..-!.. - % .. .. .............:...... .. . . .. .:.. - .. .. .,..:. .�:;::.... o. .. .. .... .. ... ... ... .... ...... _ "-?Tzr: c'.'f�' �T.<�;.,=ti`s:?'.<:�..::::: ... . .. ... ..,. ... :..-.... ... ... .. .... .. - .�_.. ... ,. . _... .. -. .. .... ... - - .. .... .. .. .. .. .. - - CL- - - - -- - _ . ..... .;�..- .'.` xM ' '' - ' "I. 7. . .. .. . .. . . . .. .. . . . .. .. E . O000-1. The following questionnaire shall constitute an inclusion to the hid e documents and shall be completed and attached to the Bid (Proposal) Form, aiong with the necessary attachments. Omission of the completed questionnaire from the Bid Form or failure to answer all applicable questions shall be grounds for rejection of bid in accordance with the Contract Documents, Division B. INSTRUCTION TO BIDDERS, Section 10 (Page 1) IRREGULAR PROPOSALS. Inclusion of this questionnaire is at the requestof the State Attorney General. QUESTIONNAIRE TO GENERAL CONTRACTORS 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yes ( ) No ( ) 2. If the answer to No. I is "yes," please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors' bids other than bid depositories? Yes ( ) No ( ) 4. Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) No ( ) 5. If the answer to No. 4 is "yes", please explain the following details: (a) Date: (b) Name of person or group: (c) Job involved (if applicable): (d) Nature of the threats: (e) Additional comments: (Use additional paper if necessary) Rev. 12/72 -18- r � 00098 DIVISION F. ARTICLES OF AGREF.POWT (Contract) CONTRACT (Construction Agreement) - (Contra Costa County Standard Form) J. VARIARL£S. These variables are Incorporated below by. reference. (592.3) Parties: (Public Agency) [Contractor) (92). Effective Data: (See f6 for starting date.)'_ (f3) The Work: (f A) Completion Time. - Sstrike out (a) or (b) "calendar" or "working") (a) By [date) .. (b) Within •calandar/working days from starting date. (95) Liquidated Damages: $ per calendar day. (16) Public Agency's Agent: (57) Contract Price: S (for-unit price contracts: more or less, in accordance with finished quanticle► at unit, bid prices.) - [Strike out parenthetical material if inapplicable.) 2. SICNATDR£S L ACXNOWL£DGH£MT. Public Agency, By: (President or Chairman) (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor Code §1061 concerning Workmen's Compensation Law. By: (Designate official capacity in the business) Note to Contractor: (IJ Execute aeknouledgment form below; and (2) if a corpora— tion, attach a certified copy of the bylaus, or of the resolution of the Reard of Directors authorizing execution of thin contract and of the bonds required hereby. ------------------------------------------------------------------------------------------ State of California ) ACXYOWLEDGItENT (by Corporation.. County of ) as. Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before at today and acknowledged that he/they executed it and that the corporation or partnership named above executed It. Dated: (SLAW Notary Public ---------------------------------------------------------------------------r------ -- FORM APPROVED: J. B. CLAUSEN, County Counsel, By Deputy (Page 1 of 4) -18a- (CC-1; Rev. 4-72) V 0M V , 3. YORK CONTRACT. CHANCES. (a) By their signatures in Section 2, effective on the above date, these parties promise and agree as set forth In this contract, incorporating by these references the material ("variables") in Sec. 1. (b) Contractor shall. at hip: own cost and expanse, and in a workmanlike canner, fully and faithfully perform and complete this work; and will furnish all materials, labor, services and transportation necesrarg, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's piar}q, drawings and specifications. (c) This work can be changed only 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 more than specified in Sec. 7 without such an order. A. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed Inthespeci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor falls to complete this contractandthis work within the time fixed therefor, allowance being made for contingencies as provided herein. he becomes liable to the Public Agency for all its loss and damage therefrom; and because,. .from the nature of the case. It Is and will be Impracticable and extremely difficult to - ascertain and fix the Public Agency's actual damage from any delay in performance hereof, It is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sun specified In Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid, Public Agency may, in addition to Its other remedies, deduct the same from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of time, its duration shall be added to the time allowed for completion, but It shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications, of any Public Agency's call for bids, and.Contractor's accepted bid for this work are hereby incorporated into this contract; and they are Intended to co-operate, so chat anything exhibited in the plans or drawings and not mentioned In the specifications, or vice versa, is to be executed as if exhibited, mentioned and set forth 1n both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. - 7. PAYMENT. (a) For his strict and literal fulfillment of These promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the sum specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to -the Public Agency a verified application for payment, supported by a statement showing all materials actually Installed during the preceding month, the labor expanded thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due, minus 10% thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. S. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be accessory to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, (2) Cl%Ims filed or reasonable evidence Indicating probable filing, (3) - Aura to properly pay subcontractors or for material or labor, (4) : .sonable doubt that the work can be completed for the balance then unpaid, or _ (5) Damage to souther contractor. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. - . (c) 35 calendar days after the Public Agency flies Its notice of completion of the entire (Page 2 of 4) (CC-1; Rev. 4-72) -18b- 00100 I ` work, it shall issue a tert!ficate to the Contractor and pay the balance of the contract price atter deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor •ad materials have been paid, no claims have bean presented to the Public 'Agancy based oa acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or sire, and provided [hare are not - reasonable Indications of defective or missing work or of late-recorded notices of liens • or claims against Contractor. • en .9. INSURANCE. (Labor. Code {61860-61) 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 enact 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 Campenaacion Lay. 10. BONDS. On signing this contract Contractor shall deliver to Publlc'Agency for approval good and sufftcient,bonds with sureties, in amount(*) specified In the specifi- cations, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PERFORil. 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 wr!tten 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, stateand local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Co,de (beginning with Sec. 1720, and Including Secs. 1735 6 1777.6 forbidding dis- crimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided In the Labor Code, especially in Sees. 1775 6 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 664100-4113 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 race remains as stated. (c) The Contractor, and all his subcontractors, must pay ac 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 ocher 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, whfch 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 work longer thereon except as provided in Labor Code Sets. 1810-1815. - 16. APPRENTICES. Properly Indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5, and 1777.6 on non-discrimination. (Page 3 of 4) CC-1; Rev. 4-72) -18c- • 00101 17. PREFERENCE FOR MATERIALS. The Public Agency desire* to promote theIndustriesand -economy of Contra Costa County. and the Contractor therefore promises to use the products. workmen, laborers and mechanics of this County in every case wherethe price, fitnessand quality are equal. 18. ASSIGNMENT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot &&sign it in whole or in part, nor any monies due or to - - become due under it. wlthout the prior written consent of the Public Agency and the Contractor's surety or sureties. unless- they have wkived 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 & INDEMNITY. (a) Contractor promises to and shall hold harmless and Indemnify from the liabilities as defined in this section. (b) The Indennitees 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 County approved the improvement plan or accepted the improvements as completed, and Including the defense of any suit(*) or actioo(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 Indemoltee has prepared, supplied, or approved am plan(s) or specification(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 negli- gent or willful misconduct of any Indemnitee. (Page 4_of 4). - CC-i; ,Rev. 4-72)_Rev. -18d- 4-72) 01102 DIVISION G. GENERAL CONDITIONS SECTION 1. Definitions: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean Victor W. Sauer, Public Works Director, or his authorized representative. Bidder--Any individual, partnership, corporation, association, Joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. (See Section 21). Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at t�iesite of tTe- work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual, partnership, corporation, associa- tion, point venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. (See Section 16B). General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Rev. 12/72 -19- ()0103 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 1. Definitions (Con't.) Plans -- The official drawings including plans, elevations, sections, detail drawings, diagrams. general notes, Information and schedules thereon, or exact reproductions thereof. adopted and approved by the County showing the location. character, dimension, and details of the work. Specifications -- The instructions. provisions. conditions and detailed requirements pertaining to the methods and manner of performing the work. or to the qualities and quantities of work to be furnished and installed under this contract. Subcontractor -- An individual. partnership. corporation, association, joint venture, or any combination thereof, who contracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent -- The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement -- A written agreement providing for alteration, amendment. or extension of the contract. Work -- The furnishing and installing of all labor, materials articles, supplies and equipment as specified. designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal. the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction period. Rev. 9/72 -20- 00104 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 2. GOVERNING LAWS AND REGULATIONS: (Con't.) C. Excerpts from Section 6422 of the Labor Code of.the State of California- are included below. The contractor shall comply fully with this section-of the Labor Code as applicable. "No contract for public works involving an estimated expenditure in excess of $25,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Cont-,actor and acceptance by the awarding body or by a registered civil or structural engineer, employed by the awarding body, to whom authority to accept has been delegated, in advance of excavation, of 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 the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring,- sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. "The terms 'public works' and 'awarding body', as used in this section shall have the same meaning as in Labor Code Sections 1720 and 1722 respectively." SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County on com- pletion of the work, if required. Rev. 12/72 -21- i I DIFISIU-i :�. G+i.V;.P��'.. •:u:'biTIUA:; (Coni.) SECTION 4, CONTRACTOR'S RESPONSIBILITY FOR WORT: AND PUBLIC UTILITIES: A. The Work Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of Injury or damage to any part of the work by the action of the elements or from any other cause except as provided in Section 23. The Contractor. at Contractor's cost, shall rebuild, repair, restore. and make good all such damages to any portion of the work occasioned by any of such causes before its acceptance. B. Public Utilities: a. The Contractor shall send proper notices, make all necessary arrangements, and perform all other services required in the care and maintenance of all public utilities. The Contractor shall assume all responsibility concern- ing same for which the County may be liable. b. Enclosing or boxing in, for protection of any public utility equipment. shall be done by the Contractor. Upon completion of the work, the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the same watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained In such manner as not to interfere with the continuing use of same by the County during the entire progress of the work. SECTION 5. BOND AND INSURANCE: A. The contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B, COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet. the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. Rev. 12/72 -22- 00106 ■ f� DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 5. BOND AND INSURANCE: (Con't.) In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrongful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. FIRE INSURANCE: The Contractor shall carry fire and extended coverage insurance naming Contra Costa County as an additional insured duri_ig the period of construction of the work in an amount not less than the total amount of the progress payments received by him from Contra Costa County, less the amount paid to him on account of excavation and foundations. E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled until at least ten days'prior written notice has been given to Contra Costa County. ' F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred per cent (100X) of the Contract, and shall insure the Owner during the life of-the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper materials or workmanship that may be discovered during that time. Rev. 12/72 -23- J 23 0'107 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 5. BOND AND INSURANCE: (Con't.) G. LABOR AND %1ATERIALS BOND: One bond shall be in the amount of fifty per cent (50".) of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCONTRACTING: A. The Contractor shall be responsible for all work performed under this contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- fillment of this contract and shall keep the work under his control. When any subcontractor fails to Prosecute a portion of the work in a manner satisfactory to the Architect or Engineer , the Contractor shall remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. Although the specification sections of this contract may be arranged according to various trades. or general grouping of work, the contractor Is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public record of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcon- tractors must be in accordance with the provisions of the "Subletting and Sub- contracting Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract, assessment of 10 per cent of the subcontractor's bid. and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORD AND DAMAGES: A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obligates himself to complete the work on or before the date. or within the number of calendar days. set forth in the Proposal (Bid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. Rev. 12/72 -24- 00108 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 7. TIME OF WORK AND DAMAGES: (Con't.) B. If the work is not completed with the time required, damage will be sustained by the County. It is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and it Is therefore agreed that the Contractor will pay to the County the sum of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time prescribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any money due or that any become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writinit. 0. If it appears to the Contractor that he will not complete the work in the stated time, he shall make written application to the County as soon as he so determines, but at least ten (10) calendar days prior to the expiration of the time for completion, stating the reasons why an extension should be granted and the amount of extension desired for each reason. The County may. then, in its discretion grant or deny such extension. E. Any money due, or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages. the County shall have the right to recover the balance from the Contractor or his sureties. F. Should the County, for any cause, authorize a suspension of work. the time of such suspension will be added to the time allowed for comple- tion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non-completion of the work after the adjusted time as required above. SECTION 8, PROGRESS SCHEDULE: Withfa three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major subdivision of the work. and the contemplated dates of completion of such subdivision. When required by the County, the Contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. SECTION 9, TEMPORARY UTILITIES AND FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon completion of the work shall remove all temporary piping. Rev. 12/72 -25- 00109 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 9. TEMPORARY UTILITIES AND FACILITIES: (Con't.) B. The Contractor. at his own cost, shall furnish and install all meters. all electric light and power equipment and siring„ all gas meters. gas equipment and piping that is necessary to perform his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, wire for, install and maintain temporary electric light wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall pro- vide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being per- formed. This temporary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer, project Inspector, or any other authorized representative of the County whenever required for inspection. D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the workmen. These facilities shall be of an approved type conforming to the requirements of the County Health Department, and shall be weather-tight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. E. See Special Conditions for Variations to the above requirements. SECTION 10, PERMITS AND LICENSES: A. Within incorporated cities, the Contractor shall obtain all permits. and all licenses, that are required for the performance of his work by all laws. ordinances, rules, regulations. or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall rive all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. The Contractors attention is called to Health and Safety Code Section 19132.9. which states that one public jurisdiction may not charge for building permits for another public jurisdiction. B. Within the unincorporated area of Contra Costa County, the Contractor shall obtain all permits, and all licenses that are required for the performance of his work by all laws. ordinances, rules. regulations. or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction. and shall give all notices necessary in connection therewith. There will be no charge to the Contractor for permits issued by the County Building Inspector. Rev. 12/72 -26- 00110 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipment to properly carry on the work and to insure . completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. D. Daily manpower reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. adhere work of one trade joins, or is cn other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. G. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. Anchorage and blocking for each trade shell be a part of same, except where stated otherwise. H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. I. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the contractor. SECTION 12. RESPONSIBILITY FOR SITE CONDITIONS: The following shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in Section 4, in the Instructions to Bidders: A. If during the course of the work the Contractor encounters active utility installations which are not shown or indicated in the plans or in the specifications, or which are found in a location substantially Rev. 12/72 -27- 00111 i DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 12, RESPONSIBILITY FOR SITE CONDITIONS: (Con't.) different from that shown, and such utilities are not reasonably apparent from visual examination, then he shall promptly notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to make such adjustment, rearrangement, repair, removal, alteration. or special handling of such utility, including repair of the damaged utility. For the purposes of the foregoing. "active" shall mean other than abandoned, and "utility installations" shall include the following: Steam. petroleum products. air, chemical, water, sewer, storm water, gas, elec- tric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accordance with Section 2i. relating to changes in the work. Except for the items of cost specified in such Sections. the Contractor shall receive no compensation for any other cost. damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts without instructions from the Cnunty, then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. B. If the contract requires excavation or other work to a stated limit of excavation beneath the surface. and if during the course of the work the County orders a change of depth or dimension of such subsurface work due to discovery of unsuitable bearing material or for any other cause, then adjustment In contract price for such change will be made in accordance with Section 21. Except for the items of cost specified therein, the Contractor shall receive no compensation for any other cost, damage. or delay to him due to the presence of such unsuitable bearing material or other obstruction. SECTION 13, INSPECTION: A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof and the shops where work is in preparation. This obligation shall include maintaining proper Facilities and safe access for such Inspection. Where the contract requires work to be tested, it shall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notify- ing the County where and when such work is in readiness for inspection and testing. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's expense. B. Whenever the Contractor intends to perform work on Saturday. Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. Rev. 22172 -28- 001 12 DIVISION C. GENERAL CONDITIONS (Con't.) SECTION 14, REJECTIONS OF MATERIALS: A. The Contractor shall promptly remove from the premises all materials condemned by the County as failing to conform to the Contract, whether incorporated in the work or not, and the Contractor shall promptly replace and reexecute his own work in accordance with the Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such condemned work and materials within reasonable tins, fixed by written notice, the County may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expenses of such removal within ten (10) days there- after, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15 INTERPRETATION OF CONTRACT REQUIREMENTS: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or. if not to be occupied, operation. Any requirement occurring in any one of the documents is as binding as though occurring in all. B. Conflicts in the Contract Documents: In the event of conflict In the contract documents, the priorities stated in subdivisions 1, 2, 3, and 4 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflict within the Plans: a. Schedules, when identified as such, shall govern over all other portions of the plans. b. Specific Notes, shall govern over all other notes and all other portions of the plans. c. Larger scale drawings shall govern over smaller scale drawings. d. Figured or numerical dimensions shall govern over dimensions obtained by scaling. Rev. 12/72 -29- 001 111 `i DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 15, INTERPRETATION OF CONTRACT REOUIRWENTS: (:on't.) 4. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts, materials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. "Minor detail" shall include the concept of substantially Identical components, where the price of each such component is small even though the aggregate cost or importance is substantial, and shall include a single component which is incidental. even though its cost or importance may be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition. strength. size, and profile of the parts or materials otherwise set forth in the contract documents. SECTION 16, CLARIFICATIONS AND ADDITIONAL INSTRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents. or if it appears to him that the work to be done or any matters relative there- to are not sufficiently detailed or explained in the contract documents, then. before proceeding with the work affected, he shall immediately notify the County in writing through the Construction Supervisor, and request Interpreta- tion, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County. whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. C. Change Orders: See Section 21, this Division. Rev. 12/72 -30- . _¢ } 00114 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition _ at date of first invitation to bid shall be considered as part of this contract. SECTION 18. MATERIALS, ARTICLES, AND EQUIPMENT: A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with section 4380 et seq., of the Government Code, State of California. B. Mechanical equipment, fixtures and material shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items damaged during delivery shall be rejected. C. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to Rev. 12/72 -31- 00115 DIVISION C. CE14ERAL CUNDITIOM (Con't.) SECTILN 18, MATERIALS, ARTICLES_ AND EQDIPMENf: (Con's.) that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies. material costs, and installation costs and maintenance provisions and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed vibstitute for that specified shall be accepted as final. Requests for substitution will only be considered when offered by the Contractor with the reason for substitution. 'allure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall Include n notice of change in contract prices, if substitution is approved. D. All materials shall be delivered so as to insure a speedy and uninterrupted progress of ti-e work. Same shall be stored so as to cause no obstruction. and so as to prevent overloading of any portion of the structure, and the Contractor shall be entirely responsible for damage or loss by weather or other cause. E. Within fifteen (15) days after the signing of the Contract, the Contractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. This list shall include all materials which are proposed by the subcontractors as well as by himself for use in work of his Contract and which are not specifically mentioned in the Specifications. This list must also include the figures received by the Contractor in bid form for the material or materials which are submitted for approval or substitution, together with the figures in bid form of the specified material or materials for which substitutions are proposed. In case a substitute is offered and accepted as approved equal to materials specified, the cost of which is less than the cost of the material or equipment specified. then a credit shall be taken for the difference between the two costs in order that the County shall obtain whatever benefits may be derived from the substitution. Failure to propose the substitution of any article within thirty-five (35) days after the signing of the Contract may be deemed sufficient cause for the denial of request for substitution. SECTION 19 SHOP DRAWINGS, DESCRIPTIVE DATA. SAMPLES, ALTEkNATIVES: A. The Contractor shall submit promptly to the County, so as to cause no delay in the work, all shop drawings. descriptive data and samples for the various trades as required by the specifications, and offers of alter- natives, if any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades involved before they are submitted to the County for examination. Rev. 12/72 -32- 00115 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, ALTERNATIVES: (Con't.) B. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (5) copies if no schedule is included in these documents. The drawings shall show completely the work to be done; any error or omission shall be made good by the Contractor at his own expense, even though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the number of copies as required in submittal schedule, or five (5) copies if no schedule is included in these documents. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles. materials or equipment as required by the specifications. The work shall be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option. will become the property of the County or will be removed or disposed of by the County at Contractor's expense. E. Alternatives: For convenience in designation on the plans or in the specifications. certain materials, articles, or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other identifying information, hereinafter referred to generically as "designated by brand name". An alternative material, article. or equipment which is of equal quality and of the required characteristics for the purpose intended may be proposed for use provided the Contractor complies with the following requirements: 1. The Contractor shall submit his proposal for an alternative In writing within the time limit designated in the specifications. or if not designated. then within a period which will cause no delay in the work. 2. No such proposal will be considered unless accompanied by complete information, and descriptive data, necessary to determine the equality of the offered materials. articles, or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- ment shall be upon the Contractor. The County shall be the sole judge as to such matters. In the event that the County refects the use of such alternative materials, articles, or equipment, then one of the particular products designated by brand name shall be furnished. Rev. 12/72 -33- �1i�11"7 DiVIS IV 7 G. GENEP.AI. CONDITIONS (Coni.) SECTI(_,N 19, 3fluP DRAWINGS, DESCRIPTIVE DATA, SAMPLES, ALTEKMTIVES: (Con't.) The County will examine, with reasonable promptness, such submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from the contract plans and specifications, nor shall it relieve him from responsibility for errors in the submittals. A failure by the Contractor to identify in his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County, the Contractor shall resubmit such shop drawings, descriptive data, and samples as may be required. If any mechanical, electrical, structural, or other changes are required for the proper installation and fit of alternative materials, articles, or equipment, or because ofdeviations from the contract plans and specifications, such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECTION 20, SAMPLES AND TESTS: The Contractor shall cause to be performed at his own expense all tests of materials, articles, equipment or other work specified by the contract, The County reserves the right at Its-own expense to order tests of any part of the work in addition to those specified. If as a result of any such test the work is found unacceptable, it will be rejected and any additional test required by the County shall be at Contractor's expense. Unless otherwise directed, all samples for testing will be taken by the County from the materials, articles or equipment delivered, or from work performed, and tests will be under the super- vision of, or directed by, and at such places as may be convenient to the County. Materials. articles, and equipment requiring tests shall be delivered in ample time before intended use to allow for testing, and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, including testing, shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination is concluded, unless otherwise directed by the County. SECTION 2 L CHANGE ORDEP,S: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the plans and specifications will be made without authority in writing from the County. Changed work shall be performed in accordance with the original requirements of the Contract Documents and previous fully executed Change Orders. A Change Order may adjust the contract price either upward or down- ward in accordance with either or a combination of the following bases, as the County may elect: (1) On a lump sum basis as supported by breakdown of estimated costs. -34- Rev. 12/72 X0118 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) (2) On a unit price basis. (3) On a cost-plus basis in accordance with the following conditions: (a) MARK-UPS• 1. For work performed by the General Contractor an amount equal to the direct cost (as defined herein) of the work plus 157 of the direct costs for overhead and profit. 2. For work performed by a sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 207 of the direct costs for overhead and profit. (Suggested breakdown: 157 to the sub-contractor, 57 to General Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 257 of the direct costs for overhead and profit. (Suggested breakdown: 157 to sub-sub-contractor, 57 to sub-contractor, 57 to General Contractor.) 4. In no case will the total mark-up be greater than 257. of the direct costs notwithstanding the number of contract tiers actually existing. 5. For deleted work the mark-up shall be 107 of the direct costs or the agreed upon estimate thereof. (b) DIRECT COSTS: 1. Labor: The costs for labor shall include any employer payments to or on behalf of the workmen for health and. welfare, pension, vacation and similar purposes. Labor rates will not be recognized when in excess of those prevailing in the locality and time the work is being performed. 2. Naterials: The actual cost to the Contractor for the materials directly required for the performance of the changed work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. If the materials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. Rev. 12/72 -35- � fi rt 00119 • DIVISION G. GENERAL CONDITIONS (Can't.) SECTION 21. CHANGE ORDERS: (Con't.) 2. Materials: (Con's.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no claims for casts or profits on material furnished by the County. 3. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half hour. No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project in any other way than upon the changed work. Individual pieces of equipment having a replacement value of $1,000 or less shall be considered to be tools or small equipment, and no a meat will be made therefor. For equipment owned, furnished, or rented by the Contractor, no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) ALLOWABLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. Rev. 12/72 -36- DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Con's.) (d) RECORDS AND SUPPORTIVE INFORMATION: (1) The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costs of other operations. (2) Contractor shall maintain daily records showing man hours and material quantities required for cost plus work. The Contractor shall use a form approved or provided by the County. The forms will be filled out in duplicate and the County's inspector will review and attach his approving signature to the form on the day the work is performed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (k) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO COST: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon written order from the County, shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph (d) above and when agreed to by the Contractor and the construction inspector, it shall become the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. Rev. i2/n -37- : ()01 � DIVISION G. GENERAL CONDITIONS (Coa't.) SECTION 22. IAHOR- Every part of the work shall be accomplished by workmen, laborers, or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTIGN 23 OCCUPANCY BY THE COUNTY PRIOR TO ACCEPTANCE: The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order therefor. In such event, the Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 28 or during the guaranty period after such acceptance, as set forth in Section 26. SECTION 24 PRESERVATION AND CLEANING: A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, window and door coverings, boxings or other construction as required by the County, This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed during construction. rubbish shall be removed, and at completion the whole work shall be cleaned and all temporary construction. equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to tteCounty. SECTION 25, PAYMENT OF_FEDERAL OR STATE TAXES: Any Federal. State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Rev. 12/72 -38- 00122 DIVISION G. GENERAL CONDITIONS (Con't.) SECTION 25. PAYMENT OF FEDERAL OR STATE TAXES: (Con't.) Contract and which are exempt from Federal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any neces- sary arrangements for fire insurance and extended coverage. D. Final acceptance of the contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27. FINAL PAYMENT AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The form "Statement to Accompany Final Payment" shall be completed, signed by the Contractor and submitted to the County with the final payment request. SECTION 28. GUARANTEE: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with the requirements of the contract, and further guarantees the work of the contract to be and remain free of defects in workman- ship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced in so doing, that may prove to be not in its workmanship or material within the guarantee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calendar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any defects in the work, he will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, agd to complete the work within a reasonable period of time, and in the event he fails to so comply, he does hereby authorize the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon demand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of the County's Rev. 12/72 -39- 00123 DIVISION G. GENERAL CONDITIONS (Coni.) SECTION 28. GUARANTEE: (Con't.) employees, property. or licensees. the County may undertake at the Contractor's expense without prior notice all work necessary to correct such hazardous conditions when it was caused by work of the Contractor not being in accordance with the requirements of this contract. D. The general contractor and each of the listed subcontractors shall execute and furnish the County with the standard guarantee form. (See page 41). Rev. 12/72 -40- 00124 GUARANTEE FOR CONTRA COSTA COUNTY BUILDING MARTINEZ, CALIFORNIA we hereby guarantee to the County of Contra Costs the (Type of Work) which we have installed in the (Name of Building) California, for year (s) use from date of filing of the completion notice in the Office of the County Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GENERAL CONTRACTOR Date: (Affix Corporate Seal) NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. 00125 FORM STATEMENT TO ACCOMPANY FINAL PAYMENT To Contra Costa County Public Works Department County Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract to construct the above-entitled project, and that payment by the County of the final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) California. _42- 0'126 1 Ir Edgar Childrens' Center Contra Costa County SECTION lA PROJECT GENERAL REQUIRE1,MTS 1. INCLUSION OF GEIMRAL CONDITIONS AND DIVISION ONE The GenerbL1 Conditions- are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE The work required to be performed by the Contractor consists of con- structing and completing the "Work" as defined in the General Conditions, in accordance with the Drawings and these Specifications and all applic- able provisions of the Contract Documents. The work includes furnishing all plant, labor, tools, equipment, appliances, materials, transporta- tion, and services and performing all operations necessary for and properly incidental to the construction and proper completion of the Project as shown and noted on the Drawings and as specified in these Specifications. Items furnished and installed by Owner are noted N.I.C. Items furnished by the Owner but installed by the Contractor as part of the Work are so indicated on the Drawings. ® 3. DRAWINGS a The location and design of the required construction are shown on the Drawings accompanying these Specifications, which Drawings are hereby made a part of these Specifications and this Contract. A complete list of Drawings and Titles is given on the Title Sheet of the Drawings. b Where "As shown," "As indicated," "as noted," or words of similar import are used, it shall be understood that reference to the foregoing Drawings is made, unless otherwise stated. 4. UTILITIES a Electric Power and Water will be available at the site for use by the Contractor for work on this project at no cost to the Contractor. Installation of approved temporary connections to said utilities shall be provided by the Contractor, and same shall be removed at Completion of Work. b Existing Toilet Facilities will be permitted by the Owner for use by the Contractor on this project. S. CODES AND STMI'DARDS a Contractor shall conform to all local, city, county and state building and sanitary laws, rules and regulations, and industrial safety leas. In the absence of definite requirements on the drawings, the provisions 1 A 1 PROJECT GENERAL REQUIRE1,01TS 00127 i Edgar Childrens' Center Contra Costa County of such rules and regulations shall be observed by the Contractor. Con- tractor shall notify local Fire District and call for all required inspections. b Unless otherwise noted, all manufactured materials, products, processes, equipment or the like shall be installed in accordance with manufac- turer's printed instructions or specifications. c Specified manufactured products, brand names and assemblies are to establish standards of quality and utility. Substitutions of. equal. quality and utility acceptable, subject to approval by the Owner..-Refer to General Conditions, Section 19 and 20. d In the specifications following, certain industry, association, State and/or Federal Government Standard Specification Documents are referred to, to establish minimum requirements for materials and/or workmanship. Copies may be obtained by the Contractor by applying to the respective industry, association, State and/or Federal Government department. (1) "F.S." refers to Federal. Specifications of the respective numbers established by the Procurement Division of the United States Government, of the latest editions including Amendments thereto but not including War Emergency Amendments. (2) "C.S." refers to Commercial Standards of the respective number by U. S. Department of Commerce. (3) "A.S.T.M." refers to tentative specifications, standard speci- fications, standard methods or standard methods of testing, of the respective serial number issued by the American Society for Testing Materials. (4) "U.B.C." or "I.C.B.O." refers to Uniform Building Code by International Conference of Building Officials, of Edition as adopted and amended as a local ordinance. 6. ACTIVITIES ON PRIDIISES a Premises, buildings and other facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by Owner and in continuous operation throughout duration of this Contract. Work under the Contract shall be programmed and executed so as not to interrupt Owner's operations, and conducted to cause the least interference and nuisance possible. b Premises, building, ground and utilities serving them not particularly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do- so, arranged for in advance with Owner. 1-A 2 PROJECT GEnRAL RERUIR04ENTS 0 125 i Edgar Childrens' Center Contra Costa County c Contractor shall maintain and protect existing facilities encountered or in near vicinity of work or operations under the Contract, including on grade, above grade, and below grade structures, utilities, construction and improvements, whether existing or newly placed under the Contract. d No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done ata time agreeable to Owner. Any shutdown of any utility shall be scheduled two working days in advance with project engineer. e When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other work under the Contract, regardless of the hour of occurrence. 9. DUST AND MUD CONTROL a Contractor shall provide and apply dust control at all times including holidays and weekends, as required to abate dust nuisance on and about the site which is a result of construction activities. Quantities and . equipment for dust control shall be sufficient to effectively prevent dust nuisance on and about: the site; and when weather conditions warrant. The Owner shall have authority to order dust control work whenever it is required in his opinion, and there shall be no additional cost to the Owner therefor, but dust control shall be effectively maintained whether or not the Owner specifically orders such work. b Similarly, Contractor shall take proper-measures to prevent tracking of debris onto City streets, roads, or drives. All egress from the site shall be maintained in a dry condition, and any' debris tracked onto streets, roads, or drives shall be immediately removed and the affected area cleaned. The Owner may order such work at any time the conditions warrant. 10. AS-BUILT DRAWINGS a The General Contractor shall maintain "as-built" drawings of all work and subcontracts, continuously as the job progresses. A separate set of prints, for this purpose only, shall be kept at the job site at all times. It shall be required that these drawings be up-to-date and so certified by the Owner's Inspector at the time each progress bill is submitted. Fulfillment of this requirement is prerequisite to approval of requests for Progress Payments. b During the course of construction, actual locations to scale shall be identified on the drawings for all runs of mechanical and electrical work, including all site utilities, etc. , installed underground, in walls, floors, and furred spaces, or otherwise concealed. Deviations from the drawings shall be shown in detail. All main runs, whether piping, conduit, duct work drain lines, etc., shall be located in addition, by dimension and elevation from a fixed location. 1-A 3 PROJECT GENERAL, REQUIRIEMITS 00129 I Edgar Children' Center Contra Costa County c Where the drawings are not of sufficient size and detail, Contractor shall. furnish his own drawings for incorporation of detailsand dimensions. 11. MANPOWER REPORTS The Contractor shall deliver to the Project Inspector each week a completed copy of weekly manpower report. Report forms will be supplied by Contra Costa County. Pp • 1-A 4� PROJECT GENERAL REQUIREMENTS . �� -'001301. Edgar Childrens' Center Contra Costa County SECTION 1B ALTERNATES 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions, Division 1, General Requirements, are a part of this section and the contract for this work and apply to this Section as fully as if repeated here. 2. SCOPE In addition to the "Base Bid" as provided in the "Bid Form" the Contractor (Bidder) shall quote alternate prices in the spaces provided under "Alternate Bids" in the "Bid Form" for each alternate unit of work as hereinafter specified. 3. ALTERNATES a General. The Alternates are described below and listed by number corresponding ® to those listed in the "Bid Form." The Alternate Bids increase the scope of the work defined by the Base Bid and represent additions to the cost of the Base Bid. No change in construction time will be permitted for any alternate. The Owner may reject all Alternate Bids, or the Owner may accept some or all of them independent of the numerical order of their listing. b Alternates: State in the "Bid Form" under "Alternate Bids" the amounts to be added to the "Base Bid" in the event any of the following Alternates is accepted. (1) Alternate No. 1 — Metal Shelving Furnish and install all metal shelving shown on drawings, including all bracing, tie rods and fasteners for securing to walls. Note: Wood blocking for securing shelving is part of Base Bid. 1_B l . ALTERNATES 00131 MEN RECORP10, R,.PUuY n m r._w rn�w•S n .• r,.. . TO CLERK BOARD OF at oclock SUPERVISORS Contra Costa County Records J. R. OLSSON, County Recorder Fee S Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA . AS EX OFFICIO THE BOARD OF SUPERVISORS OF-CONTRA COSTA " .COUNTY FLOOD CONTROL'AND WATER CONSERVATION DIftRICT • a In the Matter of Accepting and Giving ) RESOLUTIO:l OF ACCEPTANCE Notice of Completion of Contract with ) and NOTICE Or CO :PLETION Winton Jones Contractor Inc. , Concord ) (C:C: 03086, 3093) (Work OOrder $ 2�iect No_ 2-75 RESOLUTIO% NO. 75/925 . The Board of Supervisors of Contra. Costa County PXSOLVES THAT: The County of Contra Costa on July 22, 1975. contracted with Winton Jones Contractor, Inc. , 19 9 Arnold Industrial Hightaay, Concord, California 9 520 Vame and Address of Contractor) for construction of channel improvements on Green Valley Creek between the first and second crossings of Diablo Road Danville Wor Order b , Project No. 2-75 with Industrial Indemnity. Company as surety, name of Bonding Company for work to be performed on the grounds of the County; and The Publin Works Director reports that said work- has been inspected and complies with the approved plans, special provisions, and standard specifications, and recoL%mer_ds its acceptance as complete as of November 7, 1975 ; Therefore, said work is accepted as completed on. said date, and the Clerk shall file with the Cor aty Recorder a copy of this Resolution. and Notice as a Notice of Completion for -said contract. PASSED AND ADOPTED Oil November 18, 1975 CERTIFICATION and VERIFICATIO11 I certify that the foregoing is a true and correct copy of a. resole- tion and acceptance duly adopted and entered on the minutes of i'_:is Board' s meeting on the above date. I declare under penalty of perjury that t,:e foregoing is true and correct. Dated: November 18, 1975 J. R. OLSSO2;, County Clerk. & at Martinez, Calizornia -ex officio Clerk of the Board By N. In aham Deputy Clerk cc:�ii cora a:iu return Contractor Auditor Public Unrks Admini:;trator RESOUI'J.'TOIT 1:0. 75/925 00132 I•o,....n WJrEN RECOR]IDD, RR��U l: �+,,Tt il--ra AM r.M nr�:c.�• , _ n TO CLERK LON`.RD OF at o'clock - SUPERVISORS M. Contra Costa County Record- J. R. OLSSON, County Recorder Fee Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFOILIIIA In the Matter of Accepting and Giving ) RESOLUTION OF ACCEPAI:CE Notice of Completion of Contract with ) and NOTICE 01% CO :PLE IO:T C. M. Stevens Excavating and Grading (C.C. 03086, 30; 3) Danville (projecto. 721_ 2 -75 RESOLUTION. NO. 75/926 . The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on September 10, 1975 contracted with C. M. Stevens Excavating and Grading, 508 El Capitan Danville California 9T5-2-F— ( ) 52 _ Name and Address of Contractor - for the widening of the north side of Diablo Road in the vicinity of Rose Street. Danville A -� viith (no bond necessary) as surety, 31amie of Bonding Company - . for work to be performed on the grounds of the County; and The Publin Works Director reports that said work has been inspected and complies with the approved plans, special provisions, and, standard specifications, and recommends its acceptance as complete as of 'November 7, 1975 Therefore, said work is accepted as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for -said contract. t . t� PASSED AIM ADOPTED ON November 18, 1975 . CERTIFICATIO11 and VERIFICATIO11 I certify that the foregoing is a true and correct copy of a. resolu– tion and acc`atance duly adopted and entered on the minutes of thais Board' s meeting on the above date. I declare under penalty of perjury that t::e foregoing is true and correct. Dated: November 18, 1975 J. R. OLSSON, County Clerk & at Martinez, California ex officio Clerk of the Board _ BY-L— N. In ah-_ Deputy Clerk cc: tcecora ana re,curn Contractor Auditor. Plab].i.c Uorks Admini.trator RESO1.UTI01T 110. 75/926 00133 Po rmn ;"9.5 IPJ THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Re: Emergency Repairs and ) Alterations to Septic Tank ) RESOLUTION NO.. 75/927 System at Station Six, ) Riverview Fire Protection ) (H.&S.C. 513885) District ) r The Board of Supervisors of Contra Costa County, as the Board of Directors of the Riverview Fire Protection District, RESOLVES THAT: The County Public Works Director has reported that the present septic tank system at Station Six of the Riverview Fire Protection District, 3000 Willow Pass Road, Pittsburg, has deteriorated, causing rats sewage to overflow; that County Sanitation District 7-A has required that the septic system be replaced with a forced lateral and pump system into the existing sewer line in the street; .. that the estimated cost of corrective work will exceed $3,000; and that the current condition constitutes a health and safety hazard which requires immediate correction. This Board hereby FINDS and DECLARES that an emergency exists and that the public interest and necessity demand immediate ex- penditure of public money to safeguard public health. This Board DIRECTS the Public Works Director to proceed in the most expeditious manner pursuant to Health and Safety Code Section 13485 to make the necessary repairs or alterations, or both, in order to comply with County Sanitation District 7-A requirements. The Public Works Director is AUTHORIZED to prepare and file with the County Recorder the appropriate Notice of Completion when the work is cmpleted. This Board CONCURS with the County Planning Department that this project is categorically exempt from the provisions of the Environ- mental (duality Act of 1970 under Class I. Paragraph D, 515101, of the State EIR Guidelines (Tit. 14, Div. 6, Cal.Adm. C. ) . Further, the Director of Planning is DIRECTED to prepare and file with the County Clerk a notice of determination concerning the approval 3f-this- project. PASSED on IJovenber 18, 1975 unanimously by Supervisors (5) present. SM:s cc: F. uolinveaux, Fire Chief Public Works Director Auditor-Controller RESOLUTION 110. 75/927 0.0134 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUN'T'Y, STATE OF CALIFORNIA In the Matter of Approving ) November 18 , 19 7,5 and Authorizing Payment for 3 Property Acquisition(s) . ' IT IS BY THE BOARD ORDERED that the following.. settlement(s) and Right of Way Contract(s) are APPROVED and the Public 11lorks Director is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Hillcrest Avenue, James M. November 12, Grantors 41,000 Antioch area, Carter, et ux. 1975 (Project No. 7564- 41o6-73) The County Auditor—Controller is AUTHORIZED to draw warrant(s) in the amount(s) specified to be delivered to the County Supervising Real Property Agent. The County Clerk is DIRECTED to accept deed(s) from above—named grantor(s) for the County of Contra Costa. The foregoing order was passed November 18, 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 18th day of November , 1975 cc: Public Works Director County Auditor—Controller J. R. OLSSON, CLERK County Administrator By N. I oraham, - Deputy Clerk Form ],,'20.4 00' 135 C C. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA* COUNTY, STATE OF CALIFORNIA : November 18 , 197 5 In the Matter of Releasing ) Subdivision Deposit ) Subdivision: 4221, Danville Area ) Deposit: $500 ) Auditor's Permit No. 98140 ) Dated March 31, 1972 ) Refund to: Di .Giorgio Development ) Corporation, One Maritime Plaza, ) San Francisco, California 94111 ) On March 19, 1974 this Board resolved that the improvements in the above-named Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of action under the Subdivision Agreement; and now on the recommendation of the Public Works Director: The Board finds that the improvements have been main- tained (for one year after completion and acceptance) against defective work and/or labor done or defective materials furnished in performing the Subdivision Agreement, and that all deficiencies (if any) developing during this period have been corrected; and Pursuant to Ordinance Code Section 8429(b) and the Sub- division Agreement, the Director is authorized to refund the deposit as indicated above. 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 18th day of November , 197 5 I R. OLSSON XJXXX��X�7A76'M, CLERK cc: Public Works (2) Subdivider By Deputy Clerk OU13S In the 'Boaid of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of 4' Deferred Improvement Agreement, Land Use Permit 2044-75, El Sobrante Area. IT IS BY THE BOARD ORDERED that the Public Works -Director is AUTHORIZED to execute an agreement with Mr. and Mrs. Mark F. Lynch permitting the construction of permanent improvements, required by the Board of Zoning Adjustment as a condition of approval of Land Use Permit 2044-75, El Sobrante area, to be deferred; and IT IS FURTHER ORDERED that the Board accepts the Grant Deed, dated November 3, 1975, from Mr. Mark F. Lynch and Mrs. Patricia E. Lynch (for additional right of way along San Pablo Dam Road) . PASSED by the Board on November 18, 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: Recorder (via P.W. ) Witness my hand and the Seal of the Board of Public Works Director Supervisors Director of Planning affixed this 18th day of November . 19 7.5 Mr. Mark F. Lynch J. R. OLSSON, Clerk 5555 San- Pablo Dam Road g�, Deputy Clerk E1 Sobrante, . California .9481? N. Iniraham. H 24 8/75 IOM 00137 i Recorded at the request of: CONTRA COSTA COUNTY When Recorded Return to: - CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT LAND DEVELOPMENT DIVISION 6th Floor Administration Bldg. San Pablo Dam Road 0961D This box for exclusive use of Recorder. Portion Assessor's Parcel No. 433-060-005 DEFERRED IMPROVEMENT AGREF.1410T (Project: LUP-2044-75 1. PARTIES. Effective on the County of Contra Costa, .- hereinafter refer red to as "County" and _-MARK_E_._L•YNCLI-a-I?ATRI I e 6401, -his fe* --, hereinafter referred to as "Owner" mutually agree and promise as follows: 2. PURPOSE. Owner desires to develop the property lie owns as described in Exhibit 19A" attached hereto and wishes to defer construction of permanent improvements,' and County agrees to such deferment if Owner constructs improvements as herein promised. 3. AGRF.EMEN'T BIDDING ON SUCCESSORS IN INTEREST. This agreement is an instrument affecting the title or possession of the real property described in Exhibit "A". -All the terms, covenants and conditions herein imposed shall be binding upon and inure to the benefit of the successors in interest of Owner. Upon the sale or division of the property described in Exhibit "A" the terms of this agreement shall apply separately to each parcel, and the owner of each parcel shall succeed to the obligations imposed on Owner by this agreement. Upon annexation to any City, Owner shall fulfill all the terms of this agree- ment upon demand by such city as though Owner had contracted with such city originally. Any annexing city shall have all the rights of a third party beneficiary. 4. STRE"T AND DRAINAGE. IMPROVEMENTS. A. The improvements set forth in this section may be deferred by Owner and shall be constructed when required in the manner set forth in this agreement. The deferred imnrovements required by County Department of Public 11t'orks are generally described on Exhibit '°;" attached hereto. B. When the County Public Works Virector determines that there is no further reason to defer construction of the improvements, he shall notify Owner in writing to commence their installation and construction. The notice shall be mailed to the current owner or owners of the land as shown on the latest adopted County Assessment roll. The notice shall describe the work to be done by owners, the time within which the work shall commence and the time within which the work shall be corq)leted. All or any portion of said improvements may be required at a specified time. Each owner shall participate on a pro rata basis in the cost of the improvements to be installed. If Owner is obligated to pay a pro rata share of a cost of a facility provided by others, the notice shall include the amount to be paid and the time when parent must be made. S. PERFORMANCE OF THE i:ORK. Owner shall perforn the work and make the payments required by County as set forth herein or as modified by the Board of Supervisors. Owner shall cause plans and specifications for the improvements to be prepared by competent persons legally qualified to do the work and to submit said improvement plans and specifications for approval prior to commencement of the work described in the notice and to pay County inspec- "1- 0 138 tion fees. The work shall be done in accordance with County standards in effect at the time improvement plans are submitted for approval. Owner agrees to commence and complete' the work within the time specified in the notice given by the Director of Public Works and to notify the County at least 48 hours prior to start of work. In the event Owner fails to construct any improvements required under this agreement, County may, at its option, do the work and collect all -the costs from Owner. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Owner shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. Permission to enter onto the property of Owner is granted to County or its contractor as may be necessary to construct such improvements. 6. JOINT COOPERATIVE PLAN. Owner agrees to cooperate upon notice by County with other property owners, the County, and other public agencies to provide the-improve- ments set forth herein under a joint cooperative plan including the for cf a local improvement district, if this method is feasible to secure the installation and construction -of the improvements. 7. REVIEW OF REQUIREMENTS. If Owner disagrees with the requirements set forth in any notice to commence installation of improvements he shall, within 30 days of the date the notice was mailed, request a review of the requirements by the Board of Supervisors of County. The decision of this Board shall be binding upon both County and O%%mer. 8. ACCEPTANCE OF IMPROVEMENTS. County agrees to accept those improvements specified in Exhibit "B" which are constructed and completed in accordance with County standards and requirements and are installed within rights of way or easements dedicated and accepted by resolution of the Board of Supervisors. Owner agrees to provide any necessary temporary' drainage facilities, access road or other required improvements, to assume responsibility for the proper functioning thereof, to submit plans to the appropriate County agency for review, if required, and to maintain said improvements and facilities in a manner which will preclude any hazard to life or health or damage to adjoining property. 9. BONDS. Prior to approval of improvement plans by the County, Owner may be required to execute and deliver to the County a faithful performance bond and a labor and materials bond in an amount and form acceptable to County to be released by the Board of Supervisors in whole or in part upon completion of the irk required and payment of al: persons furnishing labor and materials in the performance of the work. 10. INSURANCE:. Owner shall maintain, or shall require any contractor engaged to perform the work to maintain, at all times during the performance of the work called for herein, a separate policy of insurance in a form and amount acceptable to County. 11. INDEMNITY. The Ouner shall assume the defense and indemnify and save harmless the County, its officers, agents and employees, from every expense, liability or payment by reason of injury (including death) to persons or'damage to property suffered through any act or omission, including passive negligence or act of negligence, or both, of the Developer, his employees, agents, contractors, subcontractors, or anyone directly or indirectly employed by either of them, or arising in any way from the work called for by this agreement, on any part of the premises, including those matters arising out of the deferment of permanent drainage facilities or the adequacy, safety, use or nonuse of temporary drainage facilities, the performance or nonperformance of the 'work. This provision shall not be deemed to require the Owncr to indemnify the County against the -2- 00139 s liability for damage arising from the sole negligence or willful misconduct of the County or its agents, senrants or independent contractors uho are directly responsible to the County. COUNTY OF CONTRA COSTA OhNI ER VICTOR W. SAUER G Public Works Director . 4r .Mynch By V n L. Cline, - Patricia E. Lynch Chief Deputy Public Works Director RECOMM:NDED FOR APPROVAL: By NOTE: This document is to be acknowledged Ass t.P tic ltior}cs rect j with signatures as they appear on deed of ter' title: FORNI APPROVED: JOHN B. CLAUSEN County Counsel By Deputy STATE OF CALIFORMA On this .........3rd 6y o f.23overnber...........in the year one thousand nine COUNTY OF. Contra Costa } hundred and..$AXAU�Yft.akeforeme,.....Barbara.J....?essagno....... -•r s a Notary Public, State of California, duly commissioned and sworn,personally appeared........Mark..E....L-ynch.and..Patricia..E•....Lynch..................... ............................................................................................................................... known to me to be the persons....whose nan:A..are....subscribed to the within instrument and acknowledged to me that..t he.X..executed the same. _ �, •_-J t M WITNESS WHEREOF I have hereunto set my hand and affixed my f official seat in the............ County of.. n tr-a..:Coat#xe day and year -3 r; •� µ _. j> in this certificate first ab /4 written. l ,-;+; +.�y.a,i:3.C�tpx;-e i,: .... ........................Notary blic,State alifornia....................... } 1 ..lievia Ava., rjj:h.70rd, Q 4C'4 My commission expires ..................................... ............. 1 Cowdery's Form No.32—Acknowledgement—Ceneral(C C.sec. 1190x) ��� )'Tinted 12f72 00r San Pablo Dam Road (n0961D) L.U.P. 2044-75 EXHIBIT "A" That parcel of land described in the deed to Mark F. Lynch,, et ux, recorded April 30, 1974 in Book 7214 of Official Records at page 969, Records of Contra Costa County, California EXCEPTING THEREFROM the following described parcel of land:' . Beginning on the northeasterly line of San Pablo Dam Road at the most westerly corner of the above-mentioned Lynch Parcel (7214 OR 969); thence from said point of beginning, along said northeasterly line-of San Pablo Dam Road South 45' 241 0011 East 87.20 feet to the most soutFerly corner of said Lynch Parcel (7214 OR 969); thence, along the southeasterly line of said Lynch Parcel (7214 OR 969) North 330 451 00" East 10. 18 feet to'a point on a line parallel with and 50.00 feet northeasterly measured at right angles from the center line of said San Pablo Dam Road; thence, along said parallel line North 45° 241 00" West 87.20 feet to the northwesterly line of said Lynch Parcel (7214 OR 969); thence, along said northwesterly line South 33°. 451 0011 ::'est 10. 18 feet to the point of beginning. { 00141 t San Pablo Dam Road 0961D EXHIBIT 119" LUP - 2044-75 1. Improvements required by Contra Costa County Public Works.Department along the frontage of Parcel 433-060-05 as described in Exhibit I . Approximately 57 lineal feet of curb and gutter. 2. Approximately 57 lineal feet of 6 feet 6 inch sidewalk, width measured from the curb face. 3. Approximately 1 ,055 square feet of street paving to pave between the existing pavement and the curb. 4. Necessary longitudinal drainage. 5. Temporary conforms for paving and drainage as may be necessary~ at the time of construction. 6. Street lighting as required along the frontage. 7. Utility distribution services shall be installed underground. - I ] . Relocation of Utilities Any necessary relocation of utility facilities shall be the responsi- bility of the owner or his agent. 111 . County's Responsibility County furnished engineering will consist of preliminary, design and establishment of street grades and drainage and one staking of curb line grade. Any replacement of curb stakes will be at the expense of the owner. The construction of the above deferred improvements shall begin as out- lined in Item 46 of the Agreement when any of the following occur_ 1 . San Pablo Dam Road is constructed to its ultimate planned width by the County or by an Assessment District. 2. Frontage improvements are constructed adjacent to the subject property. I 00142 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Completion of Public Improve- - ments in Minor Subdivision 155-73, Walnut Creek Area. IT IS BY THE BOARD ORDERED that the public improvements in Minor Subdivision 155-73, Walnut Creek area, are ACCEPTED as complete and the Public Works Director is AUTHORIZED to refund to A. 0. Epps Construction Company, Inc. , the $500 deposited as surety under the Minor Subdivision Agreement (as evidenced by Auditor's Deposit Permit Detail No. 113576, dated December 26, ��. 1973); and IT IS FURTHER ORDERED that the WIDENING OF MEADOW ROAD which is shown on the Parcel Map of Subdivision MS 155-73, filed December 28, 1973, in Book 31 of Parcel Maps at page 44, and which was deeded by separate instrument recorded on February 5, ?, 1974, in Volume 7149 of Official Records on page 801 et seq. , is ACCEPTED as a County road. i1 PASSED by the Board on November 18, 1975- i r tt 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 : Recorder Witness my hand and the Seal of the Board of A. 0. Epps Construction Supervisors Company, Inc. affixed this 18th day of November , 19 75 169 Front Street, J. R. OLSSON, Clerk Danville, California 94526 By - j-- - Deputy Clerk Public Works Director N. In raham Director of Planning H 24 8/75 20M 00143 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Request for Refund of Deposit for Subdivision. 11956, El Sobrante Area. The Board on November 4, 1975 having referred to the Public Works Director for report a request made b;� Mr. Gust C. Nichandros, Elmark Homes, Inc., P. 0, Box_ 956, Oakland, California 94604, for return of cash deposited in connection with Subdivision 39569 E1 Sobrante area; and The Public works Director having this day submitted his report on the matter and having cited reasons why the deposit should be retained by the County; and Good cause appearing therefor IT IS BY THE BOARD ORDERED that the report of the Public `:;forks Director is ACCEPTED. PASSED by the Board on November 18, 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. Gust C. Nich-andros Witness my hand and the Seal of the Board of w/copy ;3 ' Supervisors Public Works+Director affixed this .18thday of Noveriber , 19 75 County Counsel County Auditor—Controller J. R. OLSSON, Clerk County Administrator By Q.,1A-rA(t cr UDeputy Clerk Rondalynn hackles 1124 8/75 10M 00144 l ` In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 15 In the Matter of Subdivision 3987, Pleasant Hill Area. The Board on April 24, 1972 having approved an agreement with Lafayette Downs Company, effective April 18, 1972, for construction of certain improvements in Subdivision 3987, Pleasant Hill area; and r The Public Works Director having reported that the developer has failed to satisfactorily maintain the work for the one-year period required by said agreement; and - The Public Works Director having recommended that he be authorized to complete the corrective work (estimated to be $2,500 plus the cost of preparing plans and specifications, solicitation of bids and any cost involved in recovering monies from the surety) using the $500 deposited as surety to help defray the County's cost; and The Public Works Director having further recommended that County Counsel be authorized to initiate action to recover any cost in excess of the $500 from the developer and/or Fireman's Fund Insurance Company, surety (Bond #6247260 in the amount of $76,000); IT IS BY THE BOARD ORDERED that .the recommendations of the Public Works Director are APPROVED. PASSED by the Board on November 18, 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: Subdivider (via P. W. ) Witness my hand and the Seal of the Board of Public Works Director Supervisors County Auditor-Controller affixed this 18th day of Novemb -r , 19 7 County Administrator J. R. OLSSON, Clerk County Counsel By Deputy Clerk N. Ing aham 00145 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT November 18 , 19 ZL In the Matter of Directing Contra Costa County Flood Control and Water Conservation District to Proceed with Modification of the Arroyo Del Cerro Project (Zone 3B) Work Order 546 The Board having received a Resolution dated November 3, 1975 from the Contra Costa County Flood Control and Water Conservation District's Flood Control Zone 3B Advisory Board recommending deletion of recreation as a project feature of the Arroyo Del Cerro Project and giving adequate reasons therefore and further recommending that the appropriate action be taken to proceed with the Arroyo Del Cerro Project on the basis of a single-purpose flood control project; and The Public Works Director, as ex officio Chief Engineer of the Contra Costa County Flood Control and Water Conservation District, having recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Flood Control and Water Conservation District, approve the recommen- dations of the Zone 3B Advisory Board and direct the ex officio Chief Engineer of said District to take appropriate action to -" proceed with modifying the Arroyo Del Cerro Project to a single- purpose flood control project; IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director, as ex officio Chief Engineer of aforesaid District, is APPROVED. PASSED by the Board on November 18, 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• Contra Costa County Witness my hand and the Seal of the Board of Recreation and Natural Supervisors Resources Commission affixed this 18th day of November . 19 75 Director of Planning J. R. OLSSON, Clerk Public Works Director By Deputy Clerk Flood Control (2) County Administrator N. In wham D H 24 8/75 10M 00146 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 In the Matter of Authorizing Issuance of Purchase Order, Estabueno Drive Orinda Area. (Work Order 4750) IT IS BY THE BOARD ORDERED that the construction of a concrete lining of two 48-inch corrugated metal pipe culverts at 047 Estabueno Drive, Orinda area, is APPROVED and the Public Works Director Is AUTHORIZED to arrange for the issuance of a purchase order in the amount of $7,740 to Apollo Concrete Company for said work; and The Board concurring with the County Planning Department that this project is categorically exempt from the provisions of the Environmental Quality Act of 1970 as a Class Z, County Environ- mental Impact Report Guidelines project, the Director of Planning is instructed to prepare and file with the County Clerk a notice of determination concerning the approval of this project. PASSED by the Board on November 18, 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 County Auditor-Controller Supervisors Purchasing affixed this 18t=t day of November 19 75 RSSON, Clerk ByC"�- �t.,2 < e Deruty Clerk Constance Davies H 24 8/75 10M 00 / In the Board of Supervisors of Contra Costa County, State of California AS BOARD OF DIRECTORS OF THE RIVERVIEW FIRE PROTECTION DISTRICT November 18 ' 19 75 In the Matter of Authorizing Chairman, Board of Supervisors, to Execute Contract with J-Spray Corporation On October 27, 1975 the Board of Supervisors having awarded, upon recommendation of the Fire Chief, Riverview Fire Protection District, a contract for abatement of weeds, rubbish and other fire hazard conditions within the district for the period December 1, 1975 through October 31, 1976 to J-Spray Corporation; and The contracts together with necessary bonds and insurance certificates having this day been presented to this Board; IT IS BY THE BOARD ORDERED that the Chairman, Board of Supervisors, is authorized to execute the aforesaid agreement. Passed by the Board on November 18, 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. Orig. Dept: Witness my hand and the Seal of the Board of County Administrator Supervisorsaffixed this 18th of November . 19 75 cc: Riverview Fire Protection — District J. R. OLSSON, Clerk County Administrator County Auditor-Controller � Deputy Clerk H 2412174-I&M Maxine M. Neu eld 00148 n3.4TErEWT C7':TF.ACT (Agreement) 1. SPECIAL TER!5. . These special tex7rs are incorporated below by reference. 0§20) PARTIES: (Public Agency) Riverview Fire Protection District (Cor_trac tor) J SPRAY CGit�RAT IOtl � 400 Monument Court Concord, CA 94520 • t 02) rx7FECTIVE DATE: december 1,19-0ee §4 for starting date.)- r ' t 03) THE WORK: The Contractor ;rill at its o-vm cost and expense, in a worknan- like ;manner, faithfully and fully do all the work and f urrd sh all the equipment and materials necessary to complete, in accordance with the Abatement Specifications and related contract documents hereinafter mentioned, to the satisfaction of the Fire Chief of the Public Agency, the correction and abatement of fire hazards from the properties set forth by the Public Agency. (94) COA ILI1'ION T32-:E: The worst shall be completed as set forth by the Public Agency in Orders to be issued. j 3 (§S) FJBLIC AGENCY'S AGENT: Fire Chief of the Public Agency.. (§6) CONTRACT PRICE: $ 71,41408410 (for unit price contracts: ; .*sore or less, in accordance :,-i th firu.saed giant=ties at unit bid prices.) f N. Boggess 2. SICt��Tu�ES & �, NOV 18 1sI5, tiBLIC AG w By: _ sident, Chairman or Other Designated Representative) . . t CONTn2ACTOR0 hereby also acknowledging awareness of and compliance i with Labor Code §1861 concerning Isor'rmen's Compensation Law. DesiSnite official capacity in the busiriess)_rv(COPOMM SEAL)- 7 BY: - 3csi gnate o*"ficial capacity in the business (NOTE TO CONTRACTOR (1) MENTZ ACKYU--41ZX- YE:- F-JIU4. BELIM4 AND (2)- if a. t CO3pO.MTION, AFFIX CORPO34TE S=:.%L.) f State of California ) AC?2-iJ;.'L-O31,01T (by Corporation,, County of ) ss' Partnership, or Indivisual) The person(s) signing above for Contractor, known to :me in individual and business capacity as stated, personally appeared before me today and _- acknowledged t1.at he/they executed it and that the corporation or partner- i ship named above executed it. Dated: i - - - - ;�Os^_Ar3T_YL_S- , - - - - - - - - - "�=°••�Y EU ILTC 'rUPm: APPROVED-: J. B. CLA113ME By: County Coi ise1 Deputy Microfilmed with board order MMMYNXIAL avow= ew COMM �> ON iY... L day dL;? �K s l� 7.. ..�i�..s.. Ph'YLt.I h'Ut�DT�.,:STOK S� I%MC in and Im said CatAlt7 laid Shiba d cod mpom'Imommook f 1 Imhogwri ft'wobju bwm4wmff4 ind MY MAN 1r thm •h.-ems- - �..+.. #1' OFFICIAL SEAL / �. �, ; MC�nnv roc;E7Lr:: —C.:t rJr. . J ,.. .<y� _ TC>,t-{C+ '� �,r•'.�7 a ? . CCNT.:A CG5TA ii.UIJNTv > L i 3. WORK C0?'TRACT, CHkNGES. (a) By their signatures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a tvorL=anlike manner, fully. and faithfully perform and complete the work; and + will furnish all materials, labot, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's Notice To Contractors, Proposal, Orders, and Abatement Specifications: (c) The work � can be changed only a*ith 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 norm than specified in Sec. 7 without such an order. } 4. TINE: 2I0TICE TO PROCEED. Contractor shall start this work as directed in the Orders and shall complete it as specified in Sec. 1. 5: IhMEMATED DOCI7.';E'NTS. • The'Notice To Contractors, Proposal, Orders and Abatement Specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for-this work are hereby-incorporated -into this contract, and they are intended *to co-operate, so that anything exhibited In the Notice To Contractors, Proposal, and Orders not mentioned in the Abate- r-ant Specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof wnen taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in See. 1. 6. PAY;.cNT. For his strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Public Agency shall ;. pay the Contractor the sura specified in Sec. 1, except that in this unit price contract,the payment shall be for finished quantities (parcels) at unit bid prices. 7. PAi`?•'iTS WITHHSLD. (a) The Public Agency or its agent may withhold i 2ny pay ant, .or because of later discovered evidence nullify all or any. I certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing', or i- (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance . then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due.-to-delay. F: (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are t not satisfactory to it, so as to avoid unnecessary trouble or cost to the f Contractor in ratting good any defective .-ark or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire 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 =terials 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 wank or of late-recorded notices of,liens or claims against Contractor, but in no case shall this be done prior to ' December 31, of the year in which the work has been completed. -2- . 00150 . I 8. OSM. A CE (Labor Code 991860-61) On signing this contract, contractor i m=_st give Public rgFncy (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Vorkmen's Compen- sation 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 Vorl=en's Compensation Law. 9. BODS. On signing this contract, Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifications or special provisiosis, guaranteeing his faithful perfarr:. Ace of this contract and his payment for all labor and materials hereunder''. _ t 10. FAILURE TO P-RFOP.M. If the Contractor at any ti.::.e refuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient Materials ` or worI=ea to complete this agrecient and work as provided hereini for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency way furnish same-and deduct the reasonable expenses thereof from the• contract price. The Public Agency may terminate this contract by registered wail -,;here the Contractor fails to provide sufficient workmen and equipment as previously. ordered. . The Public Agency's determination shall- be final and conclusive as to sufficiency of workmen and equipment. 11. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local la�:s and-.iegdiafions, especially Chapter I of Part 7 of the California Labor Code (beginnLng with Sec. 1720, and including Seca. 1735, 1777.5, & 1777.6 for bidding discrimination) and intend that this contract - - complies therewith. The parties specifically stipulate that the relevant pe=lties and forfeitures provided in the LO.- or Code, especially is Secs. 1775- & 1813, concerning prevailing wages and hours, shall apply to this contract as though fully stipulated herein. 12. SL3CONT?tCTORS. Gavernment Code §94100-4113 are incorporated herein. i 13. 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..iork, in the locality in which this work Is to be performed, for each craft, classification, or type of worki:an 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 incorpor- ated'herein. (b) This schedule of gages 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 constituting the s.•orking day. When less than that number of i hours are worked, the daily :.age rate is proportionately reduced, but the ! hourly rate remains as stated. i (c) The Contractor, and all his subcontractors, must pay at least Lhasa rates to all persons on this work, including all travel, subsistence, and ' fringe benefit payments provided for by applicable collective bargaining agree- ments. A11 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.' It if beco--es necessary for the Contractor or any subcontractor to e.-ploy any person in a craft, classification or type of work (except eLcetutive, supervisory, administrative, clerical or other non- n=nual workers as such) for which no minimum stare rate is specified, the Contrac- tor shall i=ediately notify the Public Agency which shall promptly determine the prevailing --nage rate therefor and Burnish the Contractor with the =&_b - nam rate based thereon, 4hich shall apply from the time of the initial employment of the person affected and during the continuance of such em. ploy:ent. 14. HOURS OF UBOR. 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 Con- tractor or by any subcontractor shall be required or permitted to sbrk longer thereon except as provided in Labor Code Secs. 1810-1815. 00151 15. MOF RK—ti.ICES. Properly Indentured apprentices may be employed on this., Work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding dirt- . cr"nation. � 1 16. P REFEPONCE FOR MATERVIS. ' The Public Agency desires to pronote tha j industries and economy of Contra Costa County, and the Contractor tborefora premises to use the products, worl=cns laborers and mechanics of this County in evary case where the price, fitness and quality are equal. " ' X • 17. ESSIMMiT. This agreement binds the heirs, successors, aagigas, and - 3 representatives of the Contractor; but he cannot assign it In-whols or in pert, nor may monies due or to become due under it, without the prior written consent of the Public Agency and the Contractors surety or sureties, unless hr_y ha:•a t:a3vid notice of assignzaat. IS: 1:0 WAIVER 3Y PUBLIC AGMNCY. - Insapection of the work and/or materia3a, � or appaoval of work and/or materials inspected, or statement by any officer, ag ant or employee of the Public Agency indicating the work or any part thereof ccmplies with the require=ents_of this contract, or acceptance of the thole � or ray part of said work and/or materials, cr payments therefore, or eny com- bination of these acts, shall not relieve• tc:s Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agcacy be than,bp' estopped from bringing any action for damages or enforcwent arioing from the r. failure to comply with any of the terms aad cgnditions hereof. 19. UOLD FAPJ::-.SSS l4 Mi MMITY. ' (a) Contractor promises to rad shall hold 247 ea„alcss gid- indc=nify from the liabilities as defined in this section. (b) The ind.—mmltees benefited and protected by this promise are the Public Agency and its elective and appointive boards$ co=issions, officers, } agents and employees. r: (c) The liabilities protected against are any liability or claim for . .!. damage of any &ind allegedly suffered, incurred or threatened because of actions f; defined below, including personal injury, death, property dawage, invoree ; condemnations or any_cc-bination of these, regardless or utether or not such K liability, claim or damage was unforeseeable at any time before the Public kc,=cy approved the I=proverent pleas or accepted the I provements as co=nlat- , ed, :end including the defense of any suit(s) or action(s) at lata or equity concerning these. (d). The actions causing liability are any act or omission (negligcat or ' non-negligent) in connection with the mutters covered by this contract and attributable to the contractor, subcontractor Cs) or any officer(s), asent(s) or czployee(s) of one or more of thy. (a) Noa-Conditions: The promise end agreement in this section is not conditioned or dependent on whether or not any Inde=nitsa has prepared, supplied, or approved any pl n(s),dreuing(s), spccificatioa(s) or special provision(s) in connection with this work, has insurance or other indensifi- catiaa covering any of these ratters, or that the alleged damage resulted partly from any, negligent or .dilful misconduct of any Indc=ited. .a In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 -15 In the Matter of Contract #28-412-2 with Pittsburg Unified School District to provide a CETA Title I Combination Welding Classroom Training Program IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract #28-412-2 with Pittsburg Unified School District for provision of a Combination Welding Classroom Training Program under Title I of the Comprehensive Employment and Training Act of 1973, as amended, from July 1, 1975, through June 30, 1976, with a payment limit of $67,133, and under terms and conditions as more particularly set forth in said contract. Passed by the Board on November 18, 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: Human Resources Agency Supervisors Attn: Contracts Admin. affixed this 18th day ofNovember , 19 75 cc: County Administrator — County Auditor-Controller J. R. OLSSON, Clerk Manpower Project Director B Deputy Clerk Contractor axine�& -M. a eld H 24 sPs conn 00153 Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 8 m 4 1 2 - 2 Department: Human Resources Agency Manpower Project Subject: Administration and staff services to provide a Combination Welding Classroom Training Program for CETA-eligible participants residing in the Pittsburg area 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: Pittsburg Unified School District Capacity: Public Agency Address: 2000 Railroad Avenue, Pittsburg, California 94565 3. Term. The effective date of this Contract is July 1, 1975, and it terminates June 30, 1976, unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed , 67,133 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 carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 75-76 CETA Title I Comprehensive Manpower Plan (U. S. Department of Labor Grant Number 06-5004-10), Federally approved, and any modifications thereto 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); California Government Code Sections 26227 and 53703 10. Signatures, These signatures attest the parties' agreement hereto: COUNTY Pr CONT , CALIXORNIA CONTRACTOR J � � Y Chairman, Boa of SupgrsorsNOV 1 8 1975 Attest: J. R. Olsson, County Clerk Desi to official capacity in business and affix corporation seal) r By ;''� State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By �� before me today and acknowledged that he/ `\ �r:' Des gnee they signed it and that the corporation or partnership named above executed the. within instrument pursuant to its bylaws `;.;-^. or a resolution of its board of directors. Form Approved: County Counsel, Dated: % I;;;i i'dCJ ' '. � N \ r • „ �:.� J � �' � •��. pit Microfilmed with board order i. .9' =, �' i1 U// s Notary Public/Deputy County Clerk Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 28 - 4 12 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.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] 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.] rX] 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 [ ] 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. Initials: Contractor County Dept. 00155 (A-4618 REV 6/75) _1_ Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) i� Number 2 8 — 4 12 — 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 Re ort 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: It Contractor County Dept. (A-4618 REV 6/75) -2- 00156 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 2 8 _ 4 1 2 — `�2 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 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. 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 otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements 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 sums 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. Initials: Contractor County Dept. (A-4616 REV 5/7.5) , 0015'J Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number- 28 - 412 — 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. 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: Contractor Coun y Dept. 00158 (A-4616 RFV S/75) Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 2 8 — 4 12 2 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 zny 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) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. 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: Con actor Co Dept. (A-4616 REV 5/75) _3_ 00159 SPECIAL CONDITIONS (CETA Title I Programs) Number 28 - 412 - 2 1. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the-Federal Register, Vol_ 40, No. 101, Friday May 23, 1975; as may be revised and amended; and which are incorporated herein by reference. 2. Available Copies. Copies of the County's Project documents, as specified in Paragraph 8. (Project) of the Standard Contract, and all pertinent Federal statutes, regulations, guidelines, bulletins, and circulars applicable to this Contract, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the County Human Resources Agency Manpower Project_ 3_ Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 4. Status of Participants. Program participants, including employees hired by _ Contractor, shall in no way be considered employees or agents of County. Contractor is an independent contractor, and County shall not have control over the methods and details by which the terms of this Contract are fulfilled. 5. Payment Adjustments. a. If any funds are expended by the Contractor in violation of the terms of this Contract (including all applicable statutes, regulations, guidelines, bulletins, and circulars), County may deduct the amount of such unauthorized or illegal expenditures from payments otherwise payable to Contractor in order to recover any amount expended for unauthorized purposes in the current or immediately preceding fiscal year. No such action taken by County shall entitle the Contractor to reduce program operations or salaries, wages, friage benefits, or services for any program participant, including Contractor's staff, or to expend less during the effective term of this Contract than those amounts specified in the Budget of Estimated Program Expenditures included in the Service Plan. Within thirty (30) days of request by County, Contractor shall reimburse County for any payments made for expenditures which are in violation of . this Contract. b. Contractor shall indemnify County fully and completely for any repayment of funds made by the County to the U. S. Department of Labor at the request of that Department's Secretary after it has been determined that such repayment is required from the County due to the unauthorized or illegal expenditures by Contractor. The Secretary's determination as to the necessity for any such repayment shall be conclusive as between County and Contractor. 6. Termination, Further Provision. This Contract may be terminated as specified in General Conditions, Paragraph 5. (Termination), subject to the following: a. County's termination for failure of Contractor to perform (General Conditions, Paragraph 5.b.) may not be exercised until 30 days after Contractor has been sent by County a written notice specifying the failure to perform and Contractor has failed to correct such failure of performance within said 30 days after the sending of slid notice. b. County may exercise its right of termination specified in Paragraph 6.a_ of these Special Conditions as to any separable part performance under this Contract, allowing the remainder of the Contract to continue in force. C. Termination because of cessation of funding, as specified in General Conditions, Paragraph 5.c. , shall occur only upon County's sending of notice thereof . to Contractor. Initials: ' Contractor County Dept. 0160- SPECIAL CONDITIONS (CETA Title I Programs) Number 28 - 412 - 2 7. Statistics, Reports, and Records. Contractor shall keep and maintain such documents; records, and accounts as may be required by the County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents•, accounts, statistics, reports, and -records shall be maintained and provided in the form and manner prescribed by County. 8. Child Labor. No person under 18 years of age shall be employed in any occupation which the U_ S. Secretary of Labor has found to be hazardous for persons between 16 and 18 years of age (pursuant to 29 CFR Part E). Any eligible participants under 16 years of Pge will be employed only in accordance with the limitations imposed by 29 CFR Part 570, Subpart C. 9. Affirmative Action Plan. Contractor shall comply with all applicable require- ments of Executive Order No. 11246, entitled "Equal Employment Opportunity", as amended by Executive Order No. 11375, and as supplemented in Department of Labor Regulations (41 CFR Part 60). Contractor hereby certifies that it has an Affirmative Action Plan, if required by State or Federal law, which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of that plan. 10. Environmental Protection. If the Payment Limit,of this Contract exceeds $100,000, Contractor shall comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U.S.C. 1857 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended. 11. Program Management Requirements. Contractor shall establish and maintain internal program management procedures for the effective administration of its Contract program, including provision to: a. Monitor day-to-day operations, b. Periodically review the performance of the program in relation to program goals and objectives, and c. Measure and evaluate the effectiveness and impact of program results in terms of participants, program activities, and the community. When Contractor finds that its program operations do not equal planned performance, it shall develop and implement appropriate corrective action and seek to improve its overall program management and effectiveness. 12. Financial Management Requirements. Contractor shall comply with Federal Management Circular R-IC 74-7, Attachment G, Paragraph 2., pertaining to standards for financial management systems in federally-funded activities. Pursuant thereto, Contractor shall establish and maintain a financial management system providing: a. Accurate, current, and complete disclosure of financial information pertaining to its Contract program in accordance with County or Federal reporting requirements, b. Effective control over and accountability for all Contract funds, property, and other assets, and c. The ability to evaluate the effectiveness of program. activities. Contractor shall adequately safeguard all Contract funds, property, and other assets and shall ensure that they are used solely for purposes authorized under this Contract. Initials: ' Contractor Coun y Dept. i SPECIAL CONDITIONS (CETA Title I Programs) Number 2 8 _ 4 12 - 2 13. Property Management Requirements. Contractor shall comply with requirements established by County or the U. S. Department of Labor governing the ownership, use, and disposition of equipment and other personal property (including minor equipment costing over $50 per item and unused expendable personal property with a total inventory value over $500). Property Records. Contractor shall maintain accurate records of any equipment ' and other property procured with Contract funds or otherwise acquired under this Contract in accordance with requirements established by County or the U. S. Department of Labor, including Federal Management Circular FMC 74-7, Attachment N, Paragraph 5.a., pertaining to the maintenance of records to provide property description, identification numbers, acquisition date and cost, source, location, use, condition, and disposition. Notwith- standing Paragraph 4. (Retention of Records) of the General Conditions, Contractor shall. retain such property records for three years after the disposition of such equipment or _ property. 15. Procurement Standards. Contractor shall comply with applicable State and local law, rules, and regulations governing the procurement of supplies, equipment, - and other materials and services, and with requirements established by County or the U. S. Department of Labor for such procurements with Contract funds, including Federal .Management Circular FMC 74-7, Attachment 0 (Procurement Standards). Pursuant thereto, Contractor shall: a. Maintain a code or standards of conduct governing the activities of its officers, employees, or agents involved in procurement and prohibiting the solicitation and acceptance of gratuities, favors, or anything of monetary value from subcontractors or potential subcontractors. b. Conduct all procurement transactions in a manner so as to provide maximum open and free competition and prevent conflicts of interest or noncompetitive practices which may restrict or eliminate competition or otherwise restrain trade. c. Utilize, for procurements over $2,500, the method of formal advertising, with adequate purchase descriptions, sealed bids, and public openings; however, procure- ments may be negotiated if it is impracticable and unfeasible to use formal advertising, as when: (1) the public exigency will not permit the delay incident to advertising, - (2) the material or service is available from only one person, firm, or other sole source, (3) the procurement involves a contract for personal or professional services or any service rendered by an educational institution, or (4) no acceptable bids have been received after formal advertising. Nevertheless, in all cases competition shall be obtained to the maximum extent practicable. Contractor's records of such procurements shall contain justification for any use of negotiation in lieu of formal advertising and for subcontractor selection, and.-the basis for the cost or price negotiated. 16. Nepotism. Contractor shall comply with the Federal restriction prohibiting nepotism (29 CFR Subtitle A, Part 98.22). Pursuant thereto, Contractor shall not hire any person in an administrative capacity or staff position funded under this 'Contract if a member of his or her immediate family is already employed in an administrative capacity by Contractor. Initials: P'O Contractor Count Dept. -3- 00' 162- 1:71 _ _ _ — _ •n'.1�1+ SPECIAL CONDITIONS (CETA Title I Programs) iJ Plumber 2 Q O -- 412 - 2 17. Final Contract Closeout. In the event that the services provided by Contractor under this Contract are not purchased by County under a new contract following termination of the within Contract, Contractor shall comply with final Contract closeout procedures established by County or the U. S. Department of Labor. In such event: a. Contractor shall provide County, within 60 days following the termination-- ---= of this Contract, all financial, program, performance, and other reports required-by County under this Contract. b_ Contractor shall account for any equipment and other property, including supplies and materials, procured with Contract funds or otherwise acquired under this Contract. c. This Contract may be amended to extend the term for up to 60 days to allow Contractor to incur allowable administrative costs during said 60-day closeout period for the purpose of initiating a final closeout of this Contract, preparing the above specified reports, and submitting said reports to County. d. Under any such Contract amendment, County may reimburse Contractor pursuant to Paragraph 4. (Payment Demands) of the Payment Provisions for such allowable administrative costs that are actually incurred, but subject to the Payment Limit of this Contract or to the total amount of the amended Payment Limit, should the Payment Limit of this Contract be increased by County under said Contract amendment. 18. P:o Implication of Contract Renewal. Contractor understands and agrees that there is no representation or implication whatsoever that this Contract shall. be renewed; i.e., that the services provided by Contractor under this Contract will be purchased by County under a new contract or other such agreement following termination of the within Contract. 19. Assurances and Certifications. As a further condition,'- Contractor shall comply with those Federal requirements and make those assurances and certifications set forth in the "Assurances and Certifications" (Exhibit A) attached hereto, which are incorporated herein by reference. Initials: Cont actor County Dept. j -4 00163 EXHIBIT A ASSURANCES AND CERTIFICATIONS 28— w412 - 2 Q ~ -`[� Number `•' 1 2 — 2 Subject to the General and Special Conditions, Contractor assures and certifies that: A. General Assurances. I. It will comply with the requirements of the Comprehensive Employment and Training Act of 1973, as amended -(CETA) (P. L. 93-203, 87 Stat. 839 and P. L. 93-567, - 88 Stat. 1843), hereinafter referred to as the Act, and with the regulations and policies promulgated thereunder. 2. It will comply with Federal Management Circular (FMC) 74-4 and '74-7, -as those circulars relate to the utilization of funds, the operation of programs, and maintenance of records, books, accounts, and other documents under the Act. 3. If the regulations promulgated pursuant to the Act are amended or revised, it shall comply with them or will notify the County within 30 days after promulgation of the amendments or revision that it cannot so conform, so that the County may take appropriate action including termination of this Contract, if necessary. - 4. It possesses legal authority to enter into this Contract; a resolution, motion or similar action has been duly adopted or passed as an official act of the Contractor's governing body, authorizing the execution of this Contract, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the Contractor to execute this Contract and to provide such additional information as may be required. 5. It will comply with Title VI of the Civil Rights Act of 1964, (P. L. 88-354), and in accordance with Title VI of the Act no person in the United States shall on the ground of race, color, sex, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Contractor receives Federal funding (including this Contract), and the Contractor will immediately take any measures necessary to effectuate this assurance. 6. It will comply with Title VI of the Civil Rights Act of 1964, (42 USC 2000d) prohibiting employment discrimination where: a. The primary purpose of a Contract activity is to provide employment, or b. Discriminatory employment practices will result in unequal treatment of persons who are or should be benefiting from the -Contract-funded activity. 7. No person with responsibilities in the operation of any program under the Act will discriminate with respect to any program participant or any applicant for participation in such program because of race, creed, color, national origin, sex, age, political affiliation or beliefs (sections 703(1) and 712). 8. It will comply with the requirements of the provisions of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (P. L. 91-646 and FMC 74-7 issued thereunder) which provides for fair and equitable treatment of persons _ displaced as a result of Federal and federally assisted programs. 9. It will comply with the provisions of the Hatch Act which limit the political activity of employees. 10. It will comply with the requirement that no program under the Act shall involve political activities (section 710). Initials: Contractor County Dept. -1- 00164 ASSURANCES AND CERTIFICATIONS Number 28 - 412 - 2 11. It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by desire for private gain for themselves or others, particularly those with whom they have family, bdsiness or other ties (section 702(a)). 12. It will give the U. S. Department of Labor, the U. S. Comptroller General, and the County, through any authorized representative, the access 'to and the right to examine all 3�ecords, books, papers or documents related to this Contract (section 713(2)). .- 13. Participants in Contractor's program will not be employed on the construction, operation or maintenance of that part of any facility which is used for religious instruc- tion or worship (section 703(3)). 14. Appropriate standards for health and safety in work and training situations will be maintained (section 703(5)). 15. Conditions of employment or training will be appropriate and reasonable with regard to the type of work, the geographical region and the proficiency of the Contractor (section 703(4)). 16. Provision of appropriate workman's compensation to all participants in - on-the-job training, work experience or public service employment activities and appropriate insurance for all participants in classroom training, services to clients, or other activities will be made (section 703(6)). 17. Its program will not result in the displacement of employed workers or impair existing contracts for services or result in the substitution of Federal funds for other funds in connection with work that would otherwise be performed (section 703(7)). 18. Training will not be for any occupations which require less than two weeks of pre-employment training, unless immediate employment opportunities are available in that occupation (section 703(8)). 19. Training and related services will, to the maximum extent practicable, be consistent with every individual's fullest capabilities and lead to employment opportunities which will enable participants to become economically self-sufficient (sections 703(9), 105(a)(6)). 20. Institutional skill training and training on the job shall only be for occupations in which the Secretary of Labor or the County has determined there is reasonable expectation for employment (section 703(10)). 21. CETA funds will, to the extent practicable, be used to supplement, rather than supplant, the level of funds that would otherwise be available for the planning and administration of programs under this Contract (sec. 703(11)). 22. It will submit reports as required by the Secretary or the County and will maintain records and provide access to them as necessary for the Secretary's or the County's review to assure that funds are being expended in accordance with the purposes and provisions of the Act, including the maintenance of records to assist the Secretary or County in determining the extent to which the program meets the special needs of disadvantaged, chronically unemployed, and low income persons for meaningful employment opportunities (sections 703(12) and 311(c)). 23. Its program will, to the maximum extent feasible, contribute to the occupational development or upward mobility of individual participants (section 703(13)). 24. Its program has adequate administrative and accounting controls, personnel standards, evaluation procedures, availability of in-service training and technical assistance programs, and other policies as may be necessary to promote the effective use of funds (section 703(14)). Initials: Contr ctor County Dept. -2- 00165 ASSURANCES AND CERTIFICATIONS Number 28 - 412 - 2 25. Its program makes appropriate provision for the manpower needs of youth in the area served (section 703(15), and will assure that: a. Individuals receiving training on the job shall be compensated by the employer at such rates, including periodic increases, as may be deemed reasonable under regulations prescribed by the Secretary, but in no event at a rate less than that specified in Section 6(a)(1) of the Fair Labor Standards Act of 1938 or, if higher,. under-the applicable..State or local minimum wage law_(section 111(b)).-. b. Persons employed in public service jobs under this Act shall be paid wages which shall not be lower than whichever is the highest of (1) the minimum wage which would be applicable to the employee under the Fair Labor Standards Act of 1938, if Section 6(a)(1) of such title applies to the participant and if he were not exempt - under section 13 thereof, (2) the State or local minimum wage for the most nearly comparable covered employment, or (3) the prevailing rates of-pay for persons employed in similar public occupations by the same employer (section 208(a)(2)). 26. It will comply with the labor standards requirements set out in section 706 of the Act. 27. Services and activities provided under this Act will be administered by or under the supervision- of the Contractor (sections 105(a)(1)(B) and 205(c)(1)). B. Additional Assurances for Title I Programs. In carrying out programs under Title I of the Act: 1. Manpower services, including job development, will be provided to those most in need of them including low income persons and persons of limited English- speaking ability, and that the need for continued funding of programs of demonstrated effectiveness is considered in serving such persons (section 105(a)(1)(D)). 2. Programs of institutional skill training will be designed for occupations in which skill shortages exist (section 105(a)(b)). 3. Its program meets all the requirements of section 105(a) and the Contractor will comply with all provisions of the Act (section 105(b)). 4. It will make such arrangements as are prescribed by regulation to assist the Secretary of Labor in carrying out his responsibilities under sections 105 and 108 of the Act (section 105(a)(7)). 5. Special consideration will be given to the needs of eligible disabled veterans, special veterans, and individuals who served in the Armed Forces and who receive other than a dishonorable discharge within 4 years before the date of their application. Contractor, in selecting participants for programs funded under Title I of the Act, shall take into consideration the extent that such veterans are available in the area. Specific effort should be made to develop appropriate full or part-time opportunities for such veterans. The Contractor should utilize the assistance of the State and local veterans employment service representative in formulating its program objectives. _ On a continuing and timely basis, information on job vacancies and training opportunities funded under Title I of the Act shall be provided to the State and local veterans employment service representative for the purpose of disseminating information to eligible veterans (section 104(b) of Emergency Jobs and Unemployment Assistance Act_ of 1974). Initials: Contractor County Dept. -3- . 00166 I SERVICE PLAN Number 2 8 4 12 2 A. Program Operations. 1. Service. Under this Contract, PITTSBURG UNIFIED SCHOOL DISTRICT (hereinafter referred to as Contractor) shall provide for County certain administration and staff services to establish and operate a Combination Welding Classroom Training Program for CETA-eligible participants giving preference to residents of the Pittsburg area of Contra Costa County, but not to exclude a limited number of otherwise eligible participants -residing in other areas of the county (excluding the City of Richmond). Under this program, Contractor shall: a. Provide classroom training in combination welding, blueprint reading, and shop safety practices. b. Provide instruction in basic education, as needed. c. Provide personal/attitudinal counseling as needed by participants. d. Refer program participants to employment opportunities and job-finding resources. 2. Program Administration. In administering this classroom training program, Contractor shall: a. Employ staff who will: (1) Request trainee referrals from and screen CETA participants referred by County's established CETA Assessment/Orientation Counselors. (2) Provide participants with appropriate training and instruction so that they will acquire the skills and knowledge required to obtain regular, entry-level employment as certified combination welders. (3) Provide participants with basic education instruction to enable them to obtain a GED or high school diploma, as needed. (4) Provide counseling to participants, as needed, regarding classroom adjustment, personal attitudes, career aspirations, and related matters. (5) Enroll new participants continuously as class openings occur ("open entrance"), and terminate participants as soon as appropriate employment-level skills are acquired ("open exit"). (6) Provide administrative supervision over the entire program. (7) Refer program participants to County's established CETA Assessment/ Orientation Counselors for needed supportive services, including transportation, child care, legal services, and interpreter services. (8) Refer job-ready participants to County's established CETA Job Developers and to other job-finding resources and employment opportunities. (9) Prepare Client Record Forms for all program participants and submit such forms to County's established CETA Assessment/Orientation Units and Manpower Project Office. (10) Maintain other program records as required by County. (11) Prepare and submit program reports as required by County. (12) Maintain an effective liaison and working relationship with County's Manpower Project Staff and established CETA manpower program operators. b. Provide all needed training equipment, materials and supplies. Initials: Contractor County Dept. -1- : . (1016'7 SERVICE PLAN Q Number28 - 412 - 2 c. Submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for graduation and successful completion of training. d. Provide classroom training services at least six hours per day, five days per-week,"on-a-continuous basis-throughout the term of this Contract, excluding regularly scheduled holidays. e. Operate at the following location(s) and at such other locations as may be arranged with prior authorization from County: 1101 Railroad Avenue, Pittsburg. 3. Performance Standards. To meet performance standards established for this Combination Welding Classroom Training Program, Contractor will during the term of this Contract: a. Use its best efforts to train at least 60 skills-deficient CETA-eligible participants to qualify for unsubsidized, entry-level employment as certified combination welders. b. Provide said training for an average of 20 participants at all times. c. Submit within 60 days of the effective date of this Contract, maintain on file with County, and comply with a Contractor's Performance Agreement in the form and manner prescribed by County, specifying applicable, detailed evaluation criteria and performance standards. 4. Participant Benefits and Working Conditions. Contractor shall provide partici- pant wages, fringe benefits, and working conditions pursuant to CETA regulations (29 CFR Subtitle A, Parts 95.33(d) (4)(vi) and 98.24), including the provision of appropriate wages, workmen's compensation insurance coverage, and other fringe benefits for partici- pants in work experience activities. Work experience in the private-for-profit sector is prohibited. 5. Participant Rights. Contractor shall advise all participants of their rights and responsibilities prior to entering Contractor's programs under this Contract. Contractor shall grant participants the opportunity to present grievances and complaints as required by County and CETA regulations, including informal hearings for resolving issues and complaints, prompt determinations, written notice of grounds for any proposed adverse action, opportunity to respond, and further appeal. Contractor shall advise every participant prior to his entering upon employment (including work experience positions) of the name of his employer and of his rights and benefits in connection with his employment. Initials: Contractor County Dept. -2- 00168 SERVICE PLAN i� Q Number 2y — 4 1 2 — 2 6. Monitoring. Contractor's program services and performance under this Contract shall be monitored as follows: a. Contractor's staff will attend workshops provided by County's Manpower Project Staff on the use and preparation of required forms, reports, and records. b. Contractor shall prepare and submit to County timely, accurate fiscal ,and,Management -Information System -(MIS) reports, which will. be reviewed regularly by;,..Z. County's Manpower Project Staff. c. Contractor shall maintain and submit timely, accurate Monthly Progress Reports and Quarterly Progress Reports to County's Manpower Project Office. d. Contractor's staff will meet at least once per quarter with County's Manpower Project Staff to discuss the progress of the Contractor towards achieving established performance standards and meeting applicable evaluation criteria, to assist Contractor's staff in solving administrative problems, and to assist Contractor in developing an effective program. e. Contractor shall submit to County's Manpower Project Office, within 90 _ days from the effective date of this Contract, a Program Operating Plan in the form and manner prescribed by County, specifying sound estimates of the expected number of participants to be engaged in Contract activities and dollar amounts to be expended throughout the term of this Contract_ Contractor shall periodically update said Program Operating Plan as required by County. c Initials: Contractor County Dept. --3- . UK40 , •- �- ...-f torr>: ,-'.. ' -.ay r"1-. _ .. . -� -_ y;. .-i. -�- SERVICE PLAw Number 28 - 412 - 2 B. General Operations. 1. Proposal_ Subject to and insofar as not inconsistent with this Service Plan, .Contractor shall operate its program(s) hereunder in accordance with its "Contra Costa County Manpower Project Proposal (75-76)", as approved by County and on file at County's Manpower Project Office. 2. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs) of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Parts 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, 1: d. Restrictions on use of funds, - e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities_ 3. Overtime and Staff Vacation Restrictions. Contractor shall not allow staff overtime under this Contract except as may be permitted under the Contractor's Detailed Expenditure Schedule, specified in Paragraph C.3. below. Contractor shall require all employees hired under this Contract to take off the full amount of vacation time (which is accrued during the term of this Contract) before the Contract terminates. 4. Travel Restrictions. Contractor shall not incur costs under this Contract for travel outside of Contra Costa County without first obtaining prior written authorization from the County's Manpower Project Director_ S. Protection of Equipment. Contractor shall cooperate with County in tagging and appropriately identifying all equipment, including devices and machines used for training, instruction, evaluation, or other service delivery, and any other property procured or otherwise acquired under this Contract. Contractor shall maintain all _ such property in good working repair at all times and shall provide All Risk insurance as tuay be required by County for said property with the County named as an insured under the policy. Contractor shall maintain adequate safeguards to prevent loss, damage, misuse, or theft of such property and shall investigate and fully document any such loss, damage, misuse, or theft, Initials: ` '60 Contractor County Dept. -4- 00-17-0.0. - .A SERVICE PLAN 9 QQ Number �+ l7 s 412 - 2 C. Budget of Estimated Program Expenditures. 1. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Category - _. _, Contract Term _y a_ Administration $12,210 b. Training 52,036 c. Services 2,887 d. Participant Wages -0- e. Participant Fringe Benefits -0- TOTAL (Contract Payment Limit) $67,133 . 2. Subject to the Payment Limit of this Contract, each line item. budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. 3. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above cost categories and line item budget amounts and shall be maintained on file with County's Manpower 'Project Office, in the form and manner prescribed by County. Initials: Contractor County Dept. -5- 001."71 In the Board of Supervisors of Contra Costa County, State of California November 18. 19 7-L- In the Matter of Project Agreement Numbers 6, 18, 24 and 25 for the Community Development Program (1975-1976) The Board having this day considered the recommendation of the Director of Planning and the Community Development Advisory Council that it approve Community Development Block Grant Program Project Agreement Numbers 6, 18, 24 and 25 between the County and the City of Martinez, for $61,000 in order to carry out the intent and purpose of the Housing and Community- Develop- ment Act of 1974; for the period of November 18, 1975 to June 30, 1976. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreement. PASSED by the Board on November 18, 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. Orig: Planning Department Witness my hand and the Seal of the Board of cc: Planning Director Supervisors City of Martinez affixed this 18th da of November 19 Y5- c/o Planning Department y County Auditor-Controller �I J, R. OLSSON, Clerk County Administrator By %U ( " Deputy Clerk Mary 94ig H 24 8,75 10M 00172 RESOLUTION NO.148-75 AUTHORIZING EXECUTION OF PROJECT AGREEMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM WHEREAS, there has been submitted to this meet- ing of the City Council of the City of Martinez, a Project Agreement, Community Development Block Grant Program, between the County of Contra Costa, and the City of Martinez, Contractor. NOW, THEREFORE, BE IT RESOLVED that James L. Thelen, Mayor, be and the same is hereby authorized to execute said agreement for and on behalf of the City of Martinez. I HEREBY CERTIFY that the above is a true and correct copy of a resolution duly adopted by the .City Council of the City of Martinez at a regular ' meeting held on the 5th day of November 1975, by the following vote: AYES: Councilmen - KRAUSE, LANCE, RADKE, SPARACINO, THELEN NOES: Councilmen - NONE ABSTAIN: Councilmen - NONE ABSENT: Councilmen - NONE (� City C.tjpr-k of 14artinez 00173 a 1 • Project Agreement Corununity Development Block Grant- Program 1. Agreement- Identification. Aumber 6, 18, 24 & 25 Jepartment: County Planning Department Subject: Allocation of first year Federal funding under Title I of the liousing arid Community Development Act of 1974. 2. Parties. `fire County of Contra Costa, California (County), for its Jepartment named above, and the following named Contractor mutually agree and promise as follows: Contractor: City of Martinez Aduress : 525 Henrietta Street j. Terra. Tae effective date of this Agreement is NOV 1 8.1975 and it terminates June 30, 1976 unless sooner terminated as provided irerein, subject to all terms, conditions, and assurances- contained or in- corporated herein. 4. Allocation Payment Limit. County' s total payments to Contractor under anis Agreement shall not exceed $ 61 ,000 :). County's uuli,;atioris. County small make those allocation payments to tyre Contractor described in tine "Payment Provisions" attached hereto which are iacorporated rrereirr by reference, subject to all terms, conditions, and assurances contained or incorporated herein. U. General Conditions and Assurances. This Agreement is subject to the "Uenera.i Conditions" and the Assurances" attaciied hereto, which are incorporateu ,rerein uy reference. 'T. Contractor's Uuligations. Contractor shall provide tihose services and carry out t'nat work as described in arid in accordance with the "Project dory: ProL;rum" attached ac;ret-o, wlhicih is incorporated Therein by reference, subject to all tyre terms, conditions arid assurances contained or incor- porated rrereirr. 0. Project- . Tais Agreement implements in whole or in part the following deseriueu Project, tyre application and approval documents of which are incorporated rrereirr by reference: That First Year Project as described in tae- Corrurrurrity Development Block Program Application dated April d, 1975 and approved by r1UJ on June 2't, 19'T5; and as more particularly described in the "Project Work Program", attacrhed hereto. y. S11,nature:s. These signatures attest the parties' agreement hereto: OV Y F 19 y gtrii"ie,, ttoai•ii v's s. N. Bo-g-g- ss "7f+y�d2 X.eTzST: J. it. ULSSU4, County Clerk <- dy dote to Contractor: (1) If a Deputy Ma dig public agency, designate official capacity in public agency and itecorn►nended y Jepa attach a certified copy of the governing body resolution autlior- 6Y izing execution of this agrcement. . •si - Lie VJnthonA. Dehaes s If a corporation, desiGriate official capacity in business, corm Approveu: uourity Counsel execute acknouledlment form arid affix corporation seal. Deputy �— � 7Z Microfilmed with board order. PAY.•IisAT PROVISI011S 1. Payment Basis. County sliall in no event pay to the Contractor a suis iii excess of the total amount specified in the . Payment limit of this Agreement. Subject to the Payment Limit, it is tree intent of the parties hereto that the total payment to Con- tractor for all services provided for County under this Agreement shall ue oirly for costs that ate allowable costs (see Paragraph 3. uelow) and are actually incurred in the performance of Contractor's obligations under this Agreement. All payments made under this Agreement snall be from Federal funds only. iJo general County funds shall be expended under tais Agreement. 2. Payment Amounts. Subject to later adjustments in total payme:iits in accordance wit'ii tine below provisions for Cost Heport and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Agreement, County will pay Contractor an amounu equal to Contractor's allowable costs that are actually incurred earn month, but subject to the "Judget of Estimated Program Expenditures" contained in tree Project Work Program. 3. Alloerable Costs. Contractor's allowable costs are only those wiiicn are determined in accordance with: a.. All Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Develop- ment Act of 1974, including Title 24 of the Code of Federal Regula- tions, Chapter V, part 570, as published in the Federal Register, Volume 39, .do. 220, Wednesday, Aovember 13, 1974, as may be revised and awended; arid which are incorporated herein by reference. U. Costs incurred in carrying out the project, whether eaargeu to the project on a direct or an indirect basis, must be in conformance with the requirements of Federal Management Circular 74-42 "Cost Principles Applicable to Grants and Contracts with State and Local Governments," except as modified in the HUD Rules and Regulations referenced in Item a. above. 4. Payment remands. Contractor shall submit written demands montaly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in tyre manger and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 days from tine end of tine woritn in which said services are actually ren- dered. Upon approval of said payment demands by tine Head of tine County Uepartment for which this Agreement is made or his designee, County will crake monthly payments as specified in Paragraph 2. (Payment Amounus) above. 5. liiCau to Witaiiolu. County has the right to withnold pay- ureut to t'iie Contractor by County notifying Contractor in writing if (a) tyre Contractor rias failed to perform its duties under this agree- ment, or nas insufficiently documented same, or (b) the Contractor has neglected, failed or refused to furnish information or to cooper- ate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands for payment. U. Payment iLdjustme:nts. (a) If any funds are expended by the Contractor in violation of any of the terms arid conditions of this Agreeiiieiit, County may make necessary adjustments in payments to Contractor on account; of succi unauthorized or illegal expenditure. i4o sucu actio:: taken by Cuuirty shall entitle Contractor to reduce salaries, wages, or supportive services for any participant or to expew less during tae effective period of this Agreement than those suers callea for in tine Project Work Program. Any such reduction in expenuitures may ue deemed sufficient cause for termination. Corr- tractor shall reiiauurse County for any allocated wonies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. -1- 001'70 + 7. Cost Report and Settlement. 4o later than sixty (00) days following the termination of this Agreement, Contractor shall submit to County a cost report in the form required by County, showing the I allowaule costs that nave actually been incurred by Contractor under this Agreement. If said coat report shows that the allowable costs that nave actually been incurred by Contractor under this Agreeinent exceed tiie payments made by County pursuant to Paragraph 2. (Payment Amounts) auove, County will remit any such excess amount to Con- traetor, but subject to tine Payment Limit of this Agreement. If saiu cost report snows tilat the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that nave actually peen incurred by Contractor under this Agreement, Contractor shall remit any such excess amount to County. The Contractor shall provide L:Jt.,i,'Wy with a Certification (prepared uy a Certified Public Accountant) of its Cost Report required under this Contract. Said Certification shall provide a full, true, and accurate accounting of the actual cost of services unuer this Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations which are in connection with Contractor 's operations that are not a i part of this Contract. d. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report- or audit required by Paragraph 7. (Cost iteport and Settlement). Any certified cost report or audit required uy Paragraph 7. (Cost Report and Settlement) shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the terrairration date of ` this Agreement. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Agreement, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then Contractor agrees to pay to Courit'y within 30 days of demand by County any such excess amount. If sues audit(s) show that the allowable costs that have actually been incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph '2. (Payment Amounts) above, includiiig any adjustments made pursuant to Paragraph 7. (Cost iteport and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit- of this Agreement. J. Audit- Exceptions. In addition to its obligations under Par4graph d. (Audits) -above, Contractor agrees to accept responsi- bility for receiving, replying to, and/or complying with any audit exceptions uy appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. Con- tractor 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 goveriunent resulting; from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Agreement. i RE-:ltl -2- 001'70 i GE11BRAL CONDITIONS 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and- regulations applicable to public agencies with respect to its performance here- under, including uut not limited to, Federal regulations, guide- lines, bulletins, and circulars pursuant to 'Title I of the Housing and Coomtunity Development Act of 1974, including Title 24 of the Code of Federal flegulations, Chapter V, Part 570, as published in the Federal Register, Vol. 39, into. 220, Wednesday, Aovember 13, 1974, as may ue revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and recorus pertaining; to tris Agreement are subject to monitoring, inspection, review and audit uy authorized representatives of the County, the State of California, and the United -States Government. 3. Records. Contractor shall keep and make available for inspection uy authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular uusine:ss records pertaining to this Agreement- and such' auditional records as may be required by the County. 4. Hetention of Records. The Contractor and County .agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to HUD, except as follows: (a) records that are the subject of audit findings shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for tnree years after he has received final payment. 5. Termination. a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such fail- ure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obliga- tions in any reasonable manner it chooses, take possession of any real or persunal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. 'Elie Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of- Funding. In the event that Federal funding for this Agreement ceases, this Agreement is terminated. c. failure by the Contractor to perform properly any of Its ouligations under this Agreement may be cause for suspension of all obligations of the County hereunder. 6. 6tltire Agreement. This Agreement contains all the terms and conditions a-reed upon by the parties. Except as expressly pro- vided ,3erein anu in the "CUUPERATIOil AGREERE•AT, H.C.D.A. 1974" effective January 15, 1375 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of tne parties hereto. -1- 00177 i 7. Furtner specifications for Operatina Procedures. Detailed specifications of operating procedures and budgets required by this Agreement, including but not limited to monitoring, auditing, billing, or regulatory changes, may be developed and set forth in written "Informal Agreements" entered between the Contractor and the County. Such "I,iformai Agreements" when entered shall not- be modifications to this Agreement except to the extent that they further detail or clarify thhat wihicu is already required hereunder. Further, any "Informal Agreement" entered may not erhlarg;e in any manner the scope of this AgreemenhL, including ahy sums of money to be paid the Con- tractor as provided therein. "Informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which L-nis Agreement is made or his designee. U. Aodifications and Amendments. a. General Amendments. This Agreement 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 Lihnit, only .the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor arid the head of the County Department for which this Agreet:teut is made or his designee, subject to any required State or Federal (United States) approval, provided that such administrative s amendments may riot materially change the Payment Provisions or the Project Work Program. 9. Disputes. Disagreements between the County and •Contractor concerning the meaning;, requirements, or performance of this Agree- ment shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance witrh the applicable procedures (if any) required by the Federal Government. 1U. Law Governing Agreement. This Agreement is made in Contra Costa County arid shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal arid State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during; the term Thereof, this Agreement .is subject to modification to assure conformance with such Federal or State requirements. 12. Ao Waiver by County. Subject to the disputes provision contained Therein, 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 Agreement, or acceptance of the whole or any part of said per- formance, or payments therefor., or any combination of these acts, shall riot relieve the Contractor's obligation to fulfill this Agree- ment 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 thereof. 13. original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of tine Board of Supervisors of Contra Costa County. 14. Assignment. This Agreement binds the theirs, successors, assigns and representatives of Contractor. 'the Contractor shall not assign tnis Agreement, or monies due or to become due hereunder, without trhe prior written consent of the County. 15. Independent Contractor Status. 'Phis Agreement is by and between two independent contractors and is not intended to and shall not be cohhstrued to create the relationship of agent, servant, employee, partrnerslhip, joint venture or association. -z- . 001'78 1 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 tine governing body (Board of Directors or Trustees) and to timely ulidat-e said bylaws or tyre 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 arid will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require nis 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 con- nection 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 adminis- tratioa of such service. U. Jo 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 tyre administration of such service. Contractor agrees to inform all employees, agents and partners of tine above provisions, and twat any person knowingly and• intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. ld. Indemnification. a. Contractor nereby waives all claims and recourse against tree County including the right to contribution for loss or damage to persons or property arising from, ,*rowing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, a6ents and employees. b. 'fire Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free arid harmless from any and all claims, demands, damages, losses, costs, arra/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or indirectly, the organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. c. In the event County is named as co-defendant the Con- tractor shall notify tide County of such fact and shall represent County in tyre legal action unless County undertakes to represent itself as co-defendant in succi legal action in which event County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date speci- fied in ttre Agreement but shall remain in full force and effect. 19. Insurance. During tine entire term of this Agreement and any extension or modification thereof, tine Contractor shall keep in effect a policy or policies of liability insurance, including coverage for owned aril nogg-owned automobiles, with limits of at least $250,000 for eactr person and 450U,000 for each accident or occurrence for all damages arisirhi; out of death, bodily injury, sickness or disease from any one accident or occurrence, arid $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. plot later than tine effective date of this Agreement, tine Contractor shall provide the County with satisfactory evidence of insurance includitrg a provision for thirty days written notice to County before cancellation or material ctrange, evidencing tine above- specified coverage. The Contractor also shall provide the County -3- 00179 witty a C'er'tificate of Insurance evidencing Workers Compensation Insurance coverage for its employees. Said policies shall constitute pritaary insurance, as to the County, the State and Federal governments, its officers, agents, and employees, so that any other policies held by diem shall not contribute to any loss covered under said insurance. 2U. Aotices. All notices provided for by this Agreement shall be in writing and may be delivered by deposit in tyre United States mail, postage prepaid. ilotices to tine County shall be addressed to Contra Costa County Planning D6partment, PO Box 951, 651 Pine Street, Plartinez, California 94553. iJotices to tyre Contractor shall be addressed to tine Contractor's address designated Herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Available Copies. Copies of the County's Project documents (as specified in Paragrapli 8, Project, of this Agreement), and all pertinent federal statutes, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by tire Contractor during regular business hours at the Offices of the Planning ►Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. If the Project- includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. `lire Contractor shall secure completion of tine construc- tion work in accordance with the approved construction plans and specifications. e. If the Project includes acquisition of real property, the purchase price for sucil real property shall be determined from a County approved appraisal report prepared by a competent appraiser or through proceedings in eminent domain. The appraisal report and qualifications of such appraiser shall be submitted for review and approval by the County before initiation of the acquisition proce- dure. Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence of title which is determined to be sufficient by County. Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any .defects of title which in the opinion of County might interfere witty the operation of the Project. In condemnation actions such title defects must be 'eliminated by the final judgment. REK:lii -4- 00180 ASSURAJCL•'S Tne Contractor, as recipient of first year funding under Title I of tiie Housing and Community Development Act of 1974; assures and certifies that: 1. It will comply with the regulations, policies, guidelines and requirements of Federal Management Circulars 74--4 and 74-7, as they relate to the County's Community Development Block Grant Program application, acceptance and use of Federal funds for this federally assisted project. 2. It possesses legal authority to execute the project. 3. Contractor, identified as "Applicant" below, will comply with: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and in accordance with Title VI of that Act, no person in the United States shall, ori tine ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for wuicii the Applicant receives Federal financial assistance and will iiiiuneuiately take any measures necessary to effectuate this agreement. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Applicant, this assurance shall obligate the Applicant, or. in the case of any transfer of such property, any transferee, for tine period durini; which tiie real property or structure is used for a purpose for which tiie Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. (b) Title VIII of the Civil Rights Act of 1968 (P.L. 90-2d4) , as amended, and will administer all programs and activities relating to nousina and community development in a manner to affirma- tively further fair housing. (c) Section 109 of the Housing and Community Development Act of 19'14 and in conformance with all requirements imposed by or pursuant to tiie Regulations of the Department (24 CFR Part 570.601) issued pursuant to that Section; and in accordance with that Section, no person in the United States shall, on the ground of race, color, national origin or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any pro- gram or activity funded in whole or in part with the community development funds. (d) Executive Order 11063 on equal opportunity in housing. (e) Section 3 of the Housing and Urban Development Act of 1966 as amended, requiring that to the greatest extent feasible opportunities for training, and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to eligible business concerns which are located in, or owned in substantial part by, persons residing in the area of tine project. *4. Prior to tiie submission of tine "Project Work Program", the following nave been complied with: (a) Citizens have been provided with adequate information concerning; the a»ount of funds available for the project, the range of activities that may be undertaken, and other important project requirements; (b) citizens nave oeen provided an adequate opportunity to participate in t-ne development of the project and in the develop- ment Of any revisions, changes, or amendments. -1- 00181 6 • i 5. It will: (a) Provide fair and reasonable relocation payments and assistance in accordance with Sections 2021, 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act (P.L. 91-646) and applicable HUD regulations, - to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activity assisted under the program; (b) Provide relocation assistance programs offering the services described in Section 205 of P.L. 91-646 to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable HUD regulations; (c) Assure that, within a reasonable time prior to dis- placement, decent, safe, and sanitary replacement dwellings will be available to suca displaced families and individuals in accordance with Section 205(c) (3) of P.L. 91-646; (d) Inform affected persons of the benefits, policies, and procedures provided for under HUD regulations; and (e) Carry out the relocation process in such a manner as to proviue displaced persons with uniform and consistent services, and assure that replacement mousing; will be available in the same range of choices with respect to such housing to all displaced persons regardless of race, color, religion, or national origin. 6. It will: (a) In acquiring; real property in connection with the community development block grant program project, be guided to the extent permitted under State law, by the real property acquisition policies set out under Section 30l of the Uniform Relocation Assist- ance and ileal Property Acquisition Policies Act and the provisions of Section 3U2 thereof; (u) Pay or reimburse property owners for necessary expenses as specified in Sections 303 and 304 of the Act; and (c) Inform affected persons of the benefits, policies, and proceuures provided for under HUD regulations. 7. It will give HUD and the Comptroller General through any authorized representative access to and the right to examine all records, cooks, papers, or documents related to the grant. a. It will comply with the provisions of the Hatch Act which limit the political activity of employees. 9. It will comply witii tice provisions of Executive Order 11296, relatin;; to evaluation of flood hazards. lU. Its officer executing this Agreement (certify as to either (a) or (b) or to both) : (a) Consents to assume the status of a responsible Federal official under the relational Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and (b) Is authorized and consents on behalf of the Contractor geed himself to accept the jurisdiction of the Federal courts for the purpose: of enforcement of his responsibilities as such an official. *11. The Coiamunity Development Block Grant Program project: (a) Gives maximum feasible priority to activities which will beiiefit low - or moderate - income families or aid in the prevention or elimination of slums or blight; -2- 00182 . . ... ... .. . . . . . . . . . . .. ._. . . . . . .. • • . . .. . (v) Cor�tairis activities designed to meet . other community. development needs having a particular urgency which are specifically identified and described in the County's community development- plan . summary and community development program. . • 12. It will establish safeguards to prohibit employees from using positions for a purpose that is or gives tne .appearance of being motivated by a desire for private gain for themselves or . others, particularly those with vrhom they have family, .business,. or other ties. ' 13. IL- will comply with all requixements .imposed by HUO: con cerninl; special requirements of law, program requirements,. and other administrative requirements approved in accordance-With Federal .. I�Zanal;emeiit Circular 71+-7• . (*Assurances 4 and 11 are applicable only. if. Cont%ractor . is-.. -: cityM...)' . _ . . ... ,. . .. . - ..... ;. .. . . . .. ... . .... . ... .:: _.. ,...... •.. ... ,, . . A . . .. . . ...- .. -... . ....:... .. _ .. . ......:. .. . .. ...: . . , . ... , ...... .. , .,.. ...:'... .. '... .. .. .. .. ..::. '.:: .. .:: .. .. .. .. : . .. :.:: . .... . .. ..r...... 1:.... .. . . .. :.:. . : • " - .%. ... :' .. .. ... - .. .. ..: - ...: ,.c,. .. .... ...... ..,. ., :. . .. .::;. .... .. .. :. .. .. ...:. :: . . - .. .. .: - _ . .. . .. .. „ .. . .: ... .. . ... .... .. ... ... `fid:,..?:V,-`.-'Y, ... _ ..... .. .. ,. .n.. : ..., .. . ...': . ..:... .':'.i - I. .. .. ..r...:. .: -.-: .. .. .. '::.: _ ... -.:... is _ :...: :...: - . . .. .. ..:... .... ..... ... a ... - .. .: .. , .. r ..... .. ........... .. - ... ..... ... . .. .. .. .. .,.. . .:. , .. .. .. _ .. u 3 .. ... _:. ... .. ... ... .. .. .. .. ..... +• Z. .. ..:.... .: .....�:. .. w:... - .: _ _ . .. .. .. . _ i'1 e . _ !�'- - .. r. ....... "• _ .. .. ..� ....:..:.. .... % ..... .t... .. .. .... 4_ ... .. .:. ... :. .. ... .. .... .... , .... ....: ..... ... _ ... .. .. .. a. ,.'.:: ... .. .;... .. -. ... ;:1�' :.j... .. .::�. - .. ... .. ,: .. .. .. ... ... - . �., - 1. - r. .. ..... . ... - ... a . .. .::::' a... .. , ...: .. .. . .. ... ........... .. .. .. _. .. .. .. .. .. ... .. ... ...... .... ..._... :..: .-.. ::.i.: - -- - - % . . .. .. ... .. : .':''. .. . ....... .. .. ... t"�J: ...�,... ..... _ .._:..: ...... - .. ... .... .. .... ... .. .. �YG:`.`._ .-.. _ .. ...... .. ... .. ... _ _ _ .. ., .. . ..%. .... : .. :....,a.. . .. ...... .. ... - .. .... ..... .. .. .. ..... .1. .. : .. .. - % % . .� ..�:. - =:.: ......-;..r.:;. n.:.. .. ... :. .. .. - - .. ...: , , r ..- .. .. _.. • ... :.. - _. .. :. r^' ... : �...... : c'. ... •::.:r. .. ... - - - ... ... .. ..:: ., .... i.. .. .. .. , .. .. - .. .... �. .. .::: r.... .. ._. ..... : .,... .. - .. .. e ":.J ... . . . ............: • ... .. . . .........:. :.. ...:..... . .. ....,-...:_....... .. ... ........ .. ... . . .,.. .. . ... .... .. -. . . - . .. .. a ........- .... ..... 1. .. ... .. . .. a:., ...r. ... .. : .., .: .. ..... .. wq - - .. ..... .. ... .... ... ...... i .... ... , .... .. ...a .. .. :.., .. r. .. a,.. .. ... .. ..... .. .. .. .. .. , ........ ....:.. :. - - . .. -:- - . .. .. . . .. ... % . ..•... _ . .. .: .. - ..:: . .. : '. . .. .. - .. .. .. ... .. .. .. .. .... - . .. : - ": % .: .. .. i, . :. ..:. .: ..... :. .. - HisiC:lii -3- o0l5ci - . . EXHIBIT A CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM 1975-1976 PROJECT WORK PROGRAM Project No. 6 ' A. PROJECT DESCRIPTION - Feasibility study for a Neighborhood Facility to plan for site location, acquisition, building modification or construction program, financing, City-County coordination and delivery of services, and assessment of needs. Facility is envisioned to provide space for recreational , cultural , and social programs and services for the young, elderly and general _ public in .a low and moderate income area. 1. NEEDS ASSESSMENT - To document the need for a physical facility in which recreational , social, cultural and other services could be provided. 2. TYPE OF FACILITY - Based upon the need for a facility, results of the study should recommend a specific type of facility. This recommendation could include a preliminary design for the physical facility and suggestions for the delivery or providing of services. 3. SITE ALTERNATIVES - In relation to type of facility needed make re- commendations on site alternatives. 4. COST ANALYSIS - Analize costs of acquisition, construction, 'and operation.' 5. OPERATION OF FACILITY - Make recommendations on ways to operate facility and methods of funding its operation. B. - PROJECT TIME SCHEDULE Time Scheulde on a month-by-month basis for the above Project indicating when major activity items are expected to be undertaken and completed. Task Starting Date . . . . . . .Completion'Date Needs Assessment November 17 January 2 Recommendation of Type of facility January 2 January 16 Site Alternatives December 30 February 2 Cost Analysis February 2 March 1 C. PROJECT ADMINISTRATION Anna Aiello, Administrative Assistant, City nf Martinez, 525 Henrietta* Street, Martinez, CA, 228-4400 ext. 53 , -1- 0018 PROJECT WORK PROGRAM D. PERFORMANCE STANDARDS Feasibility Study - Phase I Needs Assessment - The Consultant will be engaged by the City of Martinez after written approval from the County to perform a Needs Assessment as described hereinafter. 1. Identify recreational, social , cultural and other service needs of the community, including City, County, State, Ferderal, private, etc. services. 2. Identify services provided; indicating nature and extent of service, location of services. 3. Assess whether services are adequate or: a) Are more services needed? b) Could the delivery of services be modified to berter serve clients? 4. Address the question of whether there is a need or desire for a Neigh- borhood Facility in the Martinez Community. Written Report 1. One hundred (100) copies of a Needs Assessment Report, approximately 15-25 pages plus appendices with supporting data. 2. Consultant will meet with an Advisory Board, appointed by the City and County, for the purpose of receiving its input. 3. It is possible that the project may be completed with Phase I--showing that there is not a need for a Neighborhood Facility in the Martinez area. Feasibility Study - Phase II (Contingent upon results of Needs Assessment.) 1. Based on Needs Assessment the consultant will recommend type of facility needed. 2. The Consultant shall recommend site alternatives. 3. The Consultant shall provide a preliminary design for the physical facility in the nature of preliminary floor and site plans. 4. The Consultant shall provide written plan on methods for delivery of services at facility. 5. The Consultant shall conduct and produce a written cost analysis of acquisition, construction, and operation of the facility.' 6. The Consultant shall provide written recommendations for sources of funding the operation. -2- 008-5 'PROJECT-2IdOP,K-PROGRAM FINAL REPORT 1 . The Consultant shall provide a 100 copies of a final report incor- porating Phase I and II that will be reviewed by County and City Staff, and the Advisory Board for the project. E. PROGRAM MONITORING 1 . Contractor's staff will meet at lease- once per quarter with appro- priate County staff and Community Development Advisory Council re- presentatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit timely monthly and quarterly progress reports to the County Planning Department. F. GENERAL OPERATIONS 1 . Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this contract. G. BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expenditures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS $24,000 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 7. PAYMENTS FOR LOSS OF RENTAL INCOME a. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11 . COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 13, PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $24,000 -3- 00186 i PROJECT WORK PROGRAM 2. Subject to the Payment limit of this Contra amount specified above may be changed wi ct' each line item budget th prior written authorization from the County Planning Director or his desi nee 3• The above budget is subject to a Contractor's g . Schedule, which shall sub-cateogrize in Detailed Expenditure line item categories and amounts and be specific detail the above Planning Department, in the form an kept on fire with the County d manner prescribed byCounty, Ix r r r ,, ;. , I :��,: , � ,., I -I � I R�' � , � - ,, , . , . ,. �. - - -. _4- , .. - _-- _. _- �, -__ - - _ -- 0018 CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM, 1975-1976 CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: NUMBER: 6 City of Martinez PAGE 1 OF 1 PROGRAM BUDGET: BUDGET PERIOD: July 1 , 1975-June 30, 1976 Original X Amendment No. CONTRACT-AMOUNT. (a) (b) (c) (d) BUDGET ITEM CD FUNDS -$ +OTHER FUNDS -$ =TOTAL - $ Feasibility Study Phase I Professional Services Contract $12,000 $12,000 Feasibility Study Phase II Professional SErvices Contract $12,000 $12,000 TOTAL $24,000 (e) $ $24,000 NOTES: (a) General categories expanded from Project Work Program (Exhibit A) . Detailed items as applicable from FMC 74-4, of which some may require approval from HUD prior to release of.funds. (b) Items that are eligible to be funded by Community Development Block Grant Funds .(see HUD Rules and Regulations). (c) Estimate of other necessaty expenditures that cannot be funded with CD monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and- non- Community Development funds. (e) Contract Payment Limit for CD project. t 00188 UlIIRIr A CONTRA COSTA COUNITY COMMUNITYuL'VELOr�i EM' PROGRAM 197.5-1916 rrtOJI.CI. WORK IT GRAM P1oject .No(s). �R (Note: if more than one project, sub-categorize Paragraphs n.-1). as necessary) A. PROJECT DESCIMITION 1• Restroom and storage :facilities to-be constructed in Ricks Park,. which serves a lora and moderate income neighborhood 2 3. 4. B. 1'2OJECT`TIME. SCHEDULE Time Schedule on a month-by-month basis for the above Project indicatiiir tirhen major activity items are :expected to be widertahm and complctcd. Purchase pro-fab building Dec. 1, 1975 Advertise for bids for erection Nov. lit, 1975 Award contract Dec,. 1.7,_1975 Work to be completed March' 1,, 1976 Open to the public March .15, 1976 C. PROJECT AIM NISTRA'I'LON Contractor should indicate %V1,10 will be responsible for admiiixstcririg the Work Program. Hin. -Rooney, Pari: I'hmner 525 11cnr.iett'a St. Mart:incz, Ctrl 9,15S3 228-X11100 _. ,:. .001-89 PROJECT WORK PROGRAM D. PERFORMANCE STANDARDS The park where the restrooms are to be located is-owned by the City. The plans, specifications, and bids for the construction will be reviewed and administered by the Martinez Public Works Department, Engineering Division, in accordance with all applicable local , state and federal laws •and regulations. The construction will be monitored and inspected by the Engineering Division, Martinez Public Works Department. The completed facility will be maintained by the City. E. PROGRAM MONITORING The Project Administrator will meet at least once a quarter with appropriate County staff, and Community Development Advisory Council representatives where applicable, to discuss progress toward achieving stated work program objectives and to assist in solving problems. The Project Administrator shall maintain and submit monthly and quarterly progress reports to the County Planning Department. F. GENERAL OPERATIONS The Project Administrator will not allow staff overtime wage rates under this contract. 00190 PROJECT WORK PROGRAM G.' BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract in accor- dance with- the following budget of allowable expenditures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS $25,000 3. CUDE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION S. REHABILITATION LOANS AND GRANTS b. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED. 7. PAYMENTS FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS. 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $ 25,000 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written. authorization from the County Planning Director or his designee. 3. The above budget is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner prescribed by County. • Initials: Contractor County Dept. -3- CONTRA CO51'A COUN'T'Y CO1'4MUN1TY D1a'lil.OP4fliN'r PROGRAM, 1975-1976 CON11tAC'1.OR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: City of Martinez NUMBER: 18 Restroom F storage facilities PAG1s�rOF 1 Rick's Park 1'ROGRMI BUDGET: BUDGET PERIOD: July 1, 1975 - June 30, 1975 Original •X Amendment No. CONTRACT MOUNT (b) (c) PROGRMI (d) BUDGET ITM(a) CD FUNDS - $ + OMER FUNDS - = TOTAL - $ Purchase of pre-fab bldg. $10,850 $10,850 Administrative & Inspection costs $1,000 $1,000 Estimated total contract price for• erection of pre-fab bldg. $ 13,150 $13,150 Demolish present structure $ foundation Relocate sewer, electrical, and sprinkler controller Plumbing F electrical installation Painting Security lighting TOTAL $25,000 115,000 NOTEQ: (a) General categories expanded from Project Work Program (Exhibit A) . Detailed items as applicable from FMC 74-4, of which some may require approval from 11UD prior to release of funds. (b) Items that are eligible to be funded by Community Development Block Grant: • funds (see DUD Rules & Regulations) . (c) Estimate of other necessary expenditures that cannot be funded with CD monies; and indication •of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non-Community Development funds. (o) Contract Payment limit for CD project. 0010:2 EXHIBIT n CONTRA COSTA COUNTY COM51UNI.1'Y DEVELOPME'N'T PROGRAM 1975-1976 I1ROJEC1' WORK PROGRAM Project No(s). 24 (Note: If more than one project, sub-categorize Paragraphs A.-D, as necessary) A. PROJECT DL'SCRIPTION 1. Renovation of historic Borland Home in Martinez, including new roof, exterior painting, electrical work and interior refinishing 2. 3. 4 B. PROJECT TIME SCHEDULE Time Scliedule on a month-by-month basis for the above Project indicating when major activity items arc expected to be undertaken and completed. Start Complete Phase I of renovation by contract. Nov. 20, 1975 Jan.. 21 , 1976_ C. PROJECT ADMINISTRA•1'ION Contractor should indicate who will be responsible for administering the Work Program. Wm. Rooney, Park Planner • 525 Henrietta St. Martinez, CA 94553 228-4400 -1- • 00193 PROJECT WORK PROGRAM D. PERFORMANCE STANDARDS The property is owned by the Contra Costa Community College District, which has leased the structure to the City of Martinez for five(5) years, beginning January. l, 1975, with an option for an additional five(5) years. Plans, specifications, and bids for the renovation will be reviewed and administered by the Martinez Public Works Department, Engineering Division, in accordance with all applicable local , state and federal laws and regulations. .The renovation will be monitored and inspected by the the Engineering and Building Inspection Divisions, Martinez Public Works Department. The completed facility will be maintained by the City. Note: See attached copies of Resolution Authorizing Execution and Lease Agreement E. PROGRAM MONITORING The Project Administrator will meet at least once per quarter with appropriate County staff, and Community Development Advisory Council representatives where applicable, to discuss progress toward achieving stated work program objectives and to assist in solving problems. The Project Administrator shall maintain and submit monthly and quarterly progress reports to the County Planning Department. F. GENERAL OPERATIONS The Project Administrator will not allow staff overtime wage rates under- this Contract. 0019 RESOLUTION N0. 138-74 AUTHORIZING EXECUTI011 OF LEASE AGREDIENT BORLAND HOME (CONTRA COSTA C011'TUNITY COLLEGE DISTRICT) WHEREAS, there has been presented to this rieeting of the City Council of the City of ::art i nez, a lease agree:vent between the Contra Costa Cwumunity College District and the City of Mzrtinez; and WHEREAS. the ter..s and conditions as contained in said 'lease agreement have been fully explained to the City Council; and {WHEREAS, it is deemed to l:e. in the hest interests of the City that said lease agreeiaent be executed. N94, T PEREFORE, BE IT RESOLVED BY ThE CITY COUNICIL OF TPP CITY OF MARTINEZ that Eltxn Lance, Mayor, be and he is hereby authorized to execute said agreement. I HEREDY CERTIFY that the foregoing is a true and correct copy of a resolution culy adoptee: by the City Council of the City of 'Vartinez it a reg filar rireting of said Council meld en November C. 1974, by tl e following vote: APES: Councilmen - KRAUSE, RADKE, SPARACINO, U%NCE NOES: Councilmen - 1:OHE ABSTAIN: Councilmen - MINE ASSENT: Councilmen - THELE11 ee— i, errF. o t ,.art i nez 4 019 AGREEMENT NO. 590 i LEASE AGREEMENT 1. PARTIES AND DATE. Effective on January 1 1975, the CONTRA COSTA COMMUNITY COLLEGE DISTRICT, a political subdivision of the State of California, hereinafter called "Lessor", and the CITY OF MARTINEZ, a municipal corporation, hereinafter called "Lessee" , mutually agree and promise as set forth herein. 2. PURPOSE. The Lessor desires to lease the below-described real property because such property will not be needed by the Lessor for school classroom buildings at the time of delivery of possession according to the terms of this Lease. 3. DESCRIPTION. The real property to be leased hereunder is 1005 Escobar Street, Martinez, California, constituting one building, and depicted in E-chibit "A" , attached hereto and by this reference incorporated herein. 4. TERM. The term of this Lease shall be for five (5) years commencing on the effective date of this agreement and ending five (5) years from that date. In addition, the Lessees are granted an option to extend this Lease Agreement for a further and addi- tional period of five (5) years under the same terms and conditions contained herein. The option to exercise this additional five (5) year period be exercised by written request from the Lessee to the District at least 60 days prior to the expiration of the first five (5) year period. 5. RENT. In consideration for this Lease, Lessee shall provide twelve (12) parking spaces for the exclusive use of Lessor. The parking spaces shall be located at the City parking lot adjacent to the district property known as the George R. Gordon Educational Center in the City of Martinez, and such location shall be subject to the approval of the Lessor. Lessee shall conspicuously mark and post the parking spaces to indicate that they are reserved for the exclusive use of the Contra Costa Community College District. Lessee shall continuously maintain the spaces in a good and sightly condi- tion. 6. TERMINATION. Lessor or Lessee may terminate this Lease during its term by giving the other party ninety (90) days prior written notice of its intention to so terminate. 7. USE OF PREMISES. The leased premises shall be used during the term of this Lease, including any extension thereof, exclusively for educational, cultural, historical museum, or city government purposes. No activities shall be conducted on the premises by the Lessee that would in any way classify any participant therein as a student or pupil of the Lessor. No adult public school activities pursuant to Education Code Section 5701 et seq. shall be conducted -1 00196 by the Lessee on the leased premises. Lessee shall not use or permit the leased premises to be used in whole or in part during the term of this Lease for any purpose other than as hereinabove set forth, nor for any use in violation of any present or future laws, ordinances, general rules or regulations at any time applic- able thereto of any public or governmental authority relating to sanitation or the public health, safety or welfare. Lessee shall at all times .faithfully obey and comply with all laws, rules and regulations applicable thereto adopted by federal, state, local, or other governmental bodies or departments or officers thereof. S. ALTERATIONS, IMPROVEMENTS, FIXTURES AND SIGNS. Lessee shall not make any alterations, or additions to or improvements on the premises, or attach or install fixtures, equipment or signs in or upon the premises without the Lessor's prior written consent. Any such consent to alteration or installation shall be at Lessee's sole cost and expense. Only fixtures and signs shall remain Lessee 's property and shall be removed from the leased premises by the Lessee prior to the expiration or termination of this Lease. Upon such removal Lessee shall restore the premises to their condition prior to installation of such fixtures or signs. 9. ASSIGNMENT AND SUBLETTING. Lessee shall not and cannot assign, let or sublet the demised premises for any purpose what- soever without obtaining the prior written consent of Lessor. 10.. INDE14NIFICATION AND HOLD HARMLESS. Lessee covenants and agrees to save, indemnify and hold harmless the Lessor and its officers and employees, in their capacities as such, from all liabilities, claims, demands or causes of action in any way arising from or connected with Lessee 's use, maintenance or operation of the leased premises; or arising from or connected with Lessee's maintenance of said parking spaces . 11. INSURANCE. Lessee agrees to procure and maintain at its own cost and expense and at all times during the term of this Lease, including any renewal thereof, owner ' s, landlord' s, and tenant 's public liability insurance covering and insuring all parties hereto (including the naming of the Contra Costa Community College District as an additional insured) against any accidents or injuries to per- son or property arising or occurring upon the leased premises or the said parking spaces, in the minimum sum of Two Hundred Fifty Thousand Dollars ($250,000.00) for one (1) person, and Five Hundred Thousand Dollars ($500, 000.00) for two (2) or more persons and Fifty Thousand Dollars ($50,000.00) property damage. Evidence of such insurance shall be provided by Lessee by filing with Lessor a copy of the policy or policies, together with a duly executed certificate to the effect that the insurance required by this Lease is extended in favor of and consistent with the terms hereinbefore set forth. Said policy or policies or certificates shall contain the provision that written notice of cancellation or of any material changes shall be delivered to Lessor at least ten (10) days in advance of the expected date thereof. -2- 00197 Lessee also agrees to procure and maintain, at its own cost and at all times during the term of this lease, fire insurance adequate to cover replacement value of the leased premises and shall furnish Lessor with proof of said insurance coverage. 12. UTILITY SERVICES. Lessee shall pay all gas, water, tele- phone, trash, scavenger, electricity and all other utility costs or expenses. 13. TAXES. Lessee shall promptly and timely pay all taxes and assessments which may be levied or assessed upon any interest or property in the ownership of the Lessee. 14. GARDENING AND GROUNDS SERVICES. Lessee shall at all times maintain the grounds of the leased premises in a good and sightly condition. 15. JANITORIAL SERVICES. Lessee shall provide and pay for all charges and expenses for janitorial service, necessary custodians, employees and supplies for the necessary and proper operation and maintenance of the premises. 16. MAINTENANCE AND REPAIRS. During the term of this Lease the Lessee shall place the premises at its own cost in a good, clean and sightly condition, shall continuously maintain the premises in such a condition, and shall make and pay for all repairs, including repair of minor defects and dilapidations, necessary to place and keep the leased premises in a good condition. 17. INSPECTION. The Lessor or its agents shall at any and all times have the right to enter upon and inspect the demised premises to protect any and all rights of Lessor. 18. WASTE AND QUIET CONDUCT. Lessee shall not commit, or suffer to be committed, any waste upon said premises, or any nuisance or other act or thing which may disturb the quiet enjoyment or the use of the surrounding property. 19. DESTRUCTION OF PREMISES. If the premises or any essential part thereof be destroyed by fire, act of God, or other casualty, this Lease shall, in the case of substantial destruction of the premises, immediately terminate, and in a case of partial destruc- tion or damage which prevents the occupancy of the premises by the Lessee, terminate at the option of the Lessee or Lessor, upon one party giving written notice to the other. In the event of any destruction or damage whatsoever, Lessor has no duty to repair or restore the premises for use by the Lessee during the remaining term of this Lease. In the event of partial destruction of the premises, Lessee shall have the option to rebuild or refurbish the premises at their expense or with any funds available through insurance coverage. In the event Lessee exercises this right to rebuild or refurbish, they shall notify the Lessor in writing within thirty (30) days from the date of the loss, and the Lessee shall then have a -3- 00198 reasonable period of time depending on the nature and extent of the damage in which to complete said repairs. 20. DEFAULT. If Lessee defaults in performing any promise or condition herein, Lessor may at its option immediately cancel this Lease and terminate all Lessee's rights hereunder, and Lessee shall immediately and peaceably surrender the premises to Lessor. No waiver of default in anv of the terms, covenants, or conditions in this Lease shall be a waiver of any subsequent default of the same or any other terms, covenants, or conditions herein contained. 21. SURRENDER OF PREMISES. On the last day of the term, or upon sooner termination of this Lease, Lessee shall peaceably and quietly leave, surrender and yield up to the Lessor the premises with all structures, appurtenances, property, and fixtures in good order, condition, and repair, excepting reasonable use and wear thereof. Lessee may, prior to the expiration or termination of this Lease, remove as its personal property any fixtures or signs installed hereunder, however, all alterations, additions, improve- ments, and equipment shall become the property of Lessor at no cost to Lessor. 22. TIME OF THE ESSENCE. it is understood and agreed that time is of the essence of this Lease and of each and every term, covenant and condition thereof. 23,. NOTICES. Any and all notices desired or required to be given to the Lessor by the terms of this Lease shall be given in writing addressed to the Lessor at 500 Court Street, Martinez, California 94553. any and all notices desired or required to be given Lessee by the terms of this Lease shall be given in writing addressed to the Lessee at 525 Henrietta, Martinez, California 94553. 24. COSTS AND ATTORNEY FEES. In the event any legal action is necessary on behalf of the parties to this Agreement, all costs and attorneys ' fees in connection therewith shall be paid by the losing party to the prevailing party. APPROVED BY LESSOR: APPROVED BY LESSEE: r B4razI i BY ai� n, GGverning Board, Mayor Costa Community City of Martinez CoiJege District ATTEST: Secretary of the Board ATTEST: City Clerk Secretary of the Governing Boa rd'of `the Contra Costa Community College District 001 99 -4- V�s JJ i AAPPROVED AS TO FORM: APPROVED AS TO FORM: John B. Clausen, County Counsel B IY��J�`�Mv�p By --rte--- y J n E. Walt Deputy ttorney for City of .Martinez -5- �32v0 PROJECT WORK PROGRAM G. BUDGET OF ESTIDWrED PROGRAM EXI'IiNDI7URES 1. 'Contractor shall provide services under -this Contract in accor- dance with the following budget of allowable expenditures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE ll►MPROVEMENTS - 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION $6,000 S. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED. 7. PAYMENTS FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS. 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $6,000 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written. authorization from the County Planning Director or his designee. 3. The above budget is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner prescribed by County. • Initials: tqgWactor County Dept. -3- CONTRA cOST% 'COUNTY • - COMMUNITY DEV1:I.01WENT PROGRMM, 1975-1976 CON'1'1NC'1'Ul:'S Ul:'1'A1LED E'XPE'ND1TURIi SCHEDULE CONTRACTOR: City of Martinez NUMBER: 24 Phase I of renovation of the historic Borland Home PAGE I OF I PROGIL'1N1 BUDGET: BUDGET PERIOD: July 1, 1975 to June-30,1976 Original X Amendment No. CONTRACT AMOUNT (b) (c) PI RANI (d) BUDGET ITEM(a) CD FUNDS - $ + OT11ER FUNDS - $ = TOTAL - $ Phase I of renovation by .contract $6,000 $6,000 As TOTAL $ 6,000 (e) $, $ 6,000 NOTES: (a) General categories expanded from Project Work Program (Exhibit A) . Detailed items as applicable from FMC 74-4, of which some may require approval from HUD prior to release of funds. (b) items that are 011 ible to he funded by Community Development Illock Grant • Funds (see HUD Rules & ItegUlati.ons) . (c) Estimate of other necessary expenditures that cannot be funded with CD Mollie::; and indication -of anticipateti sources, assurances and timing of other funds. (d) Sum of (b) and (c) above includini; both Community Development and 11011-Community Development funds. (o) Contract Payment I.i.mlt for CD project. . . 002W . EXI1111IT A CON•I'RA COS'T'A COUNTY COAi¢lUNl7�' UL'VIiLOPt1GIJ'1' PROGIL41 1975-1976 PROJECT WORK PROGRAM Proj ect No(s). 25 (Note: If more than one project, sub-categorize Paragraphs A.-D. as necessary) A. PROJECT DESCRIPTION 1• Improvements on the park site at John Muir Elementary School- in a ' low and moderate income neighborhood in Martinez, including picnic area and trails. 2. 3. 4. B. PROJECT TIME SCHEDULE Time Scliedule on a month-by-month basis for the above Project indicating when major activity items are expected to be undertaken and completed. Phase Retention of landscape architectural firm of Royston,. Hanamoto, Beck, and Abey to prepare a park master plan Begin plan by January 1 , 1976 Complete plan by April 1 , 1976 C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. Wm. Rooney, Park Planner , 525 Henrietta St. Martinez, CA 94553 228-4400 -1= �_. ...... , � ,fit] PROJECT WORK PROGRAM D. PERFORMANCE STANDARDS The plans for the improvement design will be reviewed by the people in the surrounding area, the Martinez Recreation and Park Advisory Commission, Park Division and Engineering Division staffs of Martinez Public Works Department s. E. PROGRAM MONITORING The Project Administrator will meet at least once per quarter with. appropriate County staff, and Community Development Advisory Council representatives where applicable, to discuss progress toward achieving stated work program objectives and to assist in solving problems. The Project Administrator shall maintain and submit monthly and quarterly progress reports to the County Planning Department. F. GENERAL OPERATIONS The Project Administrator will not-allow staff overtime wage rates under this Contract. 0020 IF PROJECT WORK PROGRAM G. BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract in accor- dance with the following budget of allowable expenditures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY • 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS $6,000 - 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION S. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED. 7. PAYMENTS FOR LOSS OF RENTAL INCOME S. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS. 12. RELOCATION PAYMENTS AND ASSISTANCE • 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $6,000 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written. authorization from the County Planning Director or his designee. 3. The above budget is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner prescribed by County. • Initials: ontractor County Dept. -3- CON'I'IZA CO$;1'A,,r.UUNTY CO1%JUN1'1•Y DEVELOPMENT PROGRAM, 1975-1976 CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: City of Martinez NUMBER: 25 Improvements concept on a proposed PAGE I OF I park site at John Muir Elem. School PROGRAiM BUDGET: BUDGET PERIOD: July I , 1975 to June-30, 1976 Original -X Amendment No. CONTRACT AMOUNT (b) (c) PROGIZAM (d) BUDGET ITEM(a) CD FUNDS - $ + OTHER FUNDS - $ = TOTAL - $ Park development master plan by' landscape architect firm r $6,000 $6,000 r . 1 TOTAL $6,000 (e) $6,000 NOTES: (a) General categories expanded from Project Work Program (l;xitiibit A) . Detailed items as applicable from FMC 74-4, of which some may require approval from HUD prior to release of funds. (b) Items that are clil;ible to be funded by Community Development Block Grant Funds (sec HUD Rules & Rel;ul:ctio»s) . (c) Estimate of other necessary expenditures that cannot be funded with CD monies; and indication -of anticipated sources, assurances and timing of other finals. (d) Stun of (h) and (c) above including both Conumrnity Development and non-ConumuYity Development funds. (o) Contract faymont Limit for CD project. 00206 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Project Agreement Number 11 and 14 for the Community Development Program (1975-1976) The Board having this day considered the recommendation of the Director of Planning and the Community Development Advisory Council that it approve Community Development Block Grant Program Project Agreement Numbers 11 and 14 between the County and the City of El Cerrito, for $47,500 in order to carry out the intent and purpose of the Housing and Community Development Act of 1974; for the period of November 18, 1975 to June 30, 1976. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreement. PASSED by the Board on November 18, 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. Orig: Planning Department Witness my hand and the Seal of the Board of Planning Director City of El Cerrito Supervisors c/o Planning Department affixed this 18th day of November , 19 75 County Auditor-Controller if R. OLSSON, Clerk County Administrator By Deputy Clerk H za 12/74 15-M Mary eraig 0020`7 ti 55 RESOLUTION NO. 3705 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EL CERRITO AUTHORIZING EXECUTION OF AGREEMENT WITH CONTRA COSTA COUNTY TO IMPLEMENT THE ALLOCATION OF FIRST YEAR FEDERAL FUNDING UNDER TITLE I OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 WHEREAS, the Congress of the United States has enacted the Housing and Community Development Act of 1974, and WHEREAS, Title I of the Act makes available to Contra Costa County an entitlement grant as an urban county upon the condition that it has a combined population of 200,000 or more in its unincorporated areas and in its included units of local government with which it has entered into cooperation agreements to undertake or to assist in the undertaking of essential community development and housing assistance activities, and WHEREAS, the City of El Cerrito has joined with Contra Costa County in an application for funds for housing and community development activities, and WHEREAS, the Department of Housing and Urban Development has approved the application for fiscal year 1975-76; NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of E1 Cerrito does hereby authorize the City Manager to sign the agreement with the County, titled Project Agreement Community Development Block Grant Program• ' I HEREBY. CERTIFY that the foregoing resolution was duly passed and adopted by the City Council of the City of E1 Cerrito, County of Contra Costa, State of California, at a regular meeting thereof, held. on the 6th day of October, 1975, by the following vote: AYES: COUNCILMEN: Bartke, Berndt, Cook, Del Simone, MacLaren NOES: COUNCILMEN: None ABSENT: COUNCILMEN: None IN WITNESS WHEREOF, I have hereunto subscribed my hand and affixed the corporate seal of said City this 6th day of October, 1975. Lucille rish, City C erk APPROVED: ti Zl Gary E MacLaren, Mayor 09208 Project Agreerzent Community Development Block Grant Program 1. n=;reer.:e:rrt Idelltif;cation. ' dumber 11 & 14 Jepartme t: County Planning Departnent "ubject: Allocation of first year Federal furrdinl; under Title I of the liousino and Community Development Act of 1974. 1. Parties. Tne County of Contra Costa, California (County), for its Jepartment named above, and the following named Contractor mutually agree and promise as follows: c:ontrac tor: City of EI Cerrito - Aaaress : 10890 San Pablo Avenue 3. 'iarw. Tae effective date of this Agreeiment is NOV 181975 and it. terminates June 30, 1976 • unless sooner terminated as provided nerein, subject to all terms, conditions, and assurances contained or in- corporated herein. 4. Allocation Payment Limit. County' s total payments to Contractor under tnis Agreement shall not exceed * 47, Snn - �. County's Uuli6ations. *County shall make those allocation payments to the Contractor *described in 'tile "Payment Provisions" -attached nereto-which are incorporated nerein by reference, subject. to all.terms, conditions, and assurauces contained -or incorporated herefn. 6. General conditions and Assurances. TILLs' Agreement is subject to the s "Ueneral Conditions" and t;ie Assurances" attached Hereto, which are incorporateu herein by- reference. 7. Contractor's Ubli6ations. • Contractor shall provide those services and ; carry out that worK as described in and in accordance with the "Project Worn Prol;ra.m" attached aereto, which is incorporated herein by reference, subject to all tree terms, conditions and assurances contained or incor- poraced nereits. d. Project. 'Pnis Agreement implements in whole or in part the following elescrioeu Project, .tae application and approval documents of which are incorporated herein uy reference: That First Year Project as described in trie=%;ommuriity Development dlock- Program Application dates April d, 1975 and approved uy aUu on June 1!, 1975; and as more particularly described in the "Project Worn Program", attached nereto. 9. Signatures. • 121)ese signatures attest the parties' agreement hereto: CJ1' 't'11A cU ' 'ALIt�UH.1IA CJi!`MA it 00.1 M 1' 197%y cna3rtaa:i, tsoar of ' p isors W. . Boggess ji12TzS'i: j . A. WaSSUR, County Clerk dy ilate to Contractor: (1) If a Deputy ary rater?' public ai ericy, designate official , capacity iii public al;cuc:y and itecolruae -ad Uy partment attaca a certifies[ cony of tii:.• governinG body resol:icion auci:ur- ' r•. •- a .• i r•.e .: an -i lie Ant ony A. De sus (•') if a corporatio.t, :ic.•siv�atc: of fit; U capacity i:i ba3iuL:*, . a•'ur;n �:�.,,_•uv�:t: 60U.rty OU,LO I execute aci::�o ledt;snent farm ac:•.: affix corper atiorl seal. ' olo .100 vy Je�tiL� 010209 - Microfilmed with board order PA's:-IE J'i PKUVISIOUS '1. Payment i3asis. County steal in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Agreement. Subject to the Payment Limit, it is tiie 'intent of tete parties hereto that the total payment to Con- tractor for all services provided for County under this Agreement shall ue ocily for costs that ate allowable costs (see Parar,,raph 3. Nuelow) and are actually incurred in the performance .of Contractor's obligations under this Agreement. All payments made under this Agreement shall be from Federal Funds only. i10 general County funds snail. ue expended under this .Afreenent. 2. Payment Acmounts. Subject to later adjustments in total pays emits in accordance with the below provisions for Cost iteport and Settlement, Audits, and Audit Exceptions, and subject to the Payment iimit of this Agreement, County will pay Contractor an ac►tount equal to Contractor's allowable costs that are actually incurred eaen month, but suuj ect to the "Budget of Estimated Program Expenditures" contained in tine Project Work Program. 3. Allowable Costs. Contractor's allocable costs .are only t.�ose which are determined in accordance 'with:' a. All Federal regulations, guidelines, bulletins, 'and circulars pursuant to Title I of the Housing and Community Develop meat Act of 1974, including Title 24 of .the Code of federal Regula- tions, Chapter V,_ part -570, as published in the Federal Register, Volume 39, oto. 220, Wednesday, k16vemUer 13, 1974, as may be revised and amended; and which are incorporated herein by reference. b. Costs incurred in carrying out the project, whether ciiargea to the project on a direct or an indirect basis, must be in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants- and Contracts with State and Local Goverciments, " except as modified in the HUD .Rules and Regulations referenced in Item a. above. 4. Payment ;demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment A;nounts) above. Said demands shall be. made on County Demand Form D-15 and in , the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 days II from the end of tiie month in which said: services are actually ren- dered. Upon approval of said payment demands by the head of the County Department for which this Agreement is made or his designee, County will make monthly payments as •specified in Paragraph 2. (Payinenz Amounts) above. 5. Iti ,c� it to Withhold. County has the right to withhold pay ment to the Contractor uy County notifying Contractor in writing if i (a) the Contractor nas failed to perform its duties under this agree- IN meta, or nas insufficiently documented same, or (b) the Contractor ISI , has neglected, failed or refused to furnish information or to cooper- ate with any inspection, review or audit of its program, work or Tilrecords, or (c) Contractor has failed to sufficiently itemize or IIII I document its - demands for payment. �I it .i I III, ti. Payment Adjustments. (a) If any funds are expended by tile I l' CULILractor in violation of any of tie terms and conditions of tris Iliiiu' I ALreemunt, CouttLy may make necessary adjustments in payments to Illi, CoiiLeacLor on accuunt; of sucu unaut;aorized or illegal expenditure. i,u Mucic action Laken uy Coutity shall c:nti•tle Contractor to reduce. wa6es, or supportive: services for any participant or t0 ei.peivi less during the effective period of this Agreenent tnan biose suras c:ai.leu for in the Project Wort: Program, . Ar►y such reduction in ex t!nuitures way ue deemed sufficient cause for termination. Con- tractor shall relcrcuurse County for any allocated monies which are expended in violation of chis Agreement or used for uttautitori::ed or I II i iliv6al expenditures. 00210 I� i_l; I pig I ...■ - .•:.wr-�•..�....�.v.� _ -wa.: ..• •v .. -. .• _ - _ ..�:y` •.,..y,.y�.�.- y �� �s'':ria .. .. -...• '• ..��c�L-� - -�.. ram-- .- - .. ••` .-.- _ 'ma=y -_ .. .. • 7. Cost Aeuort and Settlement. ado later tnan sixty (60) days, following tyre termination of this Agreement, Contractor shall submit to county a cost report in the form required by County, showing the allowaule costs that nave actually been incurred by Contractor under y this Ahveement. If said cost report shows that the allowable costs treat nave actually been incurred by bontractor under this Agree..ment exceed the payments wade by County pursuant to Paragraph 2. (Payment Auouuts) auove, County will remit any such excess amount to con- tractor, but suuj ect to tare Payment Limit of this Agreement. If saiu cost report shows that tiie payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that gave actually oven incurred by Contractor under this Agreement, Contractor shall remit any such excess amount to County. the Contractor shall provide i:•)uat y with a Certification (prepared by a certified Public Accountant) of its Cost Report required under this Contract. Said Certification shall provide a full, true, and accurate accounting of the actual cost of services under tiiis Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations wiricn are in connection with Contractor's operations that are not a part of this Contract. d. Audits. The records of the Contractor may be audited by tne 'CountF.. 'tate, or United States government, in addition to any certified cost report or audit required by Paragraph 7. (Cost Aeport and Settlement). Any certified cost report or audit required oy Paragraph 7. (Cost Report and Settlement) 'shall be submitted to County by Contractor within suen period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Agreement. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Agreement, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Agreement exceed the payments made oy County pursuant to Paragraph 2. (Payment amounts) above, including any adjustments made pursuant to Paragraph -7. (Cost Iteport and Settlement) above, then County agrees to pay to Contractor any . such excess amount, but subject to the Payment Limit of this = Aigreement. �. Audit Exceptions. In addition to its obligations under' Paragraph d. (Audits) above, Contractor agrees to accept responsi- bility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. Con- tractor also agrees to pay to the County within 30 days of demand by County tue full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Agreement. k6a:lir -2- 00211 .. _. ��w�1�....�..`�.�.�+��'r' .... _ .. . _ .. .� s. -S- .�.'� ...'�.is-::.":TdsT+.�eiie�y��:a.�j4�.'ii�!;ie!..•_.. r.—r.. Gid &HAL COidDITIONS y 1. Comoliance with Law. Contr4ctor shall be subject to and " comply with ali Federal, State acid local laws and regulations applicaole to public agencies with respect to its performance nere- under, including but not limited to, Federal regulations, guide- lines, bulletins, and circularp pursuant to Title I of the Housing and Corununity Development act of 1974, including Title 24 of the Code of Federal Hebulations, Cnapter V. Part 570, as published in the Federal Register, Vol. 39, Ho. 220, Wednesday, dovember 13, 1974, as sway ue revised and amended; and which are incorporated herein by reference. Uocumeritition of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's Contractor's performance, place of business and recorus pertaining to. tais Agreement are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Gover=ent. 3. Recce. Contractor shall keep and male available for inspection uy authorized representatives of the County, the State of California, and the United States Government, tele Contractor's regular uusiness records pertaining to this Agreement and such auaitional records as may be required by the County. 4. Aetention of Records. The Contractor and County agree to retain alr documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to diUD, except as follows: (a) Records that are the subject of audit findings shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for three years after he has received final payment. 5. Termination. a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such fail- ure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obliga- tions in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request sucn title. b. Cessation of Funding. In ttce event that Federal funding for this Agreement ceases, this Agreement is terminated. c. Failure by the Contractor to perform properly any of - Its oullgaCions under tais Agreeiaant may be cause for suspension of all ouligations of the County hereunder. 6. Entire Agreement. This Agreement contains 311 the terms and condicions agreed p by the parties. Except as expressly pro- viued sserein anu in the "CUUPtRATIJA AUREENAL-IT, 11.C.D.A. 1974" effective January 15, 1975 and amendments relating thereto, if any, rco otcier unUerstandings, oral or otherwise, regarding the subject matter of this AGreement uhall be deuced to exist or to bind any 'of tcce parties icerezu. 00212 _ 7. Furt_ner Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Agreement, including but not limited to monitoring, auditing, billing, or regulatory changes, may be developed and set forth in *written "Informal Agreements" entered between the Contractor arid the County. Sucre "Informal Agreements" when entered shall not be modifications to this Agreement except to tine extent that they further detail or clarify tnat whien is already required hereunder. ' Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including airy sums of money to oe paid the Con- tractor as provided uerein. "Informal Agreements" may be approved for, and executed on uehalf of tine County by the head of the County. liepartment for which L'nis Agreement is made or his designee. d. ;•Iodificatioris and Amendments. a. *General Amendments. This Agreement may be modified or amended by a written document executed by the Contractor and the Contra Costa County Hoard of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of tree County Department for which this Agreement is made 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 Project Work Program. 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agree- r ment shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. This Agreement is made in Contra Costa County arid snail be governed and construed in accordance with the laws of tree State .of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. Ho Waiver by County. Subject to tine disputes provision contained rrereiin, —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 Agreement, or acceptance of the whole or any part of said per- formance, or payments therefor, or any combination of these acts, shall riot relieve the Contractor's obligation to fulfill this Agree- ment 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 thereof. 13. Uriginal Agreement. The original copy of this Agreement anti of any modification taereto is that copy filed with t:ie Clerk Of tLIe hoard of Supervisors of Contra Costa County. • 14. Assigilmerit . This Agreement hinds the neirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to E)zcorae due hereunder, witr,out the prior written consent of tine County. 15. Independent Contractor Status. This Agreement is by and between two independent contractors and is not intended to and shall riot ue construed to create the relationship of agent, servant, employee , partnership, joint venture or association. _2_ 00213 lu. Conflicts of Interest. Contractor agrees to furnish to tore County upon derland a valid copy of tine 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 trre list of it$ governing bods/ as chan ges in such governance occur, if Contractor ;is a corporation. Contractor promises and attests that tine Contractor and any .members of its governing body s:rall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of .the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require nis employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, tyre identity of recipients, their records, or services provided them, arid assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in con- nection 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 adminis- tratioLr of such service. b. No person will publish or disclose or permit or cause to be puolished or disclosed, any list of persons receiving; services, except as way be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of tyre above provisions, and tnat any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 18. Indemnification. a. Contractor nereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising; from the concurrent or sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County arid its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in waole or in part, whether directly or indirectly, the organization, -developraent, .construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. c. In the event County is named as co-defendant the Con- tractor shall notify the County of such fact and shall represent County in the legal action unless County undertakes to represent itself as co-defendant in suca legal action in which event County small bear its own litigation costs, expenses, and attorney's fees. d. This condition small not terminate on the date speci- fied in the Agreement but shall remain in full force and effect. 19. Insurance. Uurinv the entiaa term of this Agreement arid any extension or modification thereof, tine Contractor small keep in effect a policy or policies of liability insurance, including; coverage icor ornued anti nogg-owned automobiles, with limits of at least X250,000 for' eacrr person and :$j00,000 for each accident or occurrence for all damages arising; out of deat:i, bodily injury, sic;ziess or disease from any une accident or occurrence, and X100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. ,lot: later ttran the effective data of this Agreement, Lae Contractor shall provide the County with satisfactory evidence of insurance irrcludirrr, a provision for thirty days written notice to County uefore cancellation or material orange, evidencing etre above- specified coverage. 'fire Contractor also shall vrQvidL the i:ou::ty -3- 00214.... s ..�^tiww A. . .. ±Si...ni^ '•a ar,,..� nrr s+.s..`...,c`+Z�ii+n-.o-s: witrr a Certificate: of Insurance evidencing Workers Compensation Insurance coverage for its employees. Said policies shall constitute primary insurance, as to the County, the State and :Federal governments, its officers, agents, and employees, so that any otner policies held w by 'Caew shall not contribute to any �oss covered under said insurance. 20. Notices. All notices provided for by this Agreement shall oe in writing anu may be delivered by deposit in tue United States mail, postage prepaid. idotices to the County shall ue addressed to Contra Costa County Planning D&partment, PO Box 951, 651 Pine Street, Martinez, California 94553. idotices to the Contractor s:iall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Available Copies. Copies of -the County's Project documents (as specified in Paragraph d, Project, of this Agreement) , and all pertinent federal statutes, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain irr the County. 23. Project Development. a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construe- tion work in accordance with the approved construction plans and specifications. • r. c. If. the Project includes acquisition of real property, the purchase price for such real property shall be determined from a County approved appraisal report prepared by a competent appraiser or through proceedings in eminent domain. The appraisal report and qualifications of such appraiser shall be submitted for review and approval by the County before initiation of the acquisition proce- dure. Contractor agrees to furnish County preliminary title reports respecting; such real property or such other evidence of title which is determined to be sufficient by County. Contractor agrees in . negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion•of County might interfere witn the operation of the Project. • In condemnation actions such title defects must be eliminated by the final judgment. Kir~:lri -4- 00215 i ASSURANCES Tne Contractor, as recipient of firs4 year funding under 'Title I of the dousing; arid Cosnunity Development Act of 1974, assures and certifies that: 1. It -will comply with tfie regulations, policies, guidelines and requirements of Federal 1,4anagement Circulars 74-4 and 74-7, as tney relate to the County's Community Development Block Grant Program application, acceptance and use of Federal funds for this federally .assisted project. 2. It possesses legal authority to execute the project. 3. Contractor, identified as "Applicant" below, will comply , with: - (a) Title VI of the Civil Rights Act of 1964 (P.L. 88=352) and in accordance with Title VI of that Act, no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for wuicii the Applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Applicant, this assurance shall obligate the Applicant, or in the case of any Upransfer of such property, any transferee, for the period during; which the real property or structure is used for a purpose for which the Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. - (b) Title VIII of the Civil Rights Act of 1968 (P.L. 90-264) , as amended, and will administer all programs and activities relating to housing and co.�ununity development in a manner to affirma= tively further fair housing. (c) Section 109 of the Housing and Community Development Act of 1974 and in conformance with all requirements imposed by or pursuant to tree Regulations of the Department (24 CFR Part 570.601) issued pursuant to that Section; and in accordance with that Section, no person in the United States shall, on the ground of race, color, national origin or sex, be excluded from participation in, be denied tree benefits of, or be subjected to discrimination under, any pro- gram or activity funded in whole or in part with the community development funds. (d) Executive Order 11063 on equal opportunity in housing. (e) Section 3 of the Housing; and Urban Development Act of 1968, as amended, requiring, treat to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to eligible business concerns which are located in, or owned in substantial part by, persons 'residing; in the area of the project. *4. Prior to the submission of the "Project Work Program", the follo:•rin6 nave been. complied with: • (a) Citizens nave been provided with-adequate information* eoricerttirig the amount of funds available for the project, tape "range of activities tnat may be undertaken, and otiier ir:iportant project requirements; (b) Citizens nave peen provided an adequate opportunity to participate in the development of the project and in the develop- ment of any revisions, changes, or amendments. -1- syr _ �I :+.�. — � .�!r+�' +�:.r«rac`.,.�+.��:.cr ham.-.sr--.�;• .: • � ' ��.d�r.� �.4� . .. � .��. .- - � . -�-•. ems:-•,•+� �!� o • i�T!'r�w�IILr i-�'._tJ'._ R y. It will: (a) Provide fair and reasonable relocation pay.:hents acid assistance in accordance with Sections 202, 203, and 204 of the Uniform Relocation Assistance and Rell Property Acquisition Policies Act (P.L. 91-0046) and applicable HUDiregulations, to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activity assisted under the program; (b) Provide relocation assistance programs offering the services described in Section 205 of P.L. 91-646 to such displaced families, individuals, partnerships; corporations or associations in the mariner provided under applicable HUD regulations; (c) Assure that, within a reasonable time prior to dis- placement, decent, safe, and sanitary replacement dwellings will be _ available to suca displaced families and individuals in accordance with Section 205(c)(3) of P.L. 91-646; (d) Inform affected persons of the benefits, policies, and procedures provided for under HUD regulations; and (e) Carry out the relocation process in such.a manner as to proviue displaced persons with uniform and consistent services, and assure that replacement housing will be available in the same range of choices with respect to such housing to all displaced. persons regardless of race, color, religion, or national origin. 6. It will: (a) In acquiring real property in connection with the community development bloc: grant program project, be guided to the extent permitted under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assist- ance and Heal Property Acquisition Policies Act and the -provisions of Section 3U2 thereof; (b) Pay or reimburse property owners for necessary expenses as specified in Sections 303 and 304 of the Act; and (c) Inform affected persons of the benefits, policies, and procedures provided for under HUD regulations. 7. It will give HUD and the Comptroller General through any authorized representative access to and the right to examine all records, books, papers, or documents related to the grant. d. It will comply with tue provisions of the Hatch Act which. lirihit the political activity of employees. 9. It will comply with the provisions of Executive Order - - 11290", relating to evaluation of flood hazards. 10. Its officer executing this Agreement (certify as to either (a) or (b) or to both): r-IU (a) Consents .to assume the status of a responsible Federal official under the iJational i:nvironmental Policy act of 1909 insofar as the provisions of such aat apply pursuant to this Part; and (b) 1z authorized and consents on behalf of the Contractor Zz&*Iu 11juself to accept the jurialiction of the Federal courts for the purpose of enforcement -of uis responsibilities as such an official. all. Thu Co.n. uchity Jevelop:.:ent Block Grant Program project: (a) Gives maximum feasible priority to activi:.ies which will benefit low - or moderate - _ncomte families or aid in the prevention or elilaination of 32=3 or blii;lht; -2- Voz1 �r - • i.-...rar + ar� .Vi � m . -- Fx � ' ! ` � I 7. : � A «' • . 1 (b) Contains activities designed to ,meet other community development needs Having a particular urgency which are specifically identified and described in tiie County's community development plan M mary and community development program . 12. It will establish safeguards to pronib-,t employees from . positions for a purpose that is or gives tre appearance of beir��; motivated by a desire for private gain for themselves or others, particularly those with whom they have family, business, or other ties. 13. It will comply with all requirements imposed by MID con cerning. special requirements of law, program requirements, and other administrative requirements approved in accordance with Federal .. I�Ianagerierit Circular 7 4-7• ' . • • (*Assurances 4ra and 11 are applicable only if Contctor is a. city.) . •. .. - - . . . .,. .: ... . .. .. .. ..�... - .. '.:' . - . .. .. ... ... ., ......-. +.. .., . , .: '.:.. - - • .. . .. ... .. ... : .. .. - , - L . :. _ __ - . . .'.. .: .. .: .: _ .. .. '. .. - 1. .. .. .. .. .....: .. _ .. .:.: .. .. ...i - ... - .. .. ... _ :. . .. .. .. ...'... ..'. .. .. .. :.,. .. : _ .. :. .. ... .,.- .-.- :. .•.. .. .. :.. ..: .. .. .. .. .. .. :...... .:.... . .. .. .. . . . .. ... % .r. .: .. . ...... . .. . -.: . .. .- . . .. , . .. <.... : :. . - . . _ _ . . _. r - - .. .. .. . . . .. .. ' .. -. .. .. .. '- .. . . , . . . . . : : ' . .. .. . . _ .:. c ...t.. .. .. . = - . ; .. .. ._ . ... . .. ... . ... . . . . . .. .. . . . :.. . . .. ... : . ..... . . ,.,. .........�. ... . .. - . _ . . . . . . .a- . -. ... . , ... : . , .. ... . , . .: : . . � . .. . L,.. . �• . . . •.. .: . . . .• .. . . .. ... -w ... .. .: , .. .. .. - .....: :..'. ♦. :.. .. _ .. ..... .. ... .. .... - ...�Wil•. .. .. • j. _ . :' .. .:. ::. . : - _ .. - .. - _. .. .. .. . , . . ...... ... ... .:.... .:.a�., - - - ! •• .. :J' . . '.. �. .. . -..,. : % .._t ..... .r ..... - .. �. .. .. .. .. ... ... .. .. - ,e - -.•t ..I.O.. .. .... - ..... -. . , ...,. _ a GLv j : ..... .. .. .. .. .. .. .-. ... ,. .. .: . .. .. ...., ... - . . .. .. . . .. .. .. :. .. . . . .. - .. 'F. - _. .. •. _ • . .. .. .. .. _ _ .. : . ... . . . .: .. ... - •... . .. .' .. :: .. . . . 00218 ... . . . . . _ _ . - . - �� . , ._ • . EXHIBIT A OUTLINE CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM 1975-1976 PROJECT WORK PROGRAM Project No(s) . 11 & 14 (Note: If more than one project, sub-categorize Paragraphs A.-D. as necessary) A. PROJECT' DESCRIPTION 1. A multi-purpose senior citizen center in El Cerrito.. Phase I would include acquisition by a lease-purchase arrangement; Phase 2 would include building renovation and the initiation of . services for senior citizens. The building and land to be acquired lies in the 10200 block of San Pablo Avenue,in E1 Cerrito and can be identified by Assessors parcel numbers 503-394-11, 12, 13 and 503-401-07 and 08. Renovation of the structure will include wall replacement to provide for various types of activities, replacement of mechanical equipment as needed and replacement of kitchen facilities. 2. Elimination of Barriers to the Handicapped at the E1 Cerrito Community Center, Casa Cerrito park building and along the BART linear park, including less resistant door, access from pool deck into pool, improve access from street to building, renovate toilet access, additional driveway pavement, and eliminate bridge barriers at two locations. B. PROJECT TIME SCHEDULE WORK FLOW ITEM STARTING DATE COMPLETION DATE 1. Multi-Purpose Senior Center Purchase Agreement for Facility - November 1975 Renovation of Facility December 1975 February 1976 2. Elimination of Barriers for the Handicapped Community Center Less Resistant Door November 1975 November 1975 Swimming Pool Access March 1976 April 1976 Casa Cerrito Park Building Access (Ramp) October 1975 October 1975 Toilet Access January 1976 January 1976 Driveway Pavement October 1975 October 1975 Curb Cuts and Ramps (Various locations) March 1976 April 1976 BART Linear Park Elimination of Bridge Barrier February 1976 March 1976 C. PROJECT ADMINISTRATION Raymond J. Hummert Administrative Assistant City of E1 Cerrito 10890 San Pablo Avenue E1 Cerrito, CA 94530 004PIG -W V PROJECT WORK PROGRAM D. PERFODI NCE STANDARDS 1 . In purchasing the multi-purpose facility, the City intends to make two lump sum payments--one in November 1975 and the second utilizing County and other funds available in 1976-77 funding period. The payment will be made approximately August 1976. The anticipated total price for the structure is $100,000. Title will be vested in the City. 2. The City agrees to maintain and operate the facility for at. least a 20-year period. E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objec- tives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit timely Month and Quarterly d Progress Reports to the County Planning Department. F. '.GENERAL OPERATIONS 1. - Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. 0o c20 t PROJECT {YORK PROGRAM G. BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expenditures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY $ 32,000 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 10,000 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 5,500 7. PAYMENTS FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $47,500 • 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The above budget is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner prescribed by County. 00421 CONTRA CUSTA CUUN 1'Y COINDIUNITY DEVELOPMENT PROGRAM, 1975-1976 i CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: NUMBER: 11 $ 14 City of E1 Cerrito PAGE 'l OF 1 PROGRAM BUDGET: BUDGET PERIOD: July 1, 1975 - June 30, 1976 Original X Amendment No. CONTRACT AMOUNT PROGRAM BUDGET ITBI(a) CD FUNDS - $(b)+ OTHER BUNDS - $(c)= TOTAL - $(d) 1. Multi-purpose Senior Center a. Appraisal $ 2,000 $ 2,000 Building Acquisition $ 32,000 General Fund 32,000 b. Architectural Services 3,000 3,000 Renovation $ Nall Replace- General Fund ment 5,000 5,000 Mechanical Renovation & Kitchen Replacement 5,000 5,000 c. Maintenance & Operation 15,000 (First Year) General Fund 2. Elimination of Barriers for the Handicapped a. Community Center (1) Less Resistant Door 4.000 4,000 (2) Access to swimming pool 125 150 275 General Fund b. Casa Cerrito Park (1) Access to building 150 200 350 General Fund (2) Toilet access 175 250 425 General Fund v (3) Driveway Pavement 225 150 375 General Fund (4) Curb cuts at various locations. 825 1,400 2,225 General Fund c. BART Linear Park 0 750 750 General Fund TOTAL $ 47,500(e) $ 22,900 $ 70,400 NOTES: (a) General categories expanded from Project Work Program (Exhibit A) . Detailed items as applicable from FMC 74-4, of which some may require approval from I-IUD prior to release of funds. (b) Items that are eligible to be funded by Community Development Block Grant Funds (see HUD Rules & Regulations) . (c) Estimate of other necessary expenditures that connot be funded with CD monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non- Community Development funds. (e) Contract Payment Limit for CD project. 00222 i ' STATE I N S U R A N'C E P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 FUND September 18, 1975 CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE RECEIVED T� 1 County of Contra Cosaa (q0V rid i9r,J- q Planning Dept. Martinez, CA 94553 j Co J. R. OLSSON CLERK BOARD OF " ERViSORS _ Attn: Mr. Heinz Fenichel La "'".. CPU?" » t -• -v ;J This is to certify that we have issued a valid Workmen's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy also covers the liability of the employer under the United States Longshoremen's and Harbor Workers'Compensation Act. (30) This policy is not subject to cancellation by the Fund except upon ZiMays' advance written notice to the employer. (30) We will also give you TEKdays' advance notice should this policy be cancelled prior to its normal expiration. EMPLOYER PRESIDENT City of El Cerrito 10890 San Pablo Ave. El Cerrito, CA 94530 37522-75 (7-1-75/7-1-76) ce SCiF FOR11 262A .REV. .:.•74. DUPLICATE 2}795.2(•a.,a)1.!3VIr.•n OS• i board order 00023 ' CLQ 1 l SC I c 'OF INSURA\fCr •r_ : Tads Cortificats of Insurance neither affir.•PiLryltr or;*-%Itivify a + da,axtwnds or alters:i9:ov3raipp affordaJ by p.tticy mxlbrs its—id bales.. NO',► 1� ,5 015 OA- T A -, Jr- INSLIA-A CE CIZINI-PA :Y 0:i• G1Y INS. C�3. . :0F i:-J=— P.Ai .JrJ- —'IbA ST D, mxmcU'iI'V? 02==JC332 rOAL,"3, TZMAS CERTIF iCyTE ISSUED TO: F-Planning Department —1 PAVE City of E1 Cerrito NAME P. 0. Box 951 INSURED . 10890 San Pablo Avenue � 651 Pine St. and E1 Cerrito Calif. 94530 hGsl Martinez, Calif. 94553 ADDRESS. ' The insurance aftarded is only with respect to sech of the fallo:Yjno Pavia dasivated by an r'X" i.1X_J POLICY POLICY KIND OF POLICY LIMITS OF LIA31LITY NUMBER PERIOD Eft. Provided by Workmen's Comp+►nsation Law Sera. %4JOR&VEN7S COMPENSATION•• • Stats of EO.IA E.- 12/8/73 CPREHENSIVE GENERAL LIABILITY .......INSURANCE < ~ ' •r. :• �, x -:.'"'_ �%.:v+• •" SCJ. PS 5683880 x?. 12/8/76 O�N'RS• LANDLORDS*AND TENANTS'LIABILITY INS. Li - y .`iRf�`1•,.' �:y. a.,�.<�(.•.r,;;;,;,s� I:IANUFACTU:ZERS•ANO CONTRACTORS'LIABILITY INS.... her CONTRACTUAL LIABILITY INSURANCE ..... .... ..... �r { COMPLETED OPERATIONS AND PRODUCTS LIABILITY INS. : EACH PERSON -.%CI+.00CU•±4=YCF AGGaEGA Fodily Injury Liability is 2 ProDartY DamesCa Liability Rz':'- a' s s y r] �J�} Combined Bodily Injury and Protrerty Damage Liability ?''y; >:"*'�' ...... ' i- r Eft. l2/8//.7 .... -� II.. !j..':':- ....:.<ily t...•. ',y,•1�i "'i}.+<t:;:.:.•...S yi"7 .7 COMPREHSDJSIVE AUTO`!031'_LIABILITY INSURANCE X. f:c'" j=+` u�r< ";% :'::..r.r•:.:.3 43 �a i:.'.°<• PS 5683880 F-P-12/8/76 including Automobile Non- Bodily Injury Lability- s 250,000 3 500,000 Ownership Liability property Damage LlaStii-y '•.i k� ' �x�s.£x„� S 100,000 a Insurance ombined Bodily Injury a•^.d Prooarty Damabe Livability %• ; :;"° `ti^: 3 e.. "":'�<z EY., SCHEDULE AUTOA1031LE LIABILITY INSURANCE ..•.. • •_I EACH PERSON I EAC4 ACCID_::T � :sA!s;` ''z?,• Exp. 0,,,nod Automobiles •';:^ :iiy, c.'.r .•!�, 8,^.. '�".pir7:it:`s. .ry `:' �. �•'.: ..erg.., •..y 'i£o:" ,r " D Hired Autu:wbiles Bodily Injury Liebilkv S Nan-Owned Automobiles Property Dameae Liabilit: , < aa's�ti urf 9 i• i;�r':< ,'',d MULTI-PF-9:1.LIABILITY ... . .... ....... ......... r EACH PERSON f-EACHOCCURRENCE1 AGGREG: ExD. Bodily Injury Liab::i:„ is 9 S Property Damace Liebr!ity t7,- Co.nbinse d3,Iav Iii-=ry and Proo-irty O,tmap•t Liability % r" S S Elf. AUTOMOBILE PHYSICAL DA%!AGE . .... ...•, ... •,.• _j COVEPAGE AFFORD80 DESIG•i ATED 3Y N •'X•• D• COSI?AEHENSIVE LOLL IS!0N Fire. T . Ex Less Less -1s;are' t' DESCRIPTION OF VEHICLE AC%1 Deductible ACV Os-ductibte S F ! Trand.t TI 1. 2. 1 3. F t 4. 5. I REMARKS: Us-* 30 days Other Sides. J I In the event of any rwiserial ehanpe in.or cincell3tion of,said policies.the Comp3av:y:ll endeavor to 4rveAritten notice to:Air parry to s: !-e this e.Lrtificat•.is issued,but failurE to Qivs such nat.ce%bell un:»sr nes Oblicition upon the Cc*r;;, ;rexcaat to:'a:taagee for A•,;t^stobile,ryc•cal (03:e) 9/29/75 AGENT'S rjarsh & McLennan, Incorporated rr,� fQU�2� and One Bush Street � • A �DDRESS San Francisco, Calif. 94104 By �• `' r 1 i` y I iUTHORt��i••fiE�RESLT V T/►Tt yE i-Ti 7r•r•- nnnlr•-wr ,r c rt•tt tin Tn rn--r-nlJY ri-i nATF nn,=ISSUE In the Board of Supervisors of Contra Costa County, State of California November 18 _ x.19 2 In the Matter of Contract #28-420 with Northwest Regional Education Laboratory of Oregon to provide consultation and technical - assistance for the CETA Title I Manpower Project IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract 428-420 with Northwest Regional Education Laboratory of Oregon from November 19, 1975, through November 22, 1975, for provision of consultation and technical assistance on program evaluation measures and techniques for assessing the manpower programs operated by the County's CETA Title I contractors with a payment limit of $1,000 and under terms and conditions as more particularly set forth in said contract. Passed by the Board on November 18, 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. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Unit affixed this 18th day of November, 19 75 cc: County Administrator County Auditor-Controller J. R. OLSSON, Clerk Contractor ByDeputy Clerk Projects Administrator Maxine M. Neu el Manpower Project Director H 24 8175 10M 002 5 Contra Costa County - Standard Form SHORT FORM SERVICE CONTRACT i 1. Contract Identification. Number 2 `� -- 4 2 O Department: Human Resources Agency Manpower Project Subject: Consultation and technical assistance on evaluation measures and techniques for County's CETA Title I Manpower contract programs (4 day workshop) 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: NORTHWEST REGIONAL EDUCATION LABORATORY Capacity: Non-profit Oregon corporation Address: 1710 Southwest Second Avenue, Portland, Oregon 97204 19 co•F 3. Term. The effective date of this Contract is November U, 1975, and it terminates November 20, 1975, unless sooner terminated as provided herein. 22F- 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 1,000 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the Count;: Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 250 per service unit: ( ) session, as defined below; or (X) calendar day (insert day, week or month) NOT TO EXCEED a total of 4 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, technical assistance, specialized instruction and training in evaluation measures and techniques for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. Contractor shall provide such services for County's Manpower Project staff and contractors in regard to County's CETA Title I manpower contract programs. Contractor's daily fee covers all costs, including professional services, travel, and per diem expenses, such as local transportation, food and lodging. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COli\T F Cf" COSTA. CALIFORNIA CONTRACTOR N. Boggess - By NUV 16 1975 Designees ��cEc� vl< D IRS Recommended by Department (Designate official capacity) X0226 By - (Form approved by County Counsel) Designee Microfilmed with board order (A-4620 10/75) In the Board of Supervisors of Contra Costa County, State of California November 18 19,75 In the Matter of Consulting Services Contract with Mr. Ray Pitta to conduct workshop for Delegate Agency Teaching Staff. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute a contract for services with Mr. Ray Nitta to conduct a workshop for Head Start Delegate Agency Teaching Staff on November 22, 1975 at a cost not to exceed $150, of Federal Funds. Passed by the Board on November 18, 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 18th day of November . 19 75 J. R. OLSSON, Clerk By l' Deputy Clerk Originating Office: Office of Economic Opportunity cc: Auditor-Controller County Administrator Contractor c/o OEO H 24 8/75 10M 4®127 CO::.Li,?CT.FOR k-aCiUSE OF SPECIAL SE2a:LCES 1. Contract Identification_ Department_ Office of Economic Opportunity (Head Start) Subject: Workshop for Head Sr r T aehi a Staff • 2. Farties. The Contra Costa County Board of Supervisors (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: .. . .. . ........................ .. Contractor: Mr. Ray Nitta . . . . . . . . . . . . . . . Capacity: Individual Contractor . Address: 1936 Ward Street - Berkeley 94703 3. Term. The effective date of this Contract is November,22 J. -1975 " and it terminates I75v`ember 22, 1975, unless sooner terminated as provided 'herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Pa.ment Limit. County's total payments to Contractor under this Contract shall not exceed $150.00 6. _Countv's Obligations. In consideration of Contractor's pravision'of' services' as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and for: prescribed by County (Demand Form D-15). and upon approval of such der-and by the head of the County Department for which this Contract is made or his designee, according to the following schedule: $100 ) hour; session,--as.-defined below; or - FEE _ FEE RATE: per serv%ce unit: (X) calendar" ' 'due "dad ' ' ' ' (insert: day, 'week- , ....... .......................or- moz2}........... .. Plus $50 for Consumable Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . A'OT .TO EXCEED a total of 1 service units. 7.. Contractor's Obligations. Contractor shall provide the„Following__prof essioaal_.services: Consultation, . specialized instruction, end training in-Making Non-Western Ga>tgS -Pdr the Classroom for County-selected persons in the- time, place, and manner required by County, including fhe provisions of any related -materials and supplies. Conduct a workshop for selected Teaching Staff from each Delegate Agency entitled: "Non-Western Games for -the Classroom,” Teachers will make sample games to be added to existing equipment. (Drums, game boards, number/letter sets, etc.) Equipment . will be made from hardwood and other sturdy/heavy-duty materials. All necessary supplies will be provided by Contractor. S. Indeuendent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create. the relationship of agent, servant, employee, partnership, joint venture, or association. 9_ _inde=ificatlon. Contractor shall defend, save harmless, acid indemnify the County and its officers, agents, and g2,Qloyees, from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitations, all consequential damages, from any cause whatsoever arising from or connected vith the operations or the services of the Contractor hereunder, rhether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: . . . . . . --- . . -• 42 USC 2928 U. Sidores. T signatures attest the parties' agreement hereto: COU-ruy, IE,7417 0% 1 ��Q:TP��CT02 U Bo ha "r -Ib ax Su sorsKOV 1 8 i i �- Attest: J. R. Olsson, County Clerk Tn. .. al capacity (Designate official capacity) b, Deputy Witness/j Recommended by epartment - - _ s- ,/ By Date ; �j Designee JOEY a. ClMUSM, CcuaVty Cotxsel 00228 l2 2Q v U' Microfilmed with Board order l Terms and Conditions Goveraiig Contracts for Professional . or Technical Services to a- Cbsmunity Action Program This Coatract is subject to all of the conditions listed belo:J. tdaiver of any of these. conditions must be upon the express written approval of an authorized representative of the Office of Economic Opportunity, and such waiver shall be made a part of this Contract_ 1. Termination of Contract If, through any cause, the Contractor shall fail to fulfill in timaly and proper manner his obligations under this Contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this Contract, or if the grant from OEO under which this Contract is made is terminated by OEO, or, if the Agency herein is the delegate agency of an OEO grantee, and the contract by which this Contract is made is terminated by OEO, or, if the Agency he_eir. is the Delegate Agency of an OEO grantee, and the contract by which such delegation is made is terminated the Agency shall thereupon have the right to terminate this Contract by giving written notice to the Contractor of such terai-nation and specifying the effective date thereof. ' If the Contractor is unable or unwiring to comply with such additional conditions as maybe lawfully imposed by OEO on the grant or contract under which the agency is performing the program to which these professions services are being rendered, the Contractor shall have the right to terminate the Contract by giving written notice to the Agency, signifying the effective date thereof". In the event of termination all property a_*sd finished or unfinished documents, data, studies, anal reports purchased or prepared by the Contractor under this Contract shall, at the option of the Agency, become its property and the Contractor shall be entitled to compensation for any uareimbursed expenses necessarily incurred in satisfactory performance of the Contract, Not withstanding the above, the Contract shall not be relieved of liability to the agency for damages sustained by the Agency by virtue of any breach of the Contract by the Contractoe, and the Agency may withhold any reimbursement to the Contractor for the purpose of set— off until such time as the exact amount of damages due the Agency front the Contractor is agreed upon or otherwise determined. 2. Changes The Agency may, from time to time, request changes in the scope of the services of the Contractor to be performed hereunder. Such changes, including any increase or decrease.in the amount of the Contractor's compensation, which are mutually agreed upon by and between the Agency and the Contractor, must be i-ncorpocated in written amendments to this Contract. 3. Travel Expenses If t:-M Contractor is to be reliabursed for travel ex uenses, and (1) if the Contractor is a public agency, expenses charged for travel shall not exceed those allowable ander the customary practice in the government of which the agency is a part; or (2) if the Contractor is a private agency, expenses charged for travel shall not exceed those which would be allowed under the rules of the United States Government governing official travel by its employees. 0(0229 4. Publication and Publicity The Contractor may ?ublish results of its function and participation in the approved cc nunity action program without prior review by the Agency, provided that such publications acknowriedne that the program is supported by funds granted by OEO pursuant to the provisions of the Economic Opportunity Act of 196.1, and that five copies of each such publication are furnished to OEO plus copies, to -the Anencv as the Agency may reasonably require. 5. Copyrights if ,the Contract results in a book or other copyrightable material ,the author is free to copyright the work, but the Office of' Economic Opportunity reserves a royalty-frena, nonexclusive and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, all copyrighted material and all material which. can be copyrighted resulting from the Contract. 6. Patents Any discovery or invention arising out of or developed in the course of work aided by this Contract shall be promptly and fully reported to the Agency and to the Director of OEO for determination as to whether patent protection on such invention or discovery shall be sought and how the rights in the invention or discovery, including rights under any patent issued thereon, shall be disaosed of and administered, in order to protect the public interest. 7. La, �or Standards All laborers and mechanics emnloyrd by contractors or sub-contractos in the construction, alteration or repair, including painting and eecorating of projects, buildings and works which are federally assisted under this Contract shall be paid wages at rates not less than those prevailing on siniliar construction in the locality as determined by the Secretary of Labor in accordance with the Davis-Bacon Act, as amandad (40 U.S.C. 276-a-276a-5). 8. Covenant Against Continnant Fens The Contractor warrants that no parson or selling agency or other organization has been employed or retained to solicit or secure this Contract upon an anraanant or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this warrant, the Agency shall have the right to arV4ul this Contract without liability or, in its discretion, to deduct from the compensation, or otherwise recover, the full amount of such commission, percantage, brokersnr: or contingent fee. 9. Discrimination in ErlplovMont Prohibited The Contractor will not discriminati against any employee employed in the § rf-imince --if this cr:ntrnct, •:r a •a i net any a,)-)I i can-l- for ooitp I oyment i n'the ,,erf�r=nce of this ccantrnct b:c?use of nce, creed, color, or national origin. The Contractorwill take affirmative action to ensure that applicants are employed, and that employees are treated 0030. . during employment, without regard to their race, creed, color, or national origin. This requirement shall apply to, but not be Iimited to the fol lowing: employment, up-grading, dc.—notion, or transfer; recruitment or recruitment adv2r-tising, layoff or termination: rates of pay or other forms of compensation; and selection for training, including apprenticeship. In the event that the Contractor signs any contract which would be covered by Executive Order 10925 (March 6, 1961 ) or Executive Ordar 11114 (June 22, 1963), the Contractor shall include the equal-emplo :-wnt opportunity clause specified in Section 301 of Executive Order 10925, as amended. 10. Discrimination Prohibited No parson in the United States shall, on the ground of race, creed, color or national origin, be excluded from participation in, be denied the proceeds of, or be subject to discrimination in the performance of this Contract. The Contractor will comply with the regulations promulgated by the Director of CEO, which the approval of the President, pursuant to the Civil Rights Act of 1964 (45 C.F.R. Part 1010). 11. Political Activity Prohibited Hone of the funds, materials, property or services contributed by the Agency or the Contractor under this Contract shall be used in the performance of this Contract for any oarttsan political activity, or to further the election or defeat of any candidate for public office. ' 12. Religious Activity Prohibited There shall be no religious :rorkship, instruction or proselyti7ation as part of or in connection with the performance of this Contract: i3. C--mp 1 i ante w i th Loca 1 Lae,s_ The Contractor shall comply with all applicable lads, ordinnncas,. and odes of the State and local governments. 14. ReLarts and Inspections The Contractor shall make financial , program progress, and other reports as requested by the Agency or the Director of OEO, and. wi11 arrange for on-site inspections by Agency or OEO representatives at the request of either. Initials:_ ! yZ(1- Contractor Co6fity a t. 00231 L In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Authorizing Execution of Agreement for Use of State Military Facilities It is by the Board ordered that Chairman is authorized to execute on behalf of the county agreements with the State for use of the following Military Facility for immunization clinics by the County Health Department, at a total cost not to exceed $270, during the 1976 calendar year: Concord State Armory - 2925 Willow Pass Road Concord, Ca. Passed by the Board on November 18, 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. Witness my hand and the Seal of the Board of cc: Acting Co. Health Officer Supervisors Director, Human Resources Agy. affixed this 18th day of November , 19 75 County Auditor- Controller J. R. OLSSON, Clerk County Administrator p ty Contractor — c/o Health Ofcr.B De u Clerk )r Maxine M. Net fel d 00232 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 ; In the Matter of Report of Supervisors We N. Boggess and J. E. Moriarty on Pleasant Hill BART Station Environs Area General Plan. The Board on September 23, 1975 having referred to a special committee (Supervisors W. N. Boggess and J. E. Moriarty) for recom- mendation a report from the County Planning Commission relating to changes in the proposed General Plan for the Pleasant Hill BART Station Environs area; and The Corrrsittee 'having this day submitted its report on the aforesaid proposed changes; and The Board members having discussed the matter at some length,. IT IS ORDERED that the report of the special committee is ACCEPTED. IT IS FURTHER ORDERED that December 2, 1,075 at 100.0 aeme is fixed as the time to consider adopting the aforesaid General Plan and an interim ordinance to regulate development in the area. PASSED by the Board on November 18, 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. Gordon Turner Whness my hand and the Seal of the Board of Mr. Richard A. Beserra Supervisors Mr. George I:.~ren affixed the �,-1i day of 19 Mr. John Owens J. R. OLSSON, Clerk Mr. Donald G. Huggins � Mrs. Clifford Motta By.�s,r,r3�c�� �- -�? uL'u Deputy Clerk Mr. Gregg Motta Rondalykn Shackles Count- Counsel Public Works Planning H 24 8/75 20M 00233 License No. LICENSE TO USE STATE MILITARY FACILITY THIS-AGREEMENT, made and entered into this S-1 day of October 19-2r by and between the armory board of the State Military Facility located at 2925 *-VAlow Pass P,oad Concord California (Address) (city) acting on behalf of the Commanding General State Military Forces pursuant to'Sections 431 and 432 Military and Veterans Code, State of California, hereinafter called the BOARD, and Contra Costa County Health Dent. — MI TTard Street — Martinez, CA.,- 94598 (Nerve and Address of Licensee) _ hereinafter called the LICENSEE: WITNESSETH That the BOARD in consideration of the payment in advance by the Licensee of the TOTAL LICENSE FEE shown below, hereby authorizes and permits the LICENSEE to use the hereinafter described area of said facility during the times and for the purposes specified. A. Dates and times of use. 20 Tan, 176 17 Fob_ 176; 16 }far 1761 20 &,or. 176: 183 My t76; 15 .Tune 176: 20 .Tule t76; 17 Aug. 176: a Sept. 176; 19 Oct. 176; 16 Nov. 176; 2 . Dec. 176. 1.400-1800 hours ea date. B. Purposes ()n detail): a,Tv..ouida, Shots to the .bl i c' C. Facility area to be used: TjgTTT. wring F. Rysm Troy-S D. Basic rental rate: $ 3. X A hrs $ 32.00 (Rate) (Number) (Noun,Day*Etc.) E. Additional space charge: X X $005 per 4 hr.pd. $ NA • (Sq.Ft.) (Noun) F. Personnel charges: 1.1 X $ 7.00 Der hr, $ 10.50 (Hours) (Hourly Rab) Rosy A. Austin II • G. Fee per use: $ 22_r,A H. TOTAL LICENSE FEE: $ 22.lin X 12 $ 270.00 (Fee Per Use) (Number of Uses) The provisions on the reverse side hereof constitute a part of this agreement. Cashier's check or money order made payable to the Military Department, State of California, will be attached to license. IN . IT 'E0 F, the pard ve hereunto set their hands the day and year first above written.N. Boggess e,ontra ,osta Countv .ealth �.. 111 T•T ,Y — Y pZ A 9459a BY Tele: (415) 3724916T' IVOV 1 8 19 53ohn J. Yount;il—ff i C'W.rman, Poar3 of Supervisors Approved: (Address of Licensee) (�(��j� Th.Canen.ndry Gerr6al v t� �:.V State Military Farces I CAL NG Form 210-lir(Oct.73) Microfilmed with board order r� a .;�roved by the Amin my General +0945.6.31.74 ave sur 122)osr, e tB ■ tta■tiaa � In the Board of Supervisors of Contra Costa County, State of California Nov mb _r 1 AX 19 75 In the Matter of Agreement with Thomas Reid Associates for consulting services. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement, effective November 19, 1975, with Thomas Reid Associates, con- sultant, for preparation of an environmental impact report in connection with Blackhawk Ranch Phase One: Rezoning 1840-RZ/Subdivision 4738 at a cost of $5,400. PASSED by the Board on November 18, 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 18th day of November 1975 J. R. OLSSON, Clerk By Deputy Clerk Orig: Planning Department M ine M. Neufe*ld cc: Thomas Reid Associates — c/o Planning Dept. Director of Planning County Auditor-Controller County Administrator H 24 8/75 10M {� CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name 6 Address: Thomas Reid Associates 651 Hamilton Avenue (P.O. Box 872) Palo Alto, California 94302 (b) Effective Date: NOV ], 9 1975, (c) Project Name, Number, $ Location: Blackhawk Ranch Phase One: Rezoning 1840-RZ/ Subdivision 4738, Danville, Contra Costa County, California (d) Payment Limit: ($5400) Five Thousand Four Hundred Dollars 2. Signatures. These signatures attest the parties' agreement hereto: CO F C� RA COS CONSULTANT" N. gess I t Chairman, Board of S e isors1 $ 197Vesignate offi ial capacity in business) ATTEST: J. R. OLSSON, 55 (CORPORATE SEAL] County Clerk and > ex officio Clerk of State of California ) ss t_ Board. Contra Costa County ) ACKNOWLEDMIENT B The person(s) signing above for Consultant, Depqty known to me in those individual and business capacities, personally appeared before me Recommended by: today and acknowledged that he/they signed it and that the corporation or partnership named above executed it. J/ Date: T i97r Anth ' y DeAaesus Director of Panning Notary Public Form approved: John B. Clausen [NOTARY RM CIAL SEAL County Counsel W. BARBOUR LIC . CALIFORNIA By VICTOR J. WESTMAN AL OFFICE IN LARA COUNTY Deputy ecember 4, 1977 3. Parties. Effective on the above date, Contra Costa County and the above-named Consultant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant, and Consultant accepts such employ- ment to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. The Consultant shall, at no expense to the County, furnish certificates or other evidence acceptable to the County of (a) public liability insurance of at least $250,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $50,000.00. Thirty days' notice to County of policy lapse or can- cellation is required_ -1- Microfilmed with board oraef 00;M 7. Payment. The County shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Section 1(d) without prior written approval of the Contra Costa County Director of Planning. Consultant's statement of charges shall be . submitted at convenient intervals. Payment will be made within thirty (30) days after receipt of each statement. Ten percent (10%) of all charges billed by the Consultant shall be withheld until final acceptance of the Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning, whichever comes first. B. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consaltant or under its control at that time, and will be paid, except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of ter- mination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consul- tant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. . Exclusive Service. Consultant agrees to restrict its firm and its subcontrac- tors from any employment, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will re- view, for a period of two years after the effective date of this agreement with- out first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with its subcontractors. 11. Status of Product. It is understood that the final Consultant draft accepted by the County will be utilized as background or source material by the Planning Department for its exclusive use, all or in part, as it sees fit. The Consultant agrees not to release, disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Appendix B -2- 0040 1 2- 0001 APPENDIX "A" Consultant shall prepare a report analyzing environmental impact in accordance , with the California Environmental Quality Act and County guidelines for the project specified in 1(c) of this agreement. The report shall be prepared in the format specified by the County. It shall be single spaced and suitable for duplication by either offset or office copier methods. The Consultant shall prepare the report in a "working draft" form initially and submit 3 copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Department no later than four (4) weeks after Consultant receives authorization to proceed, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy of the "final Con- sultant draft" for review and acceptance by the Planning Department. The "final Consultant draft" shall be submitted by Consultant to the Planning Department no later than two weeks after provision of final preliminary review comments by the Planning Department. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents, on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: NONE Upon authorization to proceed Consultant shall submit to the Planning Department for review and approval a working outline of the Draft Environmental Impact Re- port. County shall request additions or alterations to such outline no later than five (5) working days after receipt. -3- f X2138 APPENDIX "B" A. Consultant shall be compensated for his time-at the following rates: Contact Time: $30.00 per hour. z Travel Time: $15.00 per hour. B. Consultant will be compensated for materials necessary to the execution of this contract including mileage at 12� per mile, and special expenses such as aerial photography or archaeological reconnaissance as necessary. C. Consultant shall include with his billing a specific record of time charged against the project, and of materials purchases or other special expenses as in B above. 00439 ' .! In the Board of Supervisors of Contra Costa County, State of California November 18 19 In the Matter of Contract #20-044 with Beverly Faye Holliman to Provide Training for In-Home-Care Services Staff in the Social Service Department IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #20-044 with Beverly Faye Holliman for provision of training for In-Home-Care Services Staff in the Social Service Department on November 20, 1975, with a payment limit of $162.75 and under terms and conditions as more particularly set forth in said contract. Passed by the Board on November 18, 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. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Unit affixed this 18th day of November 19 75 cc: County Administrator — County Auditor-Controller J. R. OLSSON, Clerk Contractor Deputy Clerk Social Service M ine M. ai eld 002040 H 24 8/75 10M Contra Costa County Standard Form --7 SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 20- 044 Department: Social Service Subject: Training Workshop for In-Home-Care Service Staff (Chronicity: Different Views) 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: BEVERLY FAYE HOLLIMAN Capacity: Self-employed individual (training consultant) Address: 4220 Corona Way, Sacramento, California 95825 3. Term. The effective date of this Contract is November 20, 1975, and it terminates November 20, 1975 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 162.75 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $162.75 per service unit: ( ) session, as defined below; or (X) calendar dam, (insert day, week or month), NOT TO EXCEED a total of 1 service unit(s). as specified below. 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in conceptual approaches to treatment of the chronically disabled for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. The above fee includes $150 for one day of Contractor's professional services, and $12.75 for Contractor's transportation to the training workshop site, at 17 cents per mile for up to 35 miles; Contractor shall separately itemize on the payment demand the actual mileage travaled hereunder. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. -Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Title XX of the Federal Social Security Act, as amended (P.L. 96-647); 45 CFR Chapter II, Section 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: CO 0 NTRA COS TAaMALIFOPUNIA CONTRACTOR r'. By, esignee MUY 1. n ? 7w, Recommended by Department TDesignatF official ca city) B (Form approved by County Counsel) Designee Microfilmed with board order (A-4620 10/75) 00142W41 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Agreement with Bro-Dart, Inc. IT IS BY THE BOARD ORDERED that Supervisor Warren Boggess, Chairman, is AUTHORIZED to execute on behalf of the county agreements with Bro-Dart, Inc. for provision of leased books at the Central Library, the Thurman G. Casey Library, and the East and West Regional Offices of the County Library, at a total cost of $927.50 per month for December 1975 and $1 ,015.00 per month for the months January 1976 through December 1976; said agreements being in addition to existing agreements for leased book services to other major branch libraries. The foregoing order was passedby the Board on November 18, 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. Witness my hand and the Seal of the Board of Orig. Dept: County Library Supervisors cc: County Librarian affixed this 1 8th day ofNQvember 19 County Administrator J. R. OLSSON, Clerk County Auditor-Controller �� G Contractor - c/o Library Y� Deputy Clerk Maxine M. Neufe d H 24 8175 10M 0 v ��� , This letter, in duplicate, contains our proposal to deliver to the Central Library a collection of current fiction and popular non-fiction books as follows: 1. We propose to ship to the Central Library a collection of 1,000 books called the "Basic Collection", all with 30 days of receipt of the list of books chosen by the County Librarian. 2. The County Librarian within 10 days after the County's acceptance of this proposal shall choose the titles of books to be delivered which choice shall be made from the current Basic Collection List supplied by McNaughton Book Service. 3. Additional shipments of books will be delivered to the aforenoted library at an average of 100 books per month. *These books shall be chosen from the monthly list supplied by McNaughton Book Service. Any title with a list price of $10.00 or more will be identified on the selection list with an asterisk and will count as two toward the monthly quota. 4. After the library has received a total number of volumes equal to the quantity shown in paragraph (1) one, plus 10%, there shall be withdrawn each month a sufficient quantity to maintain this level. It shall be the duty of the County Librarian to schedule withdrawals for a certain definite time each month and see that the schedule is maintained. S. Payment for the service rendered hereunder shall be made at the rate of $530.00 _ per month through December, 1975. Effective January 1, 1976, the rate shall be $580.00 per month plus applicable Federal, State and/or local taxes, the first payment to be made after receipt of the first shipment. If prepayment of the full annual amount is made, a 2%net discount will be given. 6. The books remain the property of Bro-Dart, Inc., but may be purchased before reshipment at 25% of list price. 7. The contract will become effective on the first day of the month next following the approval hereof. 8. The initial term of this contract is 12 months and the contract will be automatically extended for additional 12-month periods unless terminated by 60 days prior written notice. 9. After the first year, McNaughton Book Service may increase the charge for services performed. Such increases are contingent upon McNaughton Book Service giving County Librarian 60 days' advance written notice of the proposed price increases. 10. If this contract be terminated for any reason, County agrees to return to McNaughton Book Service, within 60 days of such termination, all books furnished under this proposal except those purchased by County. M July and December will be considered half quota months. Mivofilmed with 6=4"3 ------------- Please indicate your acceptance of this agreement by signing and returning a copy. We hereby affix our hand and seal this 20th day of October, 1975. BRO-D , INC. BY:_ Leedom Kettell, Vice President ATTEST: — Oscar Frankel, Secretary A, copy of our corporate resolution is attached which authorizes the actions taken by Bro-Dart, Inc. by its respective officers. ACCEPTED: FORM APPROVED: CONT S C UNT N. $ John B. Clausen, 09 County Counsel hairman, Board of alu rvisors B 110V 18 1975, James A inkner, Deputy ATTEST: J. R. OLSSON, County Clerk and ex-officio Clerk of the Board B` y Deputy QQ,?44 This letter, in duplicate, contains our proposal to deliver to the Thurman G. Casey Memorial Library a collection of current fiction and popular non-fiction books as follows: 1. We propose to ship to the Thurman G. Casey Memorial Library a collection of 300 books called the "Basic Collection", all with 30 days of receipt of the list of books chosen by the County Librarian. 2. The County Librarian within 10 days after the County's acceptance of this proposal shall choose the titles of books to be delivered which choice shall be made from the current Basic Collection List supplied-by McNaughton Book Service. 3. Additional shipments of books will be delivered to the aforenoted library at an average of 30 books per month. *These books shall be chosen from the monthly list supplied by McNaughton Book Service. Any title with a list price of $10.00 or more will be identified on the selection list with an asterisk and will count as two toward the monthly quota. 4. After the library has received a total number of volumes equal to the quantity shown in paragraph (1) one, plus 10$, there shall be withdrawn each month a sufficient quantity to maintain this level. It shall be the duty of the County Librarian to schedule withdrawals for a certain definite time each month and see that the schedule is maintained. 5. Payment for the service rendered hereunder shall be made at the rate of $159.00 per month through December, 1975. Effective January 1, 1976, the rate shall be $174.00 per month plus applicable Federal, State and/or local taxes, the first payment to be made after receipt of the first shipment. If prepayment of the full annual amount is made, a 2% net discount will be given. 6. The books remain the property of Bro-Dart, Inc., but may be purchased before reshipment at 25% of list price. 7. The contract will become effective on the first day of the month next following the approval hereof. 8. The initial term of this contract is 12 months and the contract will be automatically extended for additional 12-month periods unless terminated by 60 days prior written notice. 9. After the first year, McNaughton Book Service may increase the charge for services performed. Such increases are contingent upon McNaughton Book Service giving County Librarian 60 days' advance written notice of the proposed price increases. 10. If this contract be terminated for any reason, County agrees to return to McNaughton Book Service, within 60 days of such termination, all books furnished under this proposal except those purchased by County. July and December will be considered half quota months. 00?45 Microfilmed with Eoard order Please indicate your acceptance of this agreement by signing and returning a COPY We hereby affix our hand and seal this 20th day of October., 1975. BRO-D , INC Jf BY: Lee m Kettell, Vice President , ATTEST: Oscar Frankel, Secretary A copy of our corporate resolution is attached which authorizes the actions taken by Bro-Dart, Inc. by its respective officers. ACCEPTED: FORM APPROVED: CONTR���C NTYBo e� John B. Clausen 99 County Counsel .�B ' Chairman, Board of rupgrvisors B a4gt!g� VOV 18 1975 Jam Klinkner, Deputy ATTEST: J. R. OLSSON, County Clerk and ex-officio Clerk of the Board By i Deputy 00246 µ This letter, in duplicate, contains our proposal to deliver to the East Region Headquarters a collection of current fiction and popular non-fiction books as follows: 1. We propose to ship to the East Region Headquarters a collection of 250 books called the "Basic Collection", all with 30 days of receipt of the list of books chosen by the County Librarian. 2. The County Librarian within 10 days after the County's acceptance of this proposal shall choose the titles of books to be delivered which choice shall be made from the current Basic Collection List supplied by McNaughton Book Service. 3. Additional shipments of books will be delivered to the aforenoted library at an average of 25 books per month. *These books shall be chosen from the monthly list supplied by McNaughton Book Service. Any title with a list price of $10.00 or more will be identified on the selection list with an asterisk and will count as two toward the monthly quota. 4. After the library has received a total number of volumes equal to the quantity' shown in paragraph (1) one, plus 10%, there shall be withdrawn each month a sufficient quantity to maintain this level. It shall be the duty of the County Librarian to schedule withdrawals for a certain definite time each month and see that the schedule is maintained. 5. Payment for the service rendered hereunder shall be made at the rate of $132.50 per month through December, 1975. Effective January 1, 1976, the rate shall be $145.00 per month plus applicable Federal, State and/or local taxes, the first payment to be made after receipt of the first shipment. If prepayment of the full annual amount is made, a 2% net discount will be given. 6. The books remain the property of Bro-Dart, Inc., but may be purchased before reshipment at 250 of list price. 7. The contract will become effective on the first day of the month next following the approval hereof. 8. The initial term of this contract is 12 months and the contract will be automatically extended for additional 12-month periods unless terminated by 60 days prior written notice. 9. After the first year, McNaughton Book Service may increase the charge for services performed. Such increases are contingent upon McNaughton Book Service giving County Librarian 60 days' advance written notice of the proposed price increases. 10. If this contract be terminated for any reason, County agrees to return to McNaughton Book Service, within 60 days of such termination, all books furnished under this proposal except those purchased by County. July and December will be considered half quota months. Microfilmed with 6oabq -� tl Please indicate your acceptance of this agreement by signing and returning a COPY- We opy.We hereby affix our hand and seal this 20th day of October, 1975. BRO-D T, INC. Leedom Kettell, Vice President ATTEST: ( Oscar Frankel, Secretary A copy of our corporate resolution is attached which authorizes the actions taken by Bro-Dart, Inc. by its respective officers. ACCEPTED: FORM APPROVED: CONTR S COUNTY John B. Clausen I : N Baggers County Counsel 'BOtte- Chairman, Board of ,'Sufi visors wov 1 8 1915 Jame Ylinkner, Deputy ATTEST: J: R. OLSSON, County Clerk and ex-officio Clerk of the Board Deputy 00248 This letter, in duplicate, contains our proposal to deliver to the West Region Headquarters a collection of current fiction and popular non-fiction books as follows: 1. We propose to ship to the West Region Headquarters a,collection of 200 books called the "Basic Collection", all with 30 days of receipt of the list of books chosen by the County Librarian. 2. The County Librarian within 10 days after the County's acceptance of this proposal shall choose the titles of books to be delivered which choice shall be made from the current Basic Collection List supplied by McNaughton Book Service. 3. Additional shipments of books will be delivered to the aforenoted library at an average of 20 books per month. *These books shall be chosen from the • monthly list supplied by McNaughton Book Service. Any title with a list price: of $10.00 or more will be identified on the selection list with an asterisk and will count as two toward the monthly quota. 4. After the library has received a total number of volumes equal to the quantity- shown in paragraph (1) one, plus 10%, there shall be withdrawn each month a sufficient quantity to maintain this level. It shall be the duty of the County Librarian to schedule withdrawals for a certain definite time each month and see that the schedule is maintained. 5. Payment for the service rendered hereunder shall be made at the rate of $106.00 per month through December, 1975. Effective January 1, 1976, the rate shall be $116.00 per month plus applicable Federal, State and/or local taxes, the first payment to be made after receipt of the first shipment. If prepayment of the full annual amount is made, a 2%net discount will be given. 6. The books remain the property of Bro-Dart, Inc. , but may be purchased before reshipment at 25%of list price. 7. The contract will become effective on the first day of the month next following the approval hereof. 8. The initial term of this contract is 12 months and the contract will be automatically extended for additional 12-month periods unless terminated by 60 days prior written notice. 9. After the first year, McNaughton Book Service may increase the charge for services performed. Such increases are contingent upon McNaughton Book Service giving County Librarian 60 days' advance written notice of the proposed price increases. 10. If this contract be terminated for any reason, County agrees to return to McNaughton Book Service, within 60 days of such termination, all books furnished under this proposal except those purchased by County. July and December will be considered half quota months. Microfilmed with board order Please indicate your acceptance of this agreement by signing and returning a COPY. We hereby affix our hand and seal this 20th day of October, 1475. BRO-DA T, INC. BY: Mme. Lee om Kettell, Vice President ATTEST: Oscar Frankel, Secretary A copy of our corporate resolution is attached which authorizes the actions taken by Bro-Dart, Inc. by its respective officers. ACCEPTED: FORM APPROVED: CON 0 COU ' d� N. Boggess John B. Clausen County Counsel L - Dov Chairman, hoard of Supervisors B a s inkner, ITeputy ATTEST: J. R. OLSSON, County Clerk and ex-officio Clerk of the Board By Jl� " , > 2 ,,, .� Deputy 00250 i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA November 18 1979 In the Matter of ) Retirement Coverage for ) Part-Time Employees ) The Board on August 12, 1975 having adopted Resolution Number 75/636 expressing intent to approve retirement coverage for certain part-time employees provided such employees voted for such coverage; and The Board having this day been advised that 71 of such employees out of a total eligible group of 120 voted in favor of such coverage and only 18 voted against; and Approval of an amendment to the By-laws of the Contra Costa County Employees'Retirement Association being necessary to effectuate said coverage; IT IS BY THE BOARD ORDERED that the By-laws of the Retirement Association are amended in Section III, Membership, to provide as follows: ' "III. MEMBERSHIP 1. Temporary, Seasonal, Intermittent and Part-Time Employees. Temporary, seasonal, intermittent and part-time employees are excluded and exempted from membership in the Contra Costa County Employees' Retirement Association except that permanent-intermittent employees who are certified by their appointing officer as working in one year 80% or more of the full number of working hours required of regular employees and who actually serve 80% or more of such full number of working hours in one year shall. be members. A. Temporary, Seasonal and Intermittent employees for the purpose of these By-Laws shall be those employees. who are employed or re-employed for temporary or intermittent service or at certain specified periods each year. B. The words temporary employees as used in the foregoing section 1-A, shall include the meaning of Provisional appoint- ments as set forth in Article VIII, Section 12 of the Contra Costa County Civil Service Commission Rules and Regulations, except that employees with provisional appointments shall be included as members when they otherwise meet the require- ments for reciprocal benefits with other retirement systems under Article 15 of the County Employees' Retirement Law of 1937. C. Part-Time Employees are those employees other than those employees defined in Section A, whose service for the County or district is less than fifty (50) per cent of the full number of working hours required of full-time employees in the department served. " IT IS BY THE BOARD FURTHER ORDERED that said amendment is approved effective January 1, 1976. Passed by the Board on Nov mbar 18 _ 1a75 Orig. Dept: County Administrator CE::TIFIE:) C ::-,Ll cc: Treasurer-Tax Collector thnt this is a hili, true & correct cony of Retirement Administrator the ortr-!nnf r!o,­*! rr .,hfr 1F, on rh in r1., rind thpc r. -1,r n7tr,nd f,• arlo-I'led b:. Or, Board nf County Administrator Sur.,"-j-:or= nif C<r •- r'..-r,. ^!7n'7. rawornle. tttw Mate rho-n. ATT!:':',': .r R. OI,ScOV. Count, Director of Personnel clerk k- 0r11rlo Clcik of saidBoard of Supervisors, by Deputy Clerk. onNOVlf1915 ry Cram , - 00?51 j .. J In the Board of Supervisors of Contra Costa County, State of California November 18 , 197 ,„ In the Matter of , Novation Agreements for Fee-For-Service Physicians, Dentists, Optometrists and Podiatrists Utilized by the County Medical Services and County Health Department The Board having approved agreements with Fee-For-Service Physicians, Dentists, Optometrists, and Podiatrists utilized by the.County Medical Services . and the County Health Department whose names are listed in "Exhibit A" attached hereto and incorporated herein as if set forth in full with Effective dates of .'July 1, 1975 or later, and which must be terminated by Novation Agreements in order for new agreements with an effective date of October 1, 1975, reflecting rates listed in Resolution No. 75/844, be effective; therefore IT IS BY THE BOARD ORDERED that such Novation Agreements'be APPROVED; and IT IS FURTHER ORDERED that the Director, Human Resources Agency Is AUTHORIZED to sign. such agreements on behalf of this Board. Passed by the Board on November 18 , 1915 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Unit cc: County Administrator affixed this 18th day of November 19 75 County Counsel J. R. OLSSON, Clerk County Auditor-Controller By Deputy Clerk County Medical Directorary Cr Chief, Medical Administrative Services County Health Officer Personnel Services Unit Employee Relations Officer Q252 H 24 8/73 10M i EXHIBIT A NOVATION AGREEMENTS Health Department Tom Bell, M.D. Zenaido Mendoza, M.D. , t : Catherine Briggs, M.D. Anita Mitchell, M.D. Penny Brody, M.D. Richard Pascan, M.D. Davitt Felder, M.D. R. A. Rafael, M.D. Leonard Fox, M.D. Donald Sokol, M.D. Donald Green, M.D. Medical Services John Boaz, M.D. J. Michael Muhm, M.D. Ervin H. Brotman, M.D. William M. Nielsen, M.D. Kwok Chan, M.D. Duane A. Olson, M.D. Richard D. Doty, M.D. Walter Panganiban, M.D. Michael D. Dubriwny, M.D. Frederic H. Pollock, M.D. Steven K. Enright, M.D. Cavett M. Robert, M.D. Leonard L. Fox, M.D. James W. Robison, M.D. Paul Gee, M.D. Kenneth L. Rothman, M.D. Ronald Greene, M.D. Richard B. Sterling, D.D.S. Miles Graber, M.D. Robert J. Telepak, M.D. John P. Gunderson, M.D. Terry J. Toranto, M.D. Terence M. Hammer, M.D. Milton Ross vonRydingsvard, M.D.. Fredric D. Huie, M.D. Sanford K. Weimer, M.D. James R. Hundley, M.D. Steven G. Weiss, M.D. Thomas Lenz, M.D. Charles C. Wilson, M.D. Roger 0. Littge, M.D. Hugh R. Winig, M.D. Bruce H. Lloyd, M.D. Bernard A. Wolf, M.D. Frank Lucido, M.D. Harry J. MacDannald, M.D. 00"), In the Board of Supervisors of Contra Costa County, State of California NOV 18 1975 In the Matter of Interpretation of Terms of 1974-1975 Memorandum of Understanding with United Clerical Employees The Employee Relations Officer having this day explained that a dispute has existed over interpretation of terms of the 1974-1975 Memorandum of Understanding with United Clerical Employees, Local 2700, AFSCME, AFL-CIO, and having indicated that a resolution of said dispute has been agreed upon; IT IS BY THE BOARD ORDERED that payment of $42.00 to United Clerical Employees in settlement of dispute over interpretation of the 1974-1975 Memorandum of Understanding between said organi- zation and the County pertaining to dues deduction for certain employees is approved, and the County Auditor-Controller is authorized to make payment thereon to United Clerical Employees, Local 2700, AFSCME, AFL-CIO. Passed by the Board on NOV 18 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. Dept: Supervisors (�'C1/ County Administrator offixed this day of 197 , 19 cc: United Clerical Employees — County Auditor-Controller _ J. R. OLSSON, Clerk County Administrator ByDeputy Clerk 1.A�ry' Craic H 24 12/74-15-M 00121A In the Board of Supervisors of Contra Costa County, State of California NOV 18 1975 , 19 In the Matter of Authorizing Relief of Cash Shortage Pursuant to the provisions of Resolution Number 2702 adopted on January 28, 1964, IT IS BY THE BOARD ORDERED that relief of cash shortage is AUTHORIZED in the account of: County Library (Central) $15.00 Richmond Municipal Court $ 5.00 The foregoing order was passed by the Board this 8 day of November, 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. Dept: County Library Supervisors p N1011 18 1975 cc: County Librarian affixed this day of 19 T Richmond Municipal Court 7 J. R. OLSSON, Clerk County Administrator �, County Auditor-Controller By Deputy Clerk o ry &C 00255 H24 8/75 lOM In the Board of Supervisors of Contra Costa County, State of California N O V 1 £ 1975 , 19`._. In the Matter of Records Disposition IT IS BY THE BOARD ORDERED that pursuant to Government*Code Section 26205 the County Building Inspector is authorized to destroy certain original building permits (numbers 8128 - 13350) which have been microfilmed. Passed by the Board on NOV 18 1975 I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig. Dept: Building Inspection Supervisor NOV 18 1975 affixed this day of . 19 cc : County Auditor-Controller , County Administrator J. R. Ol.SSON, Clerk By ✓' Deputy Clerk H 24 12/74 - 15-M 1�a cTic,� 0012.056 l In the Board of Supervisors of Contra Costa County, State of California NOV 18 975 t9 In the Matter of Payment for Loss of Personal Property IT IS BY THE BOARD ORDERED that the County Auditor-Controller is authorized to make payment of $162.00 to Mrs. John Preszler, 1770 Adelaide Street, #310, Concord, California 94520, for loss of personal effects while at the County Hospital. Passed by the Board on NAV 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. Orig. Dept: Co. Administrator Witness my hand and the Seal of the Board of cc: Mrs. John Preszler Supervisors NOV 18 1975 County Hospital affixed this day of . 19 _ County Administrator J. R. OLSSON, Clerk County Auditor-Controller j _ By— -r 17 Deputy Clerk ,Pry Crai� H 2412/4-15-M i 00...57 t Cy C In the Board of Supervisors of Contra Costa County, State of California November 18 19 75 In the Matter of Authorizing Increase in the Revolving Fund for the Agricultural Commissioner IT IS BY TEIE BOARD ORDERED that authorization .is GRANTED to increase the revolving fund of the Agricultural Commissioner from $350 to a total of $500. Mapted ay the Board on......R.01.1.11975.... 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 N O V 18 1975 Originating Department: affixed this = =day of 19 _ Auditor-Controller J. R. OLSSON, Clerk cc: Agricultural Commissioner gy /',c c ( �/i� Deputy Clerk County Administrator meCraig H24 8/75 IOM 0nn [� 1 r_J5l\ In the Board of Supervisors of Contra Costa County, State of California 1191/ 181975 , 19 In the Matter of Authorizing Special Board Rate for a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES special board rate .of $400.00 per month for a dependent child of the court (Court Number 44049) in the home of John and Gail Whitney in El Sobrante, California; effective NOV 19 1975 Adopted ay til'a voci;d on...._N O �� 18 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: Director, HRA Witness my hand and the Seal of the Board of Social Service Attn: M. Hallgren Supervisor h V975 County Administrator affixed this day of 19 — County Auditor-Controller J. R. OLSSON, Clerk By Deputy Clerk H 24 12/74 - 15•M Y.farf rc± ADO 9 In the Board of Supervisors of Contra Costa County, State of California NOV 18 1975 , 19 _ in the Matter of Authorizing Placement of a Dependent Child of the Court , On the recommendation of the Director, Human Resources Agency, the Board hereby authorizes placement of a dependent child of the Court (Court Number 27673) in Whitehurst Home, Napa, California, at a foster home rate of $350.00 per month, effective November 19, 1975. Adopted aytfra0v 18 1075 .........._........... I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept: Human Resources Witness my hand and the Seal of the Board of Agency Supervisors N O V 18 1975 cc: Human Resources Director affixed this day of _ - . 19 Social Service (M. Hallgren) County Auditor-Controller R_ OLSSON, Clerk County Administrator ByDeputy Clerk H 24 12174-15-M 00?, 60 0 y. in rna Board of Sup.-rylsors f o1 Conpira Costa County, State of California NOV 181975 . 19 _ In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 23026, at the home of Donald and Jeane Wood, 1599 Oriole Avenue, Sunnyvale, California, at a special Foster Home rate of $300.00 per month, effective November 18, 1975. _ Passed by the Board on NOV 18 1975 1 hereby certify that tha foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date oforesaid. Orig: Probation Dept. Witness my hard and iha Seal of the Board of cc: County Probation Officer Supervisors County Auditor-Controller Na xsd this Oday V 1 f 1975 19 County Administrator — d. R. OLSSOII, Clerk By o Deputy Clerk H 24 12174 - 15-M �-ary Craig C C In the Board of Supervisors of Contra Costa County, State of California 1�81R7q , 19 In the Matter of Acceptance of gifts to Ygnacio Valley Branch Library (Casey Library) The County Librarian having reported to the Board on gifts of Audio-Visual equipment received from the Friends of the Ygnacio Valley Library for the Thurman G. Casey Memorial Library in the approximate amount of $5,700; IT IS BY THE BOARD ORDERED that said gifts are accepted on behalf of the County. Passed by the Board on NOV 18 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. Dept: County Library Supervisors 1975 affixed this OVday of - 19 _ cc: County Librarian County Administrator J. R. OLSSON, Clerk County Auditor-Controller By L' ( �.� Deputy Clerk >66 Craig H 2412/74-1" 0002 l In the Board of Supervisors of Contra Costa County, State of California November 18 ' 1975 In the Matter of Appointment of Trustees of Reclamation District Number 2025. Supervisor Linscheid having called attention to. a November 10, 1975 letter he had received from Mr. :Richard Rockwell Secretary, Reclamation District Number 2025, advising that the term of two trustees of the District have expired; and - Mr. Rockwell having stated that a nomination petition, was filed by Mr. D. C. Basolo, 380 Beach Road, Burlingame, California 94010; and Mr. Rockwell having further stated that no nomination petition was submitted for the second position, recommended that Mr. Albert Santucci, 2850 West Winton Avenue, Hayward, California 94541 be reappointed as a Trustee of said District; and Pursuant to Code Section 50741 of the California Water Code, IT IS BY THE BOARD ORDERED that Mr. Basolo and Mr. Santucci are REAPPOINTED as Trustees of Reclamation District Number 2025 for a four—year term ending on the first Tuesday after the first Monday in November, 1979. PASSED by the Board- on November 18, 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. Witness my hand and the Seal of the Board of cc : District Supervisors Auditor affixed this 18th day of November , 19 75 Elections J. R. OLSSON, Clerk County Administrator By 1 Deputy Clerk Bonnie Boaz . H 24 8/75 lOM 0gL3lrtn�3 i . C In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Proposed Human Resources Directory . The Board having received a letter dated November 5, 1975 from The Reverend Palmer Watson, Chairman, Contra: Costa County Mental Health Advisory Board, supporting the premise of the proposed Human Resources Directory and advising that the dental Health Advisory Board Crisis Intervention Task Force is working to develop - a proposal to provide a 24-hour county-wide Crisis Intervention Information/Referral service; IT IS BY THE BOARD ORDERED that the aforesaid communis cation is ACKNOWLEDGED. PASSED by the Board on November 18 , 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. Witness my hand and the Seal of the Board of cc : The Reverend Supervisors Palmer Watson Government Onerations affixed this 18th day of November_, 19 75 Committee J. R. OLSSON, Clerk Director, Human B Resources Agency y Bonnie Boaz Deputy Clerk County Administrator H24 8/75 lOM ONS" c c: In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Appointment of Trustee to the Byron-Brentwood-Knightsen ' Union Cemetery District . On the recommendation of Supervisor E. A. Linscheid IT IS BY THE BOARD ORDERED that Mr. Arthur Somerhalder is REAPPOINTED as a Trustee of the Byron-Brentwood-Knightsen Union Cemetery District for a four-year term ending in November, 1979; PASSED by the Board on November 18, 1975- , .. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. y Witness my hand and the Seal of the Board of cc : District Supervisors Auditor affixed this 18th day of November , 19 75 Supervisor Linscheid J. R. OLSSON, Clerk County Administrator By � .v���)�.f!�1k1/1_ . Deputy Clerk Bonnie Boaz H 24 8/75 10M y 00126-5 r In the Board of Supervisors of Contra Costa County, State of California AS EX OHF ILIO THE 30ARD OF SUP-MEVISORS OF CONTRA COSSI COUI T1 Y FLOOD CO ITR OL AND WAT2R CONS_ME iTATION DISTRICT November 18 , 19 In the Matter of Bids for Construction of Siphons, Lines E and E-1 , Marsh-Kellogg :fatershed, Brentwood Ar-a. (Mork Order 8519 ) This being the time fixed for the Board to receive bids for the construction of three irrigation siphons within the . Marsh-Kellogg Watershad, Lines E and 3-1 , Brentwood area; bids were received from the following and read by the Clerk: and X Trenching, Inc., El Sobrante Brady-Cleverdon Company, Lafayette Willi-am G. McCullough Company, Antioch Taichert Construction, Stockton Petsr role Jenson, Danville Floyd Company, Orinda John E. Scheurer and Assoc . , Stockton W. R. Thomason, Inc ., 'Martinez Nass Construction, Napa A. J. Edwards, Livermore R. E. Jones Construction, Concord i41artin Brothers, Inc. , Concord IT IS BY THE, BOARD ORD22ED that said bids are REFER ED to the Public Works Director for review and recommendation. PASS3D by the Board on Noverifoer 18, 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 : Public '•7orks Director Witness my hand and the Seat of the Board of Floor? Control Supervisors County Auditor-Controller affixed this 1'zr day of iVov;!bar 197-5 �! J. R. OLSSON, -Clerk ByC L 7�c/L e c--(� Deputy Clerk Constance Dove s ?66 H 24 8/75 IoM 00 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Appointment of Trustees of Reclamation District Number 2026. The Board having received an October 16 , 1975 letter from Mr. Dante John Nomellini , Secretary, Reclamation Dis- trict Number 2026 , advising that the term of four trustees of the District will expire November, 1975 ; and Mr. Nomellini having stated that nomination petitions were filed by Mr. Ernie Marini , 4355 Mattos Drive , Fremont , California 94536 and Mr. Robert H. Hirsch , Webb Tract, River Route , Stockton , California 95200 ; and Mr. Nomellini having further stated that no nomination petitions were submitted for the other two positions , recom- mended that Mr. Sant Pallan , 829 Stendhal Lane , San Jose , California 95129 and Mr. Frank D. Monckton , 111 Highway 16 , Sacramento , California 94691 be reappointed as Trustees of said District ; and Pursuant to Code Section 50741 of the California Water Code , IT IS BY THE BOARD ORDERED that Mr. Marini , Mr. Hirsch , Mr. Pallan and !fir. Monckton are REAPPOINTED as Trustees of Reclamation District Number 2026 for four-year terms ending on the first Tuesday after the first Monday in November, 1979. PASSED by the Board on November 18, 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 : District Witness my hand and the Seal of the Board of County Counsel Supervisors Elections affixed this i 8th day of November, 19 75 County Administrator J. R. OLSSON, Clerk By KA CDeputy Clerk RAbi a ti err H24 8/75 10M 001t"?57 • In the Board of Supervisors of Contra Costa County, State of California AS BOARD OF DIRECTORS OF THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT November 18 , 19 In the Matter of Bids for Performance of Fire Hazard Corrections and Abatement Work, Contra Costa County Fire Protection District. This being the time for the Board to receive bids for performance of fire hazard corrections and abatement work within the Contra Costa County Fire Protection District for the period December 1, 1975 to November 30, 1976, a bid was received from C. J. Simms Co. , Inc. , and read by the Clerk; As Board of Directors of the Contra Costa County Fire Protection District, IT IS ORDERED that said bid is REFERRED to Chief A. V. Streuli for review and recommendation. PASSED by the Board on November 18, 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. Witness my hand and the Seal of the Board of cc: Fire Chief Streuli County Auditor-Controller Supervisors County Administrator affixed this 18th day of November 19 75 J. R. OLSSON, Clerk By Deputy Clerk Mary:;;�'craig H 24 8/75 10M 00 8 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Approval of Agreement for Private Improvements in ?:Iinor Subdivision 288-72, Danville Area. IC" EAS an agreement with Donald C. Anderson, 511 idcBride Drive, Lafayette, California, for the installation and completion of private improvements in 141i.nor. Subdivision 28d-72, Danville Area, has been pre- sented to this Board; and _ WHIE?EAS said agreement has been secured by a Western Surety Company Surety Bord No. 228._424 in the sum of Four Thousand Four Hundred ' Sixty and No/1-0000 ($4,4)0.00) Dollars for the full amount of the costs for completion of the improvenents required by the Board of Adjustment in approving said minor subdivision; IT IS BY THE BOARD ORDEPL-D that said agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalf of the County. FASSED by the Board on November 18, 1975 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Applicant Supervisors Building Inspection affixed this 18th day of November 19 � Grarinc Lngineer J. R. OLSSON, Clerk By +�` of .C.;,.: a;��i_lam Deputy Clerk Rondal n Shackles H 24 8175 10M 00'001W69 MOOR SUBDIVISION I+GDEEMI I'! (§1) Il! Subdivision: A88-_72 (31) Subdivider:PQ,yALup C. A+oc"s (Private Improvements) y i 1 Mr-BRiy Va. • LA?-AY;r-r:E (Sl) Effective Date: Io Zf,-7S (52) Completion Period: caj a % -rt 0 3) Deposit: (faithful per=. ,$ - 4 4460= 1. Parties & Date. Effective on the above date, the County of Contra Costa, California, hereinafter called "County ', and ts.:e above- named Subdivider, mutually promise and agree as follors coricerning this subdivision: 2. Improvements. Subdivider shall construct, install and complete private road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9 and including future amendments,and all improvements required in the approved parcel map improvement plan of this subdivision on file in t:Le County's Building Inspection . Department. . Subdivider shall complete this work and 1 prover..erts (hereinafter called "work" within the above compie:.ion period from.: date hereof as • required by Section 922-4.808 of t:.e Co- nty Ordinance Code, in a good workmanlike manner, in accordance with accepted construct ion. practices and in a nanner equal or superior to the require=erts o: the County Ordinance Code and rulings made thereunder; and ::here there is a con- flict between the inprovement plan and the County Ordinance Code, the stricter requirements shall govern. ' - - 3. Improvement Security. Upon executing this agreement, Subdivider shall, in accordance math Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security with the County at leas;, the above- specified am-ount, i-=hich is the total estimated cost of t^e ::ork, in the fora of a cash deposit, a cert=tied or cashier's bred::, or an acceptable corporate surety bond, guaranteeing his fa_t^ful perfor- mance of this agreement. 4. Indemnity. Subdivider shall hold harmless and inde:rnify 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 abpointive boards, commissions, officers, agents and employees ; B - The liabilities protected against are any liability or claim for danage of any kind allegedly suffered, incurred or threatened because of actions defined below f and including persona'•. ;ni ury, death, property damage, inverse condemnation, or any co�binaticn e: these, and regardless of whether or not such liability, claim.: or da"age was unforeseeable at any tire before the County approved the parcel map improvement plan or accepted the ir..pro:enents as cor..pleted, and including the defense of any suit(s), action(s) or other proceedings) concerning these; C - The actions causing liability are any act or o=ission (negli- gent or non-negligent) in connection =th the matters covered by t'::is agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or enplo::ee o+ one or more of them; D - Non-Conditicns: The promise and agreement in this section- is not conditioned or dependent on or not any Inde:-M itee has prepared, supplied, or approved any plan(s) or specif4-ca..ion(s)' in connection with this work or subdivision, or .has insurance or other indemnification covering any of t^ese matters, 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, including inspections thereof and relocating existing utilities required thereby. 6. Nonperformance and Costs. If Subdivider fails to complete the work ana improve:%en-s within the ti.-.e specified in this agree:ent or extensions granted, County may proceed to complete then by contract$.y -1- Microfilmed with board orderOO O - 1 or otherwise, and Subdivider shall pay the costs- and charges there- for immediately upon demand. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys' fees, costs of suit, - and all other expenses of litigation incurred by County in connection therewith. 7. Assignment. If before these improvements are completed this minor subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. 8. Warranty. Subdivider warrants that the said improvement plan is adequate to accomplish this work as promised in Section 2; and if, . at any time before the County's acceptance of the improvements as complete, the improvement 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 of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials,, or• payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed;. nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 10.• Record I4ap. In consideration hereof, County shall accept said parcel map for filing with the County Recorder. COURR-14P r 1_rRA COST SUBDIVIDER: (seenote below) 101JA0 C-1 Ch firman, Boar up r - sors ATTEST: J. R. OLSSO?I, County Clerk By & ex officio Clerk of the Board Designate official capacity in the business) . 'Yzr` � �•A� Note to Subdivider: (1) Execute RondalynA Shackle Deputy acknowledgment Porn below; and (2) If a corporation, attach a PPR.OVED certified copy of (a) the by-laws J011N C. CLIiJSF!Y•Cowty ounsel or (b) the resolution of the '. Board of Directors, authorizing execution of this contract and of the bonds required hereby. x` State of California ) (Acknowledgment by Corporation, County of 6-iwlin Gr-�/0 ) S. Partnership or Individual) On the persons) .whose name(s) is/are signed above for Subdivider and who is known to me to be the individ- ual and officer or partner as stated above who signed this instrument, and acknowledged to me that he executed it and that the corporation or partnership named above executed it. - (NOTARIAL SEAL] =� Alf Notary Public for said. County and State (CCC Std. Forms• Rev. 12/74) = � OrFIr.r'��- " At jxmEs r'. AA ?dJB:bw -2- A �o�r� -" PJGTARYPUBLIC-CZL% CONTRA COSTA COuN;•r 'ycommissionExpues Aug.11.1%. 6th Floor:iC•_,..' ���.`.;ertgal�'. 00?'71 i • � 1 f WESTERN SURETY COMPANY One a j Aml'i='3 014d /3r� u y eowl�nanilt I CHICAGO - SIOUX FALLS DALLAS J PALO ALTO - BALA-CYNWYD, PA. i CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: BOND No. 2282424 That we, P�� d C. Anderson f= , of the City of Lafayette State of ifQ� , as Principal, and the WESTERN SURETY COMPANY, a corporation, as Surety, are held and firmly bound unto Contra Costa County Building Department, Grading , Building, Martinez, Calif. Division Admin. , hereinafter called the Obligee, in the sum of Four Thousand Four Hundred Sixty and N0/100--------«4,460.00-- DOLLARS, for which payment said Principal and Surety bind themselves by these presents. I WHEREAS, the Principal has entered into a written contract with the Obligee dated the day io of , 19— to Construct a private driveway. (MS-ZSS--J2) i `- i �• which contract and specifications are hereby referred to and made a part hereof. ! NOW THEREFORE, the condition of this obligation is such, that if the said Principal shall faithfully perform j f± said contract and indemnify the said Obligee from any loss, resulting from the breach of any of the terms and condi- tions thereof and shall promptly pay all persons supplying labor or material in the prosecution of the work provided ! for in such contract, him nhligation �hnff hF, otherwise to remain in full force and effect. Dated this :� �Suof October 19 75 4.f.x �t r, r• Principal N0 ra lyre ' J. P. c.5Principal .ov P Countersigned CLERK rDA D O: SUPE11VISORS W E E�N U R E T Y CO i P A N YLo By ,I, Resident Agent Y—�-�� pllS3147:3lgl7Utll777SI717777ifl!71)7SJI2Sl:ut77t7v! ! I CALIFORNIA ACKNOWLEDGMENT OF SURETY CANDYCE E. OSBORN ? f STATE OF a r ' INar"Ry I'vtluc-C'U.,F:ALNlA - ss \ I'RL�CIt',�t OFF1C: i\ Santa Clara - SANTA CLARA COUNTY County of – g dry Commission Expires Soptembar 30, 1977 28th October 75 r)lil/:-all i{ll{G{Slliililt{7itii:i:iii:tl:ilt{It{tit{t{l10 ! ' On this_—_v day of , 19 before me, the undersigned officer, personally a e L. � anAssistant Secret dld Asistt S pp ared �— who acknowledged himself to be the ary (Official Title orAttorney-in-Fact) of the WESTERN SURETY COMPANY, a corporation, and that he as such officer, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the name of the corporation by himself as !1 such officer. I 1 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal the da and year last abac•e written. � i My commission expires �0')'i') ; September 30th , 1977 sso-I_-ss Notary Public , IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORATIA In the Batter of ) Proposed Ordinance ) November 18, 1975 Regulating fortune- ) telling and Related ) Activities. ) The Board on December 30, 1974 having referred to -its Government Operations Committee (Supervisors A. M. Dias and J. E. Moriarty) the request that County Ordinance Code Sections 56-6.002 and 56-6.004 governing fortune-telling be amended; and On recommendation of said committee, the Board on August 5, 1975 having requested County Counsel to prepare a revised draft ordinance regulating fortune-telling and related activities, and this being the time fixed for hearing thereon;. and The following persons having appeared and expressed opposition to the proposed ordinance or suggested changes thereto: Mr. Staley Costello, 1346 23rd Street, San Pablo, California 94006, on behalf of the gypsy community of the county, requested that a three- to four-year residency be required of applicants and .each permittee be allowed a three- to four-mile area in which to operate; Mr. tfilton Ii. Ferris, 1948 Newell, Jalnut Creek, California 94596, representing the Esprit Foundation, ' Inc., suggested that the county adopt an ordinance which requires only registration and a $10 license fee; r Mr. Larry Davick, 375 iionroe Drive, Palo Alto, California 91:306, representing the International Graphoanaly-sis Society, urged that graphoanalysts (handwriting experts) be excluded from the provisions of said ordinance; Attorney D. J. Knott, 2034 Blake Street, Berkeley, California 94700; IIs. Jeanne Borgen, 1381 Kilrush Court, Pinole, California 94564, multi-psychic; rs. Johnson Clark, 6 Blackthorn Road, Lafayette, California 94549, representing rTt. Diablo Chapter of the American Civil Liberties Union, stated a nominal fee v.ould be acceptable; Mr. F. R. Nocerino, 2173 Cypress Avenue, San Pablo, California 94806, representing Institute of Psychic and Hypnotic Sciences; Ms. Lou Anne Dibble, 2661 Alhambra Wa-r, Pinole, California 91664; RIs. Jo Ann_ Dailey, 3121 Groom Drive, Richmond, California 94sr% 6; Mis. Jessica G. Logan, 912 Clark Place, El Cerritos California 94530, representing Astro-Diagnosis; 00'73 Attorney John E. Waltz, 611 Las Juntas,' Pfartinez, California 94553, on behalf of Kr.B. Williams (a non- county resident) , particularly objected to residency , requirement of two years and favored tyro to five months for investigative purposes; and Supervisor A. I. Dias having recommended that the hearing be closed and that the matter be retained in committee for further review and report back to the Board; IT IS BY THE BOARD ORDERED that the aforesaid recommen— dation is APPROVED. PASSED by the Board on November 18, 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 County Counsel of the Board of Supervisors affixed County Sheriff--Coroner this 18th day of November, 1975 County Administrator J. R. OLSSON.. Clerk le LIV Rondalynn 'hackle Deputy: Cleric 00274 In the Board of Supervisors of Contra Costa County, State of California November 13 , 19 75 In the Matter of Reappointments to Board of Directors of East Contra Costa Irrigation District. An October 14, 1975 letter having been received from Hiss Margaret Davis . Secretary , East Contra Costa Irriga- tion District, advising that the terms of office of Mr. Arthur E. Honegger, Route 1 , Box 342, Oakley, California 94561 and Mr. Frank Kaggiore , 1200 Balfour Road , Brentwood, California 94513 as members of the District Board of Direc- tors , Divisions 2 and 5 respectively, will expire :November, 1975 and requesting that the Board of Supervisors reanpoin,t the aforesaid incumbents : Pursuant to Section 23520 of the California Election Code and on recommendation of Supervisor E. A. Linscheid , IT IS BY THE BOARD ORDERED that "sr. Honegger and Mr. Maggiore are REAPPOINTED as members of the Board of Directors of the East Contra Costa Irrigation District for four-year terms ending at noon on the last Friday in November, 1979. PASSED by the Board on November 18, 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. c c: District Witness my hand and the Seal of the Board of County Auditor-Controller Supervisors County Administrator affixed this 18th day of Ptovemher , 1975 J. R. OLSSON, Clerk By -_- ) - Deputy Clerk Robbie G j errez H 24 8/75 MOM 00 75- In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Additional Positions to Staff Branch Jail at the Rehabilitation Center in Clayton. i . . The Board on November 12, 1975 having referred to its Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) for review and recommendation the request of Nor. H. D. Ramsay, County Sheriff--Coroner, for nine additional deputy sheriff positions to more adequately staff the branch Jail at the Rehabilitation Center in Clayton; and Supervisor Linsc:.eic hating reported this day that the Committee reviewed the need for the additional positions and the fiscal imp?icaUiors of this proposal, and recommends that said positions be aut._ori n.ed- IT IS BY THE BOARD ORDERED that the recommendation of the Administration and Finance Committee is APPROVED. IT IS FURTHER ORDERED that the Position Adjustment Request authorizing establishment of nine additional deputy sheriff posi- tions, effective November 199 19759 is APPROVED with the under- standing that said positions are for the aforesaid branch Jail and are not to be filled until repairs to the facility have been completed and it is ready for occupancy, PASSED by the Board on November 189 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 County Sheriff-Coroner Supervisors County Auditor-Cortroli_Er fixed this 1 " h day of i',er 19 7: County Administrator J. R. OLSSON, Clerk Personnel Director '. � Deputy Clerk Shackles H 24 8175 20M 0 0 ) L. JAMES P. KENNY, RICHMOND THE BOARD OF SUPERVISORS WARREN N. BOGGESS IST DISTRICT CHAIRMAN ALFRED M.DIAS,SAN PABLO CONTRA COSTA COUNTY JAMES P. KENNY 2ND DISTRICT VICE CHAIRMAN JAMES E. MORIARTY. LAFAYETTE ADMINISTRATION BUILDINGROOM 103 JAMES R.OLSSON. COUNTY CLERK . 3RD DISTRICT AND EX OFFICIO CLERK OF THE BOARD WARREN N. BOGGESS. CONCORD P.O. BOX 911 MRS. GERALDINE RUSSELL ATH DISTRICT CHIEF CLERK EDMUND A. LINSCHEID. PITTSBURG MARTINEZ. CALIFORNIA 94553 PHONE 220.3000 STH DISTRICT EXTENSION 2371 November 18, 1975 REPORT OF ADMINISTRATION AND FINANCE COMMITTEE ON AUTHORIZATION OF NINE ADDITIONAL DEPUTY SHERIFF POSITIONS The County Administrator and Sheriff-Coroner presented a report on November 12, 1975 describing the riot which occurred at the Branch Jail at the Rehabilitation Center in Clayton. The report included recommended measures to house inmates at another location and to repair damages and improve security at this facility. The request of the Sheriff-Coroner to authorize nine (9) additional positions to provide needed security at the Branch Jail was referred to this Committee for review and recommendation in one week. The Committee met with the Sheriff-Coroner and County Administrator to determine the need for the additional positions and fiscal implications of this proposal. The additional positions would man a post inside the Branch Jail on a 24-hour basis to observe activities therein and maintain order. An additional position with dog is proposed to patrol the perimeter of the facility during the nighttime hours to prevent escapes which have become a problem and to assist maintain order within the Branch Jail as needed_ The need for improved security is evident and the cost thereof will be considerably less than the present emergency arrangement. Recommendation It is recommended that the 'ne a d'tional Deputy Sheriff positions be authorized. � E. A. LINSCHEID J. P. NY /i Supervisor, District V Supervisor ' District I y 00 12 1"1 w POS I T I ON A D J U S T M E N T REQUEST No: Department Sheriff-Coroner Budget Unit 300 Date Nov. 4, 1975 Action Requested: Create 9 additional positions of Deputy Sheriff Proposed effective date: 11-18-75 Explain why adjustment is needed: To provide coverage inside the Branch Jail at Clayton on a 24 hour a day basis. Estimated cosi'of Fddjustment: Amount: Contra Cosa County 1 . Sal ari e5 and'wages: $ 73,494 2. Fixed Assets: (tial item and co.6t) RECEIVkD Le aw Office of Estimated ty Admini to $ a 4 Signature DepartmdInt Head Initial Determination of County Administrator Date: To Civil Service: Request recommendation. Count A int tr for Personnel Office and/or Civil Service Commission Date: November 12, 1975 Classification and Pay Recommendation Classify (9) Deputy Sheriff positions. Study discloses duties and responsibilities to be assigned justify classification as Deputy Sheriff. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by=adding 9 Deputy Sheriff positions, Salary Level 352 (1078-1310). C Personnel Director Recommendation of County Administrator Date: November 18, 1975 Add nine (9) Deputy Sheriff positions, Salary Level 352 ($1,078-$1,310), effective November 19, 1975. � To-unty Admi rfi str for Action of the Board of Supervisors Adjustment APPROVED ( - ) on %OV 18, 1975 I R. OLSSON. County glerk. Date: NOV 181075 By: �-, far Craig D utY Clerk APPROVAL oS thiz adjuAtmeilt con4tituted an Appnopni.a on Adjurtmert and Pmonnet Resotuti.on Amendment- NOTE: Top section and reverse side of form mutt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) { e 0012'78 In the Board of Supervisors of Contra Costa County, State of California November 18 . 19 75 In the Matter of - Authorizing Attendance at Conference IT IS BY THE BOARD ORDERED that Ralph Alcock, Sheriff—Coroner's Department is AUTHORIZED to attend, at County expense, the.National Association of Search & Rescue Coordinators Conference to be held at Denver, Colorado, from December 4, 1975 to December 7, 1975. Passed by the Board on November 18, 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. Originating Dept• Witness my hand and the Seal of the Board of Sheriff—Coroner Supervisors cc: County Administrator affixed this 18th day of November . 19 7_5 County Auditor—Controller J. R. OLSSON. Clerk By Deputy Clerk M y Crai H 24 8,75 10-M 00..79 In the Board of Supervisors of Contra Costa County, State of California November 18 19Z In the Matter of Proposed Abatement of Property - Located at 529 Loring Avenue, Crockett Area. This being the time for continued hearing on the proposed abatement of property of Mrs. June Elizabeth Hartman, at al located at 529 Loring Avenue, Crockett area; and Mr. Roy Milgate, Deputy Building Inspector, having advised that building permits had been obtained to renovate said property, sufficient progress had been made to assure intent of compliance with building regulations, and he therefore recommended that the action for abatement be terminated; IT IS BY THE BOARD ORDERED that the aforesaid recommen— dation is APPROVED. PASSED by the Board on November 18, 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 cc: Mrs. Juni: Hartma§unison Mr. Frederic L. Harvey affixed this 18th day of Nover&ber . 19 75 Building Inspection. County Administrator J. R. OLSSON, Clerk By Grn Q . ,,) jrr 41 Deputy Clerk Rondal rn Shac es 0Q12.UQ0 H 24 8/75 10M a In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 _U In the Matter of Administration and Finance Committee Review of Proposed Ordinance Pertaining to Reassessment of Damaged Property (Revenue and Taxation Code Section 155.13). This being the time for the Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) to present to the Board for its consideration a current report with respect to a proposed ordinance to provide for reassessment of property damaged by misfortune or calamity after the March 1 lien date pursuant to Section 155.13 of the Revenue and Taxation Code; and Supervisor Linscheid having stated that the committee had received a November 17, 1975 memorandum from the County Administrator commenting on provisions of the aforesaid Code with respect to purpose, administration, loss limits, reassess— ment after repair of damage, effect of reappraisal, and the budget impact to the County, and recommending that implementation thereof be deferred pending legislative amendment to increase the limit of $1,000 to a more realistic level and/or to provide for reimbursement by the State of County cost of administration and property tax revenue loss; and Mr. R. E. Hooper having appeared and requested that this County's legislative representatives be urged to make the appropriate amendments as quickly as possible so that the proposed ordinance could be adopted; IT IS BY THE BOARD ORDERED that the County Administrator is requested to contact the State legislative representatives to urge amendment of Section 155.13 of the Revenue and Taxation Code in accordance with aforementioned recommendation. IT IS BY THE BOARD FURTHER ORDERED that the aforesaid matter is retained in the Administration and Finance Committee for further review. PASSED by the Board on November 189 1975• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. ccs Mr. R. E. Hooper Witness my hand and the Seal of the Board of Board Committee Supervisors County Counsel affixed this 18th day of November , 19 3 County Administrator J. R. OLSSON, Clerk County Assessor County Tax--Collector BY < < C Deputy Clerk County Auditor—Controller Honualynn MEMO H24 8/75 10M 0L'`' 1 G`%V OFFICE OF COUNTY ADMINISTRATORrl.lrI C E I V E D CONTRA COSTA COUNTY rs :r /8 1975 Administration Building J. P. o•..sZori Martinez, California CLERK ROAM OF SU?ERVtSORS Administration and ,� 0NiRIC S A CO. Ne ty] To: Finance Committee' Date: November- 17, 1 -13 (Supervisors E. A. Linscheid and J. P. Kenny) From: Arthur G. Will, Subject: Proposed Ordinance County Administrator Reassessment of Damaged Property t4tr$ �.&,0 ,?7 A- On .Novesa1oe*--1-2, 11975 the Board of Supervisors directed the County Administrator to prepare a report with respect •to a pro- posed ordinance to provide for reassessment of property damaged or destroyed by misfortune or calamity. This proposal was previously considered, but adoption has been deferred pending clarification of various provisions of the law. The Office of the Attorney General has issued Opinion Number CV 74/257 which has now clarified certain questions and ambiguities with respect to provisions of the law. Purpose The objective of the law approved by the voters is to afford financial relief to property owners whose property has been damaged or destroyed through misfortune or calamity after the lien date (March 1) through no fault of their own. It has been interpreted that the statute is meant to cover any type of adversity which befalls one in an unpredictable manner. Local agencies do not have authority to limit reassessment to taxpayers experiencing specific types of misfortunes or calamities or to restrict reassessment to losses in amounts greater than the $1,000 now specified in the statute. Administration The procedure for implementation of the statute as specified by the proposed ordinance permits property owners who have sustained damage or destruction of taxable property, without his fault, by misfortune or calamity, in excess of $1,000 to file an executed application form with the County Assessor within sixty (50) calendar days of such loss. CM La �v.,c f�� n -9x,� v� /e 3 7S OQ?82 Microfilmed with board order 2. The County Assessor shall reassess the property according to its full cash value immediately after the damage or destruction and shall notify the applicant of the proposed reassessment. The applicant may appeal the proposed reassessment to the Assessment Appeals Board within fourteen (14) days after the Assessor's notice is mailed. The County Auditor-Controller will compute the tax payment or refund taxes paid based upon the reassessment. Implications and Effect The following comments reflect our analysis of the impli- cations and effects of adoption of this reassessment procedure. 1. Loss Limits. The limit of $1,000 of damage for an appli- . cation to be filed for reassessment is much too low. Such a low limit encourages applications to be made when minimal damages occur; such applications are costly to administer. A loss of $1,000 results in a $250 assessed valuation reduction which would provide a maximum tax relief of about $30. The amount of tax relief actually realized is dependent upon the amount of the diminution in value and the date of the misfortune as reductions are prorated for the year. Depending upon the location and type of damage, the County's cost to reassess the property would approximate $50. It does not appear that a decrease in value of $1,000 places such a financial strain as to warrant the effort required to provide financial relief in the amount of $30, especially in view of the fact that in most instances the loss will be covered by insurance. 2. Reassessment After Repair of Damage. After the damaged property is reassessed, the County may not revise the valuation following completion of repairs until the following tax year. Thus, although the damaged property may be rapidly restored (perhaps to a higher value) , the assessed valuation credit remains for the full year until another reappraisal is made. Also, if damaged or destroyed property is not repaired or replaced by March 1 of the following tax year, the reduced valuation will continue for an additional year. Under present law the owner of damaged or destroyed property must continue to pay taxes for the period it takes to repair or replace the structure. It should be noted, however, that if repairs or replacement are not completed by March 1, the property will be carried on the tax rolls for the next fiscal year at the reduced value. UO'83 3. 3. Effect of Reappraisal. If a property owner requests a reassessment due to damage in excess of $1,000, the County Assessor is required to complete a detailed appraisal of the property. It is quite probable that the property has not been subjected to a detailed appraisal for several prior years which usually results in the property being carried on the tax rolls at slightly less than full market value. It is quite conceivable that in many instances where the damage is in the lower range the reassessed value after damage may be higher than carried in the rolls. In such cases the County cannot increase the valu- , ation; the owner receives no reduction in valuation and the County is put to the expense of reappraisal of the property: 4. Fiscal Impact. The budget impact to the County will be two-fold, a reduction in property taxes and additional require- ments to cover the cost of administration. a. Tax Receipts. Due to the uncertainty arising as to the actual impact ,of reappraisals, as pointed out in 3 above, it is difficult to project the reduction in assessed valuation. Assuming a total reduction in full market value to be about $4,000,000 in a year, the assessed value reduction of $1,000,000 would decrease County property tax revenues by approximately $28,500. Assuming a total tax rate of $12.50 for all public agencies would result in a total reduction of $125,000. Although such a total tax reduction is not significant to the County, it could be very consequential to a small special district which has a limited tax base consisting largely of a single industry which is damaged or destroyed and qualifies for reassessment. b. In addition to a County property tax loss, there will be additional expenses to administer the program. Although there is no accurate statistical measure available of the total number of incidents which may occur during a year requiring reappraisal of the property, a sample of fire statistics indicates that the number of applications may well be over 2,000 per year. A follow-up on each case will be required to determine value after repair or reconstruc- tion to get the property back on the rolls at the correct value for the next fiscal year. It is estimated by the County Assessor that at least three additional appraiser positions, plus one clerk, will be required by his office to administer the program. The cost of the additional 00?84 4. personnel, including employee benefits and maintenance and operating expenses but excluding supervision and adminis- trative overhead, of the County Assessor's office will range from $85,000 to $110,000 per year. In addition, there will be the costs for hearings by the Assessment Appeals Board for hearing appeals. Also, the Office of County Auditor-Controller will have additional work in calculating property tax credits and payment of property tax refunds. Furthermore, the Office of County Counsel , may be involved periodically in litigation as to deter- mination of whether a misfortune or calamity has occurred and the fault of the property owner. In total, the cost to administer the program is estimated at about $100,000 per year. Summary Although the intent of the legislation is meritorious, the unfortunate establishment by the Legislature of the very low limit of $1,000 for damages and failure to recognize insurance proceeds to reimburse property owners sustaining losses results in significant administrative costs in situations where there has not beena consequential financial, hardship resulting from a "misfortune or calamity. " The wisdom of adopting a program where oftentimes the cost of processing an application exceeds a one- time amount of refund or credit is seriously questioned. As a result of the previously discussed problems inherent with this legislation, many counties have been reluctant to adopt the ordi- nance necessary to implement the program. In view of the fiscal problems facing local government, your Committee is cautioned to carefully weigh the financial implications of the program and the system of providing property tax reduction benefits. Inasmuch as implementation of the system is permissive, the County would not be able to obtain reimbursement of cost pursuant to the provisions of SB 90. It is recommended that implementation of the law be deferred pending legislative amendment of the law to increase the limit to a more realistic level and/or to provide for reimbursement by the 3 State of County cost of administration and property tax revenue loss. S Y j FF:eb a O(�?85 r- a .. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Mr. James C. Halverson from ) action of the Planning ' ) November 18, 1975 Commission in connection ) with Subdivision No. 4610, ) NOTICE .OF HEARING ON APPEAL Danville Area. ) WHEREAS on the 30th day of September, 1975, the " Planning Commission approved with conditions the tentative map for Subdivision No. 4610, Danville area filed •by Mr. James C. Halverson;• and WHEREAS within the time allowed by lavi; Mr: Halverson filed with this Board an appeal from Condition No. 19 of said conditions; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, Ad- ministration Building, Martinez, California; on Tuesday, the 2nd of December, 1975, at 2:30 p.m. , and the Clerk is directed to give notice to all interested parties. PASSED by the Board on November 18, 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 18th day of November, 1975. J. R. OLSSON, CLERK By 1 Bonnie Boaz Deputy Clerk cc : Mr. James C. Halverson San Ramon Valley Planning Committee San Ramon Valley Chamber of Commerce San Ramon Homeowners Association Mr. R. S. Bloss San Ramon Valley Unified School District Director of Planning Public Works Director i 00,12086 In the Board of Supervisors of Contra Costa County, State of California November 18 19:75, _ i In the Matter of Representation on County Supervisors Association of California Board of Directors. The Board having received a November 10,' 1975 letter from Mr. Richard E. Watson , Executive Director, County- Supervisors Association of California (CSAC) , requesting review and notifi- cation of any change of Board members designated as represents-. tive and alternate on the CSAC Board of Directors ; and The Board having determined that Supervisor J: E. Moriarty, representative , and Supervisor W. N. Boggess , alternate , are willing to continue to serve ; NOW, THEREFORE, IT IS SO ORDERED. PASSED by the Board on November 24, 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 cc : County Administrator Supervisor affixed this 18th day of November 19 75 J. R. OLSSON, Clerk By .. tLc, / Deputy Clerk Ro bie G tier z OQ?87 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California November 1A ' 19 In the Matter of Vacancies on Contra Costa County Mental Health Advisory Board. The Board having heretofore accepted the resignations of Hugh Maiocco, M.D. , and Yoshiye Togasaki, M.D. , as members of the Contra Costa County Mental Health Advisory Board; and Supervisor J. E. Moriarty having advised the Board that the terms of Larry L. Stewart, M.D. (physician member), Mr. Earnest L. Ellis (:public representative serving in lieu of psychiatric technician, and Mrs. Dorothy Miller (public representative) expired on November 12, 19751, that they did not wish to be reappointed, and therefore he recommended that said positions be declared vacant and that Certificates of Appreciation be issued to each of the aforesaid persons; and The Board being in agreement IT IS SO ORDERED. PASSED by the Board on November 18, 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: The Reverend Palmer Watson Witness my hand and the Seal of the Board of Human Resources Committee Supervisors Human Resources Agency affixed this 18th day of Nw mb _r , 19 ?Z County Administrator J. R. OLSSON, Clerk j / By G �n�Z ,cn Deputy Clerk Helen C. Marshall H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California November 1.8 , 19 75_ In the Matter of Designating Alternates for Meeting of the Alameda— Contra Costa Counties Health Systems Agency Coordinating Committee. Supervisor J. E. Moriarty having advised the Board that neither he nor his alternate (Supervisor W. N. Boggess) would -be able to attend the Wednesdays November 19, 1975 meeting of the Alameda—Contra Costa Counties Health Systems Agency Coordinating Committee; and Supervisor Moriarty having recommended that Mr. Gary E. Brown, Supervising Management Analyst of the County Administrator's Office, be designated his alternate for this one meeting, with full voting privileges; and Supervisor A. M. Dias having commented that he and his alternate (Supervisor J. P. Kenny) would also be unable to attend the meeting, and having recommended that George Degnan, M.D.. . County Medical Director, be designated his alternate for the aforesaid meeting, with full voting privileges; IT IS BY THE BOARD ORDERED that the recommendations of Supervisors Moriarty and Dias are APPROVED. PASSED by the Board on November 18, 1975. f 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: Coordinating Co:mnittee Witness my hand and the Seal of the Board of County AdministratotSupe^"son County Administrator affixed this 1.8th day of November , 19 Z5 Mr. Gary E. Brown -� J. R. OLSSON, Clerk Director, Human Resources �� Agency Br` �nc�a 'a^`^r' Deputy Clerk Dr. George Degnar. RondagLynn uh.-mk-Les H 24 8/75 10M 0 89, In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Report of the Planning Commission on the Request of Jorsco Real Estate Development Company, Applicant and Owner, (1961-RZ) to Rezone Land in the El Sobrante Area. The Director of Planning having notified this Board that the Planning Commission recommended approval with conditions the request of Jorsco Real Estate Development Company to rezone a .21 acre parcel of land on the northwest side of Appian Way approximately 119 feet (more or less) southwesterly of La Paloma Road, El Sobrante area, from Retail Business District (R-B) to Multiple Family Residen- tial District-2 (M-2) ; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, December 2, 1975 at 2:20 p.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California and that the Clerk publish notice of same as required by law in the MORNING NEWS GAZETTE. PASSED by the Board on November 181 -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. Witness my hand and the Seal of the Board of cc : Jorsco Real Estate Supervisors Development Company affixed this 18th day of November. 19 75 List of Names Provided 1 n J. R. OLSSON, Clerk by Planning By "X)Cr -4-u j �­X>:7e14 Director of 'Planning . Deputy Clerk Bonnie Boaz 0 H 24 8/75 10M 0029U In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of Claim for Damages. Ms. Maryanna Corbett, 6850 Hutchins Avenue, Sebastopol, California 95472 by and through her attorney, Mr. - Paul C. Jess, P. 0. Box 400, Sonoma, California 95476 having filed with this Board on November 3, 1975 a claim for damages in the amount of $521426.28; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on November 180 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 cc: Claimant Supervisors Public 1`:orks Director affixed tha 18th day of November. 19 75 Attn: Mr. Broatch — County Counsel. T,. J. R. OLSSON, Cleric County Administrator gy' �6--r�6,LQzVDeputy Clerk Human Resources Agency Randal In Shackles 00 H24 8175 20M "r.rtJ1 N a y� -3 1975 E D CLAIM AGAINST THE COUNTY OF CONTRA COSTA �. �.. assau� CM W�c,a w nor TO THE CLERK OF THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA: MARYANNA CORBETT hereby makes claim against the COUNTY OF CONTRA COSTA in the sum of FIFTY TWO THOUSAND FOUR HUNDRED TWENTY-SIX and 28/100 DOLLARS 052,426.28) and in support of said claim the under- signed declares as follows: 1. The post office address of the claimant is: 6850 Hutchins Avenue, Sebastopol, California 95472. 2. Send all notices regarding this claim to: Paul C. Jess, Attorney at Lam, P.O. Box 400, Sonoma, Ca. 95476. 3. The date of the occurrence giving rise to this claim is: July 26, 1975. The place of the occurrence giving rise to this claim is: Martinez, California. The circumstances of the occurrence are as follows: claimant sustained a fractured left elbow and con- sulted medical personnel at Contra Costa County Hospital and Clinic, 2500 Alhambra Drive, Martinez, California, for diagnosis and treat- ment; medical personnel of Contra Costa County Hospital and Clinic undertook to diagnose and treat claimant and to do all things neces- sary and proper in connection therewith; the examination and treatment of claiwant was done so negligently as to exacerbate claimant's con- dition. 4. The names of the public employees causing the injury upon which this claim is based are unknomn to claimant. 5. The amount claimed is computed on the basis of medical ex- penses incurred by the claimant to date in the sum of $2,426.28 and general damages, including prospective damages, in the total acus -1- 01,292 of $502000.00. Dated: October 31, 1975. �Ls/PA� ,7ESS _ F&ul C. J Attorney for Cl&jmmt _ rY — r — s — — t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Danville Baptist Church ) November 18, 1975 from action of the Board of ) Appeals on Application ) NOTICE OF HEARING ON APPEAL No. L.U.P. 2081-752 ) :> San Ramon Area. ) WHEREAS on the 14th day of October ', 1975 the Board of Appeals denied the appeal of the Danville Baptist Church from Condition No. 14 of the conditions imposed by the Board of Ad- justment in connection with its approval of Land .Use Permit . No. 2081-75 (to establish a church facility on' land fronting the west side of San Ramon Valley Boulevard, approximately one and one-half miles southwest of Norris Canyon Road, San Ramon area) and; WHEREAS within the time allowed by law, the Danville Baptist Church filed with this Board an appeal from the action - taken by the Board of Appeals; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, Ad- ministration Building, Martinez, California, on Tuesday, the 2nd of December, 1975, at 2 :00 p.m. , and the Clerk is directed to give notice to all interested parties. •P.ASSED. by' the Board on November. 18, 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 18th* day of November, 1975:•- ' _ •: J. R. OLSSON, CLERK Bonnie Boaz cc : Danville Baptist Church Deputy Clerk List of Names Provided by Planning Director of Planning 0094 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Conflict ) Between State Law and Local ) Ordinance Pertaining to ) November 18, 1975 Holding-Period Requirements ) for Impounded Animals. ) The Board on September 23, 1975 having considered the request of Mrs . Nancy Simonds for reimbursement of expenses incurred in connection with the purchase of two horses from the County Animal Control, which were awarded to the original_ owner by the Mt . Diablo Small Claims Court and that decision subse-' quently appealed to the Superior Court; and The Board on September 23, 1975 having determined to withhold action on the request of Mrs. Simonds and refer the matter to its Government Operations Committee (Supervisors J. E. Moriarty and A. M. Dias) pending the decision of the Superior Court ; and Supervisor E. A. Linscheid this day having noted that the Superior Court decision upheld the action of the Small Claims. Court, that is, return of the horses to the original owner on the basis that said horses had not been held by Animal Control and advertised for sale for thirty days as required by State law (Food and Agricultural Code Section 17068) ; and Supervisor Linscheid having pointed out that said horses had been purchased from Animal Control after a five-day holding period and payment of the required fees in accordance with County Ordinance Code Section 416-8.006b; and Supervisor Linscheid having recommended that the question of conflict between the State law and local ordinance pertaining to holding-period requirements for impounded animals be referred to County Counsel for report and recommendation; IT IS BY THE BOARD ORDERED that the aforesaid suggestion is APPROVED. PASSED by the Board on November 18, 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 18th day of November, 1975. J. R. OLSSON, CLERK cc : Board Committee County Counsel By ni Agricultural Commissioner Bonnie Boazdl- County Administrator Deputy Clerk 00?95 In the Board of Supervisors of Contra Costa County, State of California November 18 19M In the Matter of Bay Area Systems Exercise-1975 (BASE-76). The Board having received a November 5, 1975 letter from the Office of Emergency Services, the Defense Civil Preparedness Agency, and the Federal Disaster Assistance Administration, advis- ing that plans have been finalized for conducting an earthquake- oriented exercise within the Bay Area during 1976 to test earthquake response capabilities at all levels of government, and inviting County participation; and The Director of the Office of Emergency Services is REQUESTED to review the aforesaid plan and submit to the Board a detailed report including cost of County participation. PASSED by the Board on November 181, 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 cc: Director, Office of Supervisors Emergency Services affixed this 18th day of November , 19 75 Public Works Director County Administratorf J. R. OLSSON, Clerk By G 11 'I� , Deputy Clerk Helen C. Marshall H 24 8/75 10M 001296 STATE OF CALIFORNIA EDMUND G.BROWN JR.,Govrmor OFFICE OF EMERGENCY SERVICES POST OFFICE BOX 9577 SACRAMENTO, CALIFORNIA 95823 (916) 421-4990 RECEIVED November 5, 1975 NOV G 1975 J. R. OLSSON CLERIC BOAlp OF SUPERVISORS n 1A CO TO THE HEADS OF LOCAL GOVERNMENT ~ r IN THE SAN FRANCISCO BAY AREA We are pleased to announce that, through a coordinated effort between the State Office of Emergency Services (OES) , Defense Civil Preparedness Agency (DCPA) , Region 7, and Federal Disaster Assistance Administration (FDAA) , Region 9, plans have been finalized for conducting an earthquake-oriented exercise within the San Francisco Bay Area during 1976. This exercise, called "Eay Area Systems Exercise-1976" (BASE- 76) , is designed to test the earthquake response capabilities of emergency staffs at all levels of government, and their respective emergency operations plans and procedures. During the period beginning in January and ending in November, 1976, it is anticipated that all counties and the 95 cities within the Bay Area will be involved in some phase of the exercise, as well as the staffs of many state and federal governmental agencies. The Exercise Scenario will postulate .a simulated high magnitude earthquake and, due to the size of this catastrophic event, damage and casualties can be expected to be widespread and devastating, thus requiring a highly co- ordinated response effort on the part of participants at all levels. In the near future, our representatives will be contacting you to discuss exercise plans and solicit your agreement to involve your jurisdiction in this important "first" test of our combined response capabilities. Your planned partici- pation will prove to be most valuable to all concerned. �rr/'�✓� i!!i>-/ �-sir-+!� Charles Manfred Frances Dias Ro rt tevens Director Director Director California OES Region 7, DCPA Region 9, FDAA /r ,� a �✓ Miaofilmed wiffi boars order -'' 0(19.9'7 In the Board of Supervisors of Contra Costa County, State of California November 1S , 19 15 In the Matter of Proposed Legislation Pertaining to State Routes 93 and 77, Orinda-Lafayette Area. The Board having received a November 5, 1975 letter from Senator John A. Nejedly in response to an October 14, 1975 Board order outlining problems in connection with the public use of State Routes 93 and 77 rights-of-way, Orinda-Lafayette area; and Senator Nejedly having transmitted legislation drafted by him relating to this matter, which legislation would add Section 118.7 to the Streets and Highways Code and enable a city or county to acquire property from the State, without cost, for construction of a highway; and Senator Nejedly having requested comments with respect to same; IT IS BY THE BOARD ORDERED that this matter is REFERRED to the Public Works Director and County Counsel for report to the Board November 24, 1975 as to the status of the proposed legisla- tion and recommendation thereon; PASSED by the Board on November 18, 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: Senator J. A. Nejedly Witness my hand and the seal of the Board of Public Works Director Supervisors County Counsel affixed this l atb day of N==b r , 19 7_9_ County Administrator J. R. OLSSON, Clerk By G ��/ /L Deputy Clerk Helen C. Marshall H 24 8/75 10M 00298 In the Board of Supervisors of Contra Costa County, State of California November 18 19 -U In the Matter of Suggestion with respect to Landscaping, Intersection of San Ramon Valley Boulevard and Sycamore Valley Road, Danville Area. Supervisor E. A. Linscheid having called the Board's attention to a letter from Mr. Arthur R. Davis, One Liberta Courti,. Danville, California 94526 suggesting that landscaping be provided at the intersection of San Ramon Valley Boulevard and Sycamore Valley Road, Danville area; IT IS BY THE BOARD ORDERED that the aforesaid suggestion is REFERRED to the Public Works Director and the Director of Planning. PASSED by the Board on November 18, 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. Arthur R. Davis Witness my hand and the Seal of the Board of Public Works Director Supervisors Director of Planning affixed this 18th day of Nwambex , 19 7,� County Administrator / J. R. OLSSON, Clerk By. Deputy Clerk Helen C. Marshall H24 8/75 10M 00012991 In the Board of Supervisors of Contra Costa County, State of California November 18 , 1975 In the Matter of Bids for the San Pablo Dam Road Slide Stabilization at Station 250 - Phase I. El Sobrante Area. (Project No. 0961 -5836-76) This being the time fixed for the Board to receive bids for the stabilization Work on the San Pablo Dam Road Station 250 slide approximately 2.5 miles north of Bear Creek Road, El Sobrante area; bids were received from the following and read by the Clerk: R Corporation, Oakland Bay Cities Paving and Grading, Richmond W. R. Thomason, Inc., Martinez Hess Construction, N::pa G. L. Hasenpflug, Inc., Vallejo Parrish, Inc., Stockton Valentine Corporation, San Rafael IT IS BY THE BOARD ORDERED that said bids are RBFWJM to the Public Works Director for review and recommendation. PASSED by the Board on November 18, 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 County Auditor-Controller Supervisors affixed this 18th day of November__' 19 75 J. R. OLSSON, Clerk Bore (-s Deputy Clerk Constance Davies H24 8/75 10M 00300 r In the Board of Supervisors of Contra Costa County, State of California November 18 , 1975 In the Matter of Petition Requesting Stop Signe, El Sobrante Area. Supervisor A. M. Dias having brought to the attention of the Board a petition of approximately 500 residents of the commun— ity requesting installation of stop signs at the intersection of Hillside Drive (Olinda Road) and Castro Ranch Road, El Sobrante area; IT IS BY THE BOARD ORDERED that said petition is REFERRED to the Public Works Director for investigation and report to Supervisor Dias. PASSED by the Board on November 18, 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 cc: Mrs. Duayne A. Bartels Supervisors (Petitioner) � ffi 2516 Heide Court axed this 18th day of November 19 7.5 El Sobrante, CA 94803 II J� R. OLSSON, Clerk Public Works Director By 1 //..-- J G / L� . Deputy Clerk Helen C. 'Marshall H 24 8/15 10M 00301 In the Board of Supervisors of Contra Costa County, State of California November 18 , 19' S— In the Matter of Jail Program Recommendations. The Board having received a November 5, 1975 letter from The Reverend Palmer Watson, Chairman, Contra Costa County Mental Health Advisory Board,transmitting certain recommendations of its Alternatives to Incarceration Space Utilization Sub-Committee with respect to allocation of space and staff for proposed programs pertaining to the county detention facility; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tions are REFERRED to the County Administrator. PASSED by the Board on November 18, 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 cc: The Reverend Palmer Watson supervisors County Administrator affixed this 18th day of November , 19 7.5 Director, Human Resources Agency 1 / - J./R. OLSSON, Clerk By /�Ki!i� ''1zZo d� / ` . Deputy Clerk Helen C. Marshall H 24 8/75 10M 00302 i� 4 CONTRA COSTA COUNTY AAEDICA� S�RVlCES COMMUO. Y M!-:PJ-','AL HEALTH SA C E 5 ADV150.RY BOARD 2500 ALHAMBRA AVENUE MARTINEZ.CALIFORNIA 94333 St Y o. __= d of Suoer v i sors Date:', November �, i1975r A ..1 ternati ves t� ,1 ncarcerat i on From: : C .='�1' 2e, Sub-Cozurii fit ee on �bac� Subject =Ja t I Progr& Recarrimendatl ons3' ttIization. I n ,response To the Menta I Heal 1+h .'.dv i sort' Board�s request to review; the :ro^rarr neede� in our co=.�nt .r==_s�ntion faci I ity, the Cor;nittee called'ira �ee. i.nosin the month of Oct�r�r, i.nvttIno government off cials.,and head's o deoar;mints concerned .er i rn aa..:i ssue � tt .fo i°I ow i no ::as recommended An th' r D r s er .c n o h ., _ - y • , litywh-ich -is flnal�ly ara ' It' •we rec .-n endThat the =o l'l..rr I ng program_; so=me recommended' I�q the- and of'Supsrvisors' .Special C:i-i+tee on,"Re atSt l station Programs for rat o e r'. an- tIe appropriate space and staff should i ;�-I . 1 ncarcet ad, are n.,css te' rea l located to° run such prrra-s. 1.. , OR PR`=TRIAL DIVERSION - .this should be available twenty-four (24) . j hours per -day in fine j a r I, ba- as speedy and as effective as poss i b[e, _ and shoo 1 d have suff i c i= . ��ace i n the jai•1 adjacent to the book i rig .space-should; be made available on the main floor in the booking area,,,-, ,..--. i n rea,. - in thoIdinrea' af i , nn the basement .. 2. INITIAL MONITOR IMG, A,.;, EVALUATION OF PRISONERS - medical information.' such •as ,a. y current ra 3cation -oc recent operations should. be c Ud r I n, d,I a .,t':booking,ng, .there s-Iou I d be-ai numb..r of ce t l s which nay. be`observ9d continuously, r,edicai staff should be ava11able twenty- .1-our ..hours, also, psycniatrlc diagnosis and evaluation rust be available, and,there should be,easy access `to phones at booking. In the proposed f-citity, The single cells in basement sh.ould; be arranged to insure li ob'servaTiOn where necessary: 3` ONSO!N93 TREAT CN Certa i n popu 1 a i ons a i I I need sub-acute ' _ r:ec i ca l/�,,ch i afir i c t:e Malt .i n `ths ja i I and should not be ct:i xed -2 l:i in t+•-3 .al=ai ! j.ai i Jia-+-ion. It is necessary, to mini-raiz: Z: -�a iso;aAi son�rS, ane staff must h eve .easy aa- 5:: ._C s ji OT- _, ^:3 _ reatmeni areas. An:3Gi'iL'i►�/ Bre =5 Tvren-ty =::a.: 'LS) hr" ---_ ,. j?T , :itti =-_ 't ..qua:ll *ication5 to„rrorl: :riti TfI�. Pi$nt3"i,ltr,' abt;Be 3 I coil^f i r'- MUST .t`•t'' ?113I !2F\I�: t t,: s S\�i __, ..0 i 3 ri'DC Ca I° i►rt'" vhou 1 d:;, e �ssn�se y z - 00:3031 Microfilmed wif board order • :^. y.. _ '�� j� - 4a�i, "•• _ �.' ienta I .Hee l<rh �vI'll t,ory ..card h I t erns 1 1/ 5. C" : =" .n ion COruii i i�a a� >\�1 �,� ITiS -t tl i 1 �• "C x L S 7 Y G t. { k C 1 ., _. ... LL /-t. k 4 N 'Y '.. HU�.tII�t $ER�';I C� Ttr ,, �.i' iFrR RR03RAPf here m.,si= be ro'.11v t s i c�4 for T� J as` 'N21 I ; pn Ili the H '--' i Sery i c ,� am _�n ,�._ a► I , as the vo l ante r pro ran' These are': abso l ate I y �ssani =I I erent� t n sa{human� an-11 d et recti va detest i on program Pero:,r.=1 I> >ya l;ab l e from w i"th i n the clepart- titsI 11 I nvo`t ved and space tte�ij �'e allotted' Current s`proposed foci"t<i 1% has .11 potential;space on tffin,;-�� stxrit' floor=, which�cou(d"::be •uti.! ized 5 FAMILY COhTAC1 11 -V1�ITi v A,to For fihose ;vrno" are. not. a risk-to. seeui-i:ty, contact vistfiinb shpul� be 1:lo:ed .and an area should' be so designed to maxlmtze ,`potnts or inter?^, toy with the �rami 'y! attorneys and sta �I 11. r ="":b ADV I SORY, OX-5,II TTEE Tn 3oard of Supervisors. shoo l d appoint `an on -oi r` , �monttortng and•, advtsory cro � on Co. recfitons.and�'Alternatives toy .. incarceration At,pressnl ne a is notig. oup_to„assist- and:ad-vise .the: Board of "Supe��t sors on” �= _i=s,concern i rig""the Duero I 1"'needs•of "an integrated ,-corr..ect t ons, rehab i s i i tali on system;for;our" coun-fy. _ The =Grtmtna) Jusi-tc Acpn^v waw ordered by the" Board of Supervisors, " _subsequent to The Adrti I."';� apecta! Report of thetr.Committee on Rehab t I t tat t p Proerar+ts �r The I noarcerared to mon F"tor a!ternati vi6s:to , t ncarceratl on,;program .,cav --signs i n coopers ton"with fibs i'4enta t i-�a!fin ::Advisory ;Boars.. Duz ;^.Heti ?d�cfiory $tate priorities,;-which- focus orix direct crime-:pravanvta �', est �•;!`�d� 'POt b�e �aCtl.ve .iR �'hIS- 8re3 0. I Sub=Committea`Atfiendancs" f �� C N Po! lack, i1 D ,. .-ante I . s3 i Th Dery t ces '� r, en Hershey= -` ,, [_outse Clark, ��e.s�at i�==Irr r�so^lotion ft 1 T L h B4be >Keown, Fri finds -, s�, -1�1 N° �__ �r� :Fred blah Iz@, i�3ec i l ;Sart/11�1-11-1 '1 anter « 7 w r °¢ 1Chas Ph t ) ! t ps wi D t'�.�,t L l $.,�ry i ces „�a Jer Nava Asstsfiant Amon-•I Progr,`an Coordinator T :A) CroutCh, Human KaSO :rC�, As66''y '' } � � g � 5 , xDave',Bro«n, Bi Sat-:-t Car _; lcohoi Recovery Programs x' f� I :Edward Nlar,lot�;` north t2�srz^-..nd ti�toh�oritoodsCounctI >�� k �k> W i I 1 i"' Darse -!)ru Nal: `�. M }', 9�' ,a} Houses of Contra Costal County , � � s Pat Fi 1 i ce, ?16nta I -"rise I ti nc• gory .Board Exacutt ve Ass t stantN d ,z, PF:ss !TEi� !1�` B l A , 4 + }l? y -Y i G R y. t rid f �. 4 rr(^ y Ye v J pr. r - - S � � " [(i :'. _ - In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 75 In the Matter of - Complaint Regarding Development of Land, Danville-Area. Supervisor E. A. Linscheid having brought to the attention of the Board a letter. from Mr. Bob Smith, President, :Sky Terrace --Home— ohmers Association, advising of its concern that the development ,of two parcels of land at the end of Sky Terrace, Danville area is ; proceeding in such a manner as to possibly cause a-drainage problem and requesting an investigation of the matter; and - IT IS BY THE BOARD ORDERED that the aforesaid letter is REFERRED to the Public torks Director and the Acting County.Bui].ding Inspector for review and report to the Board. PASSED by the Board on November 18, 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 cc: 1,1Ir. Bob Smith Supervisors Sky Terrace Homeowners affixed this 18th day of November . 19 , Association Public :rlorks Director • J. R. OLSSON, Clerk Acting County Building gy�, ��i e may`�e✓ Deputy Clerk Inspector RondalyAn Shackles Director of Planning H 24 8/75 10M 00305 Sky Terrace Homeowners Association c/o Bob Smith, President 22 Sky Terrace Danville, California 94526 November 12, 1975 R CENT D _ Supervisor E. A. Linscheid NOV /g 1975 45 Civic Avenue J. . OiSSON Pittsburg, California 94565 GIE,�C� OF SUPER 'SORS _De adyj Dear Supervisor Linscheid: _ The purpose of this letter is to ask you to investigate a problem that exists in our neighborhood in Danville. We have con- tacted the appropriate County offices in Martinez and have attended several public meetings regarding this problem. Additionally, we have experienced frustration in our attempts to resolve this problem with the contractor. The problem is centered around the development of two parcels of land on the end of Sky Terrace in Danville. As the attached•--`` documents wi s ow, there is an active lands zde on this property. We are not convinced that the property is being developed in such a manner to preclude any further slippage. one of the conditions of the permit that was granted to develop the property was that all of the utilities will run across and ease- ment provided on parcel (A) . We believe that the sewer line serving parcel (A) does in fact run across the landslide area. We have tried to ascertain this from the County and they do not respond. A driveway for construction access on parcel (B) also runs through the slide area; we believe this to be in violation of the spirit of the permit. In developing this property, the natural runoff of the water has been changed. While the contractor has assured us orally that he will provide for the safe drainage, we are concerned that the winter is at hand and the danger of water damage exists . Last year one homeowner in our association suffered severe damage to his home as a result of this exact situation. We have asked both the County and the contractor to provide us with tem- porary relief; we have not received answers from either of them. Microfilmed with board order o/,�3n iJ6 t Supervisor Linscheid November 12, 1975 Page 2 There are additional problems that we have not been able to ' resolve after trying for several months . The legal advice we have received is to ask you to please investigate the entire problem for us. We do not want to litigate this matter;, but we are pre- pared to do so if necessary. Although this is a condensed outline of this situation, we would be eager to provide you with a more comprehensive report. Please be in contact with us at your earliest convenience. Thanking you in advance and awaiting your reply, Bob Smith President Telephone: 376-0782 BS: tiv Enclosures 00307 r u Contra Costa County Planning Department County Administration Building Pine & Escobar Streets Martinez, California File No. M.S-. 9-75 Assessor's Parcel No. 208-130-11 Land Use District: R-65 Effective Date: April 29, 1975 AS AUTHORIZED BY THE BOARD OF ADJUSTMENT a minor subdivision permit is hereby granted to: D. G. Earnshaw 428 El Rio Road Danville, California 94526 WITH THE FOLLOWING CONDITIONS: 1. This request is approved for two (2) parcels. 2. • File Parcel Map on entire parcel prior to sale or development of any parcel. The Parcel Map must be filed with the County Public Works Department and recorded within one year from the date of the approval of this minor subdi- vision or this permit to subdivide will expire. Upon approval of the Director of Planning, a one-year extension may be granted to record the Parcel Map. Effective March 1, 1975, new format and technical requirements are in effect for Parcel Maps- The County Public Works Department should be contacted for details on the new requirements prior to drafting of the Parcel Map. 3. All new utility distribution facilities shall be installed underground. 4. Because there is an active landslide on this minor subdivision,a prelimi- nary and current soil investigation report, prepared by a licensed soil engineer shall be required. It shall report to the Grading Section of Building Inspection on the ability of the site to support the improvements anticipated, *and shall include recommended foundation -designs to achieve maximum stability of the proposed structures. - This shall be accomplished prior to the filing of the Parcel Map. S. Parcel B shall have access across Parcel A via a 25t access easement as shown on the attached staff study. This is to be done so that the access as well as the utilities serving Parcel B will avoid the active landslide area. 6. The 25' access easement shall be paved to a width of 16 feet to the point of separation of the individual driveways serving each parcel. Paving shall consist of 6-inches of base rock and 111-inches of asphaltic concrete and conform to all' County private road standards. D. G. Earnshaw - 2 - April 25, 1975 M.S. 8-75 The applicant is referred to Section 922-4.604 of the Ordinance Code.. and to the County Building Department for procedures to be followed in -connection with the required improvements which have to be fulfilled prior to recording the Parcel Map. Section 922-4.604 provides in part -that required improvements can be either constructed or secured by adequate cash deposit or corporate surety bond. Storm waters originating on and entering the subject minor subdivision site shall be adequately conveyed to a natural watercourse having definable bed and banks or to an existing adequate storm drainage facility. It__paL be necessary to construct off-site drainage improve- ments to comply with the above requirements. An alternative to the above item is to obtain drainage releases from affected downstream owners) receiving the surface runoff from and above the minor subdivision site. 8. This minor subdivision is approved subject to the availability of sani- tary sewer service to both parcels by the Central Contra Costa Sanitary District_ A letter or report from the sanitary district verifying the availability of sewers shall be submitted to the Public Works Department, Land Development Division, prior to the filing of the Parcel Map. 9. The applicant shall improve Sky Terrace along the property frontage to a reasonable width and standards with pavement and necessary drainage. The plans and improvements shall be reviewed, approved and inspected by the Department of Public Works even though this is a private road. Park Dedication fee, as shown below, must be paid prior to the filing of the Parcel Map*. Under the provision of County Ordinance #71-84 (Park Land Dedication), dedica- tion of land or payment of a fee for park and recreation purposes is required as a condition of subdividing property. Therefore, when the Parcel Map is filed with the County Department of Public Works for checking and recordation, the applicant shall pay the following fee for park and recreation purposes to the Department of Public Works: (P.D. #80-75) . Parcel A .$100.00 Parcel B $100.00 The amount of land to be dedicated is determined by multiplying the number of dwelling units to be included in the development by 500 square feet. The fee is required in lieu of land dedication. This fee is based on the current fair market value of land as determined by the Planning-Department. The following formula is used to arrive at the fee: Current Fair Market Value Value per sq. ft. k 500 sq. ft. = FEE Area of Parcel (sq. ft.) . - 00309 i D. G. Earnshaw - 3 - April 25, 1975 M.S. 8-75' In addition to the above requirements for dividing your property, various County agencies have submitted the following comments which you should be aware of before you apply for a building permit to embark on other improve- ments to your property: a. The design of all improvements within the minor subdivision shall be such that all surface waters occurring within the minor subdi- vision, as well as all surface waters. flowing into-and/or through the minor subdivision, shall be conveyed through the minor-subdi- vision without damage to any improvements, building sites; or dwellings which may be constructed within the minor subdivision. Storm drainage facilities within the minor subdivision shall be designed to adequately convey the storm water runoff for the ultimate development of the drainage basin or watershed. b. Due to the steepness of the terrain, the Contra Costa County Flood Control and Water Conservation District wishes to review the site grading and drainage plans prior to the issuance of a building permit. Submit four (4) copies of plans showing the existing contours, the extent of the proposed grading and drainage -improvements. These shall be reviewed by the Grading Section prior to issuance of grading or building permits. d. A grading permit may be required for earthwork necessary to develop all parcels in the above minor subdivision. Under the provisions of the procedural ordinance, any person dissatisfied with the conditions of approval granted by the Board of Adjustment may appeal the action to the Board of Appeals by submitting an appeal letter stating the rea- sons for the appeal and a $60.00 filing fee to the County Planning Department _ within five (5) working days after the hearing. Therefore, the action of the Board of Adjustment will not be final until 5:00 p.m_ April 29, 1975 Anthony A- Dehaesus Director of P i g Orman L. Halverson Assistant Director of Planning NLH:lsw _ cc - County agencies File M.S. 8-75 Ny.}s' • 10 - I • f Sky ;,I-h R.4 c E yPV T ROA r> �" O: �i �E.t�S7ie.� �,-rpt'•: t:r.• 61 U y s • ice' -`� L:., -�� � � { f ti �1 tt i� w � L`• iJ 0011 zrLr Tm-:u4cs new c-Inz..45• A-s-oczATICY 60. S%y far _ cja ?3 .. rice - _ _..�. .Daavfl].e:,.•Califorais:94326:. . ter- G+t 'IFi::D K4.n. "M X 3 aCa i .. „' • f Vis. Anthon A. Da:haenusl Director of.Plasmia Contra Z osta Co-j=y r;caaiag siaaartmpent Coy my �c- - _cc Building ��.sst:ct Vise & Lecobar Streets artirea CaliforniaI 4 9 553 efererce: File "I So 8-7311 Letter d.-.tad April 259 1}?5 (E fect=re,Apzri .. 29. 1975 nisaed by,fir:- NQrsair 8alverz-an, Asst. Director of PZauniag ?ear Sirs I -- Me prsparty or:aers an Sky Terrace., in Donvilla, are concerned about than :rE:--bility of water dr=Se to their }roperty due to the usccatz elled draian- re ft c_• Parcels n aa3 3 at the tc-oof the street. 3t:r"!n,; the Spr1mg- x-ai re, ani nhortly after grading cos•—menced this year oa the access to Parcel A, nater *romp -3$d Parcel Roved dai;.n .1_rrace and into the 3'.`at tinZlyc?: rz i. emce causx-mg- saversl thi'.biSnnd 4d'ollar s dccaf;e. ihia damage (rGs•:,:It ung :r--, r22_1.of Z from Parcel cel i• accens) bras been rer,3Z.ed and the - - - costs covered by ;5:s'2J,"8nce a �r � E+. to the builder, ►:r. .t-vid Zaraz.:.'a aav, dz t ed Arril 251 1973 (af f ac tive April 20., .1975) the Board of djust>-ent set forth a series or coaditicns thick I could .protect the war-rounding pro:er ty. To date, the condi tion concern__ i far. air:�!- Fe (_^raga z 7) ha.: not been inplemented and we are approachint I the rainT Cecoon. Unleos ao=ethi nr: is done now to central the drel=ge, are _ro,=.erty Y.J_ Ee =: :?ws zt BErL.]n. "'e 'e Todacne tu---t the Zcan. Cr I L: 1 r+fir►.,f.t� 3 ':11^ .TA rec-ui re--ent be c-,iferee1 I r:?" � •+-.s. +...�. ,s'atLslY o iN.... The letter of ' :ril _ t ai o had conditions intended to minim,9 the da�er8 i asnocia16-e3 Ui h the z=&dal;des on .hiss property. Condition 5 requires the . utilities anzd ^ccevo of PzLrca 3 be routed through - -rcel 1 and then cut :o the retreat In order =a avoid --zine thro:.-Zh the ia,dssla• e. rc�.everq it appearc that the cerer line frcn the nese hoa=e on arcel A Mees not foliew I I thir, rcKte, but mIIS;'„ead ru.^..s. througb the landulidea It iz our L•n;!erztandin I that the lw.psctor frcmp the Cnatr3 Costa 2•anItary Diatrict sas not aeare of:. I i � 1 the co;.d;.fore set forth ix the ::erartmeat'e letter of II I I 2. tine soil report, 3c s I I - I . :"o reset tbr"t a!'. ?xo -;.+vritte agencies and ins-!a c tarrare avare of r1l. C=, itienss in he� ::r=? 2-th i@ite <n:i thaz th.ev ctric ti= azz'^rcad { 00312 1 •'• Hs. r ntbony A. Dehassus, Director of Flsai ng October 7, 1579 : 'Coantra Costa County PlInaing Department Page 2 (In addition, what action is contemplated by the County relative to the apparent risrouting of the Parcel 1 sewer line?) The road in frost of Parcels A and B has been badly damaged by heavy construction trucks and e;uirrent. I: hcz rem=iced in .his conditicn. for ap.=ro33mately five Don bra. During :he rainy sensor., this portion of the' road sill, in the F.bse:ce of any corrective action, sLMe?y reach the point where it severely +:::wiry access and. cauaes sud runoff to several of the homes. This fight be avoided now by at least some te^:orary repair before the rains start. :•e recuest that this =tter be lookid into, and_rro_n•+:, alonronriate scion he tF.::en. ---- Your early resgonse.regarding the above will be appreciated. .. . _ Very truly yours. - • :• SM �ACrl;Ci*".ZOt'!T...48• ASSCCIMCA . ' - • Bob with - _ .. .•Cka z=*+ of the Board BS:dr - •t . . - _. .cc: air. David Ear=.'`-haYi .r Centrr7. Centra Caste -2=41tz District Mr..-Bill Dalton, Asst. EW.'*'& t:gr. Central Contra Costa. Sanitary Dist. • t _ P.C. son 5266 • :Walnut Creek, California 94596). 00431 t. &S yt •# ^t+ • 4 vY f _ 23; Z 1�-f'R''errata ' 13e,, �alirorn� �4�25 x W t `. ..- :, '.` �,� wr- i.t ms. i�ll" 'w 5 y`.'- i tir x X. �M/ "s ' . �L^ �' 4 jidjp i t a'd ." S^�, x _ ��j�s .k, � 1 ,04 r,r t v > ^^s - •l�=D. ll!• —to �r �V .u•�Lir•1.,) sI T £ .rs * cff, t .. ,, r ...... ^ tc2h_' J *.: F; Y 1'".syr tW x S } f x t•� " ai.o �� 13 a�•r:.��...,L1.Y� „ µ f 3 '� i e C`+ 1FL t fi k Y. h 4w ,,.i M.M. ?tea cad r t .Lim* e� �IiV—M.i�'.. � � � - t� .if M rr t44, ft '^ Y l'+�' 7 'jl 11 l _ jY l �X1 .jS� XUYk, 'f .' =:s?�I?ZeAC@i Gong; {i'2 �& rit.Lil " F�1erPI.S• ? c '' k r':� �, „�' c" T 11 . rZ.,-.: 7�! ll � 5 :? y f o k A' ^tai. : ., `F� 4 :. aJSi�i 1-'xf V..ii�� A '' fir Ft K �'6' g 2 �' �r a &t ,the = Meet, . ci tl s 1.{,i sac fv � i ii:tLr a. L HO!i:QC.�e s rti 5 .7tS .nS�SC�?w1�It� ii:lC_..C^33d;.'r.�0•� CIf FA.; —_,C_eezq :a, a _:= L :O_t # '� 'a F .�.lY'tyt l• O ws `t r.^ 1i '.l Y he 1 3 YL z.�S.. GC..E rt:Ct C.T�l� L''•. L2+$C.a_..v-9. c.�.DS3�_' Ti.6.. a��1C�:' j►tiFfl/ t { . 11 .r : ; ) 5 ta.5 u. II. r.ould be ha?ar:3 i f y eta. cc::ld gravida t:z� r:3'i3 ecn� I ,... .�. P... ,nt•r� t+ :s;t 7� i i e•{ � }• �..t Otr � u�d ,x rc edu_e pox c.o_ 73_nc 4_th',t _t.. outlined -32 the a ov_ I refcre ce*1 iilfl'�_.5.. c��,-73 nd �cr rar-i+ r %P 4.: s ccsr�z�i "g lour conctrucr ca truces n tho re=uinticr cf Jvr ��errace.. q e. u:�3 t� d ;;us .i22 .• r:,ve of'i-z to c..43 �;4 down � P'`� x -+ r` C8 ,al 'uv rand.'acr3eria' the .Sraith Cnd E t���, �„� f.�� �L...�...t t: v C� V cit'” 4"` L ��DYJCr t es �o tt Creeks' fis c f e' �-ha?3 ,��rr�cir_ ;�osr adv:Lzing a: your �?an� rft � ' N s : with r and '�a .t'��,L tt � is-L1-.ia fif Seca.caps« ., <a ,` . , ,,, �� yy� �,, v - ��ary jri �V Yi �- :•d t 1 rt 9 > 14 .' 3 i k Y .4'S F -C. S J '�t� 'L: b 3Cnear p''7 .q n• iZT + , r ��c .`i.s...-LAC�w L L..;t'si ;.:�...S..LZff_I yfiR �� �. a �x z ti ✓ �., f a ! rif. ; V 11 SY v S F.�, ✓ / - m.�r*�- 'a� Lhs r> , .J.Ji�~. t -i - ... . . , ' ,. 1 . r ..-:. '.0 a r. ,� 11 , S !S t"� Y r w. ♦ !f f A w 'CCsI .1 2'i b fs.• ss. -ba.. S v�� i,;ca "nr-i...Qer� �3 i�eea'J Gt�G,.sr Lt3�*i'`, - r i+ s ty• t�911-S� 1':ulfZ`r:.t"21s, ►:L�.T`..�i.rlsu ': t?�ti1 .I I. . � - a , " 1` Sy d' 1 ''.i "� s b-+ In the Board of Supervisors of Contra Costa County, State of California 19 75 In the Matter of Fixing Time for Hearing on, Proposed Reductions in Social Services Programs, The Board on November 12, 1975 having requested its Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) to review the report submitted that day by the County Administrator and the Director, Human Resources Agency, on proposed Social Services program reductions; and Supervisor Linscheid having noted that the impact of the cutbacks mai- affect various segments of the community and suggested therefore that a public hearing on the matter be held before the full Board; and Board members being in agreement therewith IT IS ORDERED that December 9, 7975 at 2:00 p.m. is fixed as the time for said. hearing. PASSED by the Board on November 18, 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 CC: Di„ect.or, Hu!:ian esources Supervisors Ag.enc; Social Services Director affixed this r. day of :< 19 2 County Administrator J. R. OLSSON, Clerk Sociai Services Union, By ,(; ��+ :, Deputy Clerk Local 535 '?(?T�!�^ ,r»r .")S'c.Clrinr United Clerical Employees Family and Childrens Advisory Committee Director of Personr_el County Auditor—Controller - Public Information Officer H 24 8/75 10M O �S i In the Board of Supervisors of Contra Costa County, State of California November 18 , 19 7r In the Matter of Adjourning in Memory of Mr. R. Stanley Dollar, Jr., and Mr. Harold J. McGlashan. The Board having learned with sadness of the deaths of Mr. R. Stanley Dollar, Jr. , President of Robert Dollar Company, a pioneer in Far East shipping, and Mr. Harold J. McGlashan, long— time County resident; IT IS BY THE BOARD ORDERED that its official meeting of November 18, 1975 is ADJOURNED in memory of Mr. Dollar and Mr. McGlashan. PASSED by the Board on November 18, 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 Administrator Witness my hand and the Seal of the Board of Supervisors affixed this 18th day of November , 19 J. R. LSSON, Clerk By d6 't'J G Deputy Clerk Helen C. Marshall H 24 8/75 10M 00 316 And the Board adjourns to meet• on • 20/ AS "at 7; DO /0& , in the Board Chambers, Room 107, Administration Building, Martinez, California. = _ W. N. Bogge33, Chairman ATTEST: J. R. OLSSON, CLERK • De ut . r : Yr: i T i 3 1 SUMMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, NOVEMBER 18, 1975, PREPARED BY J. R. OI.SSON, COUNTY CLERK AILD EX OFFICIO CLERK OF THE BOARD. Approved personnel actions for District Attorney, Medical Services, Public Defender, EEA, Public Works, Social Service, Tax Collector and Sheriff. Approved appropriation adjustments for County Sheriff-Coroner. Accepted gift of audio-visual equipment from Friends of the Ygnacio Valley Library for Thurman G. Casey Memorial Library. Authorized placement of Court wards at the home of D. and J. hood and in Whitehurst home; and special board rate for dependent child of the court in the home of J. and G. Whitney. Authorized increase to $500 in revolving fund of Agricultural Commissioner. Authorized Auditor to make payment to Mrs. J. Preszler for loss of personal effects while at the County Hospital. Authorized Building Inspector to destroy certain original records which have been microfilmed. Authorized relief of cash shortages in the accounts of County Library and Richmond Municipal Court. Fixed Dec. 2 at 2 p.m. for hearing on appeal of Danville Baptist Church from action of the Board of Appeals on LUP 2081-75, San Ramon Area. Adopted Ordinance No. 75-118 amending the County Ordinance Code to repeal uniform allowance. Denied claim for damages filed by M. Corbett. Fixed Dec. 2 at 2:20 p.m. for hearing on rezoning request of Jorsco Real Estate Development Company (1961-RZ) , E1 Sobrante area. Authorized payment of $42 to United Clerical Employees in settlement of dispute over interpretation of 1974-75 Memorandum of Understanding. Accepted report of Supervisors Boggess and Moriarty on Pleasant Hill BART Station Environs Area General Plan and fixed Dec. 2 at 10:30 a.m. to consider adoption of said General Plan and an interim ordinance to regulate development in the area. Authorized Director, Human Resources Agency, to execute Novation Agreements with certain Fee for Service physicians, dentists, optometrists and podiatrists utilized by County Medical Services and County Health Dept. Designated alternates to Board representatives for the Nov. 19 meeting of the Alameda-Contra Costa Counties Health Systems Agency Coordinating Committee. Amended By-laws of the Retirement Association to provide retirement coverage for certain part-time employees. - Fixed Dec. 2 at 2:30 p.m. for hearing on appeal of J. Halverson from action of the Planning Commission in connection with Sub. 4610, Danville area. Terminated action for proposed abatement of property located at 529 Loring Avenue Crockett area. Authorized establishment of nine additional deputy sheriff positions for the branch jail at the Rehabilitation Center in Clayton, subject to certain understandings. Reappointed A. Honegger and F. Maggiore to the Board of Directors of the East Contra Costa Irrigation District for four-year terms. 00315 November 18, 1975 Summary, continued Page 2 Authorized Chairman to execute the following: Agreements with Bro-Dart, Inc. , for provision of leased books at certain county libraries; Contract with B. fiolliman to provide training for In-Home-Care Services Staff in Social Service Dept.; Agreement with Thomas Reid Associates for preparation of EIR in connection with Blackhawk Ranch Phase One: Rezoning 18110-RZ/Sub. 4738; Agreement with State for use of Concord State Armory for immunization clinics by Health Dept. ; Contract with R. Nitta to conduct workshop for Bead Start Delegate Agency Teaching Staff; Contract with Northwest Regional Education Laboratory of Oregon for provision of consultation and technical assistance for CETA Title I Manpower Project; Community Development Block Grant Program Project Agreement Nos. 11 and 14 with City of E1 Cerrito for FY 1975-76; Community Development Block Grant Program Project Agreement Nos. 6, 18, 211 and 25 with City of Martinez for FY 1975-76; Contract with Pittsburg Unified School District for provision of Combination Welding Classroom Training Program under CETA Title I; Agreement with D. Anderson for installation and completion of private improvements in AIS 288-72, Danville area; As Board of Director; of the Riverview Fire Protection District, contract with J-:pray Corporation for fire hazard corrections and abatement work in said district. Accepted report of Public Works Director on request of G. Nichandros for refund of deposit in connection with Sub. 3956, E1 Sobrante area. Accepted as complete public improvements in MS 155-73, Walnut Creek area, and accepted Meadow Road Widening; as a county road. Authorized Public Works Director to execute an agreement with M. Lynch, et ux, permitting; construction of permanent improvements, required as condition of approval of LUP 20114-75, E1 Sobrante area, to be deferred, and accepted grant deed for additiona. right of way along San Pablo Dam Road. As Board of Directors of the Contra Costa County Fire Protection District, referred to Chief A. Streull bid received for performance of fira hazard corrections and abatement work within the district. As ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, referred to Public Works Director bids received for construction of irrigation siphons, Marsh-Kellogg Watershed, Brentwood area. Reappointed E. Marini, R. Hirsch, S. Pallan and F. Monckton as Trustees of Reclamation District No. 2026 for four-year terms. Reappointed A. Somerhalder as a Trustee of Byron-Brentwood-Knightsen Union Cemetery District for a four-year term. Acknowledged receipt of letter from Contra Costa County Mental Health Advisory Board expressing; :support of proposed Yuman Resources Directory and advising that it has a task force working to develop a 211-hour county-wide Crisis Intervention Information/Referral service. Authorized Public Works Director to refund deposit for Sub. 4221, Danville area. Reappointed D. Basolo and A. Santucci as Trustees of Reclamation District No. 2025 for four-year terms. Authorized payment to J. Carter, et ux, in connection with property acquisition, Hillcrest Avenue, Antioch area, and accepted grant deed in connection therewith. As ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, approved recommendations of the Flood Control Zone 3B Advisory Board to proceed with the Arroyo Del Cerro Project, Walnut Creek area, as a single-purpose flood control project, deleting the proposed recreation element. 4�31�? i November 18, 1975 Summary, continued Page 3 Adopted the following numbered resolutions: 75/910, accepting FAA Master Planning Grant Agreement for Buchanan Field Airport; 75/911 through 75/914, authorizing changes in the assessment roll; 75/915, authorizing cancellation of delinquent penalties on 1975-76 unsecured assessment roll; 75/916 and 75/917, authorizing cancellation of tax liens on and transfer to unsecured roll of property acquired by public agencies; 75/918 and 75/919, authorizing cancellation of tax liens on property acquired by public agencies; 75/920, as Board of Directors of the Contra Costa County Fire Protection District, fixing Dec. 23 at 10:30 a.m. for hearing on proposed formation of a special fire protection zone within the district; 75/921, granting jurisdiction to Building Inspection Department to abate property located at 621 Loring Avenue, Crockett area, J. and R. Lawrence, owners; 75/922, approving temporary suspension of "no parking" regulation along portion of Love Lane, Danville area; 75/923, accepting; as complete improvements in Sub. 3842, San Ramon area, and declaring certain roads as county roads; 75/924, fixing Dec. 16 at 11 a.m. to receive bids for construction of Storage Addition to Edgar Childrens' Shelter, Martinez area; 75/925, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and hater Conservation District, accepting as complete contract with Winton Jones Contractor, Inc. , for construction of channel improvements along portion of Green-'Valley Creek, Danville area; 75/926, accepting as complete contract with C. M. Stevens Excavating and Grading for widening of portion of Diablo Road, Danville area; 75/927, as Board of Directors of the Rive-view Fire Protection District, authorizing emergency repair of septic tank system, Station Six, Pittsburg area. Fixed Nov. 24 for adoption of ordinance repealing Ordinance No. 75-35, Section 28-2.010 and former Section 25-2.020 of the Ordinance Code and adding Section 28-2.003 to consolidate the Richmond and West Judicial Districts to form the Hay Judicial District. Referred to: County Administrator recommendations of the Alternatives to Incarceration Space Utilization Sub-Committee of the Contra Costa County Mental Iiealth Advisory Board with respect to allocation of space and staff for proposed programs pertaining to county detention facility; Public @7orks Director petition requesting installation of stop signs at the intersection of Hillside Drive and Castro Ranch Road, El Sobrante area; and bids for stabilization work on the San Pablo Dam Road slide, E1 Sobrante area; Public Works Director and Director of Planning suggestion of A. Davis that landscaping be provided at the intersection of San Ramon Valley Boulevard and Sycamore Valley Road, Danville area; Public Ulorks Director and County Counsel for report on Nov. 24 matter of proposed legislation pertaining to State Routes 93 and 77, Orinda-Lafayette area; Director, Office of Emergency Services, plans for conducting an earthquake- oriented exercise within the Bay Area during 1976 to test earthquake response capa- bilities at all levels of government; Public Works Director and Acting County Building Inspector letter from Sky Terrace Homeowners Association requesting; investigation of the development of certain land at the end of Sky Terrace, Danville area; County Counsel question of conflict between the State law and local ordinance pertaining to holding-period requirements for impounded animals. Fixed Dec. 9 at 2 p.m. for hearing on proposed Social Service program reductions. Authorized R. Alcock, Sheriff's Office, to attend national Association of Search and Rescue Coordinators meeting.in Denver, Colorado, Dec. 4-7. Requested County Administrator to work with State legislative representatives to seek amendment of Revenue and Taxation Code Section 115.13 (reassessment of property damaged by misfortune or calamity after the March 1 lien date) and retained matter in Administration and Finance Committee (Supervisors Linscheid and Kenny). 00320 mmary, continued November 18, 19T5 SuPage 4 Retained in Government Operations Committee (Supervisors' Dias and. Moriarty) proposed ordinance regulating fortune-telling and related activities. Authorized issuance of purchase order. to Apollo Concrete: Company. for. $T,T40 for repair of culverts at 4T Rstabueno Drive, Orinda. Authorized Public Works Director to complete corrective work in Sub. 398T, Pleasant Iiill area, and authorized County Counsel to initiate action to recover costs therefor. 'Confirmed designation of Supervisor Moriarty as representative: and Supervisor Boggess as his alternate on the CSAC Board of Directors. . Authorized issuance of certificates of appreciation to certain retiring members of the Contra Costa County Mental Iiealth Advisory Board. AdJourned in memory of Mr. R. Stanley Dollar, Jr. , and Mr.. Harold J.. McGlashan. .. ........ i•. - .. ..... ;-i. ::..r a 3: -r 443. i:�:=• i:;i.n.::•tri s: •�:Z.3'f:� a i a _ : :y• .. .... a .. .n. ... ... .... .i.. .. ... _'::: r.. is r. _ 00921 - z r S:' is Y.. — f " y ! Fr � t J. The ;a preceding documents i consist of 321 pages. `t t My A On sly n� �A = z r: r z l - ' c