Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 09061977 - R 77J IN 6
1877 PTE-MBE- ----R, TUESDAY a THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 iN REGULAR SESSION AT 9:00 A.M., TUESDAY, SEPTEMBER 6, 1977 IN ROOD 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, presiding; Supervisors J. P. Kenny, N. C. Fanden, E. H. Hasseltine. ABSENT: Supervisor R. I. Schroder. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk.. The following are the calendars preparid for Board consideration by the Clerk, County Administrator and Public Works Director. V>. l c KENNY.RIC---CND CALENDAR FOR THE BOARD OF SU'ERVISO" WARM N.BOGGESS ,Y C.FAHOEN.MARTINEZ CONTRA COSTA COUNTY ROBERAT I.SCNRoo[R LIND oIsTI.ICT VICE CMAII.YAN ,40SERT 1.SCNROOER.VFAIETTE ANDOM JAMES R.OLSSON.COIINTr CLERK 3RD DISTRICT AND ER OF CIO CLERK OF TME M.0110WARREN N.BOGGESS.CONCORD 9FEGAL T Ts GOVERNED R'(THE BOARD MRS.GERALOINE RUSSELL ATM DISTRICT SOAAO 4:MAI1New ADO..ID7,MIFFOEETYTI N CMIEF CLERK ERIC N-NASSELTINE.PITTSBURG ea am AI I PHONE(4151372-2371 5TM DISTRICT MARTtMM CALIFORNIA 94593 TUESDAY SEPTEMBER 6, 1977 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Board members. Consider recommendations of Board Committees including Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) on food service at county facilities. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required or recess. 10:30 A.M. Hearing on proposed abandonment of county drainage easement on Lots 82 and 88, Subdivision 3833, Orinda area. Planning Commission recommends approval. 10:35 A.M. Hearing on proposed Maguire Boundary Reorganization, ?ort Costa area (concurrent annexation to County Sanitation District No. 5 and County Service Area L-46). 10:50 A.M. As Ex Officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District hold hearing on proposed Amendment No. 3, and Environmental Impact Report therefor, to the Zone 3B Adopted Project, San Ramon Watershed (San Ramon, Green Valley and Sycamore Creeks). Hearings on recommendations of Planning Commission with respect to the following rezoning applications: 11:15 A.M. Justo Construction, Inc-, 2142-RZ, Oakley area; and 11:20 A.K. R. A. Vail & Associates, 2129-RZ, Knightsen area. If the aforesaid applications are approved as recommended, introduce ordinance, waive reading and fix September 13, 1977 for adoption. 11:25 A.M. As Ex Officio the Governing Board of Contra Costa County Sanitation District No. 15 hold hearing on specifications protest with respect to construction of proposed collection system and wastewater treatment facilities (Bethel Island and portions of Hotchkiss and Holland Tract). 11:35 A.M. Presentation of petition by Mr. Charles L. Butler with respect to Bethel Island waterways. 11:40 A.M. Presentation by Mr. William Wagner with respect to claim of Crockett-Ca_^quinez Fire ?rotecticr. District. 11:45 A.M. Decision on appeal of California Nurses Association from decision of Employee Relations Officer with respect to suspension of Association dues deduc icn privilege. W0M Board of Supervisors' Calendar, continued September 6, 1977 ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 9 : CONSENT 1. APPROVE minutes of proceedings for the month of August, 1977. 2. DECLARE certain ordinances duly published. 3. AUTHORIZE changes in the assessment roll and cancellation of certain tax liens. 4. AUTHORIZE extension of time in which to file final maps of Subdivisions 4872, Martinez area, and 4674, Clayton area. 5. AUTHORIZE execution of agreement for construction of private improve- ments in Minor Subdivision 246-76, Alamo area. 6. FIX October 4, 1977 at the times indicated for hearings on recommendations of the Planning Commission with respect to the following planning matters: 11:00 a.m. Proposed Ordinance Code amendment pertaining to off- street parking regulations in Single Family Residential Districts; 11:05 a.m. Rezoning application of Thomas & Yvonne Dailey, 2102-RZ, Danville area; and 11:10 a.m. Rezoning application of George Damico, 2131-RZ, Crockett area. 7. ADOPT ordinances (introduced August 30, 1977) as follows: a. Requiring physical examinations for ambulance drivers and attendants every two years; b. No. 77-71 rezoning land in the Danville area (Planning Commission initiated, 2086-RZ); and c. No. 77-74 rezoning land in the Diablo area (application. of Blackhawk Corporation, 2119-F.Z). 8. FIX October 4, 1977 at 11:15 a.m. for hearing an the proposed 1976 Uniform Fire Code and the 1977 supplement for Contra Costa County and the 13 County Fire Protection Districts. 9. DENY the claims of Pacific Telephone and Telegraph Company, Dorothy Ingram, and Eric Scott Thatcher. Items 10 - 19: DETERMINATION (Staff recommendation shown following the item.) 10. LETTER from President, Association of Bay Area Governments, suggesting that the first alternate to each Board representative on ABAG be designated as second alternate to the other representative. CONSIDER APPROVAL 11. LETTER from Chairman, Contra Costa County Drug Abuse Board, requesting that said Board's position again be :rade known to County Legisla- tors with respect to prcposed legislation (SB 363) pertaining to consolidation of three state offices into a Department of Alcohol and Drug Abuse within the State Health and Welfare Agency. APPROVE REQUEST 00003 Board of Supervisors' Calendar, continued September 6, 1977 12. MEMORANDUM from Director, Human Resources Agency, transmitting interim status report on the study of management alternatives for the Medical Services Department (Enterprise Fund) and recommenda- tions with respect to completion of task force studies and possible waiver of itemized billing requirement. APPROVE RECOMMENDATION 13. LETTER from Acting Director, Alameda-Contra Costa Health Systems Agency, transmitting $14,000 check for repayment of loan to finance initial expenses of the Agency pending reimbursement frot: federal funds. ACKNOWLEDGE RECEIPT 14. LETTER from Mr. H. Donald Funk tendering his resignation from the position of County Auditor-Controller effective October 15, 1977. ACCEPT RESIGNATION WITH APPRECIATION FOR SERVICES AND REFER TO BOARD CHAIRMAN AND COUNTY ADMINISTRATOR 15. MEMORANDUM from Director of Planning advising that the Park and Recreation Facilities Advisory Committee recommends approval of request of Kensington Community Service District for transfer of $2,000 held in the Park Dedication Trust Fund for use 1n develop- ing a picnic area at the Kensington Park; and MEMORANDUM from Director of Planning advising that the Park and Recreation Facilities Advisory Committee recommends approval of request of the Citizens Advisory Committee for County Service Area LIB-11 for transfer of $10,000 held in the Park Dedication Trust Fund to the Oakley Union School District for use In develop- ing tennis courts at the Oakley Middle School Park site. APPROVE RECOMMENDATIONS 16. LETTERS from President, Security Owners Corporation, and County residents, requesting that the Board reconsider its August 23 decision denying the Corporation's application (2065-RZ) to rezone certain land in the Pleasant Hill area. REFER TO COUNTY COUNSEL FOR REVIEW AND RECOMbu,NDATION 17. LETTER from Chairman, State Board of Forestry, transmitting resolution urging local governments to take zoning action that would minimize or prevent construction of new homes in brush or woodland areas of critical fire danger. REFER TO DIRECTOR OF PLANNING 18. LETTER from Supervisor, Contra Costa International Project, Interna- tional Institute of East Bay, seeking Board assistance in obtaining office space within the County for the project staff. FZ ER TO COUNTY ADMINISTRATOR FOR RESPONSE 19. MEMORANDUM from County Clerk transmitting-official canvass of votes cast in the August 23, 1977 election for Contra Costa County Plood Control and water Conservation District Drainage Area 300 Maximum Tax Rate. ACKNOWLEDGE RECEIPT Items 20 - 21: INFORMATION (Copies of communications listed as Ireformation itens have been furnished to all interested parties.) 20. LETTER from President, Alameda-Contra Costa Trial Lawyers Association, expressing disappointment with respect to authorization for only one additional judge in the Superior Court and advocating retention of the Conciliation Cour:.. 21. .SETTER :rc:a U.S. Senator S. I :ayakaxa zommenting and explaining his position on the Public Works Employment .'at of 1977. 00004 Board of Supervisors' Calendar, continued September 6, 1977 Persons addressing the Board should com Tete the form rr ovide on the rostrum and urnish the C erk w th a wr tten copy of their presentat on. DEADLINE FOR AGENDA ITEMS: TUESDAY, 12 NOON. MEETINGS OF BOARD COf.WITTEES Finance (Supervisors R. I. Schroder and J. P. Kenny) Ist and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. Internal Operations (Supervisors E. H. Hasseltine and N. C. Fanden) Room 108, Wednesday, September 7, 1977 at 3:30 p.m. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOTICE OF IMETI2;GS OF PUBLIC IEPTEREST (For additional information please phone the number indicated) San Francisco Bay Conservation and Development Cosmission 1st and 3rd Thursdays of the rion.th - phone 557-3686 Association of Bay Area Governments 3rd Thursday of the month - phone 841-9730 East Bay Regional Park District lst and 3rd Tuesdays of the month - phone 531-9300 'Bay. Area Ai= Pollut4an Control District 1st, 3rd and 4th Wednesdays of the month - phone 771-6000 Metropolitan Transpo=tation Co.=ission- 4th Iednesday c`' the ;onth - phone 849-3223 Contra Costa County Water District lst and 3rd Wednesdays of the month; study sessions all other Wednesdays - phone 682-5950 OWN OFFICE OF COUNTY ADMINISTRATOR _ CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recom^�ended Factions September 6, 1977 From: Arthur G. Will, County Administrator * I. PERSONNEL ACTIONS 1. Additions and cancellations of positions as follows: Cost Deaartment Center Addition Cancellation Medical 540 19 Typist Clerk Services' 21 Clerk (Personnel Audit) 2 P.I. Typist Clerk 1 Pharmacist I 2 Pharmacist II 1 P.I. Storeroom Clerk 1 Dietitian 11 Clinical Laboratory Technologist 1 Pharmacy Assistant 1 Gardener 1 Housekeeping Supervisor 1 Medical Transcriber 4 Diagnostic Radiologic Technologist 2 Storeroom. Clerk 2 Hospital Services Worker I 1 Lead Food Services Worker 3 Senior Clerk 1 Medical Records o`►n(lC Technician r To: para of Supervisors From: . aunty Administrator Re: H.acanmended Actions 9-6-77 Page: 2. 1. PERSON-ME- , ACTIONS - continued 1. Addittions and cancellations of positions as follows: Cost Department Center Addition Cancellation Medical 540 2 Central Supply Services Assistant 2 P.I. Hospital Services Worker I 2 Hospital Attendant social 503 2 Social Work Service 501 Supervisor I (Personnel 570 3 Social Casework Audit) Specialist II 11 Senior Clerk 7 Intermediate Typist Clerk 16 Eligibility Worker II 1 Vocational Counsellor 2 Social Worker II 8 Social Worker III 3 Supervising Clerk I 18 Eligibility Worker I 1 Intermediate Stenographer Clerk 1 P.I. Group - - - - - - - - - - - - - - - - - - - Counsellor_II - _ _ - Public 472 Senior Associate Civil Works Environmental Engineer (reclassi- Engineer f ication) 2. Increase hours of: mositiors as follows: Cost Depart..nent Center From To ?ublic 079 32/40 Inter- 40/40 Intermediate Worcs mediate Typist Typist Clerk Clerk To: Board of Supervisors From: Cour_ty Administrator Re: Recommended Actions 9-6-77 Page: 3. II. TRAVEL AUTHORIZATIONS 3. Name and Destination Department and Date Meeting (a) Maurice C. Carson City, NV International Wagner, Building 9-18-77 to 9-22-77 Association of Inspection Electrical •Inspectors Conference (b) David C. Jackson, WY "Psychodynamics Coleman, Public 9-22-77 to 9-25-77 of a Jury Trial" Defender Senimar (partial federal funds) (c) Myron Mock Oklahoma City, OR National Head Community 10-25-77 to 10-29-77 Start Workshop Services Administration, .Head Start (federal funds) III. APPROPRIATION ADJUSTMENTS None. IV. LIENS AND COLLECTIONS 4. Authorize County Auditor-Controller to initiate legal action in Small Claims Court against three individuals to recover amounts due Contra Costa County totaling $826.26. V. BOARD AND CARE PLACEMENTS/RATES S. Amend Resolution No. 77/560, establishing rates to be paid tq child care institutions during the 1977-1978 fiscal year, to include Ming Quong Children's Center (Los Gatos) and Ellis Boys Ranch (Sonora) , at a month rate of $1,754 and $976, respectively. VI. CONTRACTS AND GRANTS 6. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) Richmond Adult education at the Not to 7-1-77 to Unified County Work Furlough/ exceed 6-30-78 School Education Center $8,360 District To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-6-77 Page: 4. VI. CONTRACTS AND GcRWNTS - continued 6. Agency Purpose Amount Period (b) Pinole Health Dept. services $8.610 7-1-77 to Hospital, (discharge planning (payment 6-30-78 Inc. . .. .and medical social to county) services) for patients of Pinole Hospital, Inc. (c) Sainz, Community Development $6,750 8/31/77 to Vargas, Block Grant Program 11/30/77 Samon Audit Company (d) Contra Extension of existing Current 7-31-77 to Costa contract for ambulance Rate 10-31-77 Medical services pending com- Schedule Systems, pletion of contract Inc. renegotiations (dba Michael's Ambulance Service). (e) Contra Provision of meals $236,684 7-1-77 to Costa (preparation and 9-30-78 Foods, delivery) for Health Inc. Dept. Nutrition (Canteen Project for the Elderly Corp.) (f) United Third Year Community $23,371 7-1-77 to Council Development Program 6-30-78 of Spanish Activity #59 Speaking Organiza- tions, Inc. (g) City of 'Third Year Cocazunity $191,503 7-1-77 to Pleasant Development Procran 6-30-75 Hill Activities 8, 19, 32, and 33 Ow To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-6-77 Page: 4. VI. -CONTRACTS AND GRANTS - continued 6. Agency Purpose Amount Period (h) Contra Costa Promote trade and $67,500 9-1-77 to County commerce 2-28-78 Development— Association - Association (i) State of Amend existing PHP *$100,752 7-1=77 to California contract to increase 12-31-77 (Department capitation rates and of Health) limit county's financial liability for medical services * (increase revenue to county) VII. LEGISLATION 7. Consider status, and possible adoption of County position, on legislation affecting County. VIII.REAL ESTATE ACTIONS None IX. OTHER ACTIONS 8. Authorize relief of cash shortage in the amount of $1.25 " in a Social Service Department petty cash fund. 9. As recommended by the County Auditor-Controller, authorize Delta Municipal Court to destroy certain cash receipt books and financial records which have been audited and are over five years old. 10. Acknowledge and approve non-substantive amendments made by the U. S. Department of Labor to CETA Title III (SPEDY Program) grant modification No. 707 approved by the Board of Supervisors on May 31, 1977, as recommended by the Director, Human Resources Agency. 11. Award contract for herbicide spray weed abatement work during 1977-1978 fiscal year for the Contra Costa County Fire Protection. District to Osborn Spray Service, the low bidder, as recommended by the Fire Chief. 00010 To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-6-77 Page: 5. IX. OTHER ACTIONS - continued 12. Approve contract documents submitted by the Riverview Fire Protection District for the abatement of weeds, rubbish and other fire hazard conditions within the district for the period November 1, 1977 through October 31, 1978 and advertise for bids to be received on October 4, 1977 at 11:00 a.m. 13. Authorize Chairman, Board of Supervisors, to execute planning grant application in the amount of $47,867 for submittal to the U. S. Depa:•tment of Labor for establish- ment of a youth employment and training .program, as recommended by the Director, Human Resources Agency. 14. Approve stipend payments to members of the Contra Costa County Manpower Advisory Council and authorize County Auditor-Controller to make such payments under specified conditions, as recommended by the County Administrator. 15. Consider Memorandums of Understanding and any other compensation matters .for the 1977-1978 fiscal year. NOTE Following presentation of the County Administrator's agenda, the Chairman will ask if anyone in attendance wishes to comment. Issues will be carried over to a later time if extended discussion is desired. DEADLINE FOR AGENDA ITEMS: WEDNESDAY. 12 NOON 00011 CVXTRA COST.; COUNTY PUBLIC WORKS DEPARTMS14T :.artinez, California ?u: Board of Supervisors Vernon L. Cline Public works Director 7`,L QCT: Public Yorks Agenda for September 6, 1977 REPORTS aport A. REAFFIRR!'REQUEST TO CONTINUE GREYHOUND BUS SERVICE The Board by Order of July 5, 1977, referred to the Public Works Director for report a letter from the Public Utilities Commission advising that after December 31, 1977, Greyhound may discontinue : ost of its transit service to Central Contra Costa County. The Board of Supervisors has repeatedly taken the position that G_eyhound should stay in service until BARTD or some other trans- portation entity can provide full service. BARTD is presently planning to initiate Saturday service on November 19, 1977. BARTD's Sunday operations are not planned until June 30, 1978. BARTD's weekend service will depend on a number of factors including, but not limited to, legislative action on finance.and PUC approval. Due to the fact that the level of service to be provided by BARTD is uncertain, it is recommended that the Board of Supervisors re- affirm its position that Greyhound Service not be terminated until full service can be provided by others, and further that the Board request that the Public Utilities Commission hold a public hearing on this matter. It is further recommended that the Public Works Director be author- ized to attend any public hearing and offer appropriate testimony on behalf of the Board. (TP) SUPERVISORIAL DISTRICT I No Items SUPERVISORIAL DISTRICT II Item 1. SUBDIVISION 4542 - REFUND CASH DEPOSIT - Martinez Area it is recommended that the Board of Supervisors: 1. Declare that the improvements in Subdivision 4542 have satis- factorily met the guaranteed performance standards for one year. (Continued on next page) G E N D A Public Works Den_zrtment Page 3 of-9 September 6, 1977 00012 Item 1 continued: 2. Authorize the Public Works Director to refund to John P. Camerlo, 13689 San Pablo Avenue, San Pablo, CA 94506, the $500 cash de- posit as surety under the Subdivision Agreement. Subdivider: John P. Camerlo 13689 San Pablo Avenue San Pablo, CA 94506 Location: Subdivision 4542 is located on Escondido Drive north of Gildix Drive in the Martinez area. (LD) SUPERVISORIAL DISTRICT III Item 2. OAR ROAD - APPROVE RENTAL AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve a Rental Agreement, dated August 29, 1977, signed by Mark Lemley and Susan Bateman, for rental of a County-owned house at #9 Parnell Court, Walnut Creek, and authorize the Public Works Director to sign the Agreement on behalf of the County. The rental is on a month-to-mouth basis for $350 per month, effective November 1, 1977. The property was acquired by the County for pre- sent and future widening of Oak Road. (RP) SUPERVISORIAL DISTRICT IV Item 3. ROSENTHAL AVENUE - SET ABANDONMENT HEARING - Concord Area Mr. James L. Warren has requested the abandonment of that portion of Rosenthal Avenue lying between the westerly boundary of the East Bay Municipal Utility District's Mokelumne Aqueduct right of way and a point approximately 500 feet easterly thereof. *ir. Warren states that he owns the abutting property and is requesting the abandonment to clear title. It is recommended that the Board of Supervisors set a date for a public hearing on the proposed abandonment. (10:30 a.m. , October 18, 1977 suggested) . (LD) !tem 4. LOWER PINE CREEK - APPROVE AGREE:NLVT - Concord Area It is rece_runended that the Board of Sumervisors, as ex officio the Board of Supervisors of the Contra Costa Cou=nty Flood Control and Water Conservation District, approve and authorize its Chairman to execute a Joint Exercise of Powers Agreement wi_z the City of Concord for the relocating and modifying o= City-owned facilities as required (continued on next page) G E N D Public Works Depart-ment -?ace 2 of 9 Se3tember 6, 1977 Iter 4 Centirued: for the Corps of Engineers' Lower Pine Creek Iz provemert Prcject. 1..^.a City will perform= all recuired encir'.eerina and adwinistration for the contract. The District will bear all reasonable costs associated" s:iLh this work. (RE: Work Order No. 6691-2520 - Flood Control Zane No. 33 (3OTS TO CLE?K OF THE BOARD: Please execute all three copies. (FCD) SUPERVISORIAL DISTRICT V Item 5. SUBDIVISION MS 202-76 - APPROVE AGREEMENT - Xnightsen Area It is recommended that the Board of Supervisors approve the Annexation Agreement with John Rebeles, et al., and authorize the Public Works Director to execute it on behalf of the County. The document, in which the owners acree to annex to any future drainage area, fulfills a con- dition of approval for Subdivision MS 202-76 as required by the Board of Adjustment. Owner: John Rebeles 169 Alberts Ave., Apt. C Pittsburg, CA 94565 Location: Subdivision MS 202-76 fronts on the northeast corner of Sunset Road and Eden Plains Road. (LD) :tem 6. SUBDIVISION 4904 - APPROVE MAP AND AGREEMENT - San Ramon Area It is recommended that the Board of Supervisors approve the Final Map and Subdivision Agreement for Subdivision 4904. Owner: The Housing Group 3690 Mt. Diablo Blvd. Lafayette, CA 94549 Location: Subdivision 4904 is located at the intersection of Crow Canyon Road and Alcosta Boulevard. (LD) .. Item 7. SUBDIVISION 4830 - APPROVE MAP - Alamo Area It is reco�-nendeu that the Board of supervisors approve the Final Map `er Subdivision_ 4830. (continued on next gage) A G E N D A Public works Department Page 3 of-9 September 6, 1977 ON14 Item, 7 continued: Owner: Elbaco, Inc. P. O. Box 415 Danville, CA 94526 Location: Subdivision 4830 is located at the end of Saint Andrews Lane. (LD) Item 8. SUBDIVISION 4477 - REFUND PARTIAL CASH DEPOSIT - San Ramon Area The Public Works Director -has indicated that part of the minor defi- ciencies for which a cash deposit was posted on Subdivision 4477 has been corrected. A portion of the deficiencies has been corrected and the remainder cannot be done until the fall. It is recommended that the Board of Supervisors authorize the refund of $1,500 cash, a portion of the $1,724 cash deposited to insure com- pletion of the minor deficiencies. Refundee: Shapell Industries of Northern California P. O. Box 9020 Sunnyvale, CA 94086 Location: Subdivision 4477 is located on the north side of Montevideo Drive between Alcosta Boulevard and the Southern Pacific Railroad. (LD) Item 9. SUBDIVISION 4171-- ACCEPT SUBDIVISION - San Ramon Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4171 has been satisfactorily completed. 2. Accept as County Roads those streets which are shown and dedicated for public use on the map of Subdivision 4171, filed July 11, 1973, in Book 158 of Maps at page 46. Subdivider: Braddock i Logan 14795 Washington Ave. San Leandro, CA 94578 Location: Subdivision 4171 is located on the south side of Montevideo Drive on the west side of t o Southern Pacific Railroad. (LD) A G E \ D 3 Public Works Depart=ert Pane a 0--9 Septe-wer 6, 1977 00015 7. =tem 10. SYCAMORE VAL.= ROAD - APPITOW AGREEMENT - Danville Area It is recommended that the Board o= Supervisors approve and author ire its Chairman to execute ar. Agreement between the County and the southern Pacific Transportation Company for the installation of traffic signals at the intersection of Sycamore.Valley Road and Car iro Ramon in Danville. It is further reco..mended that the County Auditor be authorized to dram: a warrant, in the amount of $150.00, payable to Southern Pacific Tr_rs,portation Company, and deliver it to the County Traffic Engineer, for pa%ment. The Agreement permits the County to perform certain work within the P.ailroad right of way and reimburse the Southern Pacific Transporta- tion Company for work on their facilities to permit the traffic signal to" be interconnected with the automatic railroad signal gates that are adjacent to the intersection. The Agreement provides for payment of a $150 Agreement Fee and for rei:.bursement for work performed by the Southern Pacific Transporta- tion Company within the railroad right of way. This work is estima- ted to cost $750. (RE: Work Order No. 4385-661) (NOTE TO CLERK OF THE BOARD: Please retain the original and return two executed copies of this Agreement to the Public Works Department for further processing.) (TO) (Agenda continues on next page) A G E N D A Public Works Department Page of-9 Septembbe(rr. 6, 1977 Item ll. SUBDIVISION 4831 - ACCEPT SUBDIVISION - San Ramon Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4831 has been satisfactorily completed. 2. Accept as County roads those streets which are shown and dedi- cated for public use on the map of Subdivision 4831 filed June 23, 1976 in Book 185 of Maps at page 25. Subdivider: Estate Homes, Inc. 3001 South .Winchester Boulevard Suite 12 Campbell, CA 95008 Location: Subdivision 4831 is located*on the east side of Broadmoor Drive, just north of Kittery Lane. (LD) Item 12. SUBDIVISION MS 226-76 - ACCEPT OFFER OF DEDICATION - Danville Area It is recommended that the Board of Supervisors: 1. Accept the Offer of Dedication for roadway purposes, for record- - ing only, from Stewart Enterprises, Inc., dated August 16, 1977. 2. Waive the requirement of County Ordinance 922-4.602, that owners of easements within the dedicated area consent to the dedication and subordinate their rights to the rights of the public. . Since both the Offer of Dedication and the original easement are for road purposes, consent to the dedication is not essential. Owners: Stewart Enterprises, Inc. 4 Buena Vista Drive Danville, CA 94526 Location: Subdivision MS 226-76 fronts 453 feet on the west side of Orange Blossom Way, approximately 350 feet south of Brookside Drive. (LD) GEUERAL Item 13. RECOMMENDATIONS ON AWARD OF CONTRZkCTS The Public works Director will present reco=endations on the award of contracts for which he has received bids. (ADM) ?, G N D A Public Works Department ?age 6 of 9 September 6, 1977 ON17 Item. 14: 367 CIVIC DRItr - APPROVE CONTRACTS - Pleasant Dill Area It is recom-mended that the Board of Supervisors approve and autho- rize the Public works Director to execute Inspection services. Con- tracts ror Messrs. J. M. Nalson, Robert G. Grady and laurel Roderick C_M:Zron for contract docu=ents review and construction inspection of the remodeling o: County leased building at 367 Civic Drive iff Pleasant Hill. These contracts are e_fective September 6, 1977. Payment is provided for services in accordance with the standard ` rales as indicated in the contracts. (Rr-: 4050-2310-A10-WB9994) (B&G) T_em 15. 2366 STANKELL CIRCLE - APPROVE CONTRACTS— Concord Area It is recommended that the Board of Supervisors approve and autho- rize the Public Works Director to execute inspection Services Con- tracts with Messrs. J. M. Nelson, Robert G. Grady and Laurel Roderick Cameron for contract documents review and construction inspection of the remodeling of County leased building at 2366 Stanwell Circle, Concord. These contracts are effective September 6, 1977. Payment is provided for services in accordance with the standard rates as indicated in the contracts. (RE: 4050-2310-A10-w'B9995) (B&G) Item 16. 3431 MacDONALD AVENUE - APPROVE CONTRACTS - Richmond Area It is recommended that the Board of Supervisors approve and autho- rize the Public Works Director to execute Inspection Services Con- tracts for Messrs. J. M. Nelson, Robert G. Grady and Laurel Roderick Cameron for contract documents review and construction inspection of a County leased building at 3431 MacDonald Avenue in Richmond. These contracts are effective September 6, 1977. Payment is provided for services in accordance with the standard rates as indicated in the contracts. ' (RE: 4050-2310-A10-WB9993) (B&G) .A G E N D A Public Works Department Digo -7 -of 9 September 6, 1977 00018 Item 17. COUNTY HOSPITAL - APPROVE PLANS AND ADVERTISE FOR BIP_ - Martinez Area It is recommended that the Board of Supervisors approve the pians and specifications for the 'M• ward Reroof at the Contra Costa County Hospital, 2500 Alhambra Avenue, Martinez, and direct its Clerk to advertise for bids to be received until 2:00 p.m. on October 6, 1977 by the Public Works Director. The Engineer's cost estimate for construction is $10,000. This project is considered exempt from Environmental Impact Report requirements as a Class lA Categorical Exemption under County Guide- lines. It is recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: 4419-4152) (B&G) Item 18. 816 MA-IN, STREET - APPROVE CONTRACTS - Martinez Area It is recommended that the Board of Supervisors approve and autho- rize the Public Works Director to execute Inspection Services Con- tracts with Messrs. J. M. Nelson, Robert G. Grady and Laurel Roderick Cameron for construction inspection and contract documents review of the remodeling of a County leased building at 816 Main Street, Martinez. These contracts are effective September 6, 1977. Payment is provided for services in accordance with the standard rates as indicated in the contracts. (RE: 4050-2310-A10-WB9992) (BEG) Item 19. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Suaervisors A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Grant Deed 5-13-77 Central Church of LUP 2223-76 Christ of Martinez 2. Consent to Dedication 7-13-77 East Bay Municinai Sub. 4958 for roadway Purposes utility District 3. Consent to Dedication 6-2-77 Central Contra D.P. 3439-76 for Drainage Purposes Costa Sani a__ (cont inued on next page) A G - N D A Public Works Depart ner_t - Page -8"o= 9 September ,6, 1977 00019 'ten 19 continued: N0 T-S t_-,=er_t Date Grantor Reference Relinquishment of 6-16-77 John Rebeles, Sub. F1S 202-76 tib utter's P.ights at al E. Accept the following instr=ents for recording only: 1. C=fa_ of Dedication 6-16-77 John Rebeles, Sub. MS 202-76 = .r Roadway Purposes at al 2. Offer of Dedication . 8-23-77 James E. Purtell, Sub. NS .49-77 for Roadway Purposes at al 3. Offer of Dedication 8-26-77 Donald Morrison, Sub. MS 86-77 for Roadway Purposes at al 4. Offer of Dedication 8-23-77 The Housing Group Sub. 4904 for Drainage Purposes 5. Offer of Dedication 8-23-77 The Housing Group Sub. 4904 for Drainage Purposes (Second Document) (LD) ?"e^ 20. CONTP.A COSTA COUNTY EATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the atCached "Calendar of :Mater Meetings." B. Status Report on Senate Bill 346 and Rock Barriers. (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 beccr.es lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department -Page 9 of 9 September 6, 1977 00020 Chief Engineer of the Contra Costa County Water Agency ' August 31, 1977 CALENDAR OF WATER MEETINGS TIME AMN'DANCE "TE UF DAY SPONSOR PLACE L94AR[S Recommended Autharizitic. Sept 1 Thurs. California 1:00 P.M. Resolution of Staff. Water Resources Bldg. Necessity-- Commission Auditorium Acquisition of Sacramento temporary easements for Rock Barriers in the Delta Sept 13 Tues. Governor's 10:00 a.m. Consideration of Legal Co=nission Assembly Room present lax regarding Counsel to Review State Building water conservation California Sacramento in California Water Rights Law Sept 21 Wed. Mayors' 6:30 p.m. Presentation-- Port Conference Point Restaurant Proposed Peripheral Solan County Rio Vista Canal Sept 22 Thurs. Sacramento- Afternoon Presentation— Hasseltine Mother Lode So. Lake Tahoe Sacramento-San Port Regional Assn. Joaquin Delta of Co. Super- visors ]ct 12 lied. American 7:30 p.m. Presentation-- Port Assn. of Pleasant Hill Delta Water Quality ilniversity Park and Rec. and the Peripheral Women Building Canal 00021 Jt�4 PUBLIC WORKS DEPARTU MT CONTRA COSTA COUNTY RE: Agenda Item No. 13 /a"** ember 6, 1977 To: Board of Supervisors Flow: Vernon L. Cline, Public Horks Direct Subject: Contract Award Recommendation Re: Project No. 0971-4367-926-77 Supervisorial District II. Bids for the repair and overlay of San Pablo Avenue, in the Hercules area, were received and opened in the office of the Public Works Director on Thursday, September 1, 1977. It is recomiended that the Board of Supervisors award the construction contract to the low bidder, McGuire L Hester of Oakland, in the amount of $46,777.00. The Engineer's estimate was $49,000. Other bids received were as follows: 1. Gallagher & Burk, Inc...............$47,534.00 2. Syar Industries, Inc................$47,797.00 3. 0. C. Jones Sons..................$47,932.20 This project is funded with 1976-77 funds. VLC:dp cc: County Administrator vtounty Counsel lerk of the Board 00022 PUKJC WORKS DEPARIMMT CONTRA COSTA COUNTY RE: Agenda Item No. 13' Date: Se er 6, 1977 To: Board of Supervisors Fwm: Vernon L. Cline, Public Works Director Srbject: Contract Award Recommendation Re: Project No. WC 5480-927 Supervisorial District V. Bids for the construction of Veterans' Memorial Hall Remodel, 120 Hartz Avenue, Danville, California, were received and opened in the office of the Public Works Director on Thursday, September 1, 1977. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Valente & Delchini of Martinez, California, in the- amount of $80,036.00. The Engineer's estimate was $75,000.00. Other bids received were as follows: 1. John D. Wilson Construction, Lafayette...................$82,222.00 2. Kirkham, Chaon & Kirkham, Walnut Creek............ ....$89,132.00 3. Wesley A. Thomas Company, Lafayette......................$90,500.00 4. Red Feather Construction, Hayward........................$105,108.00 VLC:dp . cc: County Administrator County Counsel Clerk of the Board Buildings & Grounds Building Projects Service Area Coordinator 09023 L CONTRA COSTA COUNTY BE: Agenda Item No. 13 Oste: 6, 1977 To: Hoard of Supervisors FwM: Vernon L: Cline, Public Works Director V6G ,r Srtgecc Reoammetdation on Rejection of Hid Pe: Project-No: 1065-4413-665-77 �ial-District I Bids for the movement of Park Avenue Bridge, in the Richmond area, were received , and opened in the office of the Public Warks Director on 7b=sday, August 25, 1977. It is re=ww ded that the Board of Supervisors reject the only bid received for this project. The bidder was William A. Smith, of San Ramon, with a hid of $38,696.00. The bid is $8,696 (29 percent) above the Engineer's estimate. -It is planned to re-advertise the project in the early spring of 1978. VW:fa cc: County Administrator County Counsel Clerk of the Board Iaoad Design 00024 Contracts, Agreements, or other documents approved by the Board this day are microfilmed With the order except in those instances where the clerk was not furnished with the documents prior to the time when the minutes were micro filmed. In such cases, when the documents are received they will be placed in the appropriate file (to be microfilmed at a later time). . .00025. In the good of Svervison Of Contra Coda County, Stah of Cal hwnia September 6 .19 77 Is do M~of Proceedings of the Board during the month of August. 1977. IT IS BY THE HOARD ORDERED that the reading of the minutes of proceedings of the Board for the month of August, 1977 is waived, and said minutes of proceeding are approved as written. PASSED by the Hoard on September 6, 1977. I hweby cm*fy 1h4* do 0- e, y b o ow wd ownd copy of a wdw sound era do wjwA o of said flood of Supwvimn oe do deft efwweid. WWW my heed ed dwr Sed of do S wd of SwporvbW% efhed fhb tb dolt of September . 19 77 A R. OLUM. Clerk prpwlr CIO& Patricia A. Bel H-24 3/76 15m ON26 In the Board of Supervisors of Contra Costa County, State of California September 6 .19 72_ M/M 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 hearing(s) 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 77-77 amending Section 48-12.004 THE INDEPENDENT of the County Ordinance Code, requiring physical examinations for ambulance drivers and attendants every two years. PASSED on b, i 97Z by the following vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny N. C. Fanden U. N. Boggessr Ix E. H. Hasseltine ( ( ) ( ) I hereby certify thof the foregoing b o fru*and correct copy of on order en- 'on the minutes of sold board of Supervisor on the dab ofonesaid I Ahms my hand and the seal of the baa►d of supervisor �j jhy 6th &y of September 19 77 1 OISSON, Clerk qty Clea H 24 12171- 15-M onda Amdahl OW27 BOARD OF SUPERVISORS OF CONTRA COSTA COUN'T'Y, CALIFORNIA Re: Zoninst Ordinances Passed Date: SR9tanhar 6- l cj77 This being the date fixed to consider adoption of the following ordinance(s) rezoning property as indicated, which was (were) duly introduced and hearing(s) held; The Board orders that this (these) ordinance(s) is (are) passed, and the Clerk shall have it (them) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper 77-71 Planning Commission 2086-RZ Danville THE VALLEY PIONEER Initiated 77-74 Blackhawk Corp. 2119-RZ Diablo THE VALLEY PIONEER PASSED on September 6, 1977 by the following vote: AYES: Supervisors J. P- Kenny, N. C. Fanden, E. H. Hasseltine and W. N. Boggess NOES: None ABSENT: Supervisor R. 2. Schroder I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex officio Clark of the Board: on,_September 6, 1977 B:_' /Deputy Amdahl 0002p 1. l In the Board of Supervisors of Contra Costa County, State of California septgahU 6 _.19.-Z7 1n the Motbr of Affidavits of Publication of Ordinances. This Board having heretofore adopted Ordinances Nos. 77-56 and 77/62 through 77169 and Affidavits of Publication of each of said ordinances having been filed with the Clerk; and it appearing from said affidavits that said ordinances were duly and regularly published for the time and in the manner required.by law; NOW. THEREFORE, IT IS BY THE BOARD ORDERED that said ordinances are hereby declared duly published. The foregoing order was passed by unanimous vote of the members present. I Mreby codify that tl+sr Sorsook- is o Une end amied oW of at air aulmad on dw minutes of said board of Supwvism on dw dab of vemk. Witness my hand ad do Saul of the bard of UVWVb— alCined this6th day of-gaAmber,_ 19 jL J. R. OLSSON, Cleric Deputy Clerk H 24 12/74 • 15-M Patricia A. Bell Form #30 4/7/75 00029 M dN Man of Slfperviiofs Of Contra Costa County, Slog of Coliforms September 6 .19 77 M dw Mwo of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on September 6, 1977. 1 fwsby =Mfy dwf b e bw esd opens ow of M.odor w wed as do wjm* s of said fkwed of Soporoimes os*A dsfe efmsssid. VANo s my hood esd IMS Sod of 69 ftod of SVPWvkm aMmd"6th dW at_September 1977 1 R. OLSiON. CMek f11ra,�Yll1/D Cie& Jamie L. Johnson H-24 3/7615m 000M -SEE P300 69803-OFFSET POSITION ADJUSTMENT REQUEST No: QL/ Department CCCo. Medical Services Budget Unit 540 Date 4/28/77 Action Requested: Add three (3) Clerk/Intermediate Clerk or T=i t Mork Tntor_ Mist Clerk positions. Proposed effective date: as soon as possible Explain why adjustment is needed: To provide adequate staffing for Clinical Laboratory Service rt Maxting. i i 1 _ Esti mated;cos' ofdjustment: Amount: 1. Salarik #d wages: ` S, 2. 1 ed'7lsseirs: (.Lest.ite+me and cost) u.: .;. GENCY Estimated total $ SignaturenZ partment it flenia' ; Initial Determination of County Administrator Date: July2 To Civil Service for review and recommen tion. County m strator Personnel Office and/or Civil Service Commission Date: Classification and Pay Recommendation Classify 3 Typist Clerk positions. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective September 1, 1977. t. The above action can be accomplished by ascending Resolution 71/17 by adding 3 Typist Clerk positions, Salary Level 194 (666-809). s Personnel D for Recommendation of County Administrator / ate: September 2. 1977 Recommendation of personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Supervisors S�� Adjustment APPROVED ) on J � OLSSON, County Clerk '; Cfi '077 i Date: By: ' h putt' er. APPROVAL v6 tha6 adju.6ttmeat ccnsti,twte6 an AppxtupAi.a.tion Adjm&brerLt and Peuonne/ ne6oiut un Amens iiciLt. NOTE: Top section and reverse side of form multi be corrpl eted and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (P1 47) (Rev. 11/70) 0031 POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 2/11/77 Action Requested: Add one Typist Clerk/Intermediate Typist Clerk Position Proposed effective date: 3/1/77 Explain why adjustment is needed: To provide adequate staffing for the Volunteer services Department.- Estimated cost of adjustment: Amount: 1. Salaries and wages: S 2. Fixed Assets: (ZZce.t•i-term and coat) C = s Estimated total =W�-T Signature Georae Deanan .D., Medical Director ... partment Head I itie, ile�ice:of County Administrator Date: Hareh 15, 1971 Wque* ie commendation. Cotinun- trator Personnel Office and/or Civil Service Commission e: A..&I,.+ 26 Lo» Classification and Pay Recommendation Classify l Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective September 1, 1977. The above action can be accomplished by ascending Resolution 71/17 by adding 1 Typist Clerk, Salary Level 194 (666-809). Assistan.: Personnel ctor Recommendation of County Administrator te: September 2, 1977 Recommendation of Personnel office and/or Civil Service Commission approved effective September 7, 1977. County n strator 6 Action of the Board of Su ervisors 5):Y Q 6 1 911 Adjustment APPROVED ( ) on OLSSON, County Clerk SEP 06 1977 Date: By. Depu Cleek APPROVAL o5 tkiz adjua-ument co-titwtea cux Apptoptiati.on Adj"briemt and PetsoaneZ ResDLuti.cu Amendmeat. NOTE: Top section and reverse side of form rust be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) 00032 SEE,E ` _ET >V P0S.ITION ADJUSTMENT REQUEST No: `/, 17j— Department CCCo. Medical Services Budget Unit 54o Date 6/6/77 Action Requested: Add one Typist Clerk/Inter. Typist Clerk or Clerk/Inter. Clerk position Proposed effective date: as soon as poss ie Explait-#hyradj stment is needed: To provide adequate staffing for Training Department CL� Li Estimated cost adjustment: Amount: L. JL.ri{1 I. Ualaries-and wages: $ 2. :Fixe"ssets: (Ziat.Rema and coat) HUMAN RESOURCES AGENCY Estimated total (� S Approvedl Signature George Degnan,` ical Director Department ea Initial Determination of County Administrator Date: To Civil Service for review and re--- County = e--n rator Personnel Office and/or Civil Service Commission e: August 24, 1977 Classification and Pay Recommendation Classify 1 Typist Clerk. Study discloses duties and responsibilities to be assigned Justify classification as Typist Clerk. Can be effective Septsnber 1, 1977. The above action can be accomplished by amending Resolution 71/17 by adding 1 Typist Clerk. Salary Level 1% (666-809). AssistautFTersonnel Birector Recommendation of County Administrator ate: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 7, 1977. County ATministrator Action of the Board of Supervisors SEP 0 6 1271 Adjustment APPROVED on J� OLSSON, County Clerk SEP OG 1977 Date: By: _"1( ►��i i i f I �. 4z >�l C Deputy Clerk APPROVAL ca' th;a adjustmeitt constiitu.tea an App.-optiat on Adjus.tmert. ajtd Pcuon�ieZ Reso&j,tion Amendment. NOTE: Top section and reverse side of form :rurt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00033 SEE'P30U #9773-OFFSET. v i i P O S I T I O N A D J U S T MENT REQUEST No: 7.) Department CCCo. medical services Budget Unit 540 Date 3/28/77 Action Requested: Add Three Clerk/Intermediate Clerk or Typist Clerk/Intermediate Typist Clerk positions Proposed effective date: as soon as possible Explain why adjustment is needed: To provide adequate staffing for Radiology Service Estimated-cost`of Fadjustment: Amount: 1. 6�cearts6 ahP wages: $ 2. dss@s: (Gest Rema and ccst) $ IN 4 .-.rcy Estimated total $ xP;rov d;`+.�.e Signature George Degnan, M.D., Medical Director -'� -- Department ea IYi6elinaryi on of County Administrator Date: May , (1977 Request recommendation. Coun r for Personnel Office and/or Civil Service Commission te: August 24, 1977 Classification and Pay Recommendation Classify (1) Typist Clerk and (2) Clerk positions. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk AND Clerk. Can be effective September 1, 1977. The above action can be accomplished by amending Resolution 71/17 by adding (1).Typiss Clerk, Salary Level 194(666-809) and (2) Clerk, Salary Level 178 (634-771). Assistant Xersonnelctor Recommendation of County Administrator te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED (�) on _SEP �R 1971 1971 ,i.�R. OLSSON, County Clerk Date By:�. )/ Deputy Clerk APPROVAL e� ihi-S r.djus;umC1it ccII.5ti.tutee an Appnopniaticu Adjuzbnertit otd Peneonuet Rcz.otitton Awei dmertt. MOTE: Top section and reverse side of form must be completed and supplemented, when appropr ate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11170) 00034 SEE 11300 '#9772-OFFSET POSITION ADJUSTMENT REQUEST No: L� 77I Department CCCo, Medical Services Budget Unit ;ao Date 3419477 Action Requested: Add four Clerk/Intermediate Clerk er Z"Ist ri-a. nrer,rJ9;•�re �rf�ist Clerk positions Proposed effective date: n as Explain ihi ad' sbaent is needed: To provide adequate staffing for Hospital Possible _ c �Recftigp Center N Estimatgd tosfof djustment: Amount: 1. Salar' a`tfd wages: $ 2. diced 1Cssets: Ii"t item6 and coat) $ NutIAN AGENCY Estimated total ` $ Signature Dcu� partmentea Initial Determination of County Administrator Date: May 6, 1977 To Civil Service: �- Request recommendation. Co-unti- rator Personnel Office and/or Civil Service Commission Da August 24. 1977 Classification and Pay Recommendation Classify (3) Typist Clerk and (1) Clerk. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk AMID Clerk. Can be effective September 1, 1977. The above action can be accomplished by amending Resolution 71/17 by adding (3) Typist Clerk positions. Salary Level 194 (666-809) and (1) Clerk position, Salary Level 178(634-771). i1 AssiatantPersonnel zMctor Recommendation of County Administrator ///'late: Se tember 2. 19771- Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 7, 1977. County Admfnis rator Action of the Board of Su ervisors SEP 0 G 1977 Adjustment APPROVED ( on R. OLSSON, County Clerk Date: SEP 06 1977 By. ` Deputy APPROVAL c, •th;_s adjus-tjrui.t co+!b.titutes aiz Apy.tcp,,b ati.cr. Adjuz;bi;ent and Peuonnee Resotatti.on Ancndleemt. NOTE: op section and reverse side of form must be completed and supplemented*.pl�l(�3� appropriate, by an organization chart depicting the section or office affec�'e�d� P 300 (M347) (Rev. 11/70) PCS ' T ION ADJUSTMENT REQUEST No: �i 7 CCCo. Medical Services =_ '_r 540 Date 2/10/77 ACti eve-ccc � csL^d: Add two rrte:eediake-el m* positions Proposed effective date: Explain ;rh, adjustment is ^e_ced: To provide adequate staffing for Prepaid Health Plan Administrative Offices Estimated cost of adjust-ent: Amount: i. ��5S..��lars qd wac,•es: 2. 4.163d�4ssels: i•l st it s and cost) ; LL s49 Ld r , ..+. �• :rrs ZNCY Estimated total O $ Si nature George Degna M D., Medical Director 9 > Department Hea Initial Determination of County Administrator Date: mskrrh 1,5- 1977 To Civil Service: Request recommendation. ' oun istrator Personnel Office and/or Civil Service Commission ate: August 24, 1977 Classification and Pay Recommendation Classify 2 Clerk.positions. Study discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective September 1, 1977.- The above action can be accomplished by amending Resolution 71/17 by adding (2) Clerk positions, Salary Level 178 (634-771). Assistant Personnel ctor Recommendation of County Administrator ate: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 7, 1977. id County Administrator Action of the Board of Su arviso"s SEP os )97T yi-11justrent APPROVED ( ) on J �e: SEP og 1977R(Wl.,County C1 ft a"-v Deputy Clerk rut Adjcw,)rcat mid Petsonnet j :_5'r,•"'.tc%.i.r=1 Ani'�itr,'r�_.�. -__cion and r-- arse Of form to completed and supplemented, when i, r riai; , , za.'•on chart c_�.cting the section or office affected. f / r !: 3GO ("•, (Rev. % i 00033 S POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit sao Date 6/2/77 Action Requested: Add one Typist Clerk/Inter. Typist Clerk or Clerk/Intermediate Clerk for Pharmacy Services Proposed effective date: _Aa_W n as r- possible Explain ;)hy'. a('vs4nt is needed- To provide adequate staffing for County Hospital Pharmacy mc n ., r nzio County Estimated-cost of adjustment: ���vf Amount: 1. salaries and wages: i^?7 $ 2. F-ixed Assets: Itis.t items cued cost) f HUMAN RE-OLRCES AGENCY Estimated total $ appy Pip/ s 6 n gnan Signature George De , M_v-Jrkascal Director Dote.__ --• artment Head j / Initial Determination of County Administrator Date: July 26. 1077 To Civil Service for review and recomme On County A trator Personnel Office and/or Civil Service Commission LAte: _input 24. 1977 Classification and Pay Recommendation Classify 1 Clerk. Study discloses duties and responsibilities to be assigned justify classification to Clerk. Can be effective September 1, 1977. . The above action can be accoaplished by aneuding Resolution 71/17 by adding 1 Clerk,. Salary Level 178 (634-771). Assistant Personnel pirector Recommendation of County Administrator ate: September 2 1977 Recommendation of Personnel office and/or Civil Service Commission approved effective September 7, 1977. County dministrator Action of the Board of Su ervisors SEP 0 G 1977 Adjustment APPROVED ( ) on JJ R. OLSSON, County Clerk Date: SEP o6 1977 By:� -'a�-:�•{• �� /l 1,": f'�; Deputy Cte[k APPROVAL c,, thus adjuzabnan�t co;a-ti aez an Aplanuptia-tZen Adjustment and PeUaizne2 1CJC.uti:`Cn AmC:ldriC�tj'. NOTE: To section and reverse side of form ;nm t be completed and supplemented, when appropriate, by an oryanizztion chart depicting the section or office affected. P 300 ;1•1347) (Rev. 11/70) 00037 J , CCC D1n.'f -7 o'!cc_nore c+r POSITION ADJUSTMENT REQUEST No: Department ccco. Pled. services Budget Unit sao Date 33.414427 Add 12 full time and one Permanent-Intermittent Action Requested: Clerk/Intermedi`ate Clerk or_Tvoist Clerk/Inter- Positions lerk/Inter Positions Proposed effective date: as sggn aq possible Explain why adjustment is needed: To Provide adequate staffing for Pittchnra and nakTe�(l�ni Estimated cost of adjustment: Amount: 1. Salaros and wages: $ 2.- Feted c&ssets: (fist items and met) �= a $ Mt.;U AC-Nq Estimated total $ Jai �=_-._---- Signature Geo a De an dDirectorz Department ea r Initial Determination of County Administrator Date: m-3, 6- 1977 To Civil Service: Request recommendation. Mounty Arotor Personnel Office and/or Civil Service Commission : 2&, 197: Classification and Pay Recommendation Classify (4) Typist Clerk, (8) Clerk and (1) Permanent Intermittent Typist Clerk positions. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk and Clerk-Can be effective September 1. 1977. The above action can be accomplished by amending Resolution 71/17 by adding (4) Typist Clerk positions. Salary Level 194 (666809); (8) Clerk positions. Salary Level 178 (634-771) and (1) Permanent Intermittent Typist Clerk, Salary Level 194 (666-M). Assistant Personne rect r Recommendation of County Administrator // Date: September 2, 1977 Recommendation of Personnel office and/or Civil Service Commission approved, effective September 7, 1977. County Administrator Action of the Board of Supervisors $cP p G 1977 Adjustment APPROVED (�) on J. R. OLSSON, County Clerk Date: SEP 06 1977 By: r-�: Deputy Cleric APPROVAL o� .tkis adj"tment ccns.tbuot" an Appnopniation Adjua.tnent turd Pe.Veomle2 Raotution Amendment. NOTE: Top section and reverse side of form inub.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. ' P 300 (..341) (Rev. 11/70) 00038 SEE P300 V9893-OFFSET J POS I T I ON ADJUSTMENT REQUEST No: Department _ CCCo. Medical Services Budget Unit sac Date 4/2a/77 Action Requested: Add one (1) Permanent-Intermittent Clerk/Intermediate Clerk or Typist Clerk Intermediate Typist Clerk position Proposed effective date:as soon as possible Explain wh�_adjasstmpt is needed: To provide adequate staffing for the Clinical Laboratory.._Ser�rae C� - Estimated._cost,of d'djustment: Amount: 1. Salaries and wages: $ 2. Fixed`Assets: Iti6t .hems cuzd eoetl $ A;'r:;� `•�-- Estimated total $ Signature George Deman, M.D , Med• al Director Department a Initial Determination of County Administrator Date: July 26, 977 To Civil Service for review and recomme a =on. nt strator Personnel Office and/or Civil Service Commission ( ate: August 24, 1977 Classification and Pay Recommendation Classify 1 Permanent Intermittent Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Permanent Intermittent Typist Clerk. Can be effective September 1, 1971. . . . The above action can be accomplished by amending Resolution 71/17 by adding 1 Persstnent . Intermittent Typist Clerk. Salary Level 179 (634-771). . c/ Assistant ersonnel 01rector Recommendation of County Administrator ate: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977_ P.� County Admtm trator Action of the Board of Supervisors SEF' 06 1977 Adjustment APPROVED ( ) on J OLSSON, County Clerk Date: SEP 06 1977 By: Deputy Clark APPROVAL os -th-Ls adjustment coitist tutee an Apptopti.ation Adjustment and Petsonnef Rcsotution Amendment. NOTE: Toter 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) 00039 SEE P300 4713-oFrsyT S tr P 0 S I T 1 0 N ADJUSTMENT REQUEST No: G /S Department CCCo. Medical Services Budget Unit 540 Date 3/29/77 -1-A:ir r) Lai ermediate Clerk Action Requested: Add * Com) .lerk/Intor Tvaist Clerk/Intermediate Typist Clerk positions Proposed effective date:as soon as possible Explain why adjustment is needed: to provide adequate staffing for Richmond Clinic. o. Estimateecos�of Ldjustment: - Amount: 1. k"ed&sets: ari'K afid wages: $ 7 2. ti-t,b•t .iteme and coat) F Estimated total S 6 ••- •-� Signature George Degnan, D., Medical Director Department ea Initial Determination of County Administrator Date: April 5, 1977 To Civil Service: Request recommendation. Count trator Personnel Office and/or Civil service Commission ate: aueust 24. 1977 Classification and Pay Recommendation Classify (6) Typist Clerk positions and (7) Clerk positions. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk and Clerk. Can be effective September 1,1977. The above action can be accomplished by amending Resolution 71/17 by adding (6) Typist Clerk positions, Salary Level 194 (666-809) and (7) Clerk positions, Salary Level 178(634-771) aas Personnel , ector Recommendation of County Administrator Date: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 7, 1977. County Administrator Action of the Board of Supervisors SEF (�� Adjustment APPROVED ( ) on , 1977 J_.$ OLSSON, County Clerk SEP 06 1977 -� ) >• Date: By Deputy Clerk APPROVAL cp .t JL LS adju3-uncnt cunstitutea cu: APP%cptvlat�vn AdJusfineat ai,d Pe•%,�ciuret ReeoCution Amci.dmeYLt. NOTE: Top section and reverse side of form mm5t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00040 POSITION ADJUSTMENT REQUEST No: th0 _ Department CCco. Medical Services Budget Unit 540 Date 5/25/77 Action Requested: Cancel Hospital attendant Positions 200-82, 39; add two Central Supply Assistant positions Proposed effective date: as soon as po�ss 'bie Explain why adjustment is needed: To provide adequate staffing on our 3-Ilpm and 12-Sam shifts ` a Estimated'4:os'J;5)f,4djustment: Amount: I. Salaries aW wages: $ 2. Fixed Assets: (Zis-t.items and coet) -- AGENCY Estimated total $ Do? y I77' Signature George Degnan, M. Dfedical Director Department ea v Initial Determination of County Administrator Date: ` July 26, 11477 l To Civil Service for review and reconme: kion. `�7 4W -- strator Personnel Office and/or Civil Service Commission Date: _A.R—& 24, 3477 Classification and Pay Recommendation Classify (2) Central Supply Assistant and cancel (2) Hospital Attendant positions. Study discloses duties and responsibilities to be assigned justify classification as Central Supply Assistant.. Can be effective September 1, 1977. The above action can be accaspiished by weending Resolution 71/17 to reflect the addition of (2) Central Supply Assistant positions, Salary Level 254 (799-972) and the cancellation Of (2) Hospital Attendant, positions #39 and #82, Salary Level 217 (714-868). �nne ctor Recommendation of County Administrator Date: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County dmt stra r Action of the Board of Supervisors S tI' 0 1977 Adjustment APPROVED (�) on J. R. OLSSOI3, County Clerk Date: Scv nr, 1977 By: [T*�2; i-; 4: i,-'- t,;T_ Deputy 0-11- APPROVAL terhAPPROVAI oa tkz adjustment con t,i tuteb a: Apptopti.acLoit Adju.sttmeiLt aid Pe2aonnef nesoiu.tion Amenhzc;at. NOTE: Top section and reverse side of form muz t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) SEE P300 69848-OFFSET V v POSITION ADJUSTMENT REQUEST No: q,r SD Department CCCo. Medical services Budget Unit s4o Date �6 2 77 Action Requested: Add one Pharmacist I full time position Proposed effective date: as soon as possme Explain Why agus tent is needed: To provide adequate staffing at Richmond Clinic and County l H osz-ta ll+Rh a rma c ie s. Estimated--cosEof�djustment: Contra Ccslo County Amount: �iV` RK D 1. Salaries and wages: - $ 2. F xed;4sets: (t izt dteme and coat) Io7 r. uc CcLnty ;-,arcmm:S rctor HUMAN RESOURCES AGENCY Estimated total �!�-QMU $ Approved ,' 7 • 77 Signature George .>i► Mdical Director Doe --_ ._ Rartment Head Initial Determination of County Administrator ' Date: July 26, 1977 To Civil Service for review and recom we ion. County to strator Personnel Office and/or Civil Service Commission Date: Ausuar 2A- ,o» Classification and Pay Recommendation Classify 1 Pharmacist I. Study discloses duties and responsibilities to be assigned justify classification w Pharmacist I. Can be effective September 1;1977. - The above action cau be accomplished by amandimS Resolution 71/17 by adding 1 Pharmacist I, Salary Level 457t (1637-1805). B Assistant Personnel irec or Recommendation of County Administrator Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administratoir Action of the Board of Su ervisors Adjustment APPROVED ( ) on SEP 06 1977 ^JJ R. OLSSON, County Clerk Date: SEP 06 1977 BY:f\�l�uc Qeputy Cladt APPROVAL ,p this adj"taient eonsttZWe6 an Apphopniatiat Adjustment and Peuonnee Rese.(:uticnt 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) 00042 SEE P300 #4848-OFFSET LIK3 POSITION ADJUSTMENT REQUEST No: �7 3 Department ccco. Medical Services Budget Unit 540 pate 6/2477 Action Requested: Revise Pharmacist II classification and add twn poritinns Proposed effective date:,,_.,._,, possible Explain why-rvdjqjtment is needed: To provide adequate staffing for Pittsburg and Richmond i-RnQs .. Contra Cosia Ccun Estimated cost off' adjustment: tY Amount: RECEIVED 1. 'Salaries and wages: 2. ?.fixed-Assets: (ti6t items cold coat) �`"ii: _ j 7 0.1- HUt•.;=.. =z ,. ac= =„`y Estimated total �L 1)Signature George DegnanMedical Director lDepartment Head Initial Determination of County Administrator pate: 71111c 76r 1877 To Civil Service for review and recommen ,a on. f Countif strator Personnel office and/or Civil Service Commission f/Oate: August 24, 1477 Classification and Pay Recommendation Classify (2) Pharmacist I' positions. Study discloses duties and responsibilities to be assigned justify classification as Pharmacist I,,. Can be effective September 1, 1477. _ The above action can be accomplished by amending Resolution 71/17 by adding (2) Pharmacist I' positions, Salary Level 457t (1637-1805). Assistant Personnel,05i rector Recommendation of County Administrator pate: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 7, 1977. County Administrator Action of the Board of Supervisors SEP 06 197 Adjustment APPROVED (� on 7 OLSSON, County Clerk 0 G 1977 ' Date: By: Deputy C}e* APPROVAL o f ttLi_3 au jue.tmcj:.t ccn s ti Lute s an Applcpt iati en AdjuN-tticnt and Pvz sonnet Re-Wu ti vn Aviendaran t. NOTE: Tcp section and reverse side of forn r„cs.t be completed and suppler.ented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) SEE P300 #9759-OFFSET POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit __54o Date 3/25/77 STCR�1rlb�n C/e.c% Action Requested: Add one P.I. position Proposed effective date: as soon as uj possible CS Explai`hy�fijgtment is needed: to provide adequate staffing for Stores Department .n U v • ft- �J Estimated cosof-'adjustment: Cont,. `_c, Couriy Amount: 1. 5alarils and wages: $ 2. fixed 7(ssets: (tiat .items and coat) - = S coun-i c , t="r-`ICY Estimated total S �! y Signature George Degnan .D. Medical Director a_tl_ Department Hea Iy4tiV Dejer?ination of County Administrator Date: May 6, 1977 o ivi ervice: Request recommendation. to-unty AdminiaNtor Personnel Office and/or Civil Service Commission at . A,,gMr u� 1077 Classification and Pay Recommendation Classify 1 Permanent Intermittent Storeroom Clerk, Study discloses duties and responsibilities to be assigned justify classification as Storeroom Clerk on a Permanent--laternittent basis. Can be effective September 1, 1977." The above action can be accomplished by emending Resolution 71/17 by adding 1 Permanent Intermittent Storeroom Clerk. Salary Level 279(863-1049). essistantPersonnel Iffactor Recommendation of County Administrator te: Septenber 2, 1977 Recommendation of Personnel office and/or Civil Service Commission approved effective September 7, 1977. Countyinistrator Action of the Board of Supervisors SEP 0 1977 Adjustment APPROVED (-) on _J.--ZL. OLSSON, County Clerk Date: SEP 06 1977 By:�' Deputy Ctefk APPROVAL' C thio adjusttreiit eons•t;i-tute-s cut Appaop!ciattien Adjws.tr:ent and P6%6cnnee Resotution Amcndricnt. NOTE: Tom section and reverse side of form tru.6t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (63347) (Rev. 11/70) S /✓ POS I T I ON ADJUSTMENT REQUEST No: Department CCCo. Medical SErvices Budget Unit 540 Date 6/6/77 Action Requested: Add one Dietitian Jz r.. n Proposed effective date: —7/l/77 Explain llhy ad us ent is needed: To provide adequate staffing for Food Service Department —, c Estimated cost-of adjustment: Amount: 1. Salarie-t and wages: $ - 2. fixed Assets: (t"t .items and cob.t) MW.W'! T,'-OURZ:L5 AGENCY Estimated total r.. $ Apprvaod/- , Dole •�' -= Signature George Degnan, D. Medical Director Department Head Initial Determination of County Administrator Date: July A. 1977 To Civil Service for review and recomtsend oni j nt min'rstrator Personnel Office and/or Civil Service Commission D e: August 26. 1477 Classification and Pay Recommendation Classify 1 Dietitian. Study discloses duties and responsibilities to be assigned justify classification as Dietitian. Can be effective September..1..1977._ The above action can be accoaplished by amending Resolution 71/17 by adding 1 Dietitian, Salary Level 359 (llol-1336). essistantPersonnel Di r Recommendation of County Administrator te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7. 1977. County Administrator Action of the Board of Supervisors SEP Q g 1�'� Adjustment APPROVED �) on ,-J-,,,R. OLSSON, County Clerk Date: SES 06 1977 Deputy Clerk APPROVAL i this adjub.tmeitt coru.Litutea Zvi Appncptcat�on Adj(J.tme)Lt and Peuannet Ruv-Cuticr, Amencimcnt. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 390 (1,247) (Rev. 11/70) 0004 .SEE P30049803-01FFSET POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 4/28/77 Action Requested. Add Eleven (11) Clinical Laboratory Technologist Positions Proposed effective date:as soon as possible Explain w�yjad3*'7i'st#,nt is needed: To provide adequate staffing for Clinical 14wratory Seeryice Estimate-cosezf 4djustment: Amount: I. S41aries2 grid wages: i $ 2. Fixed $sets: (Wt s terA and coax! HUh1A4 F.c`^'"��S '`^"NCV Estimated total $ At, Signature George Degnan NO). ical Director r Department Head initial Determination of County Administrator Date: July 20> 1977 To Civil Service for review and recomame n. r r Personnel Office and/or Civil Service Commissionte: 16 1932 Classification and Pay Recommendation Classify (11) Clinical Laboratory 'technologist positions. Study discloses duties and responsibilities to be &"Igred justify classification as Clinical Laboratory Technologist. Can be effective September l; 1977. . The above action can be accomplished by mending Resolution 71/17 by adding (11) Clinical Laboratory Technologist positions, Salary Level 3B7 (1199-1458). Assistant Aersn tar Recommendation of County AdministratorZ.4ate: §Mtembe 2. 1972 ' Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Admints rotor Action of the Board ofSupervisors Adjustment APPROVED on SEP (fig taw ,J-.,R. QLSSON, County Clerk Date: SFP nc 1477 BY CsLs_I _CA ' Deputy Clerk APPROVAL c6 thu adjustment cor^-6-tUmtea an Apptopn.iattron Adjua.tme+lt and Pvtbonnet R::aa.t:ut;on Ar:ierldanera+t. ROTE: Top section and reverse side of form mue•t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) SEE P300 0848-OFFSET V POSITION ADJUSTMENT REQUEST No: _ Department ccco. Medical services Budget Unit 540 Date 512177 Action Requested: Add one Hospital Service Worker I position Proposed effective date: as soon as possible Explain why adjustment is needed: To provide adequate staffing for County jlQspital Pharmacy EstimatedLkes'--ofMdjustment: Cortro Costo County Amount: `, u ?Fr V—'F--L- 1. Salaries a63 wages: $ 2. Faxed Asset's: (.Ci.3.t items and coet) 1.='77 of $ C^:nSy P.CnimisfrvQor hur,1 ). ..7^c%!�"5 Estimated total $ A; . .d,.� c3, Signature George Degnan, M1fp. Medical Director partment Head Initial Determination of County Administrator Date: 'h„llc 2A, 1477 To Civil Service for review and recomme4aWtonCou . r nt i nYstrator Personnel Office and/or Civil Service Commission [Ate: August 24, 1977 Classification and Pavy Recommendation Classify 1 Pharmacy Assistant. Study discloses duties and responsibilities to be assigned Justify classification as Pharmacy Assistant. Can be effective September 1, 1977. The above action can be accomplished by amending Resolution 71/17 by adding 1 Pharmacy Assistant, Salary Level 239 (764-928). Assistant Personne ctor Recommendation of County Administrator Date: Sgntan}+er_7_ 7977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective September 7, 1977. County ims rator Action of the Board of Supervisors SEP O Adjustment APPROVED (� on 6 19'1 J. R. OLSSON, County Clerk Date: SEP 09 1977 By( �l� Lis r !� Ala- Deputy l 'Deputy Clerk APPROVAL c•6 this adjusttmc t coast-Uutez cul AppnwpkimtLon Adjustneat and Putsonne.£ RcsoZut ou Amends crit. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 ;!•1347) (Rev. 11/70) SH§ P300 X9791-OFFSET POSITION ADJUSTMENT REQUEST No: Department ccco. Medical services Budget Unit $ao Date 3/24/77 Action Requested: Add one Gardener position Proposed effective date: as soot, as possible Explain�hy ,adjustment is needed: To provide adequate staffing for Environmental Services ti r W ` • Esti mated-coScLn o�'7adjustmtent: Amount: 1. W-aries aW wages: $ - 2. Fi�Ced%?sets: [tia•t .ctema and coat) $ ery:.;.A;3 s souk x /AI-",Eli. Estimated total �_. $' Signature forge Degnan, N.P,, HVdical Director bct'-.- A Department Head Initial Determination of County Administrator bate: Mav 6, t977_ To Civil Service: Request recommendation. rotn:RN�ta4ytrator Personnel Office and/or Civil Service Commission D _rAnagm_21.- lall Classification and Pay Recommendation Classify 1 Gardener position. Study discloses duties and responsibilities to be assigned justify classification as Gardener. Can be effective September 1, 1977._ The above action can be accomplished by amending Resolution 71/17 by adding 1 Gsrdemr, - Salary Level 297t (1005-lloB). AssistantPersonnel.4airector Recommendation of County Administrator Date: Septemr 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. v County Administrator Action of the Board of Su r isors $tiJ 0 6 1977 Adjustment APPROVED ( } on J. R. 01.5SON,'Co1inpy Clerk Date: SEP 06 1977 By: Deputy Clerk APPROVAL ca .t1z.L5 adjm5tircrt-t cone-tUuteb an App-top.jiation Adjue-tireat and Peuonnef Re.3obitioa Amcrtdment. NOTE: Top section and reverse side of four, ,mutt be completed and supplemented, when apropri-a e, by an organization chart depicting the section or office affected. P '00 (.1-247) (Rev. 11/70) 0004 SEE P300 19791-OFFSET POS I T I GN A D J U S T M E N T REQUEST No: 61 Department CCCo. Medical Services Budget Unit 540 Date 3/za/77 Action Requested: Ada one Housekeeping Supervisor Proposed effective date: as soon as possible Explain why adjustment is needed: to provide adequate staffing for Env+rn �nPn wl CPrvirae Estimated cost of adjustment: Amount: 1. Salaries and wages: $ 2. Fixed Assets: [tint .item& and coat) < }, $ nc �,• Estimated total C=" S .0 �• ' ��T Signature George Degnan, D. Medical Director Department Head Initial 'lbeterm;Uatiion of County Administrator Date: MAV 6. 1977 To Civil vice: Request recommendation. 2� 5—untir Adof=rator Personnel Office and/or Civil -Service Commission ()fate: August 24, 1977 Classification and Pay Recommendation Classify 1 Housekeeping Supervisor position. Study discloses duties and responsibilities to be assigned justify classification as Housekeeping Supervisor.. Can be effective September 1, 1977. The above action can be accomplished by &sending Resolution 71/17 by adding 1 Housekeepin Supervisor, Salary Level 293 (900-1094). Assistan ersonnel rector Recommendation of County Administrator j' Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Supervisors SEP OG 1977 Adjustment APPROVED on J_._R R. 01:SSON, County Clerk Date: SEP 0G 1977 By: C/ e APPROVAL on' th, adjus.tmemt conz.titutC6 all Applep Liation Adju-%tinertt and Pezloiuiee R2Aoku ti.on Amendment. NOTE: Top section and reverse side of form mw.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 ((•1347) (Rev. 11/70) -SEE P300 119713-OFFSET POSITIOfd ADJUSTMENT REQUEST No: q 1 Department CCCo. Medical sErvices Budget Unit 540 Date 3/29/77 Action Requested: Add one Medical Transcriber Proposed effective date:as soon as r a.- possible EExplainWfiaM4ent is needed: To provide adequate staffing for Richmond Clinic cti v-, Esti mated=costTofr,�adjustment: Amount: 1. Salari+s and wages: 2. Fixed &ssets: (tizt .ttetm and cost) Estimated total $ Signature George REM, W, Medical Director Department Head Initial N-fi ination of County Administrator Date: April IF, 1977 To Civil Service: Request recommendation. uni istrator Personnel Office and/or Civil Service Commission date: Auftust 24. 1977 Classification and Pay Recommendation Classify 1 Medical Transcriber. Study discloses duties and responsibilities to be assigned justify classification as Medical Transcriber. Can be effective September k, 1977. The above action can be accomplished by asending Resolution 71/17 by adding 1 Medical Transcriber, Salary Level 244 (775-943). Z4, Personnel LDirector Recommendation of County Administrator Date: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977•. 6elg L�11� County Administrator Action of the Board of Supervisors SEP OG 1977 Adjustment APPROVED (�) on I , J. R. OLSSON, County Clerk SEn 06 1977 Date: By: (71,71—i" Depvty Clerk APPROVAL e4 t!u.a adjustta)iui.t const,itu.tes cu: Apptopitiation Adjcts.tme+tt and Petsjnnee Re,Oaea.(Jn Amei:dment. NOTE: Top section and reverse side of form rrto t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rei. 11/70) 00050 SEE P300 #9773-OFFSET POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 3/29/77 Action.Rtguested: Add four Diagnostic Radiologic Technologist positions Proposed effective date: as soon as Possible Explain why adjustment is needed: to provide adequate staffing for the Radiology Service Estimate6LiosJc:of adjustment: r" Amount: > ^ 1. �atariiR aad wages: $ 2. M-iedc4se�s: (tizt .i.tema curd r-04t) ytf Apt c=CU: =3 AGENCY Estimated total $ ApproZc! ' Dar77.._.__._ Signature = George Degnan, M.D. Medical Director Department ea Initial Determination of County Administrator Date: May 6:'1977 To Civil Service: Request recommendation. Count rator Personnel Office and/or Civil Service Commission D Aueu.r 2A. Io» Classification and Pay Recommendation Classify 4 Diagnostic Radiologic Technologist positions. Study discloses duties and responsibilities to be assigned justify classification as Diagnostic Radiologic Technologist. Can be effective September 1, 1977.- The above action can be accomplished by amending Resolution 71/17 by adding (4) Diagnostic Radiologic Technologist positions. Salary Level 338 (1033-1255). r AssistaJersonnel ctor Recommendation of County Administrator ///gate: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Supervisors SEP OG 1977 Adjustment APPROVED (-) on JQLSSON, County Clerk SEP 06 1977 Date: By: �1 ri-; 4 IV Deputy Cle►k APPROVAL c5 .tht z adjus.t)ren.t conet,itUteb art Anf,.7oPnicztion Adjue.:meitit and PeJtbonnef R.NoZutian Ain-zadment. NOTE: Ton section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (1.9347) (Rev. 11/70) oilo5l SEE P300 #9759-OFFSET POS I T I ON A D J U S T M E N T REQUEST No: Department CCCo. Medical Servicefiudget Unit 540 Date 3/25/77 Action Requested: Add one Storeroom Clerk position Proposed effective date: as soon as possible Explain why adjustment is needed: To provide adequate staffing for stores Department r'' cr— sal Estima�ed cV 0f adjustment: Amount: O� 1. Salar4es acid wages: 2. Med Ass6s: [fit tem6 and coat) . �c_NCY Estimated totalCovn'y _. ... $ Ap:c cam . p:x__ ' •---- Signature George De an, D. Medical Director Department Head Initial Determination of County Administrator Date: Y b. �� To Civil Service: Request recommendation. Countf Admi=tor Personnel Office and/or Civil Service Commission Drat : euisust 24. 1977 Classification and Pay Recommendation Classify 1 Storeroom Clerk. Study discloses duties and responsibilities to be assigned justify classification as Storeroom Clerk. Can be effective September 1, 1977. The above action can be accomplished by amending Resolution 71/17 by adding 1 Storeroom Clerk, Salary Level 279 (863-1049). Assistant ersonnel ctor Recommendation of County Administrator / Date: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Supervisors SEP 0 6 1977 Adjustment APPROVED on OLSSON, County_Clerk Date: SEP 0 c By,1977 Deputy-c m APPROVAL oal .thiz adjustr;en.t eoastitute6 an Apphopn.iati.ou Adju.6tment and Pe�tsonuteP ReaoZati.on Amejz&ncatt. NOTE: Top section and reverse side of form mub.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11/70) 01052 SEE P300 99791-OFFSET . - POS I T I ON A D J USTh1ENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 3/24/77 Action Requested: Add two Hospital Service worker I positions Proposed effective date: as soon as possible Explain why adjustment is needed: To provide adequate staffing for Environmental Services Estim ed r fit_. hast adjustment: Amount 1. ` l ar�4es end wages: S 2. �FixecUss&ts: fit items and coat) w - Estimated total $ HUMAN T"==UMC t.+'_z-MCY Signature George Degnan, M ., ical Director Dat _- ._.... Department HeadIl. Initial Determination of County Administrator Date: May 6, 194 To Civil Service: Request recommendation. Count trator Personnel Office and/or Civil Service Commission te: August 24, 1977 Classification and Pay Recommendation Classify (2) Hospital Services Worker I positions. Study discloses duties and responsibilities to be assigned justify classification as Hospital Services Worker I. Can be effective September 1, 1977. The above action can be accomplished by amending Resolution 71/17 by adding (2) Hospital Services Worker I, Salary Level 217 (714-Mg). Jr Assistant personnel D- ctor , Recommendation of County Administrator D6 te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Supervisors SEP OG 1911 Adjustment APPROVED (410p�) on � -- OLSSON, County Clerk SIP OG 1977 � --� - - Date: By: D;zw Cie APPROVAL o6 .tlt:% adju,5bient cons.tLtutes an Appioptiatto;i Adjm5tinent and PepouneC Rezotatto+; Ameudment. NOTE: Ton section and reverse side of form muAt be completed and supplemented, when ap ropF ate, by an organization chart depicting the section or office affected. P 300 (1�347) (Rev. 11/70) F3UO09870-OFFSET POSITION ADJUSTMENT REQUEST No: '7P7 2-- Department ccco. Medical services Budget Unit 540 Date 6/6/77 Action Requested: Add one Lead Food Service Worker and cancel P.I. Hospital Service Worker I position:':- Proposed effective date: 7/l/77 Explain p wily adjusth)ent is needed: to Provide adequate staffina for Food Service Departanent Estimatea cost.of adjustment: Amount: 1. Salaries and wages: $ 2. Fixed Assets: (tilt Ztema and coat) S. HUrAA% 7 `` Apprz. "r Estimated total Signature George De4nan, D., al Director Departme-n-t-Tiead Initial Determination of County Administrator Date: .T111M 76, 1922 To Civil Service for review and recomme on. 5= 4 `�. _- C)unty Adminisitrator Personnel Office and/or Civil Service Commission Date: August 24, 1977 Classification and Pay Recommendation Classify 1 Lead Food Services Worker and cancel 1 Permanent Intermittent Hospital Services Worker I. Study discloses duties and responsibilities to be assigned justify classification as Lead Food Services Worker. Can be effective.Septeiber 1,:1977. The above action can be accomplished by amending Resolution 71/17 bo reflect the addition of 1 Lead Food Services Worker, Salary Level 277 (858-1042) and the cancellation of Permanent Intermittent Hospital Services Worker I. position /805, Salary Level 217 (714-868). Assistant • Prsonnel J=ctor Recommendation of County Administrator Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Admiffstrator Action of the Board of Su ery-mrs SEP 06 1977 Adjustment APPROVED ( ) on SEP OG 11977 J/- R. OLSSON, County Clerk Date: By: Deputy Clerk APPROVAL -th&5 a�}u6breat consti.tu.tes an Apptopni.a.tion Adju tmert and Pezaonnee Re50i"tion Amcndmcrtt. NOTE: Top section and reverse side of form muet be completed and supplemented, when appropriate, by an organizatior chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) SEE P300 #9766-OFFSET POSITION ADJUSTMENT R E 0 U E S T No: Department ccco Medical Services Budget Unit 540 Date 3/14/77 Action Requested: Add four senior clerk positions Proposed effective date: as soon as possible Explain why adjustment i5 needed: To provide adequate staffing for Pittsburg and Oakley clini s Estimated cost of adjustment: - Amount: 1. Salaries and wages: $ 2. fixed Assets: (Gist i tema and coat) 5 HUPA.Ar! Estimated total' S y� Signature George Degnan, M.D., -1ledical Director "'aDepartment ea Initial Determination of County Administrator Date: ' May 6, 1977 To Civil Service: Request recommendtion. ount Inlator Personnel Office and/or Civil Service Commission Dita-1 August 24, 1977 Classification and Pay Recommendation Classify (3) Senior Clerk and (1) Medical Records Technician positions. Study discloses duties and responsibilities to be assigned justify classification to Senior Clerk AND Medical Records Technician. Can be effective September 1.-1977.s The above action can be aoeouplished by amending Resolution 71/17 by adding (3) Senior Clerk positions. Salary Level 280 (865-1052) and (1) Medical Records Technician position. Salary Level 308 (943-1146). Assistant eronnel D ctor Recommendation of County Administrator te: September 2. 1977 Recommendation of Personnel Office and/or Civil.Service Commission approved, effective September 7, 1977. County nistrator Action of the Board of Supervisors SEI' 06 1977 Adjustment APPROVED (j on JAR. OLSSON, County Clerk SEP 06 1977 Date: BY 1 b�'.L� Deputy Clork APPROVAL o5 thi.S a.iuetmeiet eenst.i.tutes cot App.op-ti.at&,a AdjuO.Oneat m:d Pi�,taonneC Resoeution Amerdmeltt. NOTE: Top section and reverse side of form rnua.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (1347) (Rev. 11/70) OU055 SEE P300 060--OFFSET POSITION ADJUSTMENT REQUEST No: r/ = Department CCCo. Medical services Budget Unit Sao Date 6/6/77 Action Requested: Add one storeroom Clerk Position; and cancel P.I. Hospital Service Worker I Position 315-601 Proposed effective date: 7/l/77 a Explain why a&Uus*nt is needed: To provide adequate staffing for Food Service Department �• 1 t1t G U Estimated cost of:adjustment: Amount: 1. 5alarI$ and wages: $ 2. Fixed sets: (Zi6.t .iteme and cost) S Huu•nr; aGracr Estimated total $ Dote_.� � Signature George DEgnaaTll.i ., ca irector Department Head ., J Initial Determination of County Administrator Date: Countvstrator Personnel Office and/or Civil Service Commission ate: _ .., ._ j 1977— Classificatinn and Pay Recommendation Classify 1 Storeroom Clerk and cancel 1 permanent Intermittent Hospital Services Worker I. Study discloses duties and responsibilities to be assigned justify classification as Storeroom Clerk. Can be effective September 1. 1977. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Storeroom Clerk. Salary Level 279 (863-1049) and the cancellation of 1 permanent Intermittent Hospital Services Worker I. position #801, Salary Level 217 (714-868). Assistant Personnel &rector Recommendation of County Administrator Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. CountyTl minis rator Action of the Board of Su ervi ors Adjustment APPROVED ( on SSP O 6 1q�7 JOLSSON, County Clerk SFP or, 1977 Date: By: l�i`r Deputy Clerk APPROVAL o6 .th,i.d adjus;brient eons.titaLe.s cuL Approjm,.ati.or. Adju.s.Onemt and Pet6onfle2 Re.sotution Amendment. 140TE: Top section and reverse side of form ,ru,5t be completed and supplemented, when appropriate, by an organization chart depicting tee section or office affected. P 300 (1+347) (Rev. 11/70) SEE P3 #9844, POSITION ADJUST MENT REQUEST No: Department RRA/SOCIAL SERVICE Budget Unit Date 6-8-77 Action Requested: cancel r,•isvz----5eaya2; Social Work Supervisor z 502-496103; Social Work Supervisor 1(32/40).501-496/04; Social Work P it sn7-ea7/,il,24,;6 _ ... - Proposed effective date: Explain why adjustment is needed: to offset the positions requested for the pharmacy ServiCes,Uni t s Ma result of the personnel audit of Medical Services. i'' ra Costa CountyAmount: Estimated_cos�o�adjustment: Q ContU IREC`IV�D 1. Salaries and wages: 2. Sized`Assets: (that item and coat) ice os .... -moi �'Y He'minisirc•;o; Estimated total $ '+ Signature AMU- partment Head Initial Determination of County Administrator Date: Z)-U--'AWS r Personnel Office and/or Civil Service Commission ;,Date: _August 24 1977 Classification and Pay Recommendation Cancel (2) Social Bork Supervisor I and (3) Social Casework Specialist II positions. The above action can be accomplished by amending Resolution 71/17 by caocellfng (2) Social Work Supervisor I positions 0501-03. 04 (32/40). Salary Level 423 (133801627) and (3)_ Social Casework Specialist II positions 501-24, 27, 32. Salary Level 415 (1306-1588). Cas be effective September 1. 1977. Assistant ersonne r Recommendation of County Administrator 10 te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. unty Administrator Action of the Board of Su rvisors SEE' 06 1977 Adjustment APPROVED ( on OLSSON County Clerk SEP OG 1977 Date: By• ".tom c �� !'�? Gi Deputy perk APPROVAL v5 this adjuatme►tt conetitute6 cut App7top4iation Adjub"tment wtd Pensonnee Rebotuti.on Amendment. NOTE: Top section and reverse side of form swat be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0.)057 i SEE P300 $9767 b 19768-OFFSET r, POSITION ADJUSTMENT REQUEST No: - / HRA SOCIAL SERVICE 500 4-21-77 Department / Budget Unit _ Date (� Action Requested: Cancel �� senior Clerk Positions #502-84/0,,07,21,2'7,39,41,48, and cc-503-84/05,cc.5 1,0410 anu cance -)ZTC positions #sot-91/0 ,2&;3 , ,.mr!! 4CIC SZ!�y,�j1-2q Pr osed effective dater Explain why adjustment is needed: to offset new positions requested for the Pittsburg Clinic as a result of the personnel audit of Medical Services., - - Estimated cost of.adjustment: Amount: r- r� 1. (Sala;_-es%d wages: $ 2. -Lkt5xed:lssfts: (l ibt -items and coat) Z — $ u) Estimated total , Signature � Department a Initial Determination of County Administrator Date: May 6. 1977 To Civil Service: Request recommendation.\.• nt rator Personnel Office and/or Civil Service Comission _ Any—t 76. 1277 Classification and Pay Recomendation Cancel (11) Senior Clerk and (6) Intermediate Typist Clerk positions. The above action can be accomplished by amending Resolution 71/17 by cancelling (11) Senior Clerk positions #502-04, 07, 22, 27, 38, 41, 48, 55; 503-05;.501-01, 509-03, Salary Level 280 (865-1052) and Intetee'late Typist Clerk, positions #502-03, 28, 37, 41; 501-22, 29 Salary Level 240 (766-931). Can be effective September 1, 1977. Assistant Personnel Mctor Recommendation of County Administrator ate: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County Administrator Action of the Board of Su rvisors SEP 0 6 1977 Adjustment APPROVED ) on R. 1977 , County Clerk Date: SEP 06 By:( -�t h I Gr Ic., Deputy Clerk — APPROVAL o6 .th.ia adju4tment conattitutea an APP'capnizuon Adjuat,,erit and Penaonne£ Reaotution Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropr�e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) /pro SEE P300 89904 #9805 #9806-OFFSET P 0 S ITION ADJUSTMENT R E Q U E S T No: Department social service Budget Unit 500 Date 5-10-77 Action Requested: Cancel the positions listed on the reverse side�Bor K Proposed effective date: Explain why adjustment is needed: to offset new positions requested for the Clinical Laboratory asoma rp:ult of the Medical Services Audit. -— a i Estimated ost-Sf adjustment: �._;._ ,.. Amount: 1. Sol ari@s-and wages: 2. Fiuied Assets: Int .items and co4.t) Estimated total ` "�` ^'ry? �'o Signature partment Head Initial Determination of County Administrator Date: July 26, 1977 To Civil Service for review and recommef tion. County rator Personnel Office and/or Civil Service Commission Date: Aueusc 24, 1977 Classification and Pay Recommendation Cancel (4) Eligibility Worker II; (1) Vocational Counsellor; (2) Social Worker II and (8) Social Worker III positions. The above action can be accomplished by mending Resolution 71/17 by cancelling (4) Eligibility Worker II, positions #502-334, 335. 251, 148, Salary Level 285 (879-1068); (1) Vocational Counsellor, position #501-09. Salary Level 376 (1160-1410); (2) Social Worker II. positions #501-08, 09, Salary Level 336 (1027-1248); and (8) Social Worker III, positions #501-34, 38, 77, 114; 503-37. 29. 34, 40, Salary Level 376 (1160-1410). Can be effective September 1, 1977. Assistant erson r Recommendation of County Administrator te: �spot-mhar 2..-.L92-7— Recommendation , Lo27Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. unty Administrator Action of the Board of Supervisors SEP 0 6 1977 Adjustment APPROVED (� on Ste , �_ -, County Clerk Date: SEP 0G 1977 By: ` �(�LFt_�-(=i l•.� (; kzc-Q-f Deputy Clerk. APPROVAL o6 thiz adjustment constitutes art Apptopniation Adjustment and Peasonnef Rezotution Amendment. NOTE: Top section and reverse side of form rust be completed and supplemented, when approprta e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00059 SEE P300 #9774 Z #9775-OFFSET POSITION ADJUSTMENT REQUEST No: `4713 Department )M/SOCIAL SERVrCE Budget Unit502 Date 4-21-77 Action Requested. Cance'-Sup. Clk I positions #502-85/01,13,17 and'Eligibility Worker II ✓ v positions #502-548/235,254,256,293 Proposed effective date: ASAP Explain why adjustment is needed: to offset nev positions requested for the Radiology Services as a result of the personnel audit of Medical services Estimated cost of adjustment: Amount: I. SAlarips ad wages: $ 2. F�aLd#seg: (diet item and coet) m $ �► U L_.. LLI cn > Estimated total / S W .vim' 1 '6� Signature f — Department Head Initial Determine ion of County Administrator Date: Mav 6 1977 To Civil Service: Request recommendation. rator Personnel Office and/or Civil Service Commission ate: Ana.9r 24. 1921 Classification and Pay Recommendation Cancel (3) Supervising Clerk I and (4) Eligibility Worker II positions. The above action can be accomplished by mending Resolution 71/17 by cancelling (3) Supervising Clerk I, positions #502-01, 13 and 17, Salary Level 331 (1011-1299) and (4) Eligibility Worker I, positions #502-235, 254, 256 and 293, Salary Level 247 (783-951). Can be effective September 1. 1977. Assistant ersonnel rector Recommendation of County Administrator Date: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County ministrator Action of the Board of Su rvisors SEP 06 1977 Adjustment APPROVED ( ) on _OLSSOx County Clerk Date: SEP OG 1977 By 7i .cam. /3 c Ur DePuy Cle,& APPROVAL o� .thi.b adjustment eone,ti.tat" an Appnop4i tion Adjustr.ent and Pc&6onnet R"otution Amendment. NOTE: TM section and reverse side of form moat be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11170) 00060 SEE P300 V9655-OFFSET L/ POSITION ADJUSTMENT REQUEST No: Department cr,,;a, rwr.,;rn nApa.r.prr Budget Unit59L_ Date 3-11-77 L`ir 4.n ccIlc� Z- 5,W-911V1141 C Action Requested: cancel fntermediat- 2wai6t-car ----�-oo."--- --_� Proposed effective date: asap Explain why adjustment is needed: to offset new position required in the volunteer services Officer Estimated cost of adjustment: Amount: 1. Salaries and wages: $ 2. Fixed Assets: (fiat .itema and coat) e+. _ > a W Estimated total $ ;1 c� > Signature Department. ment..'iEe d, •-. .;� InitialEngion of County Administrator Date: March 15,1977 To Civil 'Ice: q'uest recommendation. raw in r Personnel Office and/or Civil Service Commission August 26. 1977 Classification and Pay Recommendation Cancel 1 Intermediate Typist Clerk. The above action can be accomplished by mending Resolution 71117 by cancelling (1) Intermediate Typist Clerk.position ►501-03, Salary Level 260 (766-931). Can be effective September 1, 1977. Assistant Personnel RMtor Recommendation of County Administrator te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. unty m strator Action of AdjustmentthAPPoard ROKI) f Supervisors on SEP Og 1977 County Clerk SEP 06 1971 Date: By:(Tre Deputy cledt APPROVAL os this adjustment conbtitwtea an Aprywpniati.on AdjuSbnent and Penaonne£ Re.aoRl Uon Amendment: NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00061 SEE P300 #9757 #9758-OFFS POSITION ADJUSTMENT REQUEST No: Department RRA/SOCIAL SERVICE Budget Unit Date 4-22-77 Action Requested: Cancel one Eligibility work— II position #502-548/234 and ane • v Group Counselor II (p.I.) position 0570-2441801 Proposed effective date: ASAP Explain why adjustment is needed: to offset new positions requested for the stores Depept�nerf-ash result of the personnel audit of Medical Services EstimatWCOA oLadjustment: ConAmount: 1. �ed arizi aj[d wages: =' "F $ 2. Vseti: (Zcbt.i tem6 and coet) _ $ Estimated {oai� : C.-$ Signature partment Head Ili tiWvhteSgt%tdjq of County Administrator Date: May 6, 1977 Request recommendation. Countaft r Personnel Office and/or Civil Service Commission guar 44. 1477 Classification and Pay Recommendation Cancel (1) Eligibility Worker•II; (1) Group Counsellor II (Permanent Intermittent), _. . The above action can be accomplished by amending Resolution 71/17 by cancelling (1) Eligibility Worker II position #502-234, Salary Level 285 (879-1068) and (1) Permanent Intermittent Group Counsellor II position #570-801, Salary Level 336 (1033-1255). Can be effective September 1, 1977. Assistant Personnel- Ctor Recommendation of County Administrator te: septYnhpr 2, 7477 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. ty Administrator Action of the Board of Supervisors SEP 0 6 1977 Adjustment APPROVED ( ) on J. Mtssm County Clerk SFP 06 1977 Date: By: �i� Li-4 ALL Deputy Clerk APPROVAL os .th.i.6 adjustment conetitutee an Appnopniattion Adjuatment and Peneonnee. Re6ot tion Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0(1062 .SEE F100 49702 POSITION ADJUSTMENT REQUEST No: 1711 Department aRAlsocrAL sERyICE Budget Unit 502 Date 5-4-77 f � Action Requested: Cancel Eligibility itorker rl positions N 502-548/178,179,184,186 Proposed effective date: Explain why adjustment is needed: to offset new positions requested for the Environmental Services Unit as a result of the personnel audit of Medical Services EstimatQ.-Posrofb djustment: J Amount: ILLLLA 1. Safari�5 aW wages: $ r�5 ge . 2. Fixed+>Esst�s: (Cis#item and coet) L-L. C".) > i t Estimated total /S Signature '• parttn'nt ea Igiti�] Q�te�ninaition of County Administrator Date: May 6, 1977 o ivi ery ce: Request recommendation. i ator Personnel Office and/or Civil Service Commission August 24, 1977 Classification and Pay Recownendation Cancel (4) Eligibility Worker 'II positions. The above action can be accomplished by ascending Resolution 71/17 by-cancelling (4) Eligibility Worker 11, positions #502-178, 179, 184 and 186, Salary Level 285 (879-1068). Can be effective September 1, 1977. Assistant rs Ane D ctor Recommendation of County Administrator te: September 2, 1977___ Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. County in s rator Action of the Board of Supervisors 5 tr 06 1977 Adjustment APPROVED on o r+hcv 4 County Clerk Date: SFr 45 1477 By: ��) �'.<•' c.u_- (U "`E1{ Deputy Clerk APPROVAL o5 thiA adjuatment conAtZtutes on Apptop-tiation Adjuibnen.t and Peuonnef Reaoiuti.on Amefidment. NOTE: ToR section and reverse side of fort ma6.t be completed and supplemented when appropriate, by an organization chart depicting the section or offiA1 K P 300 (M347) (Rev. 11/70) See P300 #9771-OFFSET POSITION ADJUSTMENT REQUEST No: Department BRRA7SOCIAL SERVICE Budget Unit 502 Date 4-21-77 Action Requested- Cancel Eligibility worker II positions #502-548/313,45,1,59 Proposed effective date: ASAP ~ � to offset new,positions requested for the Bdspital' Explain ac+�F`tyus�nent is needed: ze pti. Center as a result of the personnel audit of Medical services V_• > Estimate cost f;�djustment: Amount: 1. Stal'ari s and wages: $ 2. Fixed sets: (fiat.items and coat) $ Estimated total Signature partmenteFf ad Initial Determination of County Administrator Date: May 6, 1977 To Civil Service: Request recommendation. County ator Personnel Office and/or Civil Service Commission .or 24- 1977 Classification and Pay Recommendation Cancel (4) Eligibility Worker II positions. The above action can be accomplisbed by amending Resolution 71/17 by cancelling (4) Eligibility Worker II positions #502-313, 45. 51, 59, Salary Le0e1-.285=(879e.-lM), can be effective September 1, 1977. AsAisitanr Personnel ret r Recommendation of County Administrator Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. county Administrator Action of the Board of Su rvisors Str 06 1977 Adjustment APPROVED ( on SEP 06 1977 County Clek. Date: By: Deputy Gak. APPROVAL o6 tILL6 adjubtment coneti.tutU an Apptoptiati.on Adju6tmett and Peuortnet ResotPuUon Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropr—iaTe, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) SEE P300 #9871, 098724937-3, -OFFSET V POSITION ADJUSTMENT REQUEST No: Department MA/SOCIAL SERVICE Budget Unit 502 pate 6-10-77 Action Requested: cancel (1) Eligibility worker ii 502-5181209 position Proposed effective date: Explain why adjustment is needed: to offset the position requested for the Food Services Department as a result of the personnel audit of Medical Services Estimat`ea.cost otiadjustment: Cc - Coe Amount: I. Salaries ',�}iid wages: S 2. Txed'Ass s: (Clef item and cosh a S u, Estimated total Signature partsent a Initial Determination of County Administrator Date: July 26, 1977 To Civil Service for review and recommen ion. / strator Personnel Office and/or Civil Service C:omission ! te: d,�..nt 7L.. 1077 Classification and Pay Recommendation Cancel 1 Eligibility Worker II position. The above action can be accomplished by amending Resolution 71/17 by cancelling 1 Eligibility Worker II, position 0502-209. Salary Level 285 (879-1068). Can be effective September 1, 1977. arson ctor Recommendation of County Administrator Date: September 2, 1977 Recommendation of Personnel Office and/or Civil Service commission approved effective September 7, 1977.. County n strator Action of the Board of Su rvisors SEP os 197 Adjustment APPROVED ( on County Clerk Date• SEP OG 1977 By - i t u tGt 44 t uopoy Clerk APPROVAL oS .thie adjue#men-t coae.t,tu ee an Appaoph.iati.on Adjustment and Peuonnet Resoeution Amendment. NOTE: Toe section and reverse side of form must be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00063 SEE P300 #9875-OFFSET V POSITION ADJUSTMENT REQUEST No: C/,1 77 Department ARAlsocrAL sERvIcE Budget Unit 502 Date 6-10-77 Action Requested: cancel (1) Eligibility worker Zr position 502-548/213 Proposed effective date: ExplainWhy�rdjuptment is needed' to offset the position requested for the i.l x Traira fg Department as a result of the personnel audit of Xedical services -- u Estimated cost of adjustment: Amount: 1. iSalaryps and wages: S 2. :Fixed--Assets: (W t itemt6 and echt) _ _ s Estimated total -", :' - -; $ Signature partmen e Initial Determination of County Administrator Date: July 26, 1977 To Civil Service for review and recommen on. rator Personnel Office and/or Civil Service Commission te: �----+ za. 1977 Classification and Pay Recommendation Cancel 1 Eligibility Worker II position. The above action can be accomplished by amending Resolution 71/17 by cancelling (1) Eligibility Worker 11 position #502-213, Salary Level 285 (879-1066). Can be effective September 1, 1977. AsAistant PbrSOnne jp"ctor Recommendation of County Administrator te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. . county Administrator Action of the Board of Su rvisors Adjustment APPRDVED ) on SEP OS _1977 county Clerk SEo ne 1977 Date: By: Deputy Clock APPROVAL of thZ6 adju6tmeit eon6.tituteA an AppAoptuttcon Adjustment and Pen.6onneL Re6otutti.on Amendment. NOTE: Toa section and reverse side of form must be completed and supplemented, when approp-iaFe, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0,9066 SEE P300 5 J97 POSITION ADJUSTMENT REQUEST No: Department ARA/Social Service Budget Unit 502 Date 4-7-77 Action Requested: Cancel the fifteen Eligibility Worker Z positions number 502-X,07,08, 09,10,13,14,17,18,19,20,23,iif *and 3� ' Proposed effective date ASAP Explain why adjustment is needed: To offset new positions requested for the Richmond Clinic as a result of the personnel audit of Medical Services. Estimatbtllcoe o>!adjustment: Amount: l 1. gaarF- Abd wages: 2. 18ixedclss0s: Int-itemb and coat) CeJn B: ice of Estimated total �Y Acrninis.rpt; $ Signaturee-, Department ea Initial Determination of County Administrator Date: April 15, 1977 To Civil Service: Request recommendation. 'Coun strator Personnel Office and/or Civil Service Coumission te: August 24. 1977 Classification and Pay Recommendation Cancel (14) Eligibility Workei I positions. The above action can be accomplished by amending Resolution 71/17 by cancelling (14) Eligibility Worker I, positions #07, #08.109, #10, #13. #14, #17, #18, #19, 020. 023, 024. #22 and #21, Salary Level 247 (783-951). Can be effective September 1, 1977. Assistant erson r Recommendation of County Administrator Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977. A County Admin strator Action of the Board of Supervisors SEP 0 6 7977 Adjustment APPROVED �) on j. it, etssou SEP 06 1977 Date: By:( �� - County Clerk T=—� r{� Ci IA"", Depvty Clerk APPROVAL oS tthiA adjustment eonatiWeb an Apphapt ati.on Adjue bnent and Peuonnet Reaatution Amendment. NOTE. Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00067 SEE P300 #9657-tiFFSET POSITION ADJUSTMENT REQUEST No: SoJ Department social service Department Budget Unit ..50g• Date 4-11-77 Action Requested: cancel and ISC, 509-101-02. Proposed effective date: ASAP Explain why adjustment is needed: to offset new Positions required in the PHP Office Estimated cost of adjustment: Amount: 1. Salaries and wages: 3 2. Fixed Assets: (Vat iteme and ecat) Estimated total Signature (..':_''- it�l/ i�•t.�.Tjp Department_ ea Initial Determination of County Administrator Date: mard-h I%- IQ77 To Civil. Service: Request recommendation: Personnel Office and/or Civil Service Comission te: 2&- ion? Classification and Pay Recommendation Canc21 (1) Eligibility Yorker II and (1) Intermediate Stenographer Clerk position. The above action can be accomplished by amending Resolution 71/17 by cancelling (1) Eligibility Worker II position #502-338, Salary Level 285 (879-1068) and (1) Intermediate Stenographer Clerk, position #509-02, Salary Level 256 (804-978). Can be effective September 1, 1977. 01 Assisffigbrtar Recommendation of County Administrator te: September 2, 1977 Recommendation of Personnel Office and/or Civil Service commission approved effective September 7, 1977- unty Administrator Action of the Board of Su rvisors SEP 0 6 1977 Adjustment APPROVED ) County Clerk Date: SEP 0 6 197 ' By 'Deputy.Clerk APPROVAL of .this adiu6tment conet4tutea an Appaopniati"on Adiubbnent and Perbonnel ReBotution Amendment. NOTE: Top section and reverse side of fora migat be completed and supplemented, when appropriafe, by an organization chart depicting the section or office "MMS P 300 (M347) (Rev. 11/70) (� POSITION ADJUSTMENT REQUEST No: -� Department Public Works Budget Unit 472. Date Ju1X13. 1977 Action Requested: Cancel (1) Associate Civil Engineer (472-02) and create (1) Senior Environmental Engineer position (472-01) Proposed effective date: 8-1-77 Explain why adjustment is needed: to more appropriately reflect the responsibilities assigned this position Estimated cost of adjustment: v Amount: 1. Salaries and wages: 131.00/month 2. Filxed Wets. (l At item and coat) LU My Estimated total s 1,441.00 Signature �n -4 partment Head Initial•DeteM nation of County Administrator Date: July 13, 1977 To Civil Service: Request recommendation. Qo�unty Adminvstrator Personnel Office and/or Civil Service Commission Date: August 24, 1977 Classification and Pay Recommendation Reclassify 1 Associate Civil Engineer to Senior Environmental Engineer. Study discloses duties and responsibilities now being performed justify reclassification to Senior Environmental Engineer. Can be effective September-.1.'1977. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Associate Civil Engineer, position #02, Salary Level 493 (1657-2014) to Senior Environmental Engineer, Salary Level 534 (1878-2282). Assistant PersonnelalreCtor Recommendation of County Administrator Date: September 2. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective September 7, 1977'. County dmin s1Ft r ' Action of the Board of Survisors SEP Q Adjustment APPROVED e ) on 0 1977 J. R. OLSSON, County Clerk Date: SEP 06 1977 By; 1 LP r �_C Depuy_Clerl;- APPROVAL of -thi.a tdjus.tmen.t coris.t,icutes afi Apptopn.i.a.ti.on Adjusttmeat and PetAonnQ.e RezoZution Amendment. NOTE: Toa section and reverse side of form mub.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. 300 (M347) (Rev. 11/70) ONO POSITION ADJUSTMENT REQUEST No: 99// c" ,/ Esc,o Department Public Works Budget Unit T5 Date 7/1/77 Action Requested: Reclassify 1 Intermediate Typist-Clerk 32/40 to Intermediate Typist- Clerk Full-time. Proposed effective date: 7/5/77 Explain why adjustment is needed: Change in division structure b increased workload due to change. Estimated-cosof4djustment: -; Amount: 1. SelariE ahQd wages: ITC 861.00 per mo. 2. Fixed 4peti: (tiai .items and coe.t)ITC 32/40 - per mo. a _ ,S: 177.00 : 177.00 r mo. Estimated total $ per Signature rias a Initial Determination of County Administrator Date: July 12, 1977 To Civil Service: Request reco n do . 4Z n imstrator c-' Personnel Office and/or Civil Service Commission Date: July 26, 1977 Classification and Pay Recommendation Increase hours of Intermediate Typist Clerk#O1 from 32/40 to 40/40. Study discloses duties and responsibilities remain appropriate to the class of intermediate Typist Clerk. The above action can be accomplished by amending Resolution 71/17 by increasing the hours of 32/40 Intermediate Typist Clerk position f01 to 40/40, Salary Level 222(725-881). Can be effective day following Board action. Assistant Personnelm=for Recommendation of County Administrator Date: Seotember 2. 1977 Recommendation of Personnel office and/or Civil Service Commission approved effective September 7, 1977.. a County Administrator Action of the Board of Supervisors SEP 06 1977 Adjustment APPROVED on J. R. OLSSON, County Clerk Date: SEP OA 1477 By: "G761L-, t Gkj �- ?6V UTY CM K APPROVAL o4 this adjurtwe zt eomstLtu,tea an Apaaopaiatti.on Adju stmt and Pe'uonneR- ReSoCution Amendment. NOTE: Top section and reverse side of form masa be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11170) 00070 0 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Approving Plans and Specifications for "M" Ward J Reroof at the County Hospital, RESOLUTION NO. 77/726 2500 Alhambra Avenue, Martinez. ) (4419-4)52) ) WHEREAS Plans and Specifications for the "M"Ward Reroof at the Contra Costa County Hospital, 2500 Alhambra Avenue, Martinez have been filed with the Board:this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for construction is $10,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and The Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class IA Categorical Exemption under the County Guidelines, and this Board concurs and so finds; and the Director of Planning shall file a Notice of Exemption with the County Clerk; IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on October 6, 1977 at 2:00 p.m., and the Clerk of this Board is directed to publish Notice to Con- tractors in the manner and for the timer uiredby law, inviting bids for said work, said Notice to be published in the MORNING NEWS GAZETTE PASSED and ADOPTED by the Board on September 6, 1977. Originator: P. W. Dept. Bldgs A Grnds cc: Public Works Department Agenda Clerk Building Projects County Inspector tvia P/W) County Auditor-Controller , County Administrator RESOLUTION NO. 77/726 00071 (Advertisement) Page 1 of 2 _t JIVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Director will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: "M-WARD RE-ROOF AT OLM HMPTTAI The estimated construction contract cost (Base Bid) is$lO,000 (Ten Thousand and Nell the- Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administra- tion Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martinez. Plans and Specifications may be obtained at the Building Project Office, 823 Main Street, Martinez, upon payment of a printing and service charge in the amount of Two Dollars and 13 100ths .13 (sales tax included) which amount shall not be refundable. ec s shall be mane payable to the "County of Contra Costa", and shall be im—al"re7 to the Public :?orks Depar.ent, 6th Floor, Administration Building, Martinez, California, 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Building Projects Office, 823 Main Street, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (103) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the Bidder will enter into a contract if awarded the work, and will be forfeited by the Bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Public 11orks Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on -or before the Octo er 6. 1977 at 2 P.M. and will be opened in public inmediately after the time due. in.the Board of Supervisors Chambers, Room 107, 1st Floor, Administration Building, Martinez, California, and there read and recorded. Any bid proposals received after the time specified in this Notice 'will be returned unopened. V72 3 Miaofilmed wish bmd aid*` NOTICE TO CONTRACTORS (Advertisement) Page 2 of 2 DIVISION A. NOTICE TO CONTRACTORS (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (SO%) of the contract price and a Faith= ful Performance Bond in an amount equal to one hundred percent (100x) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertainedthe general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file-with the Clerk of the Board of Supervisors. In all projects over $50,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may -withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By 2Z J G+" N. Tous, Deputy Clerk DATED: SEP 6 1977 ~ PUBLICATION DATES: IL 00073 Bidder DIVISION C. PROPOSAL (BIO FORM) BIDS WILL BE RECEIVED UNTIL THE fith Day of October 1977 AT 2 P.M. AT THE PUBLIC WORKS DEPARTMENT, 6th FLOOR, ADMINISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. (A) TO THE PUBLIC WORKS DIRECTOR, VERNON L. CLINE, PUBLIC WORKS DEPARTMENT: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required " labor, material, transportation, and services for M Ward Re-Roof at County Hospital in Martinez in strict conformity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administra- tion Building, Martinez, California, 44553, for the following sums; namely: BASE BID• Shall include all of the work for the construction and completion of all facilities therein: For the sum of: Dollars (S ) (B) It is understood that this bid is based upon completion of the work within Thirty (30) calendar da" from and after the date of corgnencement. Microfilmed with board oramr 00074 _. (C) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail- to. complcte the vmrk of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Twenty Five Dollars ($25.00 per calendar day for each day said wore remains uncompleted beyond the time for completion, as and for 'liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fig: the actual amount of damage. (D) The undersigned hasesamined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and undersL-ands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in malting up this bid. 00075 jjjVISION C. PROPOSAL (Rid Form) Continued (F) The undersigned hereby certifies that this bid is genuine and nor sham or collusive. or made in the interest or in behalf of any person not herein named. and that the undersigned has not directly induced or solicited any other bidder to put in a she* bid, or any other person. firs. or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. C Cash o Bidders Bond o Cashiers Check O Certified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum d dated r Addendum f dated Addenda f dated Firs By Title Address phone Licensed in accordance with an act providing for the registra- tion of Contractors. Classification and License No.. Dated this day of 19_� Rev..5/76 -12- 03075 DIVISION C. PRCFCSAL BID FORM continued LIST OF ShBCO",URArTORS:* (As required by Division B. Section A. Paragraph (c)) (Substitution of listed subcontractors: Sae Division E., Section 6, Paragraph E.). Portion of Work Mamie Place of Bidders • _l;. O90'7 7 SPECIFICATIONS FOR " WARD RE-BOF _ CONTRA COSTA COUNTY HOSPITAL MARTINEZ CALIFORNIA Prepared by BUILDING PROJECTS DIVISION PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY FILED SEP�G.19 J. L OLSON WK WARD OF SUKINISONS COSTA CO. Prepared for Public Works Department Contra Costa County Sixth Floor Administration Building Martinez, California MiorofilnMd with toad weir 00078 i TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents - Section 3 Examination of Plans, Specifications, , and Site of Work Section 4 State and County Labor and Materials Requirement Section 5 Bidding Documents Section 6 Submission of Proposals Section 7 Withdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11 Award of Contract Section 12 Special Requirements Section 13 Exectuion of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule . Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles,- and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives 000' 9 DIVISION F. General Conditions continued Section 20 Samples and Tests Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Special Conditions DIVISION H. Technical Conditions DIVISION 1 Omitted DIVISION 2 'Omitted DIVISION 3 Omitted DIVISION 4 Omitted DIVISION 5 Omitted DIVISION 6 Omitted DIVISION 7A Mw6rane Roofing DIVISION 7B Flashing and Sheet Metal DIVISION 8 Omitted DIVISION 9 Omitted DIVISION 10 Omitted DIVISION 11 Omitted DIVISION 12 Omitted DIVISION 13 Omitted DIVISION 14 Omitted DIVISION 15 Omitted DIVISION 16 Omitted -2- (Advertisement) Page 1 of 2 NVISION A. NOTICE TO -60NTP.ACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa Ccu,nzy, that the Public :dor''ks Director Twill receive bids for the furnishing of all labor, materials, equipment, transportation and services for: "M-HARD RE-ROOF AT COUNTY NOSPITAI - The estimated construction contract cost (Base Bid) ist$10,00a (Ten Thousand and Hailllitht - - ) Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administra- tion Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martinez. Plans and Specifications may be obtained at the Building Project Office, 823 Main Street, Martinez, upon payment of a printing and service charge in the amount of Two Dollars and 13/100ths 2.13 (sales tax inc u e which amount shall not be refundable. n�ec shall be mace payable to the "County of Contra Costa", and shall be m—a-Me7ir to the Public llorks Depar—,_ent, 6th F?ccr, Administration Building, Martiner, California, 54553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Building Projects Office, 823 Wain Street, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (100) of the base bid amo-,nt, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the Bidder will enter into a contract if awarded the work, and will be forfeited by the Bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Public :forks Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or before the Octbg_er 6, 1977 at 2 P.H. and will be opened in public irauediately after the time due. in.the Board of Supervisors Chambers, Rooa 107, ist Floor, Adarinistration Building, Marcinez, California, and there read and recorded. Ary bid proposals received after the tire specified in this notice • 'twill be returned unopened. Q ONS1 3 NOTICE TO CONTRACTORS (Advertisement) Page 2 of 2 DIVISION A. NOTICE TO CONTRACTORS (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (50x) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100x) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the. Board of Supervisors. In all projects over $50,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: PUBLICATION DATES: OW82 C DIVISION B. INSTRUCTION To IDDERS: The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal. and to the conditions affecting the award of contract. SECTION 1. COMPETENCE RE NIDMS: (a) License-. No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the nave of the wines or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor" page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (` (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- Ing and handl costs. SECTION 3. EXAMINATION 2E PLANS, SPECIFICATIONS. M§M gE TE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the .work, and the plans and specifications therefor. His shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials.to be furn- ished, and as co the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its Investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assume* no r+sponsibillty whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. 3- Rev. 5176 ON INSTRUCTION SO BIDDERS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for developments may not occur. Making such Informs- tion available to bidders is not to be construed in an wayas a waiver of the provisions.of this article concerning the Con- tractor a responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations ss to the actual coaditims to be encountered. (b) RESPONSIBILITY L UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is Cant toned that such utilities may include casmasication 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 exposedby careful bead excsva- C. tion so as not to damage the ducts or cables, nor cause injury to parsons, 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 F of these specifications. (c) DISCREPANCIES 2L : 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 clwi- fication which will be given in the form of addenda to all bid- ders if time permits. Otherwise, in figuring the York, the bid- ders shall consider that any discrepancies or conflict.betwaen drawings tM specifications shall be governed by Section 15 of Divis:-r. 1. of these specifications. SECTION 4. BIDDING MMWM. S (a) Bids shall be as" upon the special Proposal (Bid Form) (See DIV C tff this Specification). with all items completely filled out; numbers shall be stated both in writing and in fiiz�uses. the signatures of all persons signed shall be is longhand. The com- pleted form should be without interlinestions, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5 75 -6- INSTRUCTION TO QRS (continued) There is no guarantee or warranty. either express or implied, that the conditions-indicated are representative of those existing throughout the work, or any part of it, or that unlocked for developments may not occur. Making such informs- tion available to bidders is not to be construed in my wayas a waiver of the provisions.oE this article concerning the om- tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditioas to be encountered. (b) RESPONSIBILITY FM UTILMES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all demsge &V all bend or exploratory excavation required. the bidder is Gaut toned that such utilities my 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 awn cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful bond euays- tion so as not to dagga the ducts or cables, nor cause Injury to persons, and suitable morning 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 F of these specifications. (c) DISCREPANCIES gL . If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid fication which the will be giver shall n in the foots of addends tst o a clari- all bid- ders if time permits. Otherwise, in figuring the work, the bid- ders shall consider chat any discrepancies or conflict between drawings fnd specifications shall be governed by Section lS of Divisln% of these specifications. SECTION 4. BIDDING DD20W.f s) Bids shall be made upon the "octal Proposal (gid Form) (See ��Y•C Of this Specification). with all items completely filled out; numbers Shull be stated both in writing and in figures,_ the signatures of all persons signed shall be in longhand. The com- pleted form should be without interlinestions. alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5!7G -6- SECTION 4. BIDDING DOCUlENTS (continued) (b) bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- Bred, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. shall have lis[ad t tof Pr000sed rap then name asal noub antrresa of each subcon- tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of � of 1 percent of his total bid, in accordance with Chapter 2, Division 5, Title 1. of the Government Code. See Section 6 of Division F-of these specifications for further reference to subcontractors. (d), idder's Se it : All bids shall have enclosed cash, a ,jgcheck, SMULM -hecka corcr b;�r's b�. as 3escriE below, executed as sueyty— posa[�on authorized to issue surety bands in the State of California, made payable to "Contra Costa County", in an sswwnt equal to at least 10 percent of the amount of the bid. No bid shall be considered unless oae of the forces of bidder's security is enclosed therewith. SECTION.1. SUIMLSkM 9E PROPOSALS: Proposals shall be submitted to the Clerk of the BWd of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder in a" 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 inapz-mature opening of. or a failure to open such bid. Proposals which are not properly narked my be disregarded. SECTION 6. WIMWRAML OF PROPOSALS; Any bid nay 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 authorixed representative, for the withdrawal of such bid is filed with the Clark of the board of Supervisors of Contra Costa County. I. tee c, or C c rr at to ri hd a ac t e The w t rawl�a Dir-s not pzeud c�r � at • r to file a new bid. chis article doea not •Utborixe the withdrawal of any bid after the ties fixed in the public notice for the opening of bids. Rev. 5/76 -7. c 4ECTTON 7_ pURLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IAKFAFUIIR PROPOSALS: Proposals may be rejected if they show any alter- ation of fors, additions not called for. conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid mount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Rid Form and their order of listing on such fors shall in no way indicate the order in which the bids may be accepted. SECTION 9. COWLTITIVE BIDDING: If more than me proposal be offered by any individual, firs, partnershlp� corporation, association. or any combination thereof, under the same or different rases, all such proposals say be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agree- ment fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and my render void any contract let under such circumstances. SECTION 10, AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contrac all of which are detailed in the General Ccaditions (Division r)or other documents included in these specifications. (a) Roads (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 0INSA, SECTION 12. EXECUTION OF COMACT: The contract (example in Div. D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Satur- days, Sundays, and 1:581 holidays, together with the Contract Bonds and Certificatea of Insurance. go contract shall be binding upon the County until sane has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by his will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute &!contract and file accept- able bonds and certificates of insurance as provided herein within 10 days. not including Saturdays. Sundays, and legal holidays, after the suecessfal bidder has received the contract for execution shall be just cause for the aapulment of the award and the forfeit- ure of the bidder's security. if the successful bidder refuses or fails to execute the contract, the County my award the contract to the second lowest responsible bidder. If the second lowest respon- sible bidder refuses or fails to execute the contract, the County any 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 to awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be readvertiaed or may be constructed by day-labor as provided by State law. Rev. S/7G _9 _ DIVISION C. PROPOSAL (BID FORM) BIDS WILL BE RECEIVED UNTIL THE M. Day of 1977 AT 2 P.M. AT THE PUBLIC WORKS DEPARTMENT. 6th FLOOR, ADMINISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CALIFORNIA 94553. (A) TO THE PUBLIC WORKS DIRECTOR, VERNON L. CLINE, PUBLIC WORKS DEPARTMENT: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all recltired labor, material, transportation, and services for M Ward Re-Roof at County Hospital in Martinez in strict conformity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administra- tion Building, Martinez, California, 94553, for the following sums; namely: BASE BID: Shall include all of the work for the construction and completion of all facilities therein: For the sum of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within Thirty (30) calendar days from and after the date of commencement. (C) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Nenty Five Dollars (125.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in malting up this bid, -11- C DIVISION f,. PROPOSAL (Aid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a than bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to. Contractors. E3 Cash o bidders Bond a Cashiers Check OCertified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum# dated Addendum#! dated C Addendum # dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of , 19 Rev..5/76 •12- �° '00090 DIVISION C. PROPOSAL BID FORM continued ' LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work Name Place of Bidders C. 1 l ntnsforD- AtrlCin Or A� [wtr ct) CONTRACT tcoastractlon Agreement) (Castro Cast. County Scemders Fara) 1. I'AAIABL£S. Tkeoe variable* are iocarporated below by reference. (512,7) Parties: (rvbllc Ageacyl �Caacrac[.sJ (12) Effective Date: Iso* /k for starting date.) (63) The Mori: (/4) Completion Time. . [strike out (a) at (b) "ealesdar" or "worklq"1 W Sy [date) (►) within caluaa./vorRlmt days its. scatting data. (/S) Liquidates Damages: f oar calendar by. (/6) Phblic Agency's Agent: (Ir) Contract price f (for-unit price cestrocts: more or lou. is octordascs, with finished erant:rles at wait bid prices.) _ (Strike ars par.mthu teal material if lupllcable.) !. SYGN47DRES 1 ACAMOML£DSmEAr. Public Aosmou, 41y: (rcesident-er Chalrsoa) ' (secretary) Contractor, hereby also ockaawledtlap aware**$* of sod cempllaete wick Labor Cade 114161 cocersis41 workmen's Compensation Law. sy. (Designate alticial capacity to the bes/mesa mote to Comtraotor: (1) Esaoute mkaowledgaemt form below; and (2) if o corporn- tion, attack a oertified copy of the bylaw, or of the resolution of the Beard of Directors authorising ozeeutioo of this ao.traat and of the bonds required Lereb.— ----"-------------•----"-"-•-"-"-•----------------------------"--------------------------- g[su st Califorate ) ACmmOMLE9CPEmr (be Corporation, County 1 ) as. Pa.$....hip. ar ledlrid ua U The poraso(s) •!galas above for Contractor, known to me to Individual sad busisoso capacity ea •rated, pr.*nally app urso bola.. as today sod aekswLeped that b./Chey *secured it ad that the corporation of partnership eased above executed It. Dated: _- (SIAL) _ P.t.rr rwb:te --------------------------------------------------------------------------- ------ FORM APPROVED: J. S. CLADS[R. County Caunael, ry __Deputy (lace Rye 12i7 3 —14- (77 1. YORK CONTRACT, CRA]GES. (a) BY their elgmotwre• iw Se.tion 2, elle ct/we as the above date. [hese .+cries proeise end agrme a tet forth tw chi. cowtract, fne01Pata clot by - these weir rsacca the mate 11.1 "rariablea").tn Sse. I. (b) Contractor shall, at 6Ls bve coot and espouse, and Yea vOrk.anlik. =saner, 1.1ly and falehtully perform and con plate this rock; and will £u[nlsh all sacerlals. labor, •e rvlces sad traaapor...... .........., .......e.. sad proper to order fairly to perform .Ae req utrmata of this cesteaec, all etrictiy in accordance with the Pub Ile Amp'Y's Dian+, drawings and apecl£lcattes&. (c) This work coo to changed only with Tub lit Aslncy's prior wrltcen order sPeci[y int such .huge and ccs rose at read to by the Parties; end cAe Pub11c Agesc, sh•I,.Paver Aare to Par :ore chaa spar!,led 1: Sec. 7 r...o Yt arch a ardor. A. TIME. x0T10E TO PROCEED♦ Cegtr&Ctef &ball •cert this worb w directed 1. the ap.ci- flcattons or the !otic. to Proceed; sad shell coplepe It as opoc171.1 lW Ste. I. S. LIQUIDATED DAMAGES. It cAe Ceneeaeeer fails to ..:.late this contract sd this work rlthtn the tine fixed tb.plor, allew:.ca brigs wde lei coat ingeacaef .s provlld heteln, - he betomaa ltabl. to the Public Agency for all its loss and damage therafr... and because, [roe the nature of chs u•e, It Is and will be Impracticable sed exIreaely difficult to s ce[tatn and iia the Public Agenty'e actual damage Ira■ say delay in per in reance hereof, it la agreed that Contrsccor Will pay as 13gu1da cel loupe to the Pohl IC ASeeey the rufonable aces speci[td la Sec. 1. tAs teauIt-of the parties' reasonable eadsarer to esclute lair ave pee cosp.asatio. therefor, for each calendar day's d.lsy to Il■laking said work: and of the are ►. not paid. Public Apacy eay. !e adds ton to Ib other few dier, deduct rhe are tzom say aoa4 du• er to:*b .::'.*d!:dve Contractor under this roe- - tact• It the Pub11C Apwer.for asY .acro at.." or contributes to a delay, saspea- slea of work or •&tenslo: el M. 1tc /-Carie. sha11 be added to the time allowed I _ cegletioo, but it shall age ba p��d •salver ■er be geed to de[mac say right d Agency to lase.. for.::m-c:.. er Nlor \o reorder. Pars vac ce ooas r■moat Cede Set. ♦215, the Coteaceor =boll set be aoeeaed llgoldated drspa for delay.l: cwpletles of Lb* werk, when such delay ram cwaed by the failure of = PYb11C Agrsey sr the.sugar of a ati..tr co provide for removal of rel•eatleft of es/sting .ttlley [acilltiaa.. - - - •. fartca.TED 112COEata. The P1.■g, irar..ge ..l .p.eificati•m•, o! a■r Publfc.Aae■cr'+ z call for bila, sad Cone@ acro is ace•eeed kid for ehla web are ►groby lncorp raid Tota this contract; and Choy see Lten.ed to ce-ep rate. se that artAlgs exhibited lh the •' ...Wa ter drlwlnss and etc moatleed In ebe a.ecldcatteas, at rIca ward. is to be - eaeCYtad as it •ahibitd, motlewed •d got tett■.ig hoed, c• cM cru• isptt od eaatoo tkeraof then takes all tos■tAer, and dint omega al e.t.lom.C•:cr.gigs char• •\.11.M finally determined by Public agmoey'• Agent specified to Sec. 1. ), IAT■Ear. (a) for hl• gtrlet ad literal [wlflllsemt of these ""inane atd'ceadltler, sad as t.If cowpmaeacieg [er ol1 thif work, the Public Agency shall .ay cAe contractor tA• arm sprcl[fed la See. 1, eaeopc .bat I. .dt price Co a exact@ the .p.ymoat shall be far Il■SQeI gusaeieu• a ualt ►lt Price. - (b) On or about the first day of each saludmt mouth the Contractor.hall sob a'9 to the Prbllc Ageacy a veritled GPN ICatlse for.payment, supported by a statement $howlg9 all soe•riale getwa ly l■acaild during the pteced,:g oath, ebo Ss►0r o►■ded charge*. .■d the Coat cAe net; whosawPon. atter chaehima. t\• to►lie Ageae1 86.11 Issue to - Coat��ter • cert.,its ter chg r•Ygt Mq ni■d to be doe, •Inas 101 thereof ppwms to Cerersuat EeN Sec. S.OdT. \Yc aoc moa ill le[ec[Su Work and map ri.I have bas: . . rmooved, replaced.Qd mole Pd. L. tMME!TS wfTamELD. (a) The Public &Saocr of lto ageat mor -1abbeld amp psrme■t, of hecus. o£ Iter dl eevend evllemce wilily ell ar aq hMs"flests.for Poy■ger, to such octant and period •t !Imo anlr ms ray bt utaaaa[y to ..cert the Poblic Agency '95:.6;... ►scowe. of: (1) D.factive work Not remelted. er r■caspfgtd asrh, (2) =... filed or reasonable e.laeaCe ld,cgtlsk Probable la leg, (3) Failure to properly par subcoatraclere ee lot moterl•1 or Labor- 0 abor. _ (e) ae uomabIs doubt that the rock cam be Cegl•crd for the bales.- the■ uwpaid. .r (S) Da■aaa to another eewtracter• (b) the public Atewcy ■hall wog neaowgble llllteecm t• dlseover awJ nprt to the Can argot, •• the rod progHuta, tom ra tfrlai• •d Lbor -hick are not at{alae Noy to !t, ao a• to •sold u c nary trouble et east t. the Contractor Is ser king pd any de[ectlse work or Parta.e (C) JS calendar days after the Public Agency file@ Its neclCO at cerPlettan at the astir. (rose 2 of A) REV.. 12/7 3 C rork. ti [hall lsewe • carti(lcace to the Contractor and pay the balance o! the concrace price after d.Jact1■g all •swats withheld under this contract, provided 9.m 6%.tractor ■how■ thsc all clslea far labor mad materials have been paid. no Claire have been p self■ted t0 [A• PYb lic A5enc7 ►good an Otte of emissions Of the.Contractor, and no Ilene or wlchhold ■oticsa kora ►eon filed :6ataot the work of site, and provided there are not . at seeable l&last COS& e! dolotclve er=v lot work or of lace-retarded aecgces of lions • at elatgo asotut patueier. er r. INSURANCE. (Labor C060 113560-61)' Om •Ip1ns this contract. cestracter must give Public Asanty (1) a certificate of consent to sal!-lasure issued by the Director of Iedracrlsl Relattfao, oc (1) a c.,wtcsto of workmen's compensation Insurance issued by an aJmtctN lursar, ar p) u oaecespy Of /optical* thereof certctted by the Director /naraar, CeneraA oe.wore of or tR: and cosplloo with Labor Code Sec. 3700 and the Her. soposestles La.. 10. BONDS. as •!ping Chia contract Contractor *boll deliver to Pub11c'aSancy. for approval Lod and *efficient bende wltk ousectes, in fsornt(s) opeet[le/ in the specifi uedoaa, twrannsta� his faithful performance of this.Contract aei ►ig. payment for.all Taber saJ materials hereunder. 11. PAILURE TO PERFORM. i! the Costrattor at goy time refuses or neglects. without fault o! the Public Asaacy or its agent(•), to supply sufficient Watergate or workman to teglate this set guest mad work as provide/ hotels, for a period of 10 days or more after written notice thereof by the Public Agoaeye the Public Agency map furnish sane sad deduct ,be ragoosa►le sapaone ebereH gram the contract price. 12. LAWS APPLY. General. Both parties recepgse the applicability of various federal, ataee and local laws.amd regalatleas. especially Chapter I of:Part 7 of the California Labor Cede (he{lentng with See. 1720, and Secluding Sacs. 1733 6 1777.6 forbidding air- crtmlaaclos) and laterad that this asta m t complies therewith. The parties speciticallr stipulate that the relevant penalties sed forfeitures provided In the Labor Code, especially to Secs. 1773 6 1513, ceacmrslas prevailing wages and hours, shell apply to / this agreement as thealk fully stipulated Resale. r` 13. SJSCOMACTORS. Government Code 116100-6113 are lscerperacod Retain. - 14. PAGE RATES. (a) errs u■t to Labor Cede Sec. 1773, the gorevelog Yody of the rwbIsC Agency has ascertained the Segment, provetllsg rotes of wages per does, and for bollday and eve re Le work, Is the locality on which this mark Is to be performed. for each craft, elenal[icacloe, sr type or w"a aeeMd cue nsocase tbig contract. And sold races are as apealfleJ in %o Call ;.Or ►ids for tkta rork and are an file with thepublicAgency, and are beret' Lncerperatod berets. - lN TAIs sob eduia of wages !a bald en • worktag day of 5 heteles• ocAr[vies @patio t•d; sad cAa Ja1ly rate Is oke hourly veto erltil lila by t::':.be[ •f boors sea- stituctes the working day. when less ekan chat member of.hours are worked. the dolly wage mate to pro►ortlenaco17 reduced, het the bourly race remains as stated.. (e1 The contracear. sed ail Ate sYeenefactors. must pay at lease these races to all ptroa00 a■ this rork, /■elu0lag all tr:-*I'. subsistence. and [mimeo benefit payments . provided for ►y applluble collectlw subs stence. ts. all otbenef labor enc listen abate meet be pa!/ ac Icor the watt scale este►I LAod ►y eslloetlus'bargaining agreement [or ■Ych labor in tAe leeaIs wAere sucA rork to being performed. It It becomes aeces Wary !or ch• Cost tector ar goy subceacractor to amplay any parses to a trait. clatsifl- Cetloe or type of work (except executive, supervisory. administrative, clerical or ocher roe-manual.rosters as such) for which as minimum vase rate to specified, the Contractor ahell immediately notify the Public Agfoty which stall promptly determine the prevailing wage rsie tAetefor &NJ tueaish the Contractor with the ■lnlmon rate based thereon, which shell apply from the 2100 of the Initial esplaynest of the person affected and during she. _ coatta astf of such employment. 15. HOURS OF LABOR. Eight bout. of Taber to see calendar day coseticuces a legal Jay's work, sea ao worknaa oployed at any tins a• thin verb by the Coatcacter or by. any 6.b- cont[aetor eh.il be [saulraa Of pa tetLted to rork loag.r be SuCept as provided In L.bor code Sec.. 1610-1115. - 16. APPRENTICES. Properly Indentured apprentices may be employed on this walk In accorda.ce rite—Labor Cede S.C.. 1777.5,.and 1771-6 on non-discrimination. - (rate 1 of a) Rev. i2j73 -14b- 03091 17. PREFERENCE FOR MATERIALS. the public Agency deS[rea to promote the industries and - - aeonon7• o[ Contra Coa to County, aed the Coutractor therefore promises to use the products, workacn, laborers aed a Chanita of cYia C "sty is every ease where the price, fitness and quality are equal. - - 1B. ASSICSMEST. This agreement ►lode the heirs. successors, assigns, and represeatrives of the Contractor; but he cannot Adel$* It to whole at in Part. not any motes due eeo pace.. due uh der it, without the prior writtencompose of the public Agency and.the _ .Contractor's surety or sureties, uslesr they bave roved notice of assignment. 19. u0 RAICER BY PUBLIC AGENCY. Inspection of the mark and/or materials. or approval of nark and/or materials inspected, of stat*neot by any officer, agent or employee of the Public Aaeney laaieatln& th• work or nay part thereof complies with the requirements of - - this .con t ract, or acceptance of the whole or any part of said work and/or materials, or - pAynentt therefor, or any cosbtnattan o[ thea• acts, Shall not relieve the Costrae tar e[ hie ob ltsaclon to fulfill thtseont eget as prem eti►ed; nor shall the Public Ateney be - [hereby estopped fro■ bringing anyaetioa loo danagea er eafareenent arising [Pee the failure to.comply with Amy of chs torp and con ditlose hereof. 20. HOLD HAR.`[LESS a INDEMNITY. (a) COatracter promises to and shell hold harmless and isdesr.lfy from the liabilities as defiaed in this section. (b) The indenaltees benefited and protected by this promise are the Public Agency and Its elective and appointive boards. commissions. Offices/, agents and employees. (c) Th■ liabilities protected against are any lia►ilfty or cl�lm tot dans&* of any kind allegedly suffered, incurred or threatened bee eose of actio■• defim*d below, laeludlna personal injury, death, property damage, inverse condemnation, or say combination of these, reaar diens oI whether or not wch'llability, elalm or dawaae vas unferes esable at any rima before the County approved the imp rovameac planer aceept•d chs impraveusts ss eseplesed, and Including the defense of any suit(•) or actien(s) at low.or equity ceacerolag these. , (d) The actions causing Liability ars any act or emission fae;lisesc or ane sea lla•nt) to tonne ctioa math the.matters uvesed 1y this contract sad attributable to the eoatratt or, fwbcont ra Ctar(e). O[ any orf lea r(s), ago or emplayeo(s).of one or Nre of " the&. s - (a) Hon-Conditlone: The premise and agreement in this section is not conditioned or dependent ow whether or not any Iodessitee has prepared, supplied, or approved env plan(s) or c pecificatton(s) in connection with this work, hos lssuramee at other Indemal[icacta■ coverint any of [hese seta ts. or chat the allsgod damage reselted Partly from aq sagli- &est or utllf ul ■Lscoadect of any Iedamalte*. (Pate a of A) . -14c- Rev. 12/7 3 QN)9 . .. SECTION E Bid Conditions, Affirmative ActionRequirements Equal Employment Opportunity This Section, Pages 15 through 23, deleted because progect cost is less than $50,000 l DIVISIM F. Qmm3 i SECTION 1. Difiaitions• Wherever the follmi g teras. pronouns in place of thea, or initials of Organizations appear in the contract doeumints, they shall have the followLig sasaigp: 1 doeraeet issued y the County Owing the bidding per eh modifies, supersedes. or supplements the original contract doeirrts. • 1 � �, of OIRw t �nGal]J prepared by the contracts for submission to the Comp ilei seporte the total mrbsr of eeployees, the total eamdear of mfm- ority employs". and the peesunt minority maehaurs of total ase- hours worked on the project. The written document of agreement. exe- cuted y the ar the Contractor. - Shall seem the architect, sogioser. • oc eo-partsrrship, -* by the County of Contra Costa; as denigrated on the title onsec of tb a "ace- fications. Whoa Contra Costa County is desipated as the Esmiaesr, goginsor shall mass the public Yorks Directs, or his amtb r \ representative. � Yep individual, partnership. corporation, association. ]oma vesture, or any combination thereof. submitting " a proposal for the mock, acting directly. s sr throe a dsly author - representative. reptwentative. Shell amen the duly sleeted of appointed Off=la const cute sock a Board. who will act for rhes Canty in all natttters pertaining to the Contract. � � In ror price any chmapc�ract documents covered by abcon : ss i�ouatyt�he ' ' Wt �esr' C�tiiorliM agemL Coattaet - The coatract is comprised of the contract documents. The contract doevsnts include the agreements tactors. instructions to bidders, proposal. plans, general conditions. specifications, contract Sonde, addenda, change orders, end supplementary agreements. Rev 5176 -26- e DIVISION F. COMITIOr6 SLCrIOm 1. Definitions- (continued) CShe individual, partnership, corporation, sesoeiation, o t venture. or any combination thereof, who has entered into a contract with the County. �CChh 5h.11 ween the county of Contra Costa, a political sLna�Vlmion of the State of California and party of the first part, or its duly aothorLsed agent acting within the scope of their authority. fieldIs an imattwctian given dosing the course of the ee Seaton 1B). M -The written imstrwecio". provisions, conditions, mer regatremonts appearing m the draiaaa, and to identified thereon, lief pertain to the perfewmeme of the Norte. elms the official dcmtngs including planes, ale- various, sections, detail drawings, dLegrens, gsesraI notes, ia- farantion and sehedalas"tberaon, or exact rep-oi��ctloms.t-r f. adopted and approved by the Corney sharing tb leeatien, dyraeter, dimension, and details of the wwaorrtk ' The instruction. coma- tionsLens. eom - tions sed depicea r e;u Niem` enpertaining to the ma hods and was- ter of performing the wort, or tothe ities aN quantities of Nock to be furnished and installed under ttin contract. -or individml, asaoeiatia►, o t venture, or sanady victual. ties ; tracts with t�tor to pxform vock ae labor ne saadse service in or about the wort. The term @W6eentractors shall met include those who supply materials only. The tepr------ ive of the Contractor wbo shall be present at week site at all tin pa�fass- anee of the wort, Such SupertataMawc dell at all=ie fully authorised to receive and act upon instructions for the Architect ar his euthorlsed agents am& to esacute and direct the whet am be- half of the Contractor. AUNgM - A wrLttm agrwammat providing for altermt�, or estemsLon of the contract. gggg�� The furnishing and installing of all labor, materials, ariTles, su�Ipppplies. and equipment as specified, desig- eated, or required by mt contract. Rev. 5/76 -25- -- DIVISION F. GiMMnAL COMCInoMMs (continued) SECTION 2. sulations: A. The Contractor shall keep iwfosard of and observe, and comply with ar cause all of his aputs and sm- playa" to observe and comply with all prevsi Federal and State law, local ordirnces, and rules o" tions aria pursuant to .aid laws. Mich is ear rev alfoet fir eoaiuet of tis reef of tlio jm&gm . 1. ,All week and materials call be is fall accord- Mace with the latest ralem a"raWulations of the Uniform Suildin Cods. the State Fite Marshal, the Safety Orders of the Division of Imdastrial Safety, the National Slectrie Cods, tate Uniface Flumbing Code publiabod by the Western Plumbing officials Association. and other applicable Stats Laws or reSulatioms. Nothing In dies Flw ar Specifications 1a to be construed to permit mock mot conforming to thane Codes. The Contractor shall copies of Cads as }sb at all time dhrlsg caastrwctiam C. xWerpts. from Section 6422 of the Labor Cede of the State of California we included balm. The Contractor shall cap;y fully with this section of the labw Cede as applicable. "No contract for public Undo Involving as astimsted oapemdciwe Is emcees of i23.0g0.00 for the aacaration of my thea I cc t=ameies five feet or sere LdWtbshall be aweded 0"" it contains a clave rgntrittg stimiss"m by t1e contractor and acceptance by the awarding body or y a register" civil or htg structural eitwr, nvployed y Is aaerdisg body , to whom autbority to accept he been de , In advance of ea- cavaties, of a detail" plain shomisg dr 7s " of sharing. bast• frame sthe h�asard of caringoii durinto g� far wether peoisetiaa treneb of tranches. If such plan varies from tbs sharing wspatt_ standards astahlitbsd by the Construction Safety Orders. the plan sbell be prepared by a registered civil or strectaral aaginer. In this sacclas aball be deemed to allow the use of a abating, sloping, or protective @yet= lees effective then that required by the Construction Safety Osiers of the Division of Industrial Safety. tort liability tthhe smardiag body or my of iin this section owl be �im►"loywto �e "The tines 'pablic warts' end 'amsedLtg bony', am teed Is this section shill bare the same wairg as In Labor Code See- tine 1720 and 1722 respectively." Rev. S/76 -26- ON99 �.l DIVISION F. GENERAL COMITIONS (toatimmdd) SECTION i. Patents and Rovalties: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of my of the equipment or specialties used in the work. Certificates showing the parent of a" such licenses or royalties, and pas &its for the use of a� patented or copyrighted devices shall be **cured and paid dor by the Contractor and delivered to the County on completion of the work, if required. SECTION 4. ' igt 1. _ff Ws Respoes bilfty for Work and Public A. The : Until the formal acceptance of the work by the County, the Contractor shall have the charge and cart thereof and shall bear the risk of injury or damage to any pert of the work by the action of the elements or from any otbar cause ex- cept 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 accept- ance. a. Public Utiliti*s: ' a. The Contractor shall send proper notices, make-all necessary arrang*sants, sod perfors all other services required in the care and meint*mamee of all lie utilities. The Can- tractor ortractor shall assume all rsspomeibi ty concerning samt for which the County meq be liable. b. Enclosiinsg� or boning in, for portaetion of my public utility equipment, *ball be dome by the Contractor. Upon comple - tion of the work, the Contractor ;ball remove all eaclosures, till in all openings in masonry. grouting the same watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained in such maintained " not to interfere with the con- tinuing use of ear by the County during the satire progress of the work. SMION S. lad AM JUMM". A. The Contractor to whou the work is awarded shall within five (S) workieg s after being notified enter into a contract with the owmer on the Contra Costa County Stamdard fors for the work in accorimmce with the drawing and Specification*, shall far- nish and file at the same time labor and material and faithful per- orsamce bonds as set forth in the advertisement for bids. on a acceptable to the County. Rev. 5176 -27- DIVISION F. GENERAL C0,1MITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance ( for all his employees employed at the site of the project,. and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Ccc;pensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. ?ublic Liability and Prooerty Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-awned automobiles, with a minimum combined single limit coverage of $500,000 for all -� damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, izs officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the articles to Agreement. D. Fire-Insurance: The Contractor shall carry fire and extended coverage insurance naming Contra Costa as an additional insured during 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. C •28- o M0 DIYISIOM T. GEMERAL CWDITION.S (continued) SECTION S. NON- AND IMMIAMfi (continued) E. 921UIQM 2E Lam: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Tire Insurance. shall be filed with the Couaaty and shall be subject to County approval for adequacy of ptotectiom. All certificates shall indicate that Contra Costa Count las base named as as additional insured. These certificates shall coutais a isfan that coverage af- forded under the policies will not be eanea1led until at least thirt days' prior written notice has been given to Contra Coat& ,CountyP. ISIZONOW JM: Ons bond shall be in the amount of One Hundred percent (lOIQ) of the Contract. and shall insure the Owner during the life of the Contract and for the term of one (1) year from the data of acceptance of the work apinst faulty or improper water- Isle or wochmsaship that may be iscovered during that time. G. LCL IM- Out C Ons bond shall be in the amount of fifty percent (50%) of the Contract price, and shall be in accordance with the law of the State of California to secure the payment of all claims for labor and materials used or consumed in the ptcfermwce of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. S1o100NILCIIMG: A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recoogg aisad as such. All persons engaged in the nark will be considered as employees of the Contractor. Z. The Contractor shall we his personal attention to the ful- $llmant of this contract and sellol keep the nock under his control. When manner satisfactory to toprosecutea plater, of the work is Engineer. the Contractor shall remove such subcontractor immediately upon written_ request of the Architect or Engineer and he shall not again M employed on the work. C. Although the specification sections of this contract ley be arranged according to various trades, or general grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Rev. 5/76 -29- C OOla2 - l DIVISION F. CEtlA4 COaDITiOMS (Continued) S&IM •. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only to case of public emergency or necessity, and thea only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such amergency or necessity. E. Substitution of Subcostractors: Centractoc shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors scat be is accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beg'—lea with Section 4100 of the Gev ra•sst Code. Violations of this Act by the Contractor may subject his to penalties inch way include cancellation of contract, assessment of 10 percent of the subcontractor's bid, sad disciplinary action by the Contractors' State License Board. SECTION 7. narecrc- A. The County will designate the starting day of the con- tract on which the Contractor shall insadLatoly begin and thereafter diligently prosecute the work to ecapletios. Contractor obli- gates biaself to complete the wort an or before the date or within C the number of calendar doe, set forth is the Proposal (did Pom) for completion, subject only to each adjwatu me of tine as my be set forth in this article or pursuant to Section 21. S. If the week is not completed within the time required, d�aemmss�ga�will be sustained by the County. It is sad will be ispract- icable and aetramaly difficult to ascertain and determine the actual damage which the County will metals by reaves ad such de and it is thetsfore agreed that the Contractor will ppamty to the the son of srieay stipulated per day is the Specifieatloss for each and every day's delay is finishing the wart Moomi the ties pres- cribed. If the Contractor falls to po such liquidated damages the County say deduct the assust ther:ef from any aaey due or chat err becose due the Contractor under ens contract. C. The work shall be regarded as completed upon the date the County has ace_eeted the acme in writing. D. Written requests for contract tles extensions, along with adequate justification, shall be subsitted to the County not later than one month following the delay. E. Any woney due or to become due the Contractor, may be retained to cover said liquidated damages and sbeuld such mend not be sufficient to cover such damages. the Count shall hew the right to recover the balance fro• the Contractor or County sureties. Rev. 5176 -30- _W103 C DlVIS ON F. GENERAL COMMONS (continued) SECTION 7. TIrg OF iIOQL AND DAWfZ4: (continued) F. Should the County, for my cause, authorize a sus- pension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be downed a waiver of the claim of the County for damages for moa-complatLon of the work after the adjusted time as required above. SECTION 8, Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations as a chart form approved by the Comfy. The schdole of operations shall show the order in which the Contractor proposes to tarry out the work, the dates on which M will start sack major sub- division of the work, and the Lated dates of completion of such subdivision. When regairedc d the County. The contractor shall submit an adjusted progress schedule on the approved foes to reflect changed conditions. (Normally a now schedule will be requested when schedule is once than thirty (30) ' Myr in erree.) ACTION 9. UTILITIZS A■1 iACnmvc- A. All water used on the wart will be furnished and paid for by the Contractor. The Contractor shall furmish the necessary temporary piping from the dL*tribetioa point to the points an the - site whare water is necessary to carry as the work and upon com- pletion arpletion of the rock shell remove all temporary piping. 3. The Contractor, at his era cost, shall furnish and In- stall all meters.all electric Bd ohr apour equipment ad Wirt", all W meters. gas equipment ami ►4img that is necessary to per- form his work and shall remove the sas upon the ceapletlow of the work. The Contractor shall pay for all power, ligkt and goo wed in the construction work. C. The Contractor dell furnish, wire for, install sod main- tain temporary electric Llmut ebrmver it is necessary to provide Illumination for the prayer performance ad/or ��peetloa of the work. The lightimi shall provide smfficiast illiaimation and shall be so placed and d trLbwced that the N Sppeeccificatlama can be easily read in place where said work !a Niag ppsKsforsd. Thi tma- pocary lighting equipm�t may N moved abort het shall N maintained tbrougbout the work. available for the use of the Reginew. Project Inspector, or any other srthorimW representative of the County whenever required for inspection. Rev. 5/76 -31- 00104 AVISF. cam, r �jtjq� (Contimmed) $ ION 9. =L=LYA An ILITIES (Continued) 0. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men, These facilities shall be of an approved type conforming to the requirements of the County Realt6 hepartoemt, sad shall be weathertigbt structures with raised floor*. Structures are to have adequate light and ventilation sled door egmippad with latch or lock. oi Contractor shall service such falitttea daily, maintaining sans in a clean end asaita17 conditiau. portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities wbon so ordered and/or upon completion of work. E. the County _v_U__1� directly to the utility companies connection fees, anowasti— fees. p�ait fees, *crow fees. sad all other fees required by the utility companies sad associated With the permanent utility services. If additional fees associ- ated with the temporary services ars required they will be paid the Contractoc. The Cosaty n" for water, ;as, tale- phone uj�,},) ans and electricity consummed on the project until after the County makos written request to the utility companies that bil- lings be sent to the County. (Normally the County will mske theca requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. 1JA=: A. The Contractor shall make application for all permits, that are required for the pp+esrcfossrmee of his work by all law ordinances, rules, replatLaus, or orders, of may body lawfully empowered to make a: issue the acre and bavint jurtsdictian, and shall give all notices necessary in caaection therewith. Us Contractor is not rs��s to pay any charges associated with per- mits. (It is not the pteamt polLcey7 of the Cow"y to pay fees to the incorporated cities for poamits.) SECTION 11. COMM OF M: A. The Contractor shall ab"I vs that the County reserves the right to do other work in coomaetion with the project by Con- tract or otherwise, and be shall at all times conduct his work so as to impose no hardship as the County or oebere 0060W in the work. Me shall adjust, correct and cooriiaate his work with the work of others so that no discrepancies shall result in the whole work. 1. The Contractor shall provide an adequate work force, materials of proper quality, mad equipmpmat to properly cam on the work and to insure completion of each part in accordance with his schedule and with the time agreed. Rev. 5/75 -32- 00105 DIVISION F. GENERAL COMDITIOMS (Continued) SECTION 11. COMMET OF MM: C. The Contractor shall personally superintend the wort and shall maintain a competent superintendent or foremen at until the job is accepted by the County. This snperint �ll be empowered to act in all natters pertaining to the wort. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. unless otberwise specified. the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and seals of plot plasia, and shall check all dimensions. levels, and construction. F. Where Mork of one trade johns, or is an other rmk. there shall be so dLecrepancl or iscsmpleupoct ions when the total project is compl*ta, in waging one Mad of wmet with another, amarrigqgg orsawn Mill sot be perdtted. .Sbmld improper cork of any Grade be cowsby another which results is damn`s, or defects, the whole was affected shall be mads good by the CContractor without expense to the County. G. The Contractor shall astieipate the relations of the various trades to progress of the me. and shall see that required anchorage or blocking is furnished and net at proper times. An- chorage and blocking for each trade *ball be a part of name, ex- cept where stated otherwise. - ` H. !roper facilities @ball be provided at all time fog' access of the County representatives to conveniently examine and inspect the work. I. Watchman, at Contractor's option, shall be maintained during the progress of the work as required, at the expanse of the Contractor. J. If say subcontractor or person employed by the Cowa meter shall appear to the Exginser to be incompetent on to act in a dis- orderly or improper mummer, be shall be discbargsd immediately as the written request of the Engineer/Architect, and such pars*m shall not again be employed as the work. AMM 12, aRspemsntcn�r tom eTCE �Irt�t The following shall constitute exceptions, and the sen exceptions, to the responsibility of the Contractor net forth In Section 4. in the Instructions to Udders: A. If during the course of the work the Contractor emcant- era active utility installations whick are we shown or indicated in the plans or in the specifications, or which are found is a location substantially different from that shown, and suck Utilities are not reasonably apparent from sisual eaainetion. thea be shall Rev. 5/76 -33- 00106 DIS1ON F. NEhiAL COI�ITIO�S�Samtiauad) SECTION 12, nFc*nrc17IIM FOR SI2L (continued) promptl notify the County in writing. Where nacassat7 for the work of the contract, the Counts @hall issue a written m order to the Contractor to mke such adjustmaet, reasrangamont, repair, removal, alteration, or special handliag of such utility, including repair of the damaged utility. For the,purposes of the foregoing, "active" shall area other than abandoned, and "utility installations" shall include the following: Stamm, patrolaa product• air, chemical, water, sewer, storm water, gas, electric, and taiopbona pipe lines or conduits. The Contractor shall perfoa the work described in such written order and compensation therefor will he soda in accord- ance with Section 21, relating to chamgea in the work. Fscapt for the items of cost specified in such Sections, the Contractor shall receive no campenaatica for any other cost, damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice apecified &bows and tksreafter acts with- out instructions from the Canty, then he shall be liable for any or all damage to such utilities or other wort of the contract which arises from his operations subsequent to discovery Hereof, and he shall repair and ask& good such damoge at his am cost. Cg. If the contract rewire* e=ewatioa of other work to a stated li:it of excavation beneath the surface, sad if doting the course of the work the County orders a change of depth ur.dimsa- sions of such subsurface work due to discovery of unsuitable bearing arterial or for any other cause, thaw adjustnsat to con- tract }rice for such change will be made is accordsrwe with Sec- tion 21. Except for the hams of cost specified therein, the Con- tractor shall receive no coa*waation for nay other cost, damage, or dela to him due to the presence of such unsuitable beeriag material or other obstruction. SECTION 13. jam: A. The Contractor shall at all time pwcr..it the County and their authorized agents to visit sad inapect the work or part thereof and the shop* what @ work is is preparation. This Dila- gation shall include maintaining proper facilities sad safe access for much inspection. Where the contract rgaires vomit to be tasted, it shall not be covered up until (aspected sadavr.;vod by the County, and the Contractor shall be solely raapo"ible for notify- ing the Coun•y where and pian such work is to readiness for inspec- tion and testing Should aay such work be cowered without such test and approval, it @hall M uncovered at the Contractors ax- pense. A. Whenever the Contractor intends to ptrfors work on Saturday. Sunday, or a legal holiday, he shall give notice to the County ...,ch intention at least two working days prior to performing such work, or such other period as say be spaci- fled, so that the County may sake necessary arrangea mts. Rev. 5/76 -14- VU10'7 DIVISION F. CEHEAAL CONDITIOMS (Continued) SECTION 13. IOWECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligation$ to fulfill his contract as prescribed. York and materials not meeting such requirements shall be made good and unsuitable work or materials may be refected, notwithstanding that such work or materials have been previously inspected or that parent has been made. SECTION 14. RLIIGZIOMS OF lYT1QIAl.S: A. The Contractor shall �p. Ptly remowe from the premises all materials conduced by the County as failing to conform to the Contract, whether incorporated in the work or hot, and the Contractor shall 'ramptly replace and reesacute his oma work in accordance with the Contract and without expense to the County and shall bear the expense of making good all woe k of other Contractors destroyed or damaged by such removal. B. If the Contractor dots not remove such condeemN work and materials within reasonable time, fined by written notice, the County may remove them andtore store the materials at the expense of the Contractor. If the Contractor foes not pay the expenses of such remvmal within ten (10) days thereafter, the County may upon ten (10) data written notice, sell such materials at auction or at private w e and shall account for the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. 5=00 15. UnMKPRETAIION OF CDIRRALT gg�ras�rra: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete no. ready for use and occupancy or, if not to be occupied, operation. Any require- ment occurring in any one of the docs is is as bimdLhg as through occurring in all. B. Conflicts in the Contract Documents: In the went of conflict in the contract documents the priorities stated in su►- divisiorns 1, 2, 3, and 4 below sho�l govern: 1. Addenda shall `overs over all other contract douceents, except the County s Standard Form Agrommeat unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addends only to the extent specified. 2. In use of conflict between plans aid specifi- cations, the specifications shall govern. 3. Conflict within the plans: a. Schedules, when identified u such, shall govern over all other portions of the plans. b. Specific iotas, shall govern over all ether netem and all ether portioes of the plans. C. Larger scals drawings shall govern over smaller scale drawings. -35- Rev 5/76 0; 108 DTVI SICN F. GENF,4AL CONDITIONS (Can't.) 3:CTION IS_ I^rrERPMATION OF C9Pr ua lLMUIRpjL%IS: 4. Conflicts within theSpecifications: a. The "General Conditions of the Contract" shall govern over all sections of the specifications tacept for specific modifications thereto that my be stated In the Special Conditions. b. Omissions: If the contract documents are not complete as to any mtnor detail d a required construction system or with regard to the manner of combining or installing of parts, materials, or equtpment, but there exists an accepted trade standard for gond and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. 'ilnor detail" shall include the concept of substantially Identical coeporrnts, where the price of each such component is smell even though the aggregate cost or Importance is substantial, and shall Include a single component which is incidental, even though its cost or Importance say 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. ■tra"th, sts*, and profile of the parts or materials otherwise set Earth to C, the contract documents. SECTTON 16_ CL►RIFICJTIOIIS AlO ADDITION L I1GT MION: A. Notification by Contractor: Should the Contractor discover any conflicts, omissions, or errors In the contract documents or have smy question concerning Interpretation or clarification of the contract de. Is. or if It appears to his 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 Imedistely notify the County In writlttg through the Construction Supervisor, and request Interpreta- tion, clarification or furnishing of ddltioal detailed instructions cencorning the work. All such questions shall be resolved and instructloos to the Contractor Issued within a reasonable time by the County. whose decision shall be final and conclualve. Should the Contractor proceed with the work affected before receipt of Instructions from the County. he stall tmove and replace or adjust any work which Is not In accordance therewith and he shall be responsible for any resultant dam rs, defect or added cost. D. Field Orders: During the course of the work tta Architect and/or Engineer may issue Field orders regarding the work. Those Field Orders will supplement the Pians and Specifications in order to clarify the intent of the contract documents by adjustment to meet fteid coneitions 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 tine or price for the work covered by the Field Order, unless a Change order has been issued. C. change orders: Sea Section 21, this Division. R-12/72 03109 DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND RVERENCE STAIDAM A. Product Designation: When descriptive catalogue designattoas, including manufacturer's name, product brand name, or model number are referred to in the contract documents, aucb desigsatloss shall be considered as beteg those found in industry publications of current issue at date of first invitation to bid. B. aefereace Staadarb: Am standards of the iederaL Government, trade societies, or trade associstieae are referred to is the contract documents by specific date of issue, the" OM LL 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 EMP"9 1r: A. Material shall be new and of quality specified. When not particularly specified, material shell be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of anterial. Price, fitness and quality being equal, preference shall be given to products made in California, is accordance with Seccioa 4380 at seq., of the Government Code, State of California. It. Mechanical squipmest, 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 uscrating.• The County will, whom desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Item damaged during delivery shall be rejected. C. Wherever the name or bread of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor dasLves to use say other bread or manufacture of equal quality and utility to that specified, he &bell 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 Rer. 12/72 —37- C JIYISI(%F. t:FRAL Cc ND IT 10% (con't.) c_Tlcr; Id, 'ATE�ttaLS. ARTICLES_ AND EQUIPVIT: (Con's.) that specified. bequest for substitution shall be made In ample time for tt., County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shell consist of adequate sire 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 coats and naintenance provisions and experience or other data as required by the County. The Countv's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests •or substitutton will onig be considered when offered by the Contractor with the reason for substitution. 'Allure to submit competent evidence ax 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 be as to Insure a speedy and uninterrupted orogress of tFe 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 damsit or loss by wwt',er or other caw". E. Within fifteat (13) days after tie slinlK of the Contracts the Contractor shall submit for ae"rerel to the County a romslate list of all materials it is proposed to use under this Contract. which differ In any respect from �stertals specified. This list shall Include all matertals which are nropoaet 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 fore for the material or materials which are submitted for approval or substitution, together with the fiSures In bbd form of the specified material or materials for which substitutions are proposed. In case a substitute Is offerdd and accepted as approved equal to matarlals specified. the test of which In less than the coat of the material or equipment specified, than a credit shall be taken for the difference between the two costs to order that the County shall obtain whatever benefits may be derived from the substitution. Fallure to propose the substitution of amy article within thirty-five ()S) days after the signing of the Contract may be damped sufficient cause for the dental of request for substitution. -;CCrioN 19, SHOP DRAWIfCS. 1]fsCRIL2IYE IL'L_ SAMfLLS. A1.2Ek1fAI1Vg5: A. The Contractor shall submit promptly to the County. so as to cause no delay In the work, all "hop drawings, descriptive data and samples for the various trades as required by the specifications, and offers of alter- natives. If any. Such submittals "hall 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 C 0111 DIVISION F . GENERAL COMDITIOMS (Con't.) $ECTION 19. SHOP DRAWINGS DE$CIIFTrWE DATA, iA1fL :5, ALTM MTIV Q: (Con't.) &. The Contractor shall submit to the Commty shop or diagram drawings in the number of copies as requtred in submittal schedule, or five (S) copies if no schedule is included in these docuaaats. The drawisgs shall show completely the work to be dome; say error or oaiedfan shall be Node good by the Contractor at his own expense, eve though the work be !assailed before same becomes opparoot, as approval by the County covers &moral Lmyewt Only. Fabrication, details sed inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit auto of mosmaUcturer's brochures or other data required by the specificatiums in tb* ager of copies as required in subaitcal schedule, or five (S) copies if no scbeiwle is iaelsdad in rho" docummnts. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of tranaalctal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles. materials or equipment uroqutrod by the apoelficatteas. The work shall be In accordance with the eppreval of the samples. Seeping SMII be roved from County property whom directed. Sala net removed by the Contractor, at the Comety'S opti-,n. will become the property of the Carty ar will be removed or disposed of Sy the County at Contractor's •spumes. L. Altersatives: her cmamoatemco is dedtaaatlom on the plans or in the speclfirstleaa, comate Notarial*, articles, er eNalpmsmt mer be designated by a breed er trade maem er the NOW of the nsamrtedtwrer tsgmth*r with catalog de ilgmatiea or OCMT Idaatifylmg tmfOve tten, hwetnafter referred to generically as "deslgmeced by breed mom". be altornattve material, article, or equipment which to of equal Reality sed of the required characteristics for ted purpose Intensdod may be proposed for moa provided the Contractor cmeplfed with the following r*wtromeate: 1. The Contractor *hall sn"It kis proposal for as alternative in writing within the time limit doslgmstod So the specifications. or If met designated, than within a period which will tonne no delay to the wort. 2. No such proposol will be considered umleee accoSpamtod by completo Information, and descriptive data, meCedeary to determine the equality of the offered materials, articles, or equipment. Samples Shall be provided when requestod by the Canty. The Contractor shall aote 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 ratters. In the went that the County rejects the use of such alternative material:, articles, or equipment, then one of the particular products designated by brand name sha:l be furnished. Rev. i2i 72 -39- 00112 Aivis!P,:f, CESE:.AI_ cL.,oiriuKs (Coni.) S,CTIL-:: 19, S4cP DRAWM.S. DATA, SA4FLi5, ALT?dNATIVES: (Con't,) The County will examine, with reasonable promptness, such submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibtllty for deviations and alternatives from the contract olans and specifications, nor shall It relieve his .`ram responsibillty for errors in the submittals. A failure by the Contractor to Identifv In his letter of transRlttal 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 requlred. 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 shell not be made without the consent of the County and shall be made without additional cost to the County. SECTICN 20, SAMPLES AND TESTS: The Countv reserves the right at its own expense to order tests of any part of the work. If as a result of may such test the work is found unacceptable, it will be rejected and any additional test required C 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 amyl• 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 our 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 1. CHANCE ORDEES: 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 plana and sp^_ciflcations will be made without authority in writing from the County. Clanged work shall be performed in accordance with the original reouiresents of the Contract Documents and previous fully executed Change orders. A Change Order may adjust the contact pries either upward or down- ward In accordance with either or a combination of the following bases, as the County may elect: (1) on a lump sum basis as supported by breakdown of estimated costs. Rev. 12/72 , 00113 DIVISION f• GENERAL CONDITIONS (Can't.) SECTION 21. CHANGE ORDIAS: (Con'c.) (2) on a unit price basis. (3) On a cost-plus basis in accordance with the following conditions: (a) MAR[-UPS: 1. For work performed by Elsa General Contractor an amount equal to the direct cost (as defined herein) of the work plus 15%of Vw direct coats for overhead and profit. 2. For work perform" by a sm►-contractor an amount equal to the direct costs (as t of the work plus 20% of the direct costs for overhead and profit. (Suggested breakdown: 15% to the sub-contractor, 5% to General Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs es fined rein) of the work plus 25% of the direct costs for cverhsad and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to General Contractor.) 4. In na case will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiers actually existing. 5. For deleted work the mark-up shall be 10% of the direct costs or the agreed upon estimate thereof. (b) DIRECT COSTS: 1. Labor: The cases for labor shall include any e"loyer payments to or on behalf of the workman 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 perform". 2. Materials: The actual cost to the Contractor for the maceriaLs directly required for the performance of the changed work. Such cost of materials may include tba cost of procurement, transportation and delivery if necessarily Incurred. If a trade discount by the actual supplier to available to the Contractor, it shall be credited to tbm County. If the materials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. Rev.12/72 Rev' —41— W114 � DIVISIONF. GENERAL CONDITIONS (Con's.) SECTION 21.- CHANGE ORDERS: (COn't.) 2. Materials: (Can't.) If, in the opinion of the County, the costof 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 deer advisable, and the contractor shall have no claims for costs or profits an material furnished by the County. 3. ui pent: The actual cost to the Contractor for the use of quipment 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 equipmenttothework 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, than loading and transportation costs will be paid in lieu of rental time therefor. Mowever, 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 - iY rtes of equipment having a replacement value_f 51.000_r 1_as considered To be tools_r small eguipmeat. and no payment will 6a made therefor. , For equipment owned, furnished, or rented by the Contractor, no cost therefor shall be recognised 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 "a of equipment as met forth above shall constitute full compensation to.the Contractor for the cost of fuel, power, oil, lubricarioa, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of say 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. Rash estimate for a change in the work submitted by the Contractor *hall state the amount of extra time that he considers should be allowed for making the requested change. Rev. 12/72 -42- 00113 7 DIVISION f. GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) (d) RECORDS AND SUPPORTIVE UWOWATI0N: (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 #bowing men hours and material quantities required for cost plus work. The Contractor shall use a fors a4roved or provided by the Cowaty. The form will be filled out in duplicate and the County's inspector will review and attach his atgrovins signature to the fors on the jjX the work Ls performed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE 10 AGREE ASTO 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. 12/72 —43—. 00116 DIVISIOYF. GENERAL CONDITIONS (Coa't.) SECTION 22. LABOR: Every part of the work shall be accomplished by workman, laborers, or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTIGN 27, OCCUPANCY BY THE COUMTY FRIGR i0 ACCOU14CE: The County reserves the right to occupy all or any part of the project prior to completion of the wort. upon written order therefor. In such event, the Contractor will be roll~ 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 rellere the Contractor of responsibility for correcting defective work or oatorlals taund at any tlme before the acceptance of the work as set forth In Section 2L or during the guaranty period after such Cacceptance, as met forth In Section 20. SECTION 24, PRESERVATION AND CUOIMG: A. The Contractor shall protect and preserve the work from all damage or accident. providing any temporary roofs. window and doer coverings. boxings or otbw construction a required by the County. This shall include any adjoining property of the Canty and others. S. The Contractor shall properly clean the work as it progresses. AN directed during construction. rubbish shall be removed. and at completion the vital* work shall be cleaned and all temporary construction, gwipmeat and rubbish shall be removed from the site, all being left In a clean and proper condition satisfactory to tIeCounty. SECTION 25, PAVMV1r OF FEDERAL OR $TAIL TAM: Any Federal. State or local tax payable an articles furnished by the Contractor, under the Contract, shall be included In the Contract price and paid by the Contractor. The Canty will furnish [mise Ta: Exemption Certificates to the Contractor for any articles which are required to be furnished under the Rev. 12/72 -44- 00117 1 DIVISION F. GENERAL CONDITIONS (Can't.) SECTION 25. PAYWSr OF FEDERAL OR STATE TAXES: (Can't) Contract and which are exempt from Federal Excise Tat. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it s shall have bean completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. D. In j allowance work so allance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and 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, guscantee forms, parts list, schedules. tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 21. �IMAL PAYltdNT AMD dAIYEY TO CLAIliS: After the official acceptance of the work by the Coumty. the Contractor shall submit to the County, on a farm acceptable to the County, a request for payment in full in accordance with the contract. The fors "Statement to Accompany Final Payment" (Page K9 ) shall be completed, signed by the Contractor, mad submitted to the County with the final payment request. SECTION 28. GUARANTEE: A. The Contractor hereby unconditionally perautees that the work will be done in accordance with requirements of all com- tract, mad further guarantees the +wok of the contract to be amid remain free of defects in workmambip and materials for a period of one year from the date of acceptamice of the costrect, unless a longer guarantee period is specifically called for. The Costrector hereby agrees to repair or replace any and all work. ta{ether with any other adjacent work'Which may be displaced in eo &Din . that may prove to be not in its workmemahip or material within the Bras- autee period specified, without any ompease whatsoever to tbs Commity, ordinary wear mad tear and unusual abwm or neglect excepted. g. Contract bonds are in full farce and effect during the guarantee period. C. The Contractor further agrees, that within 10 calen- dar days after beans notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- C Q1yISIOD F. (Can't) $=lop 2 (can't.) defects in this Now be will c.mmomice ad prosecute with Jr diligence all work necessary to fulfill the terms of this suarantes, and to Complete the work witiin a reasonable period of time. sad in the avant is falls to se Comply. be Joss heray authorise the County to Proceed to bwe mach work deme at the Contractor's expanse and he will Pay the cost tiarwof upon da- msel. The County dhall be entitled to all costs. unlading reasonable attorney's fess. necessarily iscusrad upon this come tractor's refusal to Pay, the above costs. iaowitbstamdimg the foragsiatwapwb, in the event of an muetnt gay cosatit ting om Immediate hbaassaarsad to the health or safety of the Corey's employees, Property, or liar othe County neNotice s mat the �astsaetac coed tion wbma it wee carved by work .9 tie Contractor net being is accordance with the its of this Contract. D. The general contractor and each of the listed sub- contractors sha11 emocats and furnish the County with the stawdmrd notes form. Rev. 5/76 -46- I 0, 119 F-1l1XMF'LE' CDARAKlC6 FOR CONTRA COSTA CDOITT RUIIDIRC MAITIRiZ, GLI"ORMU We hereby guarantee to the County Of Contra Costa the of Yee which we have installed in the baa of Rai ding California, for year (s) use from date of filing oft copletion notice in the O i�ce of the County Recorder. We agree to repair or replace to the satisfaction of the Comsty any or all such work that nay prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or maglect amcpted, together with any other work which may be damaged or displaced is as doing. If we fail to comply with the above rationed conditions within a reasonable time after being notified in writing, we, collectively and speratelys do here" amthsrize the owner to proceed to have the defects repaired and meds god at ems *Opens* and we will pay the coats sad charges therefore immediately upon demaad. this guarantee covets and includes any special terms, Including time perieda, specified for this work or materials in the plans and specificatioss for this pcsject. This guarsato supersedes say pt wines guare"ase we have ands for this particular project. SURCONTRACTOR Data: (Affix Corporate Seal) GCXEP,AL CONTRACTOR Date: (Affix Corsorate Seal) NOTE; if the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47- 4�124 . L cx4mP�r� FORM STATEMENT rO ACCUPWANY FINAL PAY-IM To: Contra Costa County Public Works Department County Administration ]building Martinez, California ■e: Final Payment (Project) Dear Sir: The undersigned Contractor represents sad agrees that the final pay includes herain all claim and demands, of vbeterer nature, which he hes or may have against the County of Centra Coats In comsectioo with the contract to construct the above-tatitled project, and that payment by the County of the final estimate shall discharge and release it from may sed all cLaLma. The undersigod hereby certifies that all wa4, labor, ad materials on thin project have been furnished ad purchased La fell compliance with the contract and with all applicable Iowa ad re"I&CLoaa. , The uodersigmed *Estes that his claim for ft"I payment U true and correct, that no part has been theretofore paid, sad that the aunt thersis is justly due. I declare umeer penalty of perjury that the for"wiag is tree sad correct. Dated , at (City) California. Rev. 12/72 -48- a►121 N Ward Re-Roof County Hospital DIVISION G DIVISION G. SPECIAL CONDITIONS: 1. Water and electrical power are available and may be used by the Contractor's forces at no cost to the Contractor. The Contractor shall provide approved connections to utilities and shall reprove same at completion of work. 2. The Contractor and his forces may use the public toilet facilities at the hospital. Contractor shall leave these facilities in as clean a condition as received. 3. All work shall be accomplished in strict compliance with all applicable building codes, ordinances and regulations. 4. If during the work the Contractor or his forces mar, damage, or deface County property, such shall be Cleaned, repaired, replaced, or otherwise restored by the Contractor to substantially original condition at no cost to the County. 5. The Contractor shall maintain a clean and protected operation. 6. All installations shall be per the respective manufacturer's recommendations or these specifications and the higher standard shall prevail. 7. Building Permits will be obtained by the County at no cost to the Contractor.' Contractor shall obtain all other permits and licenses required. 8. No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a time agreeable to Owner with two (2) working days notice. 9. 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. 10. Any questions regarding the project will be handled by the Building Projects Division at telephone 372-2146. 11. Inasmuch as this project is less than $50,000, the formal requirements for an affirmative Action Plan, Section E of General Conditions are WAIVED. 12. A pre-construction conference will be held by the County with the Contractor prior to commencement of any work. 13. 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. 14. Parking shall be available in public parking lots and near by streets on a space available basis. ��(����� 15. Contractor shall be responsible to maintain interior of building free QWc2 water leaks during the course of the work. The roof shall be made water tight at ech of each working day. 49. M Ward ReRoof County Hospital DIVISION 7A DIVISION 7A - MEMBRANE ROOFING 1. Inclusion of General Conditions The General conditions and general requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. Scope: A. Work Included: The work includes but is not necessarily limited to: removing existing roofing material and flashing and replacing with new membrane roofing as shown on the drawings and as specified herein. Supervision for removal and replacement of sheet metal work in con- nection with this work is in this section. B. Related Work in Other Sections: Sheet Metal Work 3. Codes and Standards All work shall meet or exceed the applicable codes, regulations and ordin- ances of the City of Martinez and State Health Department. 4. Roof Type and Materials Manufacturer: A. Built-up roofing, base flashing, counterflashing, and flashing to metal work and roof penetrations shall all conform to an approved manu- facturer's 20-year bond specification and flashing endorsement suitable for this specific application. Roof bond and flashing endorsement are not required. Roofing materials and application shall be Johns Mansfield No. 404, or approved equal. B. Roofing shall be Class B Underwriter's Laboratories Approved. C. Roofing materials shall be furnished by a nationally recognized manu- facturer specializing in the manufacture of roofing materials. Contrac- tor shall receive approval for substitution from the Engineer before pur- chasing any materials. S. Preparation of Surfaces: A. Remove entirely all-'existing roofing,. gravel, flashing, gravel stops, roof drains, and dust from the existing roof deck. 6. Equipment: A. Equipment shall be in first class conditfon Equip kettle wi static temperature control with automatic shrtaff APy vwrk overheated asphalt mea be Ph y rejected dy they Engineer. • M Ward Re-Roof Cqunty Hospital DIVISION 7A DIVISION 7A - MEMBRANE ROOFING (continued) 7. Application: A. Inspection: Examine roof decks and other surfaces to receive roofing. Cover large cracks or knotholes with metal and sweep surface clean. Roofs shall be dry and free of defects or irregularities that may jeop- ardize the quality of the work and no roofing work shall be done on the affected areas until suitable corrections have been made. Inspect and approve the installation of all sheet metal work in connections with roofing. Roofing shall not be applied until roof deck has been inspec- ted and approved by the Engineer. B. Responsibility: Nothing in the drawings and specifications shall be construed as relieving the Contractor of responsibility for the water- proof quality of the roofing work. 8. General Installation: Notify Inspector 2 working days prior to start. A. Asphalt: Apply asphalt at a temperature between 3750 and 450o F. Do not heat to temperature higher than 4500 F. B. Sheet Metal Work: All metal flashings shall be primed with asphalt primer and allowed to dry before roofing materials are applied. C. Outlets: Set drain outlets below roof deck surface to permit free flow if 'water and to prevent forming water dams at rims. Seal roofing around drains and fill metal base of ring-type drains with flashing compound. After roofing is applied, install ring and tighten. D. Vent Pipe Flashing: Set flange in asphalt on first layer of felt. Nail flange 4" on center and seal with a 6" strip of Yellow Jacket Glass Fabric, set in asphalt. Follow with of felt to fit around vents and overlap the flanges 6" on all sides applied in asphalt. After felts are applied, form a cant of plastic cement around base of vent. E. Flashing Pan: Where projections extend through the roof surface, install minimum 3" high collar with 6" flange. Install flange on top layer of base felt in flashing compound. nail 4" on center. Seal with 6" wide strip of YELLOW JACKET Glass Fabric set in asphalt. Cut 2 collars of felt to fit snugly around collar and extend 6" and 12" beyond edge of flange applied in asphalt. Fill the inside of co-lar with flashing compound. Cant the flashing compound around projection above the level of outside rim. 9. Clean Up: The Roofing Contractor shall at all times keep the premises free of roofing waste materials, rubbish, unused tools and equipment. UO121, • M Ward County Hospital Division 7A Division 7A - MEMBRANE ROOFING (continued) 10. Guarantee: Contractor shall furnish to the Owner a written guarantee that roofing and flashing installations are guaranteed to be watertight and free from defects of materials and workmanship for a period of two years after thedateof acceptance of the building by the Owner. Bulging or wrinkling of built-up roof surfaces shall be interpreted as a defect. All,defects shall be cor- rected by the Contractor'without cost to the Owner. 4 - '�� N WARD • County Hospital DIVISION 7B DIVISION 7B - FLASHING 6 SHEET METAL: 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE: The General Conditions, and General Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE: A. Work Included: The work includes, but is not necessarily limited to, the furnishing and inhalling of all sheet metal work for the building complete. B. Related Work Not Included in this Section: Painting of new facia will be by County, After the project is accepted as complete. 3. REFERENCES AND STANDARDS: Sheet metal work shall be fabricated and in- stalled in accordance with the "Architectural Sheet Metal Manual", A.I.A. File No. 12-L, of the Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACCNA), latest edition, unless detailed otherwise. Materials shall be in accordance with the specifications and standards of the American Society for Testing and Materials (ASTM) as hereinafter re- ferred to, latest editions. 4. FIELD MEASUREMENTS AND TEMPLATES: Contractor shall secure all field measure- ments required for proper and adequate fabrication and installation of the work covered by this section. Exact measurements are"the Contractor's re- sponsibility. 5. MATERIALS: A. Galvanized Sheet Metal: Galvanized iron or steel sheet, conforming to ASTM A525-67 or -67, as required, with minimum zinc coating of 1.25 oz.sq.ft. and 0.2% copper bearing. Sheet Metal shall be /26 guage. B. Solder: Solder for sheet metal shall be Grade A conforming to ASTM 632- 667, composed of 50% pig lead and 50% block tin, warrented pure. No remelted or reworked solder shall be used. 1. Flux: Shall be muriatic acid killed with zinc or an approved brand of soldering flux. Flux shall be thoroughly washed off after soldering is completed. r 53. M MRD CQUM HOSPITAL DIVISION 7 DIVISION - FLASHING b SHEET METAL THERMAL 6 MOISTURE PROTECTION C. Straps: Steel straps and miscellaneous fastenings, where required shall conform to ASTM A366-66, ASTM A415-64, or ASTM A425-64, com- mercial quality mild steel. Straps and other fastenings shall be fabricated as detailed and shall be hot-dip galvanized after fabri- cation in accordance with ASTM A123-66a or ASTM 153-67. as applicable. j D. Nails, Rivets and Fastenings: Nails shall be hot-dip galvanized case- hardened c—o—nc—re—t—e -n-alls over concrete and galvanized roofing nails over wood, of required lengths. -Where sheet metal is built in over roofing materials or yther sheet metal, use nails with P tinned discs. Rivets shall be tinned soft iron rivets. Sheet Metal screws shall be Parker Kalon type, or approved equal, of proper size and material to suit conditions. Where wood nailers are provided, use galvanized or stainless steel wood screws as applicable. 6: FABRICATION AND INSTALLATION A. General: Surfaces against which sheet metal is to be placed shall be c elan,smooth and free from defects. All surfaces shall be inspected and corrected before starting work. Sheet Metal work related to roof- ing or.waterproofing work shall be installed under the supervision of the roofing and waterproofing contractor. Flanges of sheet metal items shall be installed on top of last roofing ply in full bed of asphaltic plastic cement 1/4" thick, unless noted otherwise on plans. r - B. Workmanship: Sheet metal shall be finished straight and true, with miters and joints accurately fitted. Exposed work shall be free of dents. All corners Shall be reinforced and seams maw waterproof. A e 54. >`_ r =F 00. Y y 43 o Yo ^ 08, aoF+i 4 r3 zd t Y 1 z8 — Y5 TOM wo w r s i s a t ) o 10 wY, �F'n• tana� a+oic aae�s i u r aFP — mggt a' ti BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of Completion of Proceedings RESOLUTION NO. 77/727 for Maguire Boundary (Government Code Reorganization 7 §§56430-56432) RESOLUTION ORDERING MAGUIRE BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by County Sanitation District No. 5 and by the landowner and filed with the Executive Officer of the Local Agency Formation Commission of Contra Costa County on June 10, 1977. The Reorganization proposed was for the following changes of organization: 1. The annexation of certain territory to County Sanitation ,District No. 5, located entirely within Contra Costa County; 2. The annexation of the same territory to County Service Area L-46, located entirely within Contra Costa County. The reason for the proposed Reorganization is to provide sanitation and lighting services to the affected territory. On July 6, 1977, after public hearing, the Local Agency Formation Commission of Contra Costa County approved the Re- organization, as set forth above. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons, and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Maguire Boundary Reorganization, passed and adopted on July 6, 1977, a copy of which Is on file with the Clerk of this Board. In approving the above-described Reorganization, the Local Agency Formation Commission of Contra Costa County, Inter Alia, found the property in question to be legally uninhabited, designated. the proposal as "Maguire Boundary Reorganization", designated the Board of Suuervisors of Contra Costa County as the conducting agency for the Reorganization, and imposed the following condition: a. The boundary of the territory to be annexed is to be as described in the LAFCO Resolution Making Determinations and approving the subject Reorgani- zation. The affected property will riot be ta7ed for any existing bonded indebtedness and/or contractual obligations. 429 -1- 0 RESOLUTION NO. 77/727 This Board's Resolution No. 77/607 fixed 10:35 a.m. on Tuesday, September 6, 1977, in the chambers of the Board of Supervisors, Administration Building, Martinez, California.as the time and place for a public hearing on the proposed:`Reorganization. Notice of said hearing on the proposed Reorganization was'duly given by (1) publication in the "San Pablo News", (2) posting on the Board's bulletin board, and (3) mailing notice to all affected districts and cities, the chief petitioners and each person who had filed a request for special notice with the County Clerk. This Board, at the time and place set for the hearing, had the determinations of the Local Agency Formation Commission read aloud and then called for evidence or protests as provided for by Govern- went Code 556434. At the conclusion and after all persons present were given an opportunity to be heard, this Board found that the proposed Reorganization would be in the best.interests of the people in the area of said Reorganization, found the territory of the subject Reorganization to be legally-uninhabited, and determined that protests comprises less than 25% of the landowners in the territories, owning less than 25% of the land therein, and,less than 25% of the voting power of any voters residing therein. Therefore, this Board hereby ORDERS the subject Reorganization without an election. The Clerk shall transmit a certified copy of this resolution along with a remittance to cover the fees required by Section 54902.5 to the Executive Officer of the Local Agency Formation, Commission. PASSED and ADOPTED on September 6, 1977 by unanimous vote of Supervisors present. cc: LAFC - Executive Officer Secretary of State State Board of Equalization County Assessor County Recorder County Auditor-Controller Public Works Director P.G.& E. DCG:g -2- RESOLUTION NO. 77/727 00130 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION NO. 77/728 of the Assessment Roll ) of Contra Costa County ) WHEREAS, thesCounty Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1977-78 It has been ascertained from the assessment roll and from. papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; FURTHER, in accordance with Section' 4986(a)(2).the County Auditor.should be directed to cancel all or any portion of any tax, penalty or costs on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code; AND FURTHER, in accordance with Section 498S(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such errors should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days from the date the correction is entered-on the.-roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. ' The situs of each of these boats and aircraft has been determined to be another county, where they have been assessed for 1977-78; therefore, the following assessments should be corrected to zero value. Account No. Assessee Account Type CF0810GA John P Sammons Boat CF0908BE Harry W. Baume if CF1328CV William Morrow " CF2392FH Barchard Volney to CF2648FN Leslie L. F. Gould " CF3871BR Lorraine Van Auken " R. 0. SEATON Assistant Assessor Copies to: Assessor (Mrs. Giese) Auditor Tax Collector RESOLUTION NO. 77/728 Page 1 of 2 001.31 Account No. Assessee Account Type CF5619AH Oscar A. Mintzer Boat CF5877CW Larry Lucas/Gerald Olson " CF634SEX Denis J. Malloney " CF9496FP Bruce E. Cheeseman 1494G,. Paul G. Hallberg Aircraft 293334 Fred V. Shuttleworth 75055 John Russel/Robt Mainhardt " 8083M Harris L. Hayden " 9757X Robert N. Frey/Pierre Vedel,Jr. Since the following boats and aircraft were not owned by the assessees on the lien date, these assessments should be corrected to zero value. CFO272EW77 Lyle Ostenberg Boat CF1565EH Roger 0. Stanley is CF1626CA Robert F.• Costlett CF1792FT Kirk G. Fletcher CF2953BC Raymond T. Salazar " CF3O15EJ Howard R. Hunt " CF3018FN Joe J. Martin " CF3O2BAD Kerry A. Lance/James Keith CF3747AN Emile Buyak " CF42O1FA Larry J. Greer " CF4222FZ Ronald Albert Lehrer " CF4245FP Albert J. Zanutto " CF4324CK Dallas Wilcox " CF4411FV Teddy R. $ Freda L. Hooker CF48OSAD Jim Baskett " CF5OS8FH Joseph Perez " CFS512GA Judson E. Holland " CF5S68BS Laveta J. Long " CFS744BD Charles B. Zion " CF628SEN Gilbert Buckholtz " CF6597FA Donald L. Penrod " CF6833AG Earl R. Walker " CF6872CT William Wollesen " CF7336AG John W. Rowles " CF832SER Clarence E. Gamble CF8895CU William Ralston " CF9157CZ Clayton C. Schley " CF9651FZ Thomas J. Bevilaqua 1563Q Roy Jones Aircraft 80924 Wallace B. Roland It 8915M Adams 6 Smith Inc. " „T I hereby consent to the above A&VO, change nd/or corrections. Assistant Assessor JOH CLAD EN Counsel t8/26/77 B c PASSED AND ADOPTED on September 6. 1977. RESOLUTION NO. 77/728 Page 2 of 2 001;12 .. r IN THE SOARED OF SUPERVISORS OF CONTRA COSTA COMM, STATE OF CALIFORNIA In the Matter of Changes ) of the.Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 77/729 WHEREAS, the County Assessor having filed with this Board requests for corrections of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1977-78 It has been ascertained front the ass cement roll and from papers in the Assessor's Office what was intended and what abould have been assessed; and, therefore, pursuant to Revenue and Taxation Code Section 4831, the following defeats in description, mWor fors and clerical errors of the Assessor on the roll abould be corrected. Further, in accordance with Section tF985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, rsdeaption penalty, interest, or redeeption.fee.berstofore or.bereafter attached due to such error should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days f n the date the correction is entered on.the roll or abstract record as it was impossible to eoaplete valid procedures initiated prior to the delinquency date. On Parcel No. 097-291-003-8, Tax Rate Area 79031, Account No. 105647 EOOO, Dennis H. & Lois A. Raske were charged with an escape assessment on tbe.unseaured tax roll for the 1975-76 fiscal year in:- the amount of $1,750 pursuant to Section 531.6 of the Revenue and Tau tion Code together with a penalty of 25 percent of the mount of the escape assessment in accordance with Section 504 of the Revenue end Taxation Code by Board Resolution 77/501 adopted on June 21,1977. As the assessees have filed a notarised statement in acaordence with Section 166 of the Revenue and Taxation Code to the effect that they timely filed the 1975 ternination/eorrecticn notice with the Assessor, the penalty applied in accordance with Seetioa 504 of the Reve=* and Taxation Code abould be canceled. Assistant sesaor t/8-23 77 Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Geise) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 77/729 00133 On Parcel No. 133-203-012-9, Tax Rate Area 02002, Mahmood do Ativa Ghori were charged with an escape assessment on the secured roll for the 1976-77 fiscal year in the amount of $1,750 pursuant to Section 531.6 of the Revenue and Taxation Code together with a penalty. of 25 percent of the amount of the swaps assessment in acoon anee with Section 504 of the Beveaue and Taxation Code by Board Resolution 77/288;-adopted on April-5, 1977. As the assessees have filed a notarised statement in accordance with Section 166 of the Revenue and Taxation Code to the effect that they timely filed the 1976 terminstion/eorreetion notice with the Assessor, the penalty applied in accordance with Section 504 of the Revenue sad Taxation Code abould be canceled. On Parcel No 1,%-433-026-7, Tax Rate Area 12052, Anthony F. and Donna L. Geisler vers charged with an escape assessment on the secured roll for the 1975-76 fiscal year in the amount of $2,750 Pursuant to Section 531.6 of the Rerenus and Taxation Code together with a penalty of 25 percent or the amount of the escape assessment In accordance with section 501 of the Revenue and Taxation Code by Board Resolution 77/542 adopted on Jame 28, 19770 As the assessees have filed a notarised statement is accordance with'eection 166 of the Revenue and Taxation. Code to the effect that they tiasly tiled the 1975 termination/correction notice with the Assessor, the penalty` applied in accordance with Section 504 of the Revenue and Taxation Code should be canceled. On Parcel No. 508=180-028-5s Tat Rate No. 08002, meat b LaVerne S. -Brooks were charged with an-escape aesesaent- an the assured roll for the 1976-77 fiscal year in the amount of $1,750 pursuant to Section 531.6 of the Revenue and Taxation.Code togstbar wltb a penalty of 25 percent of the amount of the escape assessment in accordance with Section 501 of the Revenue and Taxation Code by Board Resolution 77/288 adopted on April 5, 1977. As the assesses beve file a notarised statement in accordance with Section 166 of the Revenue and Taxation, Code to the effect,that they timely tiled the 1976 terainellon/correetiaa notice with the Assessor, the penalty;applied in accordance with Section 504 of the Revenue and Taxation Code abould be canceled. I hereby consent to the above A4f 4o�e changes and/or correctlanss . , AsslaWt Asawssor VioncrAUM, Conn Counsel; PASSED AND ADOPTED on September 6, 1977. Page 2 of 2 RESOLUTION NO 77/729 00134 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTr. STATE OF CALIFORNIA In the Matter of Changes ) of the,Assessment Roll ) of Contra Costa County } RESOLUTION NO. 77/730 WHEREAS, the County Assessor having filed with this Board requests for corrections of erroneous assessment*, said requests having been consented to by County Counsel; NOW, TEEREPORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1977-78 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Revenue and Taxation Code Section 4831, the following defeats in description and/or fors and< clerical errors or the Assessor on the roll should be corrected. Further, In accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest,, or radomptiop fee heretofore or.hereafter attaabed due to such error should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days from tb*-_date, the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. Those corrections are to be entered on the unsecured roll. The following property is eligible for a eontinnous homeowner's exemption in accordance with Section 253.5 of the Save=* mod Taxation Code. The exemption failed to be allowed after submission of the claim for Machine processing. Tax Rate Account 00 Parcel !Haber A w 052-OW-05-1 53002 Off9witant It o boon sm that pursuant toRevenue and Taxation Code Section 275;(c), claimants R. 0. SEATON, Assistant Assessor t/8-23-77 Copy to: Assessor (14re. Rodgers) Assessor (Mrs. Geise) Auditor Tax Collector Page 1 of 2 RESOLUTION N0. 77/730 0013) for the homeowner's property tax exemption who filed a claim subsequent to April 15, 1977, and wham the Assessor has ascertained to' be eligible should be allowed $1,400 or 80 percent of the assessed valine, as stated below. Tax Rate Boat Number Parcel Number Area 4 low Assesses MrZM76-n- U3'1313-Ubr=F 52035 ar .er, h Carl <gore t CF 8030 EY 023-MO-013-7 72WB 3��,ii��00 Jerosal, Jerry 569-630 560-300-003-4 08001 $.536 Waldman, Joel G. Tax Rate Account No. Pamej Number Area Allow Assesses Farrell, 'Grace It has bean ascertained from papers in the Assessor's Office that pursuant to Revenue and Taxation Code Section 273.5, claimants for the •eteran•s exemption who filed a.clain subsequent to April 15, 1977, and whom the Assessor has asesrtained to be eligible should be allowed $800 or 80 percent of the assessed value, as stated below. Tax Rate Boat cs Number U Al low 592 Brock, Ronald e C 7494 FV 373-01W-:01-1 05001 Stag]nary, Richard W. ew I hereby consent to the above changes and/or corrections: -lot ul� R. 0. SEATON, Assistant Assessor 7; CL►IIB6N County Counsel i PASSED AND ADOPTED ON September 6, 1977. Page 2 of 2 RESOLUTION NO. 77/730 03135 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes of,the Assessment Rol l of Contra Costa County RESOLUTION NO. 77/731 WHEREAS, the County Assessor having filed with this Board requests for addition of escape assesswnts; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments: For the Fiscal Year 1977-78 It has been ascertained from papers in the Assessor's office that property belonging on the local roll has escaped assessment; and, therefore,.pursuant Re to the venue and Taxation Code, Section 531, escaped assessment should be added to the unsecured roll as follows; and business inventory exeagtion allowed in accordance with Section 219 as indicated; and, as indicated, 10t penalty on net tangibles for failure to file within the tim required by law per Section 463: Class of Assessed Account No. Assessee Property Full Value Value 00289S-EODO. American Heart Ass'n. Co Co Chap Piers Prop $ 4,100 10% penalty 406 003020-EDW American Postal Workers Union Pers Prop $ 4,575 . 10% Penalty 461 005580-EDOI Associated Press Pers Prop $ 520 10% Penalty 52 006940-EDW Henry S. Bailey Pen Prop $ 4,000 lox Penalty 40D 007400-EDO1. Donald B. Balestriert Shirley Balestrieri Pers Prop $ 3,460 Bus Inv Ex $ 267 10% Penalty 236 012350-EDDI Gyp H. Black P. S. Imps $ 3,040 Pers Prop 3,360 105 Penalty r66W- Assessees have been notified. R. 0. SEATON. Ass't. Assessor 9 t8/26/77 copies to: Mrs. Giese/Assessor, 920 Main St. Auditor Tax Collector RESOLUTION NO_ 77/731. Page 1 of$ 00137 For the Fiscal Year 1977-78 Class of Assessed Account No. ' 'Assessee Property Full!Value Value 0123504002 Guy Black Pers Prop $ 1.000 10% Penalty 100 015570-E000. Robert Briggs Pers Prop $ 32.000 Bus Inv Ex 3.750 •: 10% Penalty 1,700 023753-EOOD . Paul Chong, et al P. S. Inps s 29.500 $ Pers Prop 98,160 Bus Inv Ex 8.750 10% Penalty 9.261 0270914000 Ja Conlon P. S. lops = 6,000 Pers Prop 30.400 Bus Inv Ex $ 3,000 10% Penalty 2.440 027653-FOOD Co Co Co Horsemen Assn Pers Prop f 2,600 Bus Inv Ex $ 25 031535-E000 Charles E. Danner Pers Prop : 900 10% Penalty 88 031827-EOW Kenneth Daubner P. S. Lips $ 5.500 Pers Prop 25,340 Bus Inv Ex t 2,480 10x Penalty 2.088 039750-EO02. E1 Papagallo of W.C.Inc. P. S. Ips $ 117,520 Pers Prop 57,160 Bus Inv Ex : 2,187 10% Penalty 16,592 040463-EOW Frank J. i Alice C. Ewe P. S. Lips $ 6.620 052759-EOW James L. 6rahm Pers Prop i 2,200 105 Penalty 220 062441-E000.. J. W. t Karen Hughes P. S. laps $ 1,620 Pers Prop 4,88D 10% Penalty. 648 065453-FOOD. Wesley Jennings Pers Prop $ 11,880 Bus Inv Ex $ 1.250 10% Penalty.,. 68B 5072110-E002 L. B. Nelson Corp. Heather Farm Golf Course Corp. P/N 144-082-011-4 P. S. Imps s 18,760 Pen Prop 6,240 10% Penalty 2,500 Assessees have been notified. ss t. Assessor Page 2 of,-%? 00138 For the Fiscal Year 1977-78 Class of Assessed Account'No. Assessee Property FulI Val us Value 093750-E000 James Nordlie Pers Prop ; 400 S loz Penalty 40 093877-EDW North Awn. Philips Corp. Robert.Savre, Agent- Pers Prop $ 11000 096430-EDW P 6 R Produce Inc. Pers Prop ; 2,500 10% Penalty 248 097863-E000 Gustavo Parada. ODS. P. S. Imps ; 10,660 Pers Prop 3,600 10% Penalty 1,424 106067-E001. Gary Reber P. S. Lips ; 7,260 Pers Prop 11,340 Bus Inv Ex. S 11000 10% Penalty 1.456 113043-E000.=•Stewart Saunders Pers Prop $ 600 _ 10% Penalty 60 127240-E001. Katie Tarushka- P. S. Imps $ 2,500 Pers; Pro Bus Inv Ex 3,360 $ 100 10% Penalty 544 132025-E000...Courtney Turpen Pers Prop' S' 400 10% Penalty 40 133070-EOD1 United Rent All Inc. Pers Prop ; 541100- Bus Inv Ex S 6,000 10% Penalty 3,008 142851-EMO. Marian Woods P. S. 1"$ S 22,500 Pers Prop 7,500 10% Penalty 2,996. Assessees have been notified. , Ass t. Igs-essor A*p!ad 6y ow emd mL.... SEP 0 6 1977 Page 3 of 3 00139 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. 77/732 WHEREAS, the County Assessor having filed with this Board requests for corrections of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments. For the Fiscal Year 1977-78 It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assesses in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have -entered on the roll had-the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with.Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; FURTHER, in accordance with Section 4985(a), any uncollected fee heretofore or hereafter attached due to such error should be cancelled, upon the showing that payment of the corrected or addi- tional amount was made within 30 days from the date the correction is entered on .the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. Account No. 014840-0000, Va. E. Bradley is erroneously assessed since assessee submitted incorrect figures; therefore, this assessment should be corrected to show P'. S. Improvements $644 Full Value, Personal Property $18.636 Full Value, Business Inventory Exemption $1,885 Assessed Value. Account No. 027120-0000, Connecticut Bank $ Trust Co., F. W. Kawam as Trustees are erroneously assessed since assessee reported property which was out of county on the lien date; there- fore, this assessment should be corrected to show'zero value. Account No. 038665-E080, East Bay Equities, Inc. is erroneously.assessed since assessee submitted two property state- ments for the same property and was doubly assessed;' therefore, this assessment should be corrected to show. Personal Property $2,420 Full Value. R. 0. SEATON, Asst. Assessor t8/18/77 cc: Mrs. Giese, 920 Main St., Assessor Auditor Tax Collector RESOLUTION NO. 77/732 Page 1 of j 00140 For the Fiscal Year 1977-78 Account No. 043760-0000, Finn-Cal Sweetener Co. is erroneously assessed since assessee overreported inventory; therefore this assessment should be corrected to show Personal Property #60,040 Full Value, Business Inventory Exemption $7 SOS Assessed Value.. Account No. OS1100-0000, Global Oil Ltd. is erroneously assessed since assessee overreported inventory; therefore, this assessment should be corrected to show Improvements $104,060 Full Value, P. S. Imgsovements -$246,780 Full Value, Personal Property $13,120 Full Value, Business Inventory Exemption $1,578 Assessed Value. Account 054385-0001, Raymond Guerra is erroneously assessed since the property declared is being assessed on the secured roll; _ therefore, this assessment should be corrected to zero value. Account 064000=0000, Interstate Sunflower Col is erroneously assessed since assessee did not own property on the lien date; therefore, this assessment should becorrected to dhow- zero value. Account No. 071878-0000, Tae P. Yu is erroneously assessed since a portion of the property was assessed more than once; there- fore, this assessment should be corrected to show P. S. Improvements zero value Personal Property $1,000 .Full Value, Business Inventory Exemption J12S Assessed Value. Account 094675-0000, Peter V. Obninshy_ is erroneously assessed since assessee had gone out of business prior to the lien date; therefore, this assessment should be corrected to show .zero . value. Account No. 109.910-0000, Earl Rose is erroneously assessed' since assessee reported incorrect figures; therefore 22 this assess- ment should he corrected to show P.' S. Improvements i200 Full Value, Personal Property $37,028 Full Value, Business Inventory Exemption $4,43S Assessed Value. Account No. 123810-0000, Steiner Computer Svcs. Inc. is erroneously assessed since a portion of the.property was out of.• county".on' the lien date; therefore, this assessment should be corrected to show Personal Property =105,160 Full Value. Account No. 124770-0000, R. F. Stone is erroneously assessed since assessee included licensed vehicles in reporting his property; therefore this assessment should be corrected to show Personal Property J7.,340 Full Value. s t. Assessor Page 2 of 3 01141 For the Fiscal Year 1977-78 Account No. 109420-000Z, C. W. Roen'Construction Co. is erroneously assessed since the property was destroyed prior to the 'lien date; therefore, this assessment should be corrected=to show zero value. Further, for the Fiscal Year 1976-77 Code 08001 -,Assessment No. 4116, Modern Neon-is erroneously assessed since a-portion of the property is doubly assessed; therefore, this"sessment should be. corrected to show Improvements $210 Assessed Value. Code 02002 .- Assat. No. 3834, Vidac is erroneously assessed since a portion of the property was out of county on the lien date; therefore, this assessment should be corrected to show Improve- ments $33S, Personal Property $21,790; Business Inventory Exemption $10,.1SO assessed valuation: Further, for the Fiscal Year 1975-76 Code 02002 - Assmt. No. 2857, Vidac Inc. is erroneously assessed since a portion of the property was out_of county on the lien date; therefore, this assessment should be corrected to show Personal Property"$16,07S, Business Inventory-Exemption $7,345 assessed valuation. I hereby onsent to the above ~ chanSe d/or corrections: K. U. 5EATUN JOCLA s Counsel Asst. Assessor i . By .. . P AdopWby+h.Boardan...SEP Qs.. n..._... Page 3 of-9 00142 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. 77/733 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 1977-78 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, the assessee may file a claim for cancellation or refund; FURTHER, in accordance with Section 4985(a), any uncollected delinquent penalty, cost, redemption penalty, interest, or redemp- tion fee heretofore or hereafter attached due to such 'error should be canceled upon the showing that payment of the corrected,or . additional amount was made'within 30 -days from the.date the correc- tion is entered on the roll or abstract record_as .it was impossible to complete. valid procedures initiated prior to the delinquency date. The following accounts were erroneously assessed and should be corrected to zero value since they were not the owner on the lien date, were out of business, or had moved out of county prior to the .lien date: Account No. Assessee 016520-0000 . !lark Brown 025330-0001 R. E. Coates Corp. 028740-0000 Cortese Imports Inc. 037770-0000 ' Charles C. Duffy R. 0. SEATON, s t. s"�sessor t8/22/77 copies to: Mrs. Giese-Assessor-920 Main St. Auditor Tax Collector RESOLUTION NO.77/733 Page 1 of 4/1 00143 For the Fiscal Year 1977-78 Account No. Assessee 063680-0000 Jay Ingold 088980-0000 Doyle Montgomery 100260-0000 Peters Formal Wear Inc. 142182-0,p00 Eugene J. Wolf The following accounts were erroneous1rassessed since the property, and/or a portion of the property, was assessed more than once and should be corrected as indicated below: Class Account No. Assessee Property Corrected Value 046060-0002 Fox Stanley Photo Products P. S. Imps $ 100 F.V. Pers Prop . 3,080 F.V. Bus Inv Ex 130 A.V. 058050-0000 Edward J. Hagarty -0- 073480-0000 Larwin No. Calif. Inc. Pers Prop ; . 9,630 F.Y. 098230-0000 Parr-Richmond Terminal Co. -0- 09.8230-0003 Parr-Richmond Terminal Co. -0- 144466=0000 Thomas B. Zasuwa, et al P. S. Imps $119,200 F.Y. Pers Prop 13,820 F.Y. Bus Inv Ex 160 A.Y. Due to 'incomplete information and instructions in processing accounts, incomplete computer programs or failure of such programs in the 'Rusiness Personalty Subsystei being put into effect, this'year, errors and rejections resulted on the following accounts and should be corrected as indicated below: Class of Corrected Account No. Assessee Property Value 006305-0000 Douglas T. $ Richard L. Avery Pers Prop $ 3,880 F.V. 019170-0004 C 8 H Sugar Poss. Int.-Land $4SO,720 F.V. 022190-0000 Melvin J. 6 Grace G. Caywood Pers Prop $ 9SO F.V. 050654-0000 Gingiss Formal Wear P...S. Imps $ 25,192 F.Y. Pers Prop 19,OS2 F.V. Bus Inv Ex 2,366 A.V.- 054960-0000 Edward E. J. Hafey P. S. Imps -0- Pers Prop $ 470 F.V. Bus Inv Ex 40 A.V. R. 0. SEATON, Asst. Assessor Page 2 of fa 00141 For the Fiscal Year 1977-78 Class of Corrected Account No. Assetsee "Property Value 062310-0001 Hudson Oil Co. Inc. Iaps $ 14,700 F.V. Pers Prop 10,040 F.V. Bus Inv Ex 907 A.V. 078950-0000 . M B Associates Iaps $3,259,920 F.V. Pers Prop 635,000 F.V. Bus Inv Ex 56,385 A.V. 098480-0000 Pastorinos Brittany Inn Inc Iaps = 22,280 F.V. Pers Prop 19,620 F.V. Bus Inv Ex 1,395 A.V. 100355-0000 , Albin L. Peterson P. S. Iaps $ 2,320 F.V. Pers Prop 11,780 F.V. Bus Inv Ex 1,087 A.V. 104464-0000 Gerardo $ Jean Puccinelli Pers Prop $ 480 F.V. Bus Inv. Ex 60 A.V. 107738-OQ00 . Richmond Associates P. S. Iaps $ 134.,520 F.V. Pers Prop 179,040 F.V. Bus Inv Ex 5,437 A.V. 112690-0000 Sansoe Concrete Specialties P. S. Iaps $ 19,820 F.V. Pers Prop 54,020 F.V. . . Bus Inv Ex 6,010 A.V. 116280-0000 . Shaper Lighting Products P. S. Iaps $ 18,600 F.V. Pers Prop 54,480 F.V. Bus Inv Ex 4,49.0-A.V. 12S740-0000 Sun Distributing Co. Pers Prop $ 6,500 F.V. Bus Inv Ex 625 A.V. 10% Penalty 400 F.V. 128280-0023 Texaco, Inc. P. S. Iaps -a- Pers Prop -0- 132510-0000Ernest Underwood. P. S. Iaps $ 3.940 F.Y. Pers Prop 1.,320 F.V. 138476-0001 Wells .Fargo Bank P. S. Iaps $ . 32,000 F.Y. 142512-0000 Lisa L. bong Pers Prop $ 600 F.V. P. S. Iaps -0- The Following accounts were filed timely and processed on Business Personalty Subsystem. Through an error of the Assessor, an additional estimated assessment with penalty was added.to the original account. These accounts should be corrected as indicated below: K 0. Bh , ssistt Assessor Page 3 of 00143 For the Fiscal Year 1977-78 Class of Corrected Account No. Assessee Property Value 002800-0000 American Cancer Society Pers Prop $ 1,860 F.V. Bus Inv Ex 11S A.V. 101 Penalty -0- - 039470-0000 . Warren M. Ehrhardt Pers Prop $ 31,120 F.V. - . . Bus Inv Ex 3,770 A.V. 101 Penalty -0- 053070-0000 Donald Gray Pers Prop $ 420 F.Y. Bus Inv Ex 12 A.V. 101 Penalty -0- OSS530-0000 Alice Hamlin Pers Prop $ 1,780 F.Y. P. S. Imps 1,050 F.V. 101 Penalty -0- 071320-0000 William F. Kosch, M.D. Pers Prop $ 8,000 F.V. 101 Penalty -07 Account No. 040900-E003, Equipment Finance 8 Management Co. is erroneously assessed on the 1977-78 unsecured tax .roll for a 1974-7S escaped assessment in the :amount of =3,725 Assessed Value. A portion of the property is assessed more than once since it is leased and assessed to another company; therefore, this assessment should be corrected to show Personal Property $1,045 Assessed Value. Account No. 095600-0000, Kurt Orban Company, Inc. was erroneously entered in the wrong Taz Rate Area, and should be corrected to show Tax Rate area 98018; therefore, an adjustment should be made to correct 'this assessment. Account No. 124997-0000, Robert Stratton -is erroneously assessed for Possessory Interest in Land and Improvements. . On sonth-to-month rental, possessory interest is considered to be of noo value if occupancy terminates less than six months after the Lien date, or prior to August 31. Since assessee vacated property in May, 1977, this assessment constitutes an opinion of no value; therefore, this assess- ment should be corrected to zero value. Account No. 093240-0000,L Lonnie Nicholson is erroneously assessed since he filed timely and assessment.was processed on the Business Personalty Subsystem mdthrough an error of the Assessor, an additional estimated assessment with penalty was added to the original account; therefore this assessment should be corrected to show Personal " Property J3.430 Full Value, Business Inventory.Exemption $400 -Assessed - Value, no Penalty. R- U. bUATUN, Asst. Assessor Page 4 o f 00146 For the Fiscal Year 1977-78 Due to incomplete information and instructions in processing accounts, incomplete computer programs or failure of such programs in the Business Personalty Subsystem being put into effect this year, errors and rejections resulted on the following accounts and should be corrected as indicated below:. Class of Corrected Account No. Assessee Property-- Value 052860-0000 Granaa's Antiques, .Inc. P. S. Iaps S 320 F.V.` , Pers Prop 11,680 F.V. :,, Bus Inv Ex 1,395 A.V. 065630-0000 Richard L. Jeong P. 5. Iaps $25,546 F.V. Pers Prop 111,671 F.V. Bus Inv Ex 10,725 A.V. 104 Penalty P. S. Iaps 2,552 F.V. 104 Penalty Pers Prop 6,868 F.V. FURTHER, it has been ascertained from papers in the Assessor's office that property belonging on the local roll has escaPed assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531, escaped assessment should be addedtothe unsecured roll as, follows; and business inventory exemption allowed in accordance with Section.219 as indicated; and, as indicated, 104 penalty on net tangibles for failure to file within the time-required by law per Section 463: Class of Account No. Assessee Property Value 005007-E000 Armour Development Co. H. Temple P. S. Imps _ 7,500 F.V. Pers Prop 7,500"F.V -`. MS. Iaps)104 penalty 7SO F.V. (Pers Prop) 104 Penalty 750 F.V. 005770-EO40 Atlantic Richfield Co. Pass. Int. - Land $ 240 R V.' 073857-E000 Albert E. Lawson Pers Prop $ 500 F.V. Bus Inv Ex 62 A.V. 104 Penalty 2S F.V. 076215-EO21 Lion Oil Co., Div. Oil Shale Company Poss. Int. -`Imps $181,040 F.V... Poss..Int. - Land 50,800 F.V. 093190-E000 Minnie Nichols P. S. Iaps $ 4y.S60 F.V. ...Pars Prop 1,920 F.V. Bus Iav"Ex SO A.V. Assessees have been notified. R. 0. SEATON, AWE Assessor Page 5 of 00147 For the Fiscal Year 1977-78 Class of Account No. Assessee Property Value 129945-E000 Abigail Time P. S. Imps $ 4,500 F.Y. Assessee has been notified. 001310-0001 Air Products $ Chemicals Inc. P. S. Iaps $ 36,770 F.V. 006190-EO03 Automatic Merchandising Co. Pers Prop $ 10,360 F.V. Bus Inv Ex 170 A.V. 017527-E000 . Bradley A. Burgess Delmar K. Cote P. S. Imps $ 11,940 F.V. Pers Prop 4,920 F.V. Bus Inv Ex IOS A.V. 036980-EOIS Dox Chemical Co. Pers Prop $381,800 F.Y. Bus Inv Ex 42,96S A.V. 059825-E000 Romeo V. $ Christela S. Hinojosa P. S. Iaps $ 3,220 F.V. Pers Pro pp 1,860 F.V. Bus Inv Ex 100 A.Y. 059827-0000 Elmer 8 Margaret N. Hinton P. S. Iaps $ 1,400 F.Y. Pers Prop S,S00 F.Y. 060385-E000 Robert T. Hoffman Pers Prop $ 2,960 F.V. Bus Inv Ex 342 A.V. 075945-E000 . Lincoln National Sales Corp.. Iaps. $21,180 F.Y. Pers Prop 24,620 F.Y. 092370-EOOI Alvin T. Nelson Pers Prop $ 12.,320 F.V. ` Bus Inv Ex 830 A.V. 101 Penalty 900 F.Y. 119450-E000 . Charles Smith Pers Prop $ 460 F.V. -+ Assessees have submitted signed business property statements. I hereby. consent to the above changes d/or corrections: R. 0. SEATON JOHN LAUSEN, ounsel Asst. Assessor sy SEP 06 1977 ePu Addopmd by*w Board«�..._.. ......_.._.._..-..— Page 6 of 6 OQ148 BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFORNIA RE: In the 'latter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION N0. 77/734 Roll of Property Acquired by Public ) Agencies. } (Rev. 6 Tax C. 54986(b) } and 2921.S) Auditor's Memo Pursuant to Revenue and Taxation Code 4996(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 Co H. DONALD FUNK, County Auditor-Controller J01 CLAD el By: . Lt� 4,4 n qty The Contra Costa County Board of Supervisors RESOLV MAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 19 74 -75 unsecured roll. Tax Date of Transfer Remaining ' Rate Parcel Acquiring Allocation Amount taxes to be Area Number Agency of taxes to unsecured Cancelled 2002 110-120-033-3 STATE 0? CALMRNIA 7-1-i4 to $ 1,431.62 -0- 6-30-75 PASSED X\ll ADOPTED ON September 6., 1977. County Auditor 1 by unaninous vote of the County Tax Collector 3 Supervisors present (Secured) (Redemption) 149 RM- LUTTION W. 77/734_ (Onsecur IA TZ E BOARD OF SUPERVISORS OF CONTRA COSTA, COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION 10. 77/735 WBEREAS, the County Assessor having Piled With this Board requests for correction of erroneous assessments, said requests having . been consented to by County Counsel; Nota, TNRR04MR. BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1977-78 It has been ascertained from the assaasswnt roll and from papers in the Assessor's Office ghat moa intended asd What should have been assessed; and, therefore, pursuant to Ravenna and Tasatioa Code Section 4831, the following defects in description and/or fors and clerical errors of the Assessor on the roll ahould be corrected. Further, in accordance With Section 14g85(a) of the Reve=* and Taxation Code, any uncollected delinquent penalty, cost, redmption penalty, interest, or redemption fee heretofore or hereafter attaahad duo to such error should be canceled upon the showing that palmant of the corrected or additional amount was sad. Within 30 days frsa the date the correction is entered on the roll or abstract record as it was Impossible to complete valid procedures initiated prior to the delinquency date. The corrections are to be entered on the unseenrad tax roll. The following organisations have been found to be eligible for a welfare exemption in accordance With Article XIII, Section 4(b)., of-the State Constitution. The exemptions were not allowed due to inability to timely submit the claims for machine processing. Tax Rate Account No Parcel Number Asseusa tra 0203370-0022 012-M2.-MI-2 105 Canteen Co.0-OUZO oba-M-UM-6 of Contra Cocoa 020370-0023 088-121-006-6 0700.3 185 Csateen Co. of Contin Costa 020380-0003 560-090-011-2 08001 735 Coeporation o. MMN, Assistant Assessor t/8-26-77 Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Giese) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 77/735 00150 Tax Rate Account No. Parcel Nuwber Area Allow Assesses 0 - 0 - 028480-00],,t� 066-032-01 66-03322 012 O -8 _�T 170 Copiso o s orp. 028480-0015 126-281-009-4 02pU 385 Copiso 028480-0016 208-010-022-1 66026 13S Copico 028!{80-001 04-160-01144 03000 170 Copiso 028480-001 408-082-008-9 85093 210 Copieo 028180-0019 243-020-028-3 85093 250 Copico 028480-0020 373-161-MO-5 05005 170 Copiso 028480-0021 268-111-OC4-5 830211 140 Copico 028480-0022 401-310-003-9 06007 150 Copies 028480-0023 . 088-121-006-6 07013 140 Copico 028480-0024 150-052-009-1 12058 320 Copiso 028480.0027 183-020-017-4 09000 530 Copico 028480-0028 013-132-013-7 10001 150 Copiso. 028480-oozy 256-070-002-9 15ao4 150 Copieo 028480-0026 416-160-025;-1 11023 150 Copies 02B1E$0-0029 003-050-007-8 6000 150 Copiso 028480-0030 570-060-014-0 8506 150 Copiso 028480-0031 354-M1-002,4 62001 295 Copiso 02 2 159260-011-6 79017 150 Copiso 02 80-0033 037-200-002-6 82003 ;a Copico 063 03 560-090-001-2 08001 5, International Business Machines 063660-0006 129-3111-004-7 02002 $9,760 International Business Machines 009 373 063860-0 -161-010-5 05005 $ 825 International Business Machines 063860-0029 208-020-017-1 66028 $8,645 International Business Machines 063860-0037 066-032-012-8 01007 $2,075 International Business Machines 063860-0038 088-121-o06-6 07013 $ 140 Internatioml Business Nachines 063860-0039 150-052-009-1 1205$ $ 220 Intesnatiooal Business lfaehimas 063860-0040 243-020-028-3 11010 $1,245 International Business Machines On Account No. 020370-0021, Parcel No. 150-052-009-i, Tax Rate Area 12058, Canteen Co. of Contra Costa should be allowed an exeaption of $19190. The business inventor, exemption of $15 now on the roll should be removed. I hereby consent to the above champs and/or corrections- . 0. , ss ataat sessor JOBN B. ZiS$lT, County Counsel B, PASSED AND ADOPTED ON September 6, 1977. Page 2 of 2 FIESCLUTION 50.77/735 00151 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.77/736 ) WHEREAS, �tfie County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1977-78 It has been ascertained from the assessment roil 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 S096, the assessee may file a claim for cancellation or refund; FURTHER, in accordance with Section 498S(a), any uncollected delinquent penalty, cost, redemption penalty, interest, or redemp- tion fee heretofore or hereafter attached due to such error should be canceled upon the showing that payment of.the corrected or additional amount was made within. 30 days from the date the correc- tion is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. The following accounts were erroneously assessed and should be corrected to-zero value since they were not the owner on the lien date, were out of business, or-had moved out of county prior to the lien date: Account No. Assessee 002320-0000 Alley Glass-Blowing, Inc. 012170-0002 Bishop E1 Rancho Property 019750-0000 Robert $ Patricia Camblin 036640-0000 Tom Doolittle R. 0. SEA ' N, Ass t. Assessor t8/29/77 cc: Assessor-Giese, 920 Main St. Auditor _ Tax Collector RESOLUTION NO. 77/736 Page 1 of 00152 For the Fiscal Year 1977-78 Account No, Assessee 037780-0001 C. C. Duffy, M.D. 048890-0000 George Gaudet 060450-0000 Gary Hoffman 071800-.00002 Robert W. Kroll 074080-0001 Jerry Petsas 080493-0001 F. M. Mansubi, MD 080810-0000 F. C. 4 Eugenia M. Margrave 0872804000 Lloyd 4 Beverly Miller 090240-0000 . Richard A. Morton, DDS, Inc. 09-5790-.0000 Gary 4 Margaret Ann Orn 109290-0001 David C. Roda, M.D. 119430=0000 Aulton R. Smith 119820-0000 Jahn D. 4 Louise R. Smith 140900-0000 Albert R. Williams The. following accounts were erroneously assessed and should be corrected to zero value since the property was assessed more than once.: 101275-0001 Physics International Inc. 13Q410-E000 western Stores, Inc. Account No. 0450404011, Ford Motor Co. was erroneously entered in'the wrong Tax Rate.Area, therefore, an adjustment should be made to correct this assessment, no change in values. The correct Tax Rate Area is 08001. Due to incomplete information and instructions in processing accounts, incomplete computer programs or failure of such programs in the Business Personalty Subsystem being put into effect this year, errors and rejections resulted on the following accounts and should be corrected as indicated below: Class of Corrected Account No. Assessee Property Yalue 005770-0040 Atlantic Richfield Co. Poss. Int.-Land $ 240 B.Y. R. 0. SEATON, Ass t. Assessor Page 2 of 7 OJ153 For the Fiscal Year 1977-78- Class of Corrected ' Account No. Assessee Property Value 010940-0000 William Bernard, DDS P. S. Iaps $ 18,840 F.V. Pers Prop 6,480 F.V. 011850-E000 Billeter, Halversen $ Pingree Pers Prop $ 17,220 F.V. 068260-0000 And;hiravan Kasra P. S. Imps $ 8,982 F.V. Pers Prop 4,194 F.V. Bus Inv Ex 150 A.V. 077080-0000 - Lone Star Industries Land $543,240 F.V. Iaps 264,620 F.Y. P. S. Iaps Z61,460 F.V. Pers Prop 900,720 F.V. Bus Inv Ex 23,948 A.V. 107070-0000 Resource Management Assoc. Pers Prop $ 6,400 F.V. 109330-0000 - Thomas P. Riggs Pers Prop $ 69820 F.V. P. S. Iaps -0- 118770-0000 William Simonsen Pers Prop $ 31,360 F.V. . Bus Inv Ex 3,7SS A.V. 108 Penalty. 1,850 F.V. 121430-0000 Sparling, Div. Enviroiech Inc. Pers Prop $ 2,400 F.V. Bus Inv Ex 117 A.V. 10% Penalty 192 F.V. 123590-0004 Stauffer Chemical Co. P. S. Iaps $684.,38.0 F.V. Iaps 726,820 F.V. Pers Prop 615,120 F.V. Bus Inv Ex 73,905 A.V. 129940-0000 Time Well Spent Inc. P. S. Imps $ 700 F.V. Pers Prop 10,720 F.V. Bus Inv Ex 1,240 A.V. 132810-EO90 Union Oil Co. of Calif. Poss Int-Land $ - 5,120 F.V. Through a clerical error of incorrect Business-Classification on the following accounts, no business inventory exemption was allowed; therefore, adjustments should .be made :to correct the accounts: Correct Business Account No. Assessee Classification 026260-0000 Color Tile Supermarts Inc. 1901 026260-0001 Color Tile Supermarts Inc. 1901 073110-0000 R. Lang Co. 9105 R: -SEATOP; ASSsessor Page 3 of 7 03154 For the Fiscal Year 1977-78 Erroneous escape assessments for prior years were entered on the 1977-78 unsecured tax roll, and should be corrected as indicated. A subsequent review of audit findings reveals that inventory calculations should be accepted as reported and values corrected as follows. Account NQ-., 001740-000, n/o. J. A. Alexander Original Assessed Value Corrected Assessed Value For Year 1973-74 Imps $ 180 $ 180 Pers Prop 890 . . 275 For Year 1974-75 Iaps $ 17S = 17S Pers Prop 1,815 270 For Year 1975-76 Pers Prop $1,500. $ 95 Bus Inv Ex 700 For Year 1976-77 Pers Prop $1,660 $ 95 Bus Inv Ex • 780 -0- Subsequent documentation-received shovs that equipment had been moved out of the county before the 1974-75 lien date. Account No. 127899-E003, n/o Telco Leasing; Inc. For year 1974-75 Pers"Prop $4,220 '. $ -0- FURTHER, it has been ascertained from papers.in the Assessor's Office that property belonging on the local roll has escaped assess- ment; and, therefore, pursuant .to. the Revenue and Taxation Code, Section 531, escaped assessment should be added to the unsecured roll as follows; and business inventory exemption allowed in accordance with Section 219 as indicated; and, as indicated; 101 penalty on net tangibles for failure to file within the time required by law per Section 463: Aminoil USA Inc. 003245-E028 P.. S.. Imps $ 18,180 F.V. " 003245-E029 P. S. Imps $2659880 F.V. " 003245-E030 . P. S. Iaps $227,900 F.Y. Imps 6,920 F.V. Pers Prop 49080 F.V. " 003245-E031 P. S. Iaps ; 25,680 F.V. 003245-E032 P. S. Iaps $267,640 F.V. " 00324S-E033 P. S. Iaps $ 17,120 Assessee has been notified. R.0. SEAT` N,, Ass r- ss7 lessor Page 4 of 9 00153 For the Fiscal Year 1977-78 Account No. 014680-0001 BPN Associates, Inc. Pers Prop $ 25,000 F.V. 10% Penalty 2,500 F.V. Account No. 020260-EO03 Canal Industrial Park, Inc. Poss Int-Land $462,600 F.V. it - Imps 293,760 F.Y. Account No. 049910-EO01 Getty Oil Co. Imps $ 7,140 F.V. Account No. 097010-.£001 Pacific Professional Bldgs. Pers Prop $ •1,700 F.V. Account No. 102070-E000 Henry R. 6 Belle 'H. Pippens Pers Prop 5 3,460 F.V. 10t Penalty 1346 F.V. Account No. 136690-001 Walnut Creek Restaurant Corp. Poss Int-Land S- 60,960 F.Y. to " -Imps 268,760 F.V. - Assessees have been notified. Account No. 009350-.£000 . Beadazzled P. S. Imps $ 1,840 F.V. Pers Prop 11,000 F.V. Bus Inv-£x 1.,230 A.V. Account No. 030840-E000 Darlene L. Cushing P. S. Imps $ 240 F..V. Pers Prop 1,S40 F.V. Bus Inv Ex 70 A.V. Minimum Ex 60 A.V. Account No. 085420-£000.' Stanley A. 6 Helen MacPherson Pers Prop $ 340 F.V. Account No. 086990=E000 Milens of California P. S. Imps $ 8,840 F.Y. Pers Prop 196,120 F.V. Bus Inv Ex 23,880 A.Y. Account No. 105290-EO03 Ralston Purina Company Imps 5 7,400 F.Y. Pers Prop 140,.060 F.Y. Bus Inv Ex 17,507 A.V. Assessees have submitted signed business property statements. R. 0. SEATON, Ass t. Assessor Page 5 of 7 00155 For the Fiscal Year 1977-78 Account No. 128943-E00O Richard M. f, Joyce G. Thomas P. S. Imps S 7,900 F.V. Pers Prop 6,040 F.V. Bus Inv Ex 425 A.V. Account No. 122400-E142 Standard Oil Co. - P. S. Imps_ $349,600 F.V. V.: Account No. 122320-ED00 Stamm Theaters, Inc. P. S. Iaps $ 260 F.V. Pers Prop 180 F.V. Assessees have submitted signed business property statements. It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee .in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly. furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may. file a claim for cancellation or refund; FURTHER, in accordance with Section 4985(a), any uncollected fee heretofore or hereafter attached due to such error should be cancelled upon the showing that payment of the corrected or addi- tional amount was made within 30 .days from the date the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. The following accounts were erroneously assessed and should be corrected to zero value since they were not the owner on the lien date, were out of business, or had moved out of county prior to the lien date: Account No. Assessee 023274-0000 Chartered Bank of London 060710-0001 Holiday Inns, Inc. The following accounts were erroneously assessed since the property, and/or a portion of the property, was assessed more than once and should be .corrected as indicated below: Class Account No. Assessee Property Corrected Value 000306-0000 Accessories Unlimited P. S. Iaps $ 55,$55 F.V. Pers Prop 67,722 F.V. Bus Inv Ex. 7,262 A.V. 041882-0000 Failsafe Driving Inc. Pers Prop $ 11,398 F.V. Bus Inv Ex 47 A.Y. ss t. ssessor Page 6 of 00157 For the Fiscal Year 1977=78 Account No. 086446-0000, Metropolitan Contact Lens Co. 1. is erroneously assessed since assessee reported incorrect costs; therefore, this assessment should be corrected to show Personal Property $4,700 Full Value, P. S. Improvements $980 Full Value, Business Inventory Exemption $215 Assessed Value. Account No. 113740-0000, Julius Schnaitmann is erroneously assessed since assessee reported property not under his ownership on the lien date; therefore, this assessment should be corrected to show Personal.Property $2,620 Full Value and'Business Inventory Exemption $317 Assessed Value, Account No. 118685-0000, George V. Simon, M.D. is erroneously assessed since assessee's accountant submitted incorrect figures; therefore, this assessment should be corrected to show P. S. Improve- ments $8,920 Full Value, Personal Property $9,200 Full Value, 101 Penalty $3,312 Full Value: FURTHER, pursuant. to Sections 4831.5 and' 531,, for the Fiscal Year 1977-78 Account No. 009350-.E001 Beadazzled P. S. Imps $ 4,520 F.Y. Pers Prop 4,520 F.V. Assessee has been notified. I here,X. consent to the above �/ • _ char and/or corrections: qr s. t.Assessor J AVUS Counsel y — SEP 06 1977 , Adopted by a Board an................. ---•- Page 7 of 7 001 t~ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Changes ) of the Assessment Roil ) of Contra Costa County . ) RESOLUTION NO.77/737 WHEREAS, the*County Assessor having filed with this Board requests for addition of escape assessments; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments: For the Fiscal Year 1977-78 It has been ascertained from papers in the Assessor's office that property belonging on the local roll has escaped assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531, escaped assessment should be added to the unsecured roll as follows; and business inventory exemption allowed in accordance with Section 219 as indicated; and, as indicated, 105 penalty on net tangibles for failure to file within the time required by law per Section 463: Class of Assessed Account No. Assessee Property Full Value Value 000363-EODO Ace Designing Co. Piers Prop $ 795 009350-EOO5 Beadazzled, Inc. P. S. Imps 4,880 Pers Prop 14,620 Bus Inv Ex $ 1,330 0142804006 Richard Boucher L. Pers Prop $ 1,600 Bus Inv Ex = 150• 023060-EODD Clarence Chang, DDS P. S. Imps s 11,360 Pers Prop 3,880 024540-E001 Clark Rental System Inc. Pers Prop s 57,280 024540-EO02 11Pers Prop s 11,740 026770-EOOI Concord Florist Inc. P. S. imps $ 2,300 Pers Prop 13,554 Bus Inv Ex s 1,375 10% penalty PS Imps 230 10% Penalty Pers Prop 800 030250-EDW Annabel Crouch Pers Prop $ 24,132 Bus Inv Ex f 2.875 Assessees have submitted signed business property statements. R. 0. SEATON, Ass't. AssessWr tB/25/77 cc: Mrs. Giese-Assessor-920 Main St. Auditor Tax Collector RESOLUTION NO. 77/737 Page 1 of 00159 . For the Fiscal Year 1977-78 Class of Assessed Account No. Assessee Property Full value Value 030827-E000 Timothy A. Curtis Bus IPropnv $ 6,200 $ 375 036250-EOOI Dohertys Truck A Auto Rental Inc. Pers Prop $ .-. 200 036540-E001 Donar.'Inc. P. S. Imps S 42,149 Pers Prop 18,934 Bus Inv Ex $ 465 10% Penalty 5,921 040270-EODO Emery Industries, Inc. Pers Prop 5 6,220 Bus Inv Ex $ 777 041365-EDOD Daniel S. Etzel Leonard B..Farias BPers us Inropx $ 4,232 $ 440 gleo "d 055007-E000. Robert L. Hager Pers Prop $ iow Bus Inv Ex $ 301 060821-E000 E. A. Holliday Company Pers Prop S 1,860 061305-EMO Rob Honodel Pers Prop S 9.880 P. S. Imps 2.520 063800-E001 Inter-Harvest Inc. Pers Prop $157,000 Bus Inv Ex $ 19,625 10% Penalty 7,848 064925-E000 Louis Jany P. S. Imps 5 5,280 Pers Prop 8,030 Bus Inv Ex $ 375 074587-EDDO. Warren Lee P. S. Imps $ 81180 Pers Prop 4.700 Bus Inv Ex $ 288 085755-E000 Nick i Palmnra S. Nedina P. S. Ips $ 22,600 Pers Prop 5,140 Bus Inv Ex $ 200 090213-E000 Nort9w Trust of America, Trs Pers Prop $ 1,200 097530-E000 .Steven P. Palmer Pers Prop $ 1,092. 098865-E000 Thomas G. Paulsen.-II Pers Prop $ 400 102350-EDO1 Pizza Parlors. Inc. P. S. Imps $ 20,950 Pers Prop 10,120 Bus Inv Ex $ 625 Assessees have submitted signed business property statements. s sessor Page 2 of 00160 For the Fiscal Year 1977-78 Class of Assessed Account No. Assessee Property Full Value Value 102925-EODO Warren E. Pomeroy Pers Prop $ 2,740 Bus Inv Ex S 338 105135-EWO Robert William Raefield Pers Prop. S 210 108245-EOOO S. Rfi*ies i Sons Inc. Pers Prop $ 680 113075-E000 Savin Business Machines Corp Pers Prop $ 1,020 113075-EOOI Savin Business Machines Corp Pers Prop $ 14,240 113075-EO02 Savin Business-Machines Corp Pers Prop s 5,160 113075-EO03 Savin Business Machines Corp Piers Prop S 780 113075-EO04 Savin Business Machines Corp Pers Prop $ 17,760 118600-EDOI Budimir Sheik P. S. lops $ 480 Pers Prop 7,660 Bus lPrS 958 118603-EDOO Simlog Leasing Co. Pers Prop i 2.540 119237-EODO Mayne F. Slater Pers Prop _ 1,280 125160-EO01 Strickland Co.. Inc. P. S. Imps $ 61900 Pers Prop 12,160 Bus Inv Ex = 1,517 128069-EDOI Tennant Co. Pers Prop $ 5.680 128069-EODD Tennant Co. Pers Prop 9.160 .143235-E000. James Wright Pers Prop i 21M Assessees have submitted signed business property statements. It has been ascertained by audit of the assessee's records that the assessee failed to report accurately,taxable tangible prpperty. to the extent that this failure caused the assessor not to assess the property or to assess it at a lower valuation than'he would have entered upon the roll had the property been reported accurately; therefore, that portion of the property not reported should be assessed as"escaped assessment pursuant to Section 531.4 of the Revenue and Taxation Code; and interest on tam the- should be added in accordance'with Section 506; and business inventory enwiption allowed as indicated in accordance with Section 219:. 028405-E002 Coordinated Lease Corp. Pers Prop $ 1.380 078957-EDW MCT Equipment Corp. Pers Prop $ 2,120 Assessees have submitted signed business property stain ts. U. SEATM. Ass-t. Assessor Page 3 of!� 00161 FURTHER, For the Fiscal Year 1976-77 Class of Assessed Account No. Assessee Property Full Value Value 024540-EOOI Clark Rental System Inc. Pers Prop $ 51,100 0493804014 General Electric Co. Pers Prop $ 5,440 049380-EOIS General Electric Co. Pers Prop $ -.8,440 0493WED16 SeneraT•Electric Co. Pers Prop $ 2.280 076520-E000 LKB Western Instruments Inc. Pers Prop $ 5,960 Bus Inv Ex $ 745 086410-ED04 Netric Resources Corp. Pers Prop $ 11,700 FURTHER, pursuant to Section 531, 506.and 463. For the Fiscal Year 1976-77 069583-EMO Key Investments, Inc. Pen Prop $ 67,560 10% Penalty 6,756 AND. FURTHER. For the Fiscal Year 1975-7M pursuant to Section 531.4 and 506: 049380-EO16 General Electric Co. Pers Prop $ 2,400 Assessees have submitted signed business property statements. U. UATUN. ASS't. ssor SEP 06 1977 Adopted by*is wand on.... - ..............._ Page 4 of 4 00162 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning the Drainage Easement ) RESOLUTION NO. 77/738 on Lots 82 and 88, Subdivision 3833 ) Date: September 6, 1977 Orindawoods in the Orinda Area ) Resolution and Order Abandoning County Drainage Easement (Gov. Code 50438, 50440, 50441) The Board of Supervisors of Contra Costa County RESOLVES TPAT: On July 26, 1977, this Board passed a resolution of intention to abandon the County drainage easement described below and fixing September 6, 1977 at 10:30 a.m., in its chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon, and ordered that the resolution be published and posted as required by lav, which was done as shown by affidavits on file with this Board. The hearing was held at that time and place, this Board hearing and duly considering evidence offered concerning the abandonment. The abaphdonment covers the 10 foot wide drainage easement on Lots 82 and 88 as shown on the map of subdivision 3633 (Orindawoods) recorded March 7, 1973 in Book 155 of Maps at Page 25 et. seq. ry - The drainage easement contains a 15-inch corrugated metal pipe storm drain and cc appurtenant structures which serve only private properties and would be better maintained privately. The storm drain must be relocated and realigned to better n- serve the proposed resubdivision of Lot 88 and to avoid conflict with the proposed W N dwelling unit locations. . Ther were no objections to the abandonment. m This Board hereby FINDS that the proposed abandonment will not have a significant impact on the environment, and that a negative declaration has been c; prepared and processed in compliance with the California Environmental Quality- Act, and that it has reviewed and considered the information contained in the 71 negative declaration. This Board therefore hereby further finds that the hereinafter described County drainage easement dedicated to public use, is unnecessary for present or prospective use, and it is HEREBY ORDERED ABAVDONED. The Director of Planning shall file with the County Clerk a Notice of Determinatiog concerning this abandondment and the negative declaration. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED BY THE BOARD. on September 6, 1977. Originating Department: Public Works Land Development Division cc: Recorder Director of Planning Donald L-Doughty, Project Manager, Orindawdods, P. '0: Box 291 Orinda, CA 94609 EBMUD Contra Costa County Water District Stege Sanitary District of Contra Costa County Oakley County Water District San Pablo Sanitary District Public Works Director Pacific Gas & Electric Company, Oakland Pacific Telephone Company, Oakland Thomas Brothers Maps RESOLUTION NO. 77/738 00163 EffiIBIT "An All of the 10 feet in width drainage easement.lying in Lots 82 and 88 as shown on the map entitled "Subdivision 3833, Orinda Woods" filed March 8, 1973 in Book 155 of baps at Page 1, Records of Contra Costa, County, California. The centerline of said 10 feet in width drainage easement (155 N 1) being described as follows: i Beginning on the southerly line of said Lot 82 distant tbarems N 70.27'00" W. 181.64 feet from the easterly teralaus of the coarse designated as "N 70'27'00" W. 559.6* feet" as abown on said a (155.M 2); thence, from said point of.beginning, a 19033'00" E, 27.85 feet and N 30`29.49" W, 218.58 feet. Bearings and distances used in the above description are based on the California Coordinate System Zona Ill. To obtain around distance multiply distances used by 1.0000921. t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of All-Inclusive Billing Rates System, County ) RESOLUTION NO. 77/739 Medical Services ' WHEREAS the Contra Costa County Board of Supervisors is seeking every device to-reduce-local health care costs; and WHEREAS the Board has embarked upon a State Prepaid Health Plan and Federal (Medicare) HMD, both of which are acknowledged cost containment health delivery programs; and WHEREAS the Board, in its continued effort to reduce local health care costs, recognizes the also-acknowledged savings of an all- inclusive billing rates system (as documented by an S.S.A. sponsored study in the State of Massachusetts and another study in Los Angeles County); NOW, THEREFOR, BE IT BY THE BOARD RESOLVED that the 0irector, Human Resources Agency, be authorized to pursue with appropriate officials of the State Depa,bam t of Health a proposal to relieve Contra Costa County of the administrative burden of itemized billing for the Medi-Cal Program, to return to an all-inclusive billing rates system to include direct billing to the State Department of Health, and to report back to the Board the results of his discussions together with recommendations, if appropriate. PASSED BY THE BOARD on September 6,.197T. Orig: Human Resources Agency County Administrator County Auditor-Controller County Medical Director Nl RESOLUTION NO. 77/739 00164 Human Reso��ces Agency Pate August 31, 1977 CONTRA COSTA COUNTY RECEIVED To Board of Supervisors From C. L. Van Marter, Director '�"r . ]. R. 015:.1 CLERK BOARD Of SU?ERVISOIS CODtT COSTA CO. Subj INTERIM STATUS REPORT ON THE STUDY OF MANAGEMENT ALTERNAT - DepY"' SERVICES DEPARTMENT WITH EMPHASIS ON THE TERM "ENTERPRISE FUND" References: (1) Board Order dated June 21,1977, subject: Approval of Further Study of Management Alternatives for the Medical Services Department. (2) Board Order dated July 5, 1977, subject: Patient Care Billing, County Medical Services. The purpose of this memorandum is two-fold: 1. To provide the first interim status report required bar reference (1). 2. To make a recommendation with respect to reference (2 . BASIC CONSIDERATIONS In order to develop this study, the Task Force considered that it must begin with certain basic considerations and definitions as outlined below: A. General Objective of Medical Services Department The general objective of the department is the provision of the best quality of medical care available to those patients for whom the County is responsible and at the lowest possible costs. B. Background Over the past 18 months and in the face of continuously escalating costs, especially the costs of medical care, a series of measures has been taken to improve management and reduce costs in County Medical Services. These measures include a reorganization which places all of the staff under the supervision of the Medical Director, revised revenue-reporting systems which allow us better and faster knowledge about the revenue being generated by the department. an increased awareness on the part of program management and administrative support staff of their respective roles, greater concern on the part of staff with the need to generate revenue and hold down expenditures, beginning efforts toward reorganizing and decentralizing medical services on a regional basis, and a closer working relationship with other departments in the Human Resources Agency. While all of these efforts have enjoyed reasonable success, it is necessary now to look at other alternatives which can provide further improvement in management of the department. One of the most promising alternatives appears to be the establishment of an Enterprise Fund for County Medical Services. . AAivoiilmed vriAi board C. Purpose of the Study The purpose of this study is to examine various methods for improvement of management of Medical Services Department, with specific emphasis on those alternatives generally encompassed in the term, "Enterprise Fund." D. Enterprise Fund 1. Legal Basis (Ref: Section 25261, Gov't Code) "The Board may by resolution create one or more enterprise funds. The Board shall make available such amounts as are necessary to establish each fund and to maintain its solvency. At the beginning of any fiscal year, the Board may by reso- lution transfer part or all of the amounts in any fund created pursuant to this section or may abolish any such fund. "The Board shall provide for the fixing of charges for all services performed by the enterprise. Such charges may include all costs including depreciation. All funds created pursuant to this section shall be presented separately in the County budget and financial report. 2. Definition (Ref: Section 25261, Gov't Code) "As used in this section, "Enterprise Fund" means a fund which accounts for services furnished to the general public and which is financed primarily by charges for such services. Activities which may be accounted for in enterprise funds are limited to those adopted by the State Controller under the provisions of Section 30200 of this code." 3. Attributes a._ Basically, an Enterprise Fund is simply a different type of accounting system which provides a means to more accurately reflect the equiv- lency of profit and loss. b. An Enterprise Fund organizational arrangement may provide greater independence from the organizational structure of the County dependent upon the degree of autonomy authorized by the Board of Supervisors. c. Conversion to an Enterprise Fund could be done concurrently with the development of account systems which meet the requirements of the California Health Facilities Commission (CHFC) under provisions of the Health Disclosure act. These requirements are now met by a cumbersome and time-consuming manual process. - 2 - oo'16 4. Impact on Management a. The Task Force considers it of cverriding importance to point out at the outset that the adoption of an Enterprise Fund financial arrangement in County Medical Services will not in itself improve managenent nor will it relieve the Board of Supervisors of its responsibility orinitself change the County tax requirements. b. If an Enterprise Fund arrangement is adopted and a greater degree of autonoey is authorized by the Board of Supervisors, department management accountability and visibility will be increased. c. While an Enterprise Fund will increase the opportunities to demon- strate management competence, it is beyond the scope of this study to evaluate the capability of present County Medical Services staff to handle an Enterprise Fund arrangement. PROGRESS OF THE STUDY In developing this study, the Task Force, assisted.by Medical Services Departwent subcommittees and interpartmental subcommittees of all the departments involved,. has identified the principal management concerns of Medical Services Departmemt. In each case, the Task Force is endeavoring to ascertain alternatives for management improvement and whether or not the Enterprise Fund concept would contribute to that end. With this in wind, each of the principal management concerns is discussed below and summarized in the chart following: A. Management Information System (Data Processing) Foremost among the managemea t concerns is the need for an improved management information system which is more responsive to the unique needs of Medical Services operations in the areas of both fiscal support'and, patient/program statistical reports. This concern, which has existed for long time, will continue to exist regardless of the organizational structure of the department, the quality of management skills available, or the funding support arrangements.: Accordingly, it appears that an improved management information system should be developed regardless of whether or not an Enterprise Fund financial arrangement is adopted. Currently, a Joint Interdepartmental Management Information Committee is studying this area of concern. B. Accounting There is a need to change the current accounting system to one which is tailored to fulfill the requirements of the Hospital Disclosure Act and the California Health Facilities Commission (CHFC) in order to avoid the time- consuming task of translating current cost data into the CHFC format. An Enterprise Fund financial arrangement should overcome this problem while providing the department with a system of accrual accounting and revenue earned in an environment which is more responsive to managerial controls. - 3 - 03167 C. Billing In the present system, billing (invoices) is accomplished in the Medical Services Business Office, but statements are done by the 'Auditor-Controller. Because of this split responsibility, follow-up on Medi-Cal and Medicare claims is difficult and time consuming. Medical;Services considers it necessary to consolidate this function under one department and in one physical location. There is also a need to improve the format of both. invoices and statements for clarity to patients. (This matter is currently being resolved by the staffs of Auditor-Controller and Medical Services.) In addition, there is a need to seek from the State Department of Health a waiver which would. authorize Medical Services to return to billing for services on a per diem rate for inpatient care and an all--inclusive rate ` for outpatient care. This requirement is discussed separately in the attachment to this memorandum. D. . Collections Currently, this function is the entire responsibility of the Auditor Controller rather than that of Medical Services Department, which provides the services and bills for them. Medical Services considers it necessary to have management control of this function. This area of management concern is currently under study by a joint interdepartmental collections committee. E. Purchasing . Under the current system, all purchasing is handled through the Central County Purchasing Office under the Auditor-Controller. The efficiency and - economy of this arrangement raises the question as.to whether or not Medical Services could obtain better prices and services from vendors for those supplies and services which are unique to Medical Services. This area of management concern requires further study to determine whether Medical Services should be given more autonomy and flexibility in this area. A Medical Services committee is currently studying this area of management concern. F. Budget While the preparation and adoption of a comprehensive budget is essential for good management, this does not mean that the same degree of budgetary control should be exercised in an Enterprise Fund Budget. Adherence to a rigid line item budget is managerially unsound when requirements, services, and regulations are constantly and rapidly changing. The Board of Super- visors could authorize that budget control be limited to the. total budgeted amount. This freedom cannot be accommodated by general fund accounting and is optional with Enterprise Funding. - 4 - G. Services from Other County Departments While recognizing that certain legal and administrative restrictions preclude an Enterprise Fund from acquiring the most competitively,priced' services and supplies in the marketplace, a policy could be adopted that would permit Medical Services .the maxim flexibility to seek out the"most cgmpetively priced goods and services. In those areas where there are -legal or admini- strative restrictions, a.cost/benefit analysis should be developedshowing the added costs in buying goods and services from other County departments rather than from outside vendors. See next page for: SUMMARY AREAS OF MANAGEMENT CONCERN RELATED TO ENTERPRISE FUND - 5 . 03169 -- '- - N - r O- u E r_4-P do OMI � d � 4A mfA,LW.L m in 10 r N • Z/ A4Jm A•.m- .W �-4J �F O �- u «. o � on m u mr N Lai O v m L m L r� H►+!- 3 L O L O W LiO m No N N rO MO LLWO �T r T c OZ W d O u� d d •0rr m 4J C►r-- d�.G O O NrLOb 4J 4J C L'fl T r r.c M 41 m _7 10 VY 01.0 r4-10 O O O O LCm Wr u H 2 2 V) O A� Z O h 1-4.W d W C 01 Q4.0 Z Z Z Z Z Z d O W N CC LL ►r W 14.r 4A 4J 41 4A 4i a Cc M OI V t/ W W N A N 0�1 yN Y L� m i•- _? dL ++ L L� Yc L W 1-O 41 C nar 0. aN cv O. o. Q r-r O m N m m,- 7 1 Y Y O 2F C u 7 > >� L 3 F- co oCA�. 10 C C WJ cc T4 rm � 4J T r C M i� 7 4+i� 4a M 40 Z r C 4 r W JVI A CC CN caN� O � OC44 L•- Q � O O4 O ?r OY �7 O VE VN VNNd VN VN Q L1' � 1 � V Z O O G U d W WL" p :•• o y o o h o Z SL = 2 W z Z W 2 Z: d O W > > W Vf C7 F+ d Z U- V O W V1 S N Y4J 1 Y r N �Z �= W G 4J - 0.- W F-•O Ct.3 O ��11 AVf At4b L OM C r- /r d rr A 4- E �X u 4J 4d Y r•- 4 Z H Y 1111 r V 7 A O cv r y WJ N O Or O L 06010 ur 7 a4�T HO rL r- O NY J Vf d r Q C Zi � _M Q �r H OYL V 7 6,1 T 4.) 3 LIS O N 41 O L •� m N 4d t 41 a u a+ <L z o m O o LLI toWW ►� O L =;MCD C C �p C N = d�t.t E 4T+ or w v0 �V r ri t 2.q LJ O��+ O � C C N V .•- L VL O N m Li m 4A V 00170 INTERIM CONCLUSIONS The Task Force considers that further study of all the above-listed areas of management concern is required. However, at this-stage of the study, the Task Force concludes as follows: A. The Management Information Systm requires major its regardless of whether or not an Enterprise Fund is recommended for adoption. The current Joint Interdepartmental M�agemen�,i t Inforaiticn Committee st Gina .this area s ou d'deeve and vmmr alternatives and recommomat omens for eyrovament together with cost estintes as soon as Ross e. B. If an Enterprise Fund arrangement is recon■ended for adoption by the Steering Committee, the recommendation should include details of the degree of control to be granted to Medical Services Department in the following management areas: 1. Fiscal Areas a. Accounting b. Billing c. Collections d. Budget 2. Other Areas a. Management Information System b. Purchasing c. County Counsel d. Human Resources Agency e. Civil Service f. Public Works C. In the interest of cost reduction, revenue recovery, and the objective of improving the management environment in County Medical Services, this County should discuss with appropriate State officials the matter of a return to an all-inclusive billing rates system. RECOMMENDATIONS 1. The Task Force be directed to continue the study with a view to completing the task assigned in reference (1). 2. In fulfillment of reference (2), the Director, Human Resources Agency, be authorized to seek relief from the current itemized billing system as indi- cated in the proposed resolution in the Attachment. CAC:gm Attachment: Patient Care Billing Systems - 7 Attachment PATIENT CARE BILLING SYSTEMS PURPOSE The purpose of this paper is to discuss and compare the advantages and disad- vantages of two patient care billing systems as follows: 1. All-inclusive billing rates (i.e., a per diem rate for inpatient care and an all-inclusive rate for outpatient care. 2. Itemized billing rates (i.e., the systema employed by'County Medical Services since January 1, 1974). BACKGROUND Historically, county hospitals in California (and many other hospitals as .well) have used the all-inclusive billing rates system. This method was used because of its administrative and accounting simplicity and because west payments to - County Hospitals were interim payments with a settleaumt based an cost reporting. The law also required billings to be at cost. The patient received an averaged bill for each service area, i.e., each patient in obstetrics received the same charge for a unit of service regardless of differences in services. With the advent of Medicare, Medi-Cal Reform, and concern over cost controland identification in medical care, the itemized billing rates concept was developed. Its early use was by insurance companies. With the Schedule of Maximum Allowances (SMA) under Medi-Cal, itemized billingwas mandated by the State of'California in an effort to control/shift County Hospital costs. Previously, rate setting in outpatient care was done by projecting total costs and patient physician visits and dividing the former by the latter to get a,rate. This was an all-inclusive rate becaute it included costs of supplies and ancillary services and did not include ancillary service visits. In the recordkeeping of an itemized billing rates system, some of the charges are not captured simply because of the complexity of the system; whereas in the all-inclusive system, because of its simplicity, rates more nearly reflect the actual cost of services in tOta"L Additionally, since rates must be set prospectively, the large number of estimations necessary for itemized billing adds to the error. Contra Costa County Medical Services changed from the all-inclusive rates system to itemized billing on January 1, 1974. This was an administrative directive designed to be a cost-saving measure for State, but it placed the County in the adverse position of having to assume the additional costs of itemization. The results under the itemized billing rates system have not improved the ability to contain the costs of medical care. The complexity of the system mystifies the patient and fails to control costs because of proliferation of itemized. billing rates (Medical Services, at last count, has over 6,000 service billing rates, while there were no more than 15 rates under all-inclusive rates). 0#)1'72 Currently, due to the SMA outpatient controls, reimbursement represents about 4O% of cost. Under an all-inclusive billing system. it may be possible to negotiate a higher reimbursement percentage with State Department of Health. Consultants for Los Angeles County have done an in-depth study of the two different billing systems. 'Also, a Boston Consulting Group was employed by the Social Security Administration to study, in detail, the two different billing systems. - Both of these studies proved substantial savings could be ; made by discontinuing the itemized system in favor of the all-inclusive system. The Boston Consulting Group studied the entire State of Mmssachusetts,-and they concluded that the all-inclusive system provided a minimums annual savings of $187 per bed. Los Angeles County was granted relief from the SMA and, hence, relief from itemized billing some years ago, and San Diego County:obtained,similar relief last year for their inpatient services for geriatrics. Two other aspects of the continuing effors of County Medical Services to reduce operating costs and increase revenue are pertinent to this discussion and should be borne in mind: 1. Under the itemized billing rates system, more revenue could be generated by increasing and intensifying itemization but only at greatly increased costs in staff and data processing services. 2. 'Proposed goals include plans for increasing PHP/HMD.•enrollwent, but itemization is not needed or appropriate in these programs. With the above background in mind, the following list summarizes and compares the advantages and disadvantages of the two types of billing systems. 1. ALL-INCLUSIVE BILLING RATES SYSTEM ADVANTAGES (1) administrative Simplicity Reduced paper work (not reduced data processing) for: both County and State and, therefore, reduced admin- strative costs. Less chance for loss or incomplete charges as frequently occur in itemized billing. (2) Better Billing Control at Reduced Costs Under itemized system, it is more difficult to capture charges due to limitations of time, staff resources, data processing system, or the inevitable errors in a very complex process, e.g., OP visits have to be classified into five or more separate categories, all at different reimbursement rates. 001'73 2'- ADVANTAGES cont'd (3) Reimbursement Rate was Higher for Ail-Inclusive Currently, due to SMA outpatient controls, reimbursement represents about 40% of costs. Under an all-inclusive system, it my be possible to negotiate a higher reim- bursement percentage with State Department of Health. (4) All-Inclusive Billing is Mare Compatible with PHP/HW PHP/HND, with their know capitation rates, facilitates revenue estimntes and ease of administration, and these would characterize the all-inclusive billing system: DISADVANTAG€S CMOs ON DISADYP"RS (1) Patient Complaints Some complaints (as in the past) The volume of complaints of this type can be anticipated from patients were much less when CMS was under all- who must pay the same charge for inclusive billing than the current an OP visit for a minor service number which occur because of the as that for a more complex complexity and frequent inaccuracy of service. itemized billing. '(2) Some Insurance Companies RM-ire Itemized Charges Collections from private insur- In cases where insurance companies ance companies may decrease. demand itemization of charges, these could be provided, but the nu*er of such cases is relatively small. (3) Programing Costs There would be some programing Programing costs (not yet estimated) costs to shift from itemized are expected to be relatively small. billing to all-inclusive rates. 2. ITEMIZED BILLING RATES SYSTEM ADVANTAGES. (1) Complies with current State Mandated SMA for OP visits. (2) Provides patient and insurance companies a listing of services performed. (3) Can Yield additional revenue if all possible charges are itemized. 3 - ��74 l DISADVANTAGES COMiWS ON''DISADVANTAGES (1) The purpose of the SNA is to Counties incur the additional costs of reduce costs for State--not the itemization. counties. (2) Does not eliminate patient or Current itemized invoices and statements insurance complaints. raise innumerable questions, complaints, and anxieties because many patients do not understand them. (3) To yield additional revenue This is simply a case'of putting in more would require an increase in money to get more out and would require staff costs and data processing a cost/benefit analysis. costs to capture every possible charge and avoid any lost charges. CONCLUSION A. Based on the above discussion and summary of advantages and disadvantages, it appears that the advantages of the all-inclusive rates billing system outweigh the current itemized billing rates system. B. In the interest of cost reduction, revenue recovery, and the objective of improving the management environment in County Medical Services, this County should discuss with appropriate State officials the matter of a return to an all-inclusive billing rates system. RECOMENDATION It is recommended that the Board of Supervisors adopt the enclosed proposed Resolution. Enclosure: Proposed Board Resolution _ 4 _ BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the natter of Adoption of ) 1976 Uniform Fire Code and 1 RESOLUTION NO. 77/740 1977 Supplement thereto for ) Contra Costa County and the ) (G.C. 550022.3) Bethel Island, Brentwood, Byron, ) Crockett-Carquinez, Contra Costa ) Notice of Public Hearing County, Eastern, Moraga, Oakley, ) Orinda, Pinole, Riverview, ) Tassajara and West County Fire ) Protection Districts of•Contra ) Costa County ) ) The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board for the County and as the board of directors of the Bethel Island, Brentwood, Byron, Crockett-Carquinez, Contra Costa County, Eastern, Moraga, Oakley, Orinda, Pinole, Riverview, Tassajara and West County Fire Protection Districts of Contra Costa County proposes to enact an ordinance for each of the aforesaid jurisdictions providing therein for the adoption by reference of the Uniform Fire Code, 1976 Edition and the 1977 Supplement thereto, as iled, recommended, and published by the Western Fire Chiefs Association, Inc. with changes, -additions and deletions thereto as set forth in the proposed ordinance, and further providing for the adoption by reference of the secondary codes enumerated on Exhibit "A" attached hereto and by this reference incorporated herein. The proposed ordinance provides for the prevention and suppression of fires and conflagrations and for the protection and preservation of life and property against the hazards of fire and conflagration within the afore- said fire protection jurisdictions. OnOctober:4r r 1977 at , in the Chambers of the Boara—� supervisors or Contra C— o coounty, County Admin- istration Building, Martinez, California, a public hearing will be conducted upon the proposed enactment of the said ordinance and at the said public hearing any interested person may appear and be heard. Copies of the proposed ordinance, the 1976 Uniform lire Code and the 1977 Supplement thereto, and the secondary codes described. in Exhibit "A" are on file with the Clerk of this Board, and are open to public inspection. The Clerk of this Board shall cause this resolution to be published pursuant to Government Code Section 6066 in--the CONTRA COSTA TIMES a newspaper of general circu ation in this County. PASSED and ADOPTED on September 5, 1977 by this Board. cc: Chief A. V. Streuli 14DF-s CCC Fire Prot. Dist. County Administrator County Counsel Building Inspector Director of Planning Public Works Director RESOLUTION 110. 77/74b 175 EXHIBIT "A" I. NATIONAL FIRE PROTECTION ASSOCIATION (N.F.P.A.) 60 Batterymarch Street Boston, Massachusetts 92110 N.F.P.A. STANDARDS 10 Portable Fire Extinguishers, 1975 11 Foam Extinguishing System, 1976 11A High Expansion Foam Systems, 1976 11B Synthetic Foam and Combined Agent Systems, 1974 12 Carbon Dioxide Systems, 1973 12A Halon 1301 Systems, 1973 12B Halon 1211 Systems, 1973 13 Sprinkler Systems, Installation, 1976 13A Sprinkler Systems, Maintenance, 1976 14 Standpipe and Hose Systems, 1976 15 Water Spray Fixed Systems, 1973 16 Foam - Water Sprinkler 6 Spray Systems, 1974 17 Dry Chemical Systems, 1975 20 Centrifugal Fire Pumps, 1976 22 Water Tanks, 1976 24 Outside Protection, 1973 26 Supervision of Valves, 1976 30 Flammable and Combustible Liquids Code, 1976 31 Oil Burning Equipment, 1974 32 Dry Cleaning Plants, 1974 33 Spray Application, Using Flammable and Combustible Materials, 1973 34 Dip Tanks, 1974 35 Manufacturer of Organic Coatings, 1976 36 Solvent Extraction Plants, 1974 37 Stationary Combustion Engines a Gas Turbines, 1975 40 Cellulose Nitrate Motion Picture Film, 1974 40E Storage of Pyroxylin Plastic, 1975 43A Liquid a Solid Oxidizing Materials, 1975 43C Storage of Gaseous Oxidizing Materials, 1975. 43D Storage of Pesticides in Portable Containers, 1975 45 Fire Protection for Laboratories Using Chemicals, 1975 47 Lumber Yards, Retail, Wholesale, 1973 48 Magnesium, Storage, Handling, 1974 50 Bulk Oxygen Systems, 1974 50A Gaseous Hydrogen Systems, 1973 SOB Liquefied Hydrogen Systems, 1973 51 Welding and Cutting, Oxygen-Fuel Gas Systems for, 1974 •54 National Fuel Gas Code, 1974 56A Inhalation Anesthetics, 1973 56B Respiratory Therapy, 1976 56C Laboratories in Health-Related Institutions, 1973 56D Hyperbaric Facilities, 1976 56F Nonflammable Medical Gas Systems, 1974 57 Fumigation, 1973 58 Liquefied Petroleum Gases, Storage and Handling, 1976 59 Liquefied Petroleum Gases at Utility Plants, 1976 59A Liquefied Natural Gas, Storage and Handling, 1975 60 Pulverized Fuel Systems, 1973 61A Manufacturing and Handling Starch, 1973 61B Grain Elevators, Bulk Handling Facilities, 1973 61C Feed Mills, Dust Hazards, 1973 61D Agricultural Commodities for Human Consumption, 1973 63 Industrial Plants, Dust Explosions, 1975 65 Aluminum Processing and Finishing, 1975 66 Pneumatic Conveying Systems, 1973 68 Explosion Venting, Guide, 1974 69 Explosion Prevention Systems, 1973 70 National Electric Code, 1975 71 Central Station Signaling Systems, 1974 72A Local Protective Signaling Systems, 1975 72B Auxiliary Signaling Systems, 1975 -1- 001'7v EXHIBIT "A" - Continued N.F.P.A. STANDARDS 72C Remote Station Signaling Systems, 1975 72D Proprietary Signaling Systems, 1975 72E Automatic Fire Detectors, 1974 75 Electronic Computer/Data Processing Equipment, 1976 76A Central Electrical Systems, 1973 86A ovens and Furnaces, 1973 87 Piers and Wharves, 1975 91 Blower and Exhaust Systems, 1973 96 Commercial Cooking Equipment, Vapor Removal, 1976 102 Tents, Grandstandas and Air-supported Structures Used for Places of Assembly, 1972 231 General Storage, Indoor, 1974 231A General Storage, Outdoor, 1975 231B Cellular Rubber and Plastics, Storage, 1974 2310 Rack Storage of Materials, 1975 303 Marinas and Boatyards, 1975 307 Marine Terminals,*Operations, 1967 327 Cleaning Small Tanks, 1975 329 Underground Leakage of Flammable and Combustible Liquids, 1972 385 Tank Vehicles for Flammable and Comnbustible Liquids, 1975 395 Flammable and Combustible Liquids an farms and isolated construction projects, 1972 407 Aircraft Fuel Servicing, 1975 409 Aircraft Hangers, 1975 410D Aircraft Cleaning, Painting and Paint Removal, 1971 410E Aircraft Welding Operations in Hangers, 1975 415 Aircraft Fuel Ramp Drainage, 1973 418 Rooftop Heliport Construction and Protection, 1973 419 Airport Water Supply System, 1975 481 Titanium, Storage, Hadling, 1974 490 Ammonium Nitrate Storage, 1975 505 Powdered Industrial Trucks, 1975 513 Motor Freight Terminals, 1975 651 Aluminum or Magnesium Powder, 1974 654 Plastics Industry, Dust Hazards, 1975 655 Sulfur Fires, Explosions, Prevention, 1971 656 Spice Grinding Plants, Dust Hazards, 1971 664 Woodworking Plants, Dust Hazards, 1971 II. INSURANCE SERVICES OFFICE 160 Wate Street New York, N.Y. 10038 Grading Schedule, Water Supply, 1974 Guide for Determination of Required Fire Flow, 1974 Fire Flow Test, 1973 -2- 001'77 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. STATE OF CALIFORNIA In the Matter of Amending Board Resolution No. 77/560 Establishing Rates RESOLUTION 10.7 7/741 to be Paid to Child Care Institutions WHEREAS this Board on July 12, 1977, adopted Resolution No. 77/560 establishing rates to be paid to child care institutions for the Fiscal Year 1977-78; and WHEREAS the Board has been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution No. 77/560 is hereby amended as detailed below: ADD THE FOLLOWING PRIVATE INSTIMIONS MONTHLY RATE Ming Quong Children's Center/Los Gatos (N) $1754 Ellis Boys Ranch/Sonora (P) 976 PASSED BY THE BOARD on September 6, 1977. Orig: Director. Human Resources Age mgr cc: Social Service. N. Hallgrmm County Probation Officer County Administrator County Auditor-Controller County Superintendent of Schools RESOLUTION NO.77/741 mh 00178 r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND MATER CONSERVATION DISTRICT In the Matter of Approval of Final ) Environmental Impact Report and Zone ) Plan Amendment No. 3 to the Flood ) RESOLUTION NO. 77/ 742 Control Zone 3B Adopted Project Work Order 8288-2520 ) The Board of Supervisors of Contra Costa County, as the governing body of the Contra Costa County Flood Control and Water Conservation District, RESOLVES THAT: PART I GENERAL On June 15, 1976 the Board of Supervisors authorized the Contra Costa County Flood Control and Water Conservation District to study the major channels in the San Ramon Watershed to provide a basis for updating the San Ramon Watershed portion of the adopted project for Flood Control Zone 3B. The study area includes San Ramon Creek, Green Valley Creek and Sycamore Creek. After nearly a year of study and numerous public meetings, the District prepared the San RamDn.Watershed Study Report outlining a plan to alleviate the flooding from the watershed's major channels. This Study Report was presented to the Zone X.Advisory Board on March 10, 1977. Thereafter, it was distributed to anyone requesting a copy. Approximately four hundred copies of the report and the Draft Environmental Impact.Report have been distributed to the public and various agencies. Twenty-eight public meetings have been held to receive public opinions on the Study Report and the Draft Environmental Impact Report. The Planning Commission held a public hearing on the EIR on July 26, 1977. and on August 23, 1977, determined that the EIR was adequate and the project conformed to the County General Plana 'Individual project sites will be studied further in regard to environmental considerations when detailed plans are prepared. Supplemental EIR's or new EIR's.as appropriate,may be prepared for each project site prior to project implementation. PART II ENVIRONMENTAL IMPACT REPORT Procedure WHEREAS, the California Environmental Quality Act, as amended, together with the State's administrative "Guidelines for Implementation of the California Environmental Act...." require the preparation of Environmental Impact Reports for certain public projects; and The County is considering portions of the San Ramon Watershed Study as Zone Plan Amendment No. 3 to the current Zone Plan for Flood Control Zone 3B; and The County determined that an Environmental Impact Report was required for the San Ramon Watershed Study and resultant Amendments to the Zone Plan; On July 26, 1977 the County Planning Commission, in its capacity as the County's hearing body for Environmental Impact Reports, according to the County's adopted processing procedures, held a public hearing on the Draft EIR at which time all wishing to speak were afforded the opportunity; and, at its conclusion closed the hearing to oral testimony, continued the open hearing for the receipt of written comments only to August 2. 1977. and continued the RESOLUTION NO. 77/ 942 00179 cl) matter to August 23, 1977 for decision; and Staff prepared the following environmental documents entitled "San Ramon Watershed Study Environmental Impact Report," "Response Document," 'July 21, 1977 Addendum," "Second Addendum," and an "Appendix" and "Study Report" which are to be considered in connection with the mandatory referral and proposed Zone 3B Plan Amendment. These documents,included responses to written comments and those received in public hearing testimony. Staff transmitted said documents to the Planning Commission on or before August 23, 1977, and thereafter made them available to those interested. On August 23, 1977, the County Planning Commission determined that the Environmental Documents described above constituted an adequate Final Environmental Impact Report and certified that it was completed in accordance with the California Environmental Quality Act, State and County guidelines; and State guidelines and recent court decisions provide that the deciding body should not merely consider the Environmental Impact Report in taking action on a project but should justify its choice in view of its significant impacts and.account for the disposition of identified mitigation measures as well. NOW, THEREFORE, BE IT RESOLVED that the Board of Supervisors, hereby approves the certification of its hearing body, the County Planning Commission, that the Environmental Documents described above constitute a Final Environmental Impact Report, and that it was completed in accordance with the California Environmental Quality Act, State and County guidelines; and FURTHER. that the Board having reviewed and considered the information contained in the Final Environmental Impact Report, finds that it is an adequate basis for making a decision on the project; and FURTHER, that the Board, having studied the significant impacts of the project and possible mitigation measures, as described in the Final Environmental Impact Report, accordingly, makes the following findings and gives the following directions: Significant Impacts FURTHER, the Board concurs with the County Planning Commission's findings that the following significant impacts would result from implementation of the project and adopts the associated mitigation measures to minimize those impacts to the greatest possible degree. 1. POTENTIAL REDUCTION IN HABITAT VALUE OF 53 ACRES OF WOODLAND AND GRASSLAND BIOLOGICAL COMMUNITY. Excavation of the detention basins will destroy the habitat for the biological community in and adjacent to those areas. All of the basin sites are located in areas of prime developable land and two of the sites. currently have subdivision plans submitted for review. The Board finds that there is a high probability of pending and future development destroying the habitat value of the detention basin sites. The Board directs'the.ex officio Chief Engineer to protect the creek habitat as much as possible; develop landscaping and reseeding programs where necessary and preserve trees where possible to altar the return of habitat value to the land and tree areas; consider a natural, pleasing open space final project appearance as a prime design criteria except where secondary use of the project site is contemplated. 2. THE PROPOSED PROJECT WILL RESULT IN LOCAL SOIL LOSSES DUE TO DETENTION BASIN CONSTRUCTION INCLUDING THE LOSS OF 53 ACRES OF PRIME AGRICULTURAL SOILS Approximately 53 acres of prime agricultural soils will be affected as a result of construction of the detention basin sites. The Board finds that the detention basin sites will probably not be available for agricultural uses in the future because of the high probability of pending and future development converting the areas to residental land use. 00180 RESOLUTION NO. 77/_V_ (2) The Board directs the ex officio Chief Engineer to temporarily store good topsoil and replace it into the basin sites where it is determined to be necessary for revegetation of the sites. 3. THE PROPOSED PROJECT WILL RESULT IN THE ALTERATION OF THE NATURAL TOPOGRAPHY OF THE PROJECT SITES. The natural topography of the detention basins and the reach of Green Valley Creek from 1200 feet east of the I-680 Freeway to 200 feet east of Diablo Road are proposed to be altered. The excavation for the basins would be no deeper than the adjacent creeks. The basins would be graded and landscaped to avoid an engineered appearance. The contour grading, flat slopes and-landscaping would approximate a natural appearance and should be pleasing even if different from the original topography. The Board finds that the area upstream of I-680 is presently unattractive and probably would be enhanced with this project. The upper San Ramon Creek basin site is presently an unused orchard. The Board finds that when this basin is completed it my have the potential to becomie an attractive addition to the adjacent R-7 recreation area. The Board directs the ex officio Chief Engineer to plan the individual projects to provide an end result that has, as much as possible, a natural, pleasing appearance and compatibility with potential secondary uses. 4. POTENTIAL LOWERING OF GROUND WATER TABLE IN THE VICINITY OF THE DETENTION BASINS A ground water report has been prepared by HardiWLawson Associates for the detention basin site of most immediate concern, Lower-Green Valley Creek Basin. The findings of this report indicate that the effects of the project on ground water are not significant and can be adequately mitigated. The Board directs the ex officio Chief Engineer to make similar investigations for the other sites, if necessary, and to develop and incorporate appropriate mitigation measures at those sites. The ground water report for the Lower Green Valley Creek basin found'•the major effect on wells with lowered water levels due to basin excavation will be from reduced pumping heads and a slightly increased cost of pumping. No other adverse ground water effects from the basin construction are apparent.' The Board directs the ex officio Chief Engineer to develop and incorporate adequate mitigating measures from those listed in the ground water report or other measures subsequently developed by the Chief Engineer. The Board further directs the ex officio Chief Engineer to monitor the wells and piezometers installed for the ground water investigation. The monitoring program will help establish the long range maximum and id nimum -water-table elevations: The Board additionally directs the ex-officio Chief- Engineer to retain a horticultural consultant to investigate and develop mitigation measures for the vegetation which mq be affected by the work and the slightly lowered ground water. 5. CONSTRUCTION DUST GENERATION AND VEHICLE EMISSIONS COULD DECREASE AIR QUALITY IN THE IMMEDIATE WORK AREA Development of the various sites will result in temporary reductions in air quality. The excavation, hauling, and soil replacement operations for the detention basins will generate dust and vehicle emissions. Basin excavation work would probably be the most significant operation in terms of dust generation. The Board directs the ex officio Chief Engineer to minimize dust generation by adequate cleanup, water sprinkling or other effective practices. 6. CONSTRUCTION SOUND GENERATION WOULD INCREASE NOISE LEVELS IN THE PROJECT VICINITY. The project will cause an increase in noise levels. Noise impact will be restricted to normal working hours on week days only. The work will be limited to the short construction time of each construction project. RESOLUTION NO. 77/142 (3) The Board finds that the high cost of constructing noise barriers to reduce or eliminate the increased noise levels makes it unfeasible to do so. The Board also finds that long term noise reduction benefits should accrue due to the inclusion of the detention basin areas in open space or other related secondary uses rather than being occupied by urban development. The Board directs the ex officio Chief Engineer to enforce all standards for noise control devices on mechanical equipment. 7. LOSS OF ABOUT 60 ACRES OF EXISTING LAND USE The land which would be used for the detention basins is presently open space, orchard, creek areas and residential.- The project, excluding sites developed for a secondary use, would retain the open space use and the creek areas and would convert the orchard land and residential property to additional open space within the basins. The Board finds that the major loss of land use would actually be a loss of potential urban land use based on the zoning. The Board also finds that, with a growing pressure in many areas to preserve open space before it is used up, the conversion of some residential and potentially residential land to open space may be a beneficial impact rather than an adverse impact. 8. TEMPORARY DISRUPTION OF LOCAL CIRCULATION AND ACCESS PATTERN THROUGH THE ROAD AND BRIDGE RECONSTRUCTION AREAS (DURING CONSTRUCTION) During Construction the disruption of local circulation and access patterns will be restricted to those major roads which are listed for each site in Section I-D-4. pages 21 and 22 of the EIR and to a minimum number of additional roads as necessary to construct the projects. The Board finds that about one-half of the projects will be constructed without significant disruptions of local circulation pattern. The Board further finds that the San Ramon Valley Boulevard culvert will require the construction of a detour around the work site to maintain traffic. Green Valley Creek downstream of Diablo Road will probably require hauling of excess excavated earth material on Diablo Road. Also the two detention basins, Lower Green Valley Creek and Upper Green Valley Creek East Branch will probably require hauling material on Diablo Road and the box culvert at Green Valley Road will disrupt traffic on Diablo Road at Green Valley Road. The Board directs the ex officio Chief Engineer to study the feasibility of alternate cross country haul routes for hauling excess material to the proposed disposal site. The Board further directs the ex officio Chief Engineer to require construction signing and flagmen whenever necessary to control traffic for public safety. 9. LOSS OF ABOUT 5 TO 12 HOMES. . The reduced scope of the project now under consideration as Amendment No. 3 to the Zone Plan affects two residential properties; one of them has one residence, the other has a residence plus a rental unit. The Board finds that this reduced scope considerably lessens the socio-economic loss. The deleted project, San Ramon Creek from Chaney Road to Entrada Verde Place, will be studied, jointly by staff and local residents, to develop a more satisfactory solution than the alternate outlined in the draft Environmental Impact Report. The Board further finds that the Lower Green Valley Creek basin project involving the three residences may not be constructed for as much as ten or more years, allowing the owners sufficient lattitude to arrange a sale at their convenience when they wish to move. OWS2 RESOLUTION NO. 77/ 742 (4) The Board directs the ex officio Chief Engineer to provide full relocation assistance to those residents eligible for relocation assistance under State law. 10. POTENTIAL FOR THE DISTURBANCE OF ARCHAEOLOGICAL RESOURCES IN THE AREA. The Board finds that the only known archaeological site, the Upper Green Valley Creek-South Basin, has been deleted from the project. The Board directs the ex officio Chief Engineer to treat any discovered, previously unknown, site in accordance with applicable State and. Federal laws. The Board directs the ex officio Chief Engineer to stop all construction activity within a 30 meter radius of any archaeological remains encountered during construction operations and a qualified archaeologist be retained to assess the importance of the discovery and to recommend appropriate mitigating measures. 11. LOSS OF-EXISTING STREAMSIDE VISUAL AND AESTHETIC AMENITIES AND CREATION OF LANDSCAPE SCARS THROUGH CREEK EMBANKMENT CONSTRUCTION, CHANNEL WIDENING, CHANNEL LINING, DETENTION BASIN CONSTRUCTION, SPILLWAY CONSTRUCTION. Streamside visual and aesthetic amenities will be lost in these restricted areas where basin spillways and channel widening must be constructed. The Board finds that the major creek embankment construction referred to is part of the San Ramon Creek project from Chaney Road to Entrada Verde Place which has been deleted from this proposed Amendment. The other areas of creek embankment work are minor. The Board directs the ex officio Chief Engineer to offset, to whatever extent practical, the loss of the original amenities through the use of landscaping in and around the facilities disturbed. A conscientious program of landscaping and contour grading should provide a long-term visual appearance of basin sites equal to or better than the current appearance. Native trees should be protected to the greatest extent possible. Basin spillways should be located to cause the least effect to the creek environment. Statement of Overriding Consideration FURTHER, the Board recognizes that the projects contained in the Final Environmental Imapct Report will have certain environmental effects which have not been mitigated. These effects are as follows: the short-term effect on the biological community of destruction of the habitat in the detention basin sites; the short-term effect on air quality caused by construction of the various projects; the short-term effect of increased noise level during construction; the temporary disruption of local circulation during construction. The Board finds that the project is justified by the following statement of overriding consideration: This project alternative was deemed best when all impacts were considered. There is a great long range economic and social benefit attributable to flood protection and subsequent removal of areas from the HUD flood hazard areas. Also, on an economic basis, this is the lowest cost alternative which provides flood protection. An additional benefit, for which an economic value cannot be attached, is the creation of more open space in the basin areas. This alternative would replace a Zone Plan which would have far more significant adverse environmental impacts due to greater construction activity, longer construction time and severe effects on the creek areas. For these reasons, the Board finds that these overriding social and economic needs outweigh the physical impacts which may be attributable to the proposed project. The individual physical impacts are generally not significant or will be mitigated individually. The project as proposed will correct the existing significant negative impact of flooding. 001 RESOLUTION NO. 77/ 742 (5) PART III ZONE PLAN AMENDMENT On July 26, 1977, the Board of Supervisors, as ex officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, duly passed and adopted a resolution concerning the adoption of project Amendment No. 3 to the Zone 36 Project in the Walnut Creek Watershed area within said District. Pursuant to said resolution the Board fixed 10:50 o'clock a.m. on September 6, 1977, in the chambers of the Board of Supervisors, Administration Building, Martinez, California, as the time and place of hearing on the question of the adoption of the proposed Amendment No. 3 to the Zone 38 Project. It appears from the Affidavit of Publication on file with the Clerk of the Board that notice of the hearing on the adoption of the proposed project was duly and regularly given in accordance with the provisions of Section 11 of the Contra Costa County Flood Control and Water Conservation District Act. Further notice of said hearing was given, by publishing a copy of said resolution and notice once a week for two (2) successive weeks in the Contra Costa Times, a newspaper of.general circulation, published in said Zone 36, and that publication was completed at least seven (7) days before the date of the hearing. A copy of the maps showing the general location and general construction of said project has been on file with the Clerk of the Board since July 26, 1977. At 10:50 o'clock a.m. on September 6, 1977, in the chambers of the Board of Supervisors, Martinez, California, the Board met for the purpose of holding a hearing on the adoption of the proposed Amendment No. 3 to the Zone 36 Project. During said hearing comments, both written and oral, were heard and considered. Prior to the conclusion of said hearing written protests in the form and number sufficient to prevent the adoption of project Amendment No. 3 were not filed, and any protests received were overruled and denied. This Board, as the ex officio Board of Supervisors of Contra Costa County Flood Control and-Water Conservation District, resolves that the Engineer's Report dated July 19, 1977, on the proposed project Amendment No. 3 to the Zone 36 Project is hereby adopted and approved as an-amendment to-the project for Zone 36. The Director of Planning is hereby instructed to file a Notice of Determination on the Environmental Impact Report for the San Ramon Watershed Study and Amendment No. 3 to the Zone 3B Project. PASSED AND ADOPTED on September 6, 1977. AYES: Supervisors - S, P. Kenny, N. C. Fanden, NOES Supervisors - E. H. Hasseltine, W. N. Boggess. p None. ABSENT: Supervisors - R. I. Schroder. cc: Flood Control Director of Planning (5) Public Works Director County Administrator County Counsel Mr. yam Acre, 956 Diablo Road, Danville 94526 Mr. J. N. Smith, P. 0. Box 5056, Walnut Creek 9459 �Qp� Mrs. Thelma Weber E Ms. Lucille Weber, P. 0. Box 6towille 94526 RESOLUTION NO. 77/_142 (6) In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT September 6 .1977 1n dr"mof of Requesting Report from the Public Works Director on Natters Relative to Future Implementation of Several Projects Authorized under Amendment No. 3 to the Flood Control Zone 36 Adopted Project W.O. 8288-2520 FCZ 36 The Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District. having conducted a public hearing on Amendment No. 3 to the Flood Control Zone 3B Adopted Project and having adopted said Plan Amendment No. 3; IT IS BY THE BOARD ORDERED that the Public Works Director is directed to report back to the Board on the following matters relative to the future implementation of several of the Plan's projects authorized under and within the scope of said Amendment No. 3: 1) Taking into amm decatim the report of W. »ol - L: Nevin (0onsultiug F$tginert for Diablo Tnvp Went Cim pony) and other pertinent evaluation criteria. investigpte various basin layouts fi w the Green Va11ey Ckeek-Fast Itch Basin, and recommend a muse of action; 2) Investigate possible approaches to project implementation for the Lower Green Valley Creek Basin to minimize or eliminate the impact of basin construction upon the Weber family ranch operation and recommend a course of action; 3) Investigate the desirability of a minor shift in the location of the Upper Green Valley Creek Basin (North) on the Bryan property to accommodate the proposed development currently being considered and recommend a course of action. PASSED by the Board on September 6. 1977. 1 hereby osrlHy that rice foregoing is a trw and o*~copy of m order enknW on th minutes of said Board of Supervisors an the daft aforesaid. Originator: Public Works Department. Wdow my bored and the Sed of do Board of Flood Control Planning SuPerviswe 3 Design offhod this 6th day of Sept-g- a-r . 1977 cc: County Administrator Director of Planning (5) J. R. OLSSON. Cleric County Counsel By Clark Public Works Director A. J2526 p t aP1iM Flood Control Mr. Sam Acre, 956 Diablo Rd., Danville Mr. J. N. Smith, P.O. Box 5056, Walnut Creek 94596 Mrs. Thelma Weber& Ms. Lucille Weber, P.O. Box 644, Danville 94526 H•24 3/76 15m 001 S7 IN.THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTV,.STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 77/743 WHEREAS, the County Assessor having filed with this Board requests for corrections of erroneous assessments, said requests having been consented to by; County Counsel; NOW. THEREFORE. BE IT RESOLVED that the County Auditor is authorized to correct the following assessments. For the Fiscal Year 1977-76 It has been ascertained by audit,of the assessee's books of-account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore. such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with-Sections 4986 and 5096, the assessee wary file a claim for cancellation or refund;FURTHER. in accordance with Section 4985(x), any uncollected fee heretofore or hereafter attached due to such error should be cancelled upon the showing that payment of the corrected or additional. amount was made within 30 days frau the date the correction is entered on the roll or abstract record as.it was impossible-to complete valid procedures initiated prior to the delinquency date. Account No. 093960-0000, Northern Cement Transportation, Inc. is erraiaousiy assessed since assesses included licensed vehicles in reporting his property; therefore, this assessment should be corrected.to show Personal.Propecty 611,840 Full Value. 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, the assessee.maay.file a claim for cancellation or refund; FURTHER, in accordance with Section 4985(a), any uncollected delinquent penalty, cost, redemption penalty, interest.-or redemption fee heretofore or.hereafter attached due to such error should be cancelled upon.the showing that payment of the corrected or additional amount was.made within.30 dqs from the date the correc- tion is entered on the roll or abstract record as it was iwpossible'to-complete valid procedures initiated prior to the delinquency date. R. s t. sessor L8/31/77 cc: Assessor-Giese-920 Main St. Auditor Tax Collector RESOLUTION NO.77/743 Page 1 of 0186 For the Fiscal Year 1977-78 The following accounts were erroneously assessed and should be corrected to zero value since they were not the owner on the lien date, were out of business, or had moved out of county-prior to the lien date: Account No. Assessee 019540-0000 Edmund Calisesi 020740-0000 J. D. 6 Jerry Cardwell 058760-0003 Paul Hermann 064919-0000 Vera Janda 080880-0000 Dennis E. Raring 8 Co. 097190-0000 Kostas i P. Vasilios Pappas 103530-0000 Practice Development Assoc. 115290-0000 Jess J. Segovia 133450-0000. Diane S. Valdivia Account No. 013490-0001, Kenneth Y. Bolinger is erroneously assessed since this property was assessed more than once; therefore, this assessment should be corrected to show zero value. Due to incomplete information and instructions in processing accounts, incomplete computer programs or failure of such programs in the Business Personalty Subsystem being put into effect this year, errors and rejections resulted on the following accounts and should be corrected as indicated below: Class of Corrected 'Account No. Assessee Property Value 047715-0000 Terrence A. Gadbaw P S Imps $ 3,390.F.V. Pers Prop 1,130 F.Y. 104530-0000 Pur!egrow Company Pers Prop $105.460 F.V. Bus Inv Ex 9,090 A.V. The following account was erroneously assessed since the property was assessed more than once and should be corrected to show.Account No. 034746-0000, Vincent 6 Peggy L. Di Maggio, Personal Property $1,240 Full Value, Business Inventory Exemption $15 Assessed Value. Account No. 026510-0000, Compress Products,.Div. Garlock Inc. is erroneously assessed since there has been an error in computation; therefore, this assessment should be corrected to show P. S. Improvements $14.700,Ful 1-Val me. Personal Property $12,680 Full Value, Business Inventory Exemption $786 Assessed.Value. Account No. 030810-0000, Curtis Industries Inc., Div. Curtis-Noll Inc. is erroneously assessed since the original assessment was estimated and subsequent information shows this assessment should be corrected to show Personal Property $717,224 Full Value, Business Inventory Exemption $81,992 Assessed Value, 10% Penalty $37,696 Full Value. 4 ng!�Am R. . S N, Ass't. Assessor Page 2 of 0018 For the Fiscal Year 1977-78 Account No. 0419104000. Fair-Nipsley Inc.-is erroneously assessed since Business Inventory Exemption was , ved.in error. This assessment should be corrected-to allow Business Inventory Exemption in amount of $5,082, no change in full value Personal Property or Improvements. Account No. 064990-0000, Dr. A. Jarach is erroneously assessed since the original assessment was estimated and subsequent information shows this assessment should be corrected as follows: Personal Property $3,068 Full Value, P. S. Improvements. $2,668 Full Value, Penalty $572 Full-Value. Due to incomplete information and instructions in processing accounts, incomplete computer programs or failure of such programs in the Business Personalty Subsystem being put into effect this year, errors resulted on Account No. 092945-0000, David & Carol Newell; therefore, this assessment should be corrected to show P. S. Improvements $8.820 Full Value. Personal Property $5,940 Full Value, Business Inventory Exemption $375 Assessed Value.- The alue:The following bills were not mailed to the taxpayer since corrections were expected to be made. Further investigation and information received shows these bills to be correct or in the process of being corrected; therefore, these bills should be wiled-or corrected, but mina it was impossible to complete valid procedures initiated prior to the delinquency date, no delinquent penalty, cost. redemption penalty, interest, redemption fee or lien should be attached if payment is made within 30 days from the date the bills are mailed or entered on the roll: Account No. Assessee 023550-0000. Chevron Research 023520-0008 Chevron Chemical 028820-0000 COSSEL, Wilbert 066490-0000 JOHNSON, Richard W. & BI: MN. J. C. 075595-0000 LEWIS, Ted 076215-0018 Lion Oil 119150-0000 SKINNER, William E. 006020-0000 AUGUST, Joe V. & Armenda 027402-EODO Consumers Tire 041690-0021_ Exxon 065970-0001 John F. Kennedy 0731104000 LANG. R.. CO. 104740-0000 Quarry Products 104530-0000 Puregrow 129940-0000 Time Well Spent v R. 0. SEATON, ss t. Assessor Page 3 of 6__ 001 VJ For the Fiscal year 1977-78 Further, it has been ascertained from papers in the Assessor's office_ that property belonging on the local roll has escaped assessment; and, therefore. pursuant to the Revenue and Taxation Code, Section 531, escaped assessment. - should be added to the unsecured roll as follows; and business inventory exemption allowed in accordance with Section 219 as indicated: Due to incomplete information and instructions in processing accounts, incomplete computer programs or failure of such programs in the Business Personalty- Subsystem being put into effect this year, errors and rejections resulted on the following accounts and should be corrected as indicated below: Account No. 069355-EODO Nosrat i Jeanette Kermaninejad Pers Prop $ 2.860 F.V. Bus Inv Ex 10 A.Y. Assessee has been notified. Account No. 10474G-E000 Quarry Products, Inc. P. S. Imps $881,500. F.V. Imps 131,020 F.Y. Pers Prop 590,440 F.Y. Bus Inv Ex 13,380 A.Y. Account No. 123850-E000 Ada Mae Stell Pers Prop $ 9.564 F.Y. Bus Inv Ex 1,120 A.Y. Assessees have submitted signed business property statements. And, FURTHER, such error caused the assessor to erroneously allow business inventory exemption and, therefore, an escaped assessment in the amount of the portion of the exemption incorrectly allowed because of such erroneous or incorrect inforwution submitted by the taxpayer should be entered pursuant to Section 531.5 of the Revenue and Taxation Code together with interest on taxes pursuant to Section 506; and, in accordance with Section 533, the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year. An audit discloses the following changes should be made on the unsecured assessment roll in the name of K C Industries, Inc.. Account No. 068530-0000, for the fiscal year 1977-78: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property. Value Value Chane R T'Code Pers Pprop 104,415 12; .20� -$91 49 4831; 4985 ?us Inv Ex 50,772 5,025 + 45,747 '531.5; 506- Net Change -545,748 533 0. i, Ass't. Assessor Page 4 of .� 0319 For the Fiscal Year 1977-78 An audit discloses.the following changes should be made on the unsecured assessment roll in the name of Kingport International Inc., Account No. 070340-0000: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value value _ Chanae Code Pers Prop 126,355 40.510 -S 85,850 4831; 4985 Bus Inv Ex 55;490. 12.567 + 42,923 531.5; 506 Net Change -S 42.927 533 Assessee has been notified. FURTHER, pursuant to Section 4831. Due to incomplete infonwtion and instructions in processing accounts. - incomplete computer programs or'failure of such programs in the Business Personalty Subsystem being put into effect this year, errors resulted on Account No. 023520-0008, Chevron Chemical Company; therefore, this assessment should be corrected to show Personal Property $19,360..Full Value. Improvements zero value. Account No. 127360-0001, Taylor-Made Copy Systems Inc. was erroneously assessed and should be corrected to zero value since the property was assessed' more than once. I hereby ponsent to the above than or corrections: R. 0. SEATON. Asst. Assessor CLAUSfX9 A�bl sei B 6_ epu d6yd►aBnarldd+ SEP 06 19977 --_ Page 5 of 5 00190 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Approval of ) RESOLUTION NO. 77/744 the Final Nap of Subdivision 4830, ) Alamo Area. ) The following documents were presented for Board approval this date: The Final Nap of Subdivision 4830, property located in the Alamo area, said map having been certified by the proper officials; Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied an the property included in said map, and that the 1976-77 tax lien has been paid in full. and the 1977-78 tax lien, which became a lien on the first day of Patch 1977, is estimated to be $2,500.00; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. SCR 630 57 39) issued by Fireman's Fund Insurance Company with Elbaco Inc, a corporation as principal, in the amount of $2,500,00 guaranteeing the payment of the estimated 1977-78 tax; NOW THEREFORE BE IT RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. PASSED BY THE BOARD on September 6, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning Elbaco Inc P.O. Box 415 Danville, CA 94526 County Tax Collector RESOLUTION NO. 77/744 00141 rLwako M.LE" ALJWZD P.LOU= :Ewetr Tlsssursr-Tse Cslisctsr AssMsast Csusq Trasssrw TAX COLLECTOR'S OFFICE Ta Mass ff Nap Assaf.:Tsaw yable CONTRA COSTA COLTN7Y tdlasat of Toss Chas sa Yw First Dar et rw.+wrw MAttTl�iEZ CALIFORt�tA as IN T.slb Day of Dseanber __ _ _ __-- _ ------------- Seas"instuUment of Tsass Pbaaa ng—l=,Eat'2HS lse+sal Installsswt of Taxes Due sd Parable DRUNIN:-t an tb FYrst Dar of reJuly 28,-1977 M Iia Tssq a!of AsM IF ffiIS TR= IS NM F= N OCTWM 31, 19 77 , IBIS MM IS VMD This rill cutifY that I have w anfaed the mp of the pnoposed- subdivision entitled: TI=T NO. 4830 and flare determined fro& the official tax records that there ire no unpaid County taxes heretofore levied an the property included in' the map. The1976-77 tax lien Us been paid in full. Our estimate . of the 1977-78 tax lien, rhich became a lien an the first dray of Kirch, 1977, is $2,!Q0,00 SDim We M" tax Collector al Miaotilmeci with board ordw . , t - ,r i i1 4 t �S z .•� Q r '9 thy, «�,. y��. ' •�* ``', `�y f 1 ;t a t► � s 00 r � 1: C3 SO z O •..3r d o aP rA a- �� C ��L � a.� rr!► •' C A Z r�^' •'� Wit. � o� 16 o :� Z �• 4 r z 6 r � C 4 1 j o �. SA a o w 5= a y a vV x Vf c v y p C �` as G V icZ . • J06 4 . RMID NO. .SCR 630 57 19 KN011.;+LL KEN BY THESE rRESENTS: THAT ELRACO, INC., a corporation pi•_ c �.1 . and (Surety) FTR7_4AX'S FUYD I.iSi1RP.`iCF. CMIF-601Y , a corporation organized and existing; under the laws of the State of cALIFORy- and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra Costa, State of California, in the penal sum of Two Thousand. 'Five Hundred and nnjj0Q - -Dollars ($ 2,500.00 ), to be paid to the said County of Contra Costa, for the payment of which well and truly to be made,.we and each of us bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. Sealed with our seals and dated this IST day of aUGDST , 19 77 The conditions of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled Subdivision 4830 and covering a subdivision of a tract of land in said. County of Contra 'Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, which taxes and special assessments collected as taxes, are not yet due or payable. NOW, THEREFORE, if the said ELBACO, I11C., a corporation shall pay all of the taxes and special assessments collected as taxes which are a lien against said tract of land covered by said map, at the time of the filing of said map of said Tract, then this obligation shall be void and of no effect. Otherwise it shall remain in full force and effect. Principal ZriniC ;�ss" ceFrostA i ittd:�lRA�i!► Sur y ACKNOWLEDGEMENT (BY SURETY) GEOMME N CAIG MORNEICT� State of California County of ) County in which acknowledgement is taken On , before me, a Notary Public nd for said County and -State, personally appeare known to me to be i of the corporation that executed the within instru- t and also known to me to be the person who executed it on behalf of such poration and acknowledged to me that such corporation executed the within trument pursuant to its by-laws or a resolution of its board of directors. In Addition to Signature Type or Print Name of Notary NOTARY PUBLIC kW vvii� bwd ashr 0019 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning a portion of ) Resolution No. 77/745 Rosenthal Avenue, ) Date: September 6, 1977 Concord Area ) Resolution E Notice of Intention to Abandon County FAad (S. & H. Code 956.8,958) The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to the Streets and Highways Code it declares its intention to abandon the hereinafter described County Road. It fixes Tuesday, October 1E, 1977 at 10:30 a.m. (or as continued) in its Chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for hearing evidence offered by any interested party as to whether this road is unnecessary for present or prospective public use. This matter is referred to the Planning Commission for report before the hearing. The County Clerk shall have notice of this matter (1) published in the Pittsburg Press, a newspaper of general circulation published in this County which is designated as the newspaper most likely to give notice to persons interested in the proposed abandonment, for at least two successive weeks before the hearing and (2) posted conspicuously along the line of this road at least two weeks before the hearing. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present September 6, 1977. Originating Department: PW (LD) cc: Public Works Director Contra Costa County hater District Stege Sanitary District of C.C.C. East Bay Municipal Utility District Oakley County Water District San Pablo Sanitary District Director of Planning Draftsman (4) Thomas Brothers Maps James L. Warren 2151 Arnold Industrial Way Concord, Ca 94520 Pacific Gas & Electric Company, Oakland Pacific Telephone Company, Oakland RESOLUTIOF FO. 77/7145 00195 EXHIBIT A a A portion of Rosenthal Avenue as said road is shown on the map entitled "Map of the Government or Gwin Ranch" filed November 8, 1884 in Book 0 of Maps at page 87, Records of Contra Costa County, California, described as follows: PARCEL ONE Beginning on- the northerly line of said Rosenthal Avenue at the westerly line of the 100 feet in width strip of land described in the deed to East Say Municipal Utility District recorded December 24, 1925 in Book 17-of Official Records, at page 441. Records of said County; thence, from said point of beginning, along said northerly line of Rosenthal Avenue N 800271280 E 252.87 feet to the northwesterly line of the parcel of land described in Parcel 2a of the deed to the State Of California, recorded February 28, 1975 in Book 7443 of Official Records, at page 459, Records of said County; thence,` along said northwesterly line and its southwesterly extension S 65.30100' M 193.73 feet to the southerly line of said Rosenthal Avenue; thence, along said southerly line 5 80027'28" M 84.01 feet to the westerly line of the East Bay Municipal Utility District's 100 feet in width strip of land; thence, along said westerly line N 10°33142" E 53.25 feet to the point of beginning. PARCEL TWO Commencing at the intersection of the easterly line of that parcel of land designated as PARCEL THREE in the deed to Janes L. Marren, et ux, recorded' March 1, 1967, in Book 5315 of Official Records at page 433. 'Records of said County, with the northerly line of said Rosenthal Avenue; thence, along said northerly line S 80027'28" M 35.07 feet to the true point of beginning of the hereinafter described parcel of land; thence,-.from said true point of beginning continuing along said northerly line of Rosenthal Avenue,-S 80.27'28" M 18.16 feet to the southeasterly line of the parcel of land described in partel 2a of the deed to the State of California recorded February 28, 1975 in Book 7443 of Official Records at page 459, Records of said County; thence, along said southeasterly line, S 65°30'00" N 193.73 feet to the southerly line of said. Rosenthal Avenue; thence, along said southerly line,11 80°27'28" E 207.96 feet; thence N 45056109" E 10.99 feet; thence N 24°30"00" M 45.31 feet to the true point of beginning. Bearings and distances used in the above descriptions are based on the California Coordinate System Zone III. -To obtain ground distance multiply distances used by 1.0000753. 00198 f 01�5I?1 X11}/J "-ili 100' IVAR PEI. 3�5 0 R 433 w � C b�i�G 2 Aj•' 9 �� 9f-Oy of l,A' �9 Z� ` P4,x?cE1 T vo 02 PA1 t s � � � y5y ,8x\qo�il"If �� =.A ' Z ` = r fl t c — e1 ' •Vl�j Tat. I ; : X, CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ - CALIFORNIA ROAD NO. 4283 Non_County, v ALA; OiU1VfrN7- P'-" th'T AL AVENUE LScA� 1,00'- DATE AN. '3977 ev J.E.N. _ F1Le wA4 -- ' Recorded—_- __. Vol.- ---Popp __..-- CH[cKto by: � A4 ' C OORD. REF F-15- !,55 700 552,5Go IN THE BOARD OF SUPERVISORS OF ' CONTRA COSTA COUNTY, STATE OF CALIFORNIA RESOLUTION NO. 77/746 In the Matter of Approval of the ) Final Map of Subdivision 4904, ) San Ramon Area. ) The following documents were presented for Board approval this date: The Final Map of Subdivision 4904; property located in the San Ramon area, said map having been certified by the proper officials; A subdivision agreement with The Housing Group, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision. agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. M 04 45 26) issued by Insurance Company of North America with The Housing Group as principal, in the amount of =771,500.00 for Faithful Performance and $772,000.00 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 01253, dated August 16, 1977), in the amount of $500.00, deposited by: The Housing Group. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and that the 1976-77 tax lien has been paid in full, and the 1977-78 tax lien, which became a lien on the first day of March 1977, is estimated to be $54.500.00; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. M 04 64 82) issued by Insurance Company of North America with The Housing Group, a California corporation as principal, in the amount of $54,500.00 guaranteeing the payment of the estimated. 1977-78 tax; NOW THEREFORE BE IT RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD ON September 6, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning The Housing Group 3690 Mt. Diablo Blvd. Lafayette. CA 94549 Tax Collector's Office RESOLUTION NO. 77/746 W196 SUBDIVISION AGREE4ENI' •(91) Subdivision: 4904 (91) Subdivider: The Nousina Graun (Government Code 3966462 and 6966463) ( 1) active Date: `teaimr 6. 1977 (91) Completion Period: One year 1. PARTIES 4 DATE. Effective on the above date, the County of Contra Costa, California, herein ter ca ed "Co�untr", and the above named Subdivider, mutually promise and agree as follows, concerning—t-Mils subdivision: 2, IMPROMENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and .all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division Map Act (Government Code 3666410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. IMPROVEMENT.SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government a 66499, deposit as security with the County: A. For Performaneg and Guarantee: $500.00 cash, plus additional security, in the amount of 3 771 500 which together tot estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check Cg Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of S 772,000 , which is the estimated cost of the work. Such security is present in a form of: ❑Cash, certified check, or cashier's check (& Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit With this security the Subdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. MiuoNm::u with board WOWll 7� S. WARRANTY. Subdivider warrants that said improvement plans are adequate to accomplish this wrr—as promised in Section Z; and.if, at any time before the Countyls .resolution of completion for,the subdivision,.said isproramet plans prove to be inadequate in any respect. Subdivider shall sake changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or mat s %asp eeted, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to'fulfill this contract as prescribed;.nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the teras and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities� as defined in this section: A. The indemnitees benefited and protected by this piomise are the County, and its special districts,'*Tece�ve and appointive boards, commissions.. officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly sa , recurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or-any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(&) or other pro- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. :Von-conditions: The promise and agreement in this section is not conditioned or depe est on vnrether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision; or has insurance or other indmnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 8. ` COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed sap and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFORMANCE AND COSTS. If Subdivider fails to complete the work within the time specified n this Agreement or extensions granted, County say proceed to complete them by contract or otherwise, and Subdivider-shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGAMENT. If, before County accepts the work, the subdivision is annexed to a city, the ounty may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -2- 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to ftle�and record the Final.Map or Parcel Nap for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER:_ (see note below) Vernon L. Cline, Public Works Director By, ep� igoateis ity in the uisin*ss' Jacob A. Chapaan, Y ce Presldert RECOlMENDED FOR APPROVAL: Note to Subdivider: (1) Execute',ackifokedg sent fort below; and if a corpoiitida',o*itffix - corporate asal. , 3 l- a tart PWaic Works Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California } (Acknowledgmant.by Corporation, Partnership, County of Contra Costa �)ss• or Individual) On August 23, 1977 the person(s) whose name(s) is/are signed above for Subdivider and who is/are knwon to me to be the individual(s) and officer(s)' or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to ■e than he executed it and that the corporation or partnership named above executed it. OPPUM&664L (NOTARIAL SEAL) "WM? loom.c4as9mea #401cftAt M coley"cap^COWNT 0 ;;, ; tart' c or said County and State figm J•.Y 1-, ldti (Subdiv. Agrat. CCC Std. Form) LD-9 (Rev 1/77) . v0M • • r r Bond No Lh 04 45 26 Executed in Triplicate IMPROVEMENT SECURITY BOND FOR SUBDIVISION AGREEMENT (Performance, Guarantee, and Payment) (Calif. Government Code 5566499-66499.10) 1. OBLIGATION. INS HOUsrwG GAMP , as Principal, an ' Insurance qMany of North America , a corporation organize -and existing under the laws of the State'of ftpnsylvania and authorized to transact surety business in y, California, as urethereby faintly and severally bind ourselves,. our heirs, executors, administrators, successors, and assigns to the County of Contra. Costa, California, to pay it: (A. Performance & Guarantee) seven-Hundred seven -om Thousand- Five Hundred Dollars Dollars S 771, .00 or itse or ancity-assignee under the below-county sub iv s_on agreement; plus y (B. Payment) t -rw Thousand Dollars Dollars S aaaja.1 to secure the claims to which reference is made in Title commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREEMENT. -The Principal has executed an agreement with the County to install and pay for street, drainage, and other improvements in Subdivision Number �osos�� , as specified in the Subdivision Agreement, and to complete saidwork within the time specified for completion in the Subdivision Agreement, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the Final Map or Parcel Map for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Section 1.(A) above is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the Branner therein specified, and in all respects according- to their true intent and meaning, and shall indemnify and save harmless the County of Contra Costa (or city assignee), its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall to and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation., all to be taxed as costs and included in any Judgment rendered. B. The condition of this ob'l'igation as to Section 3.(3) above is such that said ?r4ncipal and the undersigned as corporate surety are held bound unto the County of Contra Costa and all- contractors, succcrtractors, laborers, material^en and other persons employed in thesse� per�'crnance of the aforesaid agreement and referred to in the aft �iG Civil Cede for materials furnished cr labbor thereon of any kind, amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will nay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part C of Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. ' Should the condition of this bond be fully performed then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. C. No alteration of said subdivision agreement or any plan or specification 'of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and con- sent is hereby given to make such alterations without further notice to or consent by Surety; and the Surety hereby waives the provisions of , Calif. Civil Code 62819, and holds itself bound without regard to and independently of any action against Principal whenever taken. SIGNED AND SEALED on August 10, 1977 ,PP.INCIPAL`• SURETY • ' , f 794E ROUSING GIt: E ihAS! R'1'H CA By .P. h Treasurer By: r • '.`'; e '� n a e f f t} f s f f f • s n a ; s s e s �t s e f f e � f e e e e Marl*.nins, Attorn"-In-lac ,(502) State of California ) County of Los Angeles )ss. (ACKNOWLEDGMENT BY SURETY) On August 11 1977 , the person(s) whose names) is/are signed abovefo Surety who is/am known to me to be Attorney(s)-in-Fact for thi Corporate Surety, personally appeared before me and acknowledged to me that she signed the name of the Corporation a ety and hi her their own name"Cs) as its Attorney(s)-in-Fact. - (NOTA.RiAr;`-SEAL) UIE PINS _ ornia I;/ �� Los AaAeles, Calif _ ; r...... Notary Public for Count ,:w-..Ks:.......:.::.:......... Y and Sate (Rev. 2/7M L1-,-1;:5 E3a:bw -2- 0)203 STATE OF CALIFORNIA . � couNTr of SIL 6 before MA,dr .fWwy paMlk is aw+fw = said haat,v.rwn+Mr ~44 knOire b iwo b be Ilr_ roli�o, 3 luwww to me so be.6- Seawary of dq carper~dra owawr+*0+whio bl m m* aw+ kaoww b me to M da paraems who araMd dw wWkin t kw*wwo ow bkalf of IM cmpw*iaw *wok waver&aved ac- a`b OFFICIAL SEAL kwawI-* to ww " ands cwpwobm owacvaad aka wilki. EIVIPA E%lAIUQFF iwawwaw»PMswnt M Aa►Y4aara or a naabdM of#rwalal of f1ICTA1tT pUSLIC'CALIFORNA I9O i WITNM ON Ase+ave+Social as& E Q/ b✓MW �✓+AA10.4=,= Miarafillrlad with boors ordr� Nw(rrfe+or (icek awaa for aoom•mww aaaq 00204 i POWER OF MOW INSURANCE COMPANY OF NORTH AMERICA MIIL/t,DEIIM 1& ►A. Know AU men by theft presesift That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors-of the said Company on May 28,1975,to wit: "RESOLVED,pursuant to Mich 3.6 and SA of the ir-laws,the followwo Rulas shall govem the ereeution for the Company of bonds,undertakiop,tecognitances,contracts and other wnbnp in the nawre diereof: (1) That the President, or any Via-ttesideet, Assistant Vico-hesi4nt, AaWwt Vi000- aiMnt or Aftwney-in•Fact, may eieem*for and in behalf of the Caw4wry any and aN bank undertaking,reoogwanan,confect and oder writings in the nature thereof,the same to be attested when necessary by the SeciaW. an Assispwt Secretary or a Resident Assistant Secretary and the sett of the Company affixed therelo; and that the President or any viia-haiu w4 nsay appoint and auMwriza Resident Yke-Presideoft Resident Assistant Secretaries and Mlorneys-in-Fact to so emmft or aunt to the ewcwion of all such writings on behalf of the Company and to affix the seal of the Compwy(AarMo. (2) Any such writing eaeeuod in accordance with these Rules shall be as binding upon the Caeigiany in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice-President and the satl of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution,and the signature of a certifying officer and the seal of the Company may be affaed by facsimile to any certificate of any such power,and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys-in-Fact shah have authority to certify or verify copies of this Re%olution,the By-Laws of the Company,and any affidavit or record of the Company necessary to the discharge of their duties. (S) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Hoard of Directors on lune 9, 1953." does hereby nominate,constitute and appoint 'NAM MM, of the City of Los Delos, State of California each individually if there be more than tate named, its true and lawful attorney-in-fact, to snake, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings'in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duty executed and acknowledged by the regularly elected officers.of the Company at its principal office. IN WITNESS WHEREOF, the said------•----•q---DAX ---. = ...........................................Vice-President, has hereunto subscribed his name and affixed the corporate seal of the said INKIRANa COMPANY Of NORTH AIIAHfCA this .Z. ........................... day of jub............................ 19..... .... INSU O PAN NORTH AMERICA t (SEAL) Vice-►resident STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA j On this ...............7th---------- - -- day of .............ILIN T...........---•--•...., A. D. 19.....76._..., before me, a Notary Public of the Conwraonwiiialth of Pennsylvania, in and kw the County of Philadelphia,canon................................................ .f.,... ..............................................................Vice-President of the bpautmmX C61MrANY OF NORTH AMEd[A to me personally known to be the individual and officer who execrated the preceding instrument, and he acknowledgednt that he executed the sae; that the seal affixed to the preceding iristrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the board of Directors of said Cornpany, referred to in the preceding instrument,is now in force. IN TESTIMONY WHEREOF, 1 have hereunto set my hand andaffixedmy official seal at the ity of Philadelphia, the day and year first above written. o . �o o Notary PPuublic. ' commission expires undersigned, Assistant Secretary of INSutAPOU C(MWANN OF N 9 M AhNNICA,do hereby certify that WER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. own whereof, I haw hereunto subscribed my nature as Assistant Secretary, Mid afffarm corporate seal 11 th..-••---. day of.. ALust. 1 .77 ataon, this.........------- _. .. /IA+crotllFnw with Ittoarfi' ____1_ saae ens taw r tlalL r INSURANCE COOL .1Y Of NORTH AMERICA ` !� �N IGN ARCH STREET PHILADELPHIA PENNSYLVANIA 19101 FitlwKW Statement December 31,1975 Admitesd Awes Liaidiitiae Cash in Office and Banks .. . . . .. . . .. . . . .S 33,974,474 tlnPrd CWWft and Claim Exo~... .......$1,133,75p,EiTs Government Bonds(emortiied v*AQ. ...... IOGJW.73't< Unemned PVvien sums.................... 434,48%= MismWAneous Bonds(srnortinad vduW..... . 954,343,130 Messes for Tauua aid Emmmema............ 24.3"A" Stocks(market value).. .. .. .. . . . . .. .. . . 735,1111IA31 Other Liabilities ....... ............ ... 73,503,197 Accrue!Interest. .. .. . . .. . . . ... .. . . . . 21.39/024 Funds Held by Carnpeny under Mortaapar Loans an Red Estate . ... . . . . . .. IA"A" lbinturarra i TnMiaa ................. 2"14,MD fked Estaar. ... . .. ........ .. .. .. .. .. 7.77111j" Rema!wet in MewAiNiMil Compa4m ..... 3B,33i,M Piwnium in Course of Collection ........ .. 143.593.424' Ceded Rens manes lldeneos PaMatbla......... 9AMA33 Funds Held by CKW*Reinarers.. ........ 4.401,014 C@OW Paid In ............ .S 54,749.545 All Other Amp . .. . . .. . ... ... . .. .... M.M.M 'Shrplus Paid In...... ........ $%M,125 UnmmW ed Swplus ........... 257Xa4_i390 31111r OY M 82 104JM $Z 8�� ('Exckdo possedu to nhmre deer 90days dw.) STATE OF PENNSYLVANIA SL: COUNTY OF PHILADELPHIA .. .. .. . . . . . . . . ..1"Im.Cr.. . . . .... .... . ... ............bent duty seen,aryl. That he is Assist Sectatary of the 10wM100ee Corapawy of North Americo;that amid Coommow is a corporation duly orpmiaed,exatirtp and enpapad in bv*dn as a curacy by vinm of tM laws of the Cc M10rhwed lls of PaxayMmia and has duly Ptaplwd rsidt SM the MWAFenanas of the lent of said C011110e0001000"and of the Issas of the State of . . .. .... . ... . ..t~Ai MR11119A .. .. . . . . .... .. .... ..... .... . .......... . . applicebie to said Cmnper+Y end a dully 4aalified 10 Set All arety under such lane;that said Cornpmy has sko co ,owd with and is duly qughtied to sot m arety undo the Act of August 13,184,eve 9 ' I."An Act RalMiw to Reoop%zWm n, Stipule6Gm. Bored.atd tirubwtskkW and to AHow CeWtain CorooredOM to 100800010111141 ee Suety Thereon;,as en+ra+A of by the Act of Conprete of March 23,1910. That de forepk kq is a full,true and correct stem wo t of the financial condition of said Cornpeny an the 31st day of Decen*W,1975. Sworn to before me this.. . . 23F$. - . . . . .. . .. . 'day of. . . . .tubs`4wr. . r v- .. . . . .. y - �R.�J . .... ..... K7 CQM. ,ozpiroa �t 13. 1!7! NaltW G. Tottrls Se-ad PrinMd M U.S.A. licroiitrTwd with board ordK • 1 -POWER OF ATTORPt '- INSURANCE COMPANY OF NORTH AMERICA PII�AIIELANA. /A. Kmw all A!w by dino pieseaft That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopoed by the bud of Directors of the said Company on May 28,1975,to wit: "RESOLVED,pursuant to Articles 3.6 and 3.1 of the ep-tars„the fallohairhg Rules shall preen the awcution for the Company of bonds,urWk"akin$L mcogn mom.contracts and adw orilirrp in the nature dhereoi: (1) That the President or any Vice-President AesMma Viae-presidwtt, NatWest Vk**msidart or Attorney-in-Fact, may eMcuM for and in behalf of the Company any and all bands,hehdartakiuna,recegniaances,contracts and other writings in the nature thereof.Ate same to be attested when necessary by the Swelary, an Assistant Secretary or a Resident Assistant Secretary and she seal of the Company affixed thereto;and that the hesident or any Vioe-President may appoint and audwrin Resident Vice-Presiders,Residatt Assistant Secretaries and Atlonnys-in-Fact so so erectile or attest to the eaeauian of all such writings an behalf of the Cmnpany and to affix the seal of the Coapery t+erew. 121 Any such writing executed in accordance with these Rules shall be n binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice-President and the seal of the Company a"be affixed by facsimile on any power of attorney granted pursuant to this Resolution.and the sigralswe of a C ertifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power,and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. pal Such Resident Officers and Attorneys-m4act shag hate au*mft to certify or veniar copies of this Resotstion,the Bylaws of the Company,and any affidavit or record of she Company necessary so the dischrge of their duties. (S) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Iloanf of Directors on lune 9, 1953" does hereby nominate,constitute and appoint =111 ZZV of the City of Los Atageles, State of Califosaft each individually if there be more than one named, its true and lawful attorney-in-fact, to stake, execute, seal and deliver on its behalf,and as its act and deed any and all bonds, undertakings, recogniunces, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company,as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said................X..SIE[..jH=................_..............Vice-President, has hereunto subscribed his name and affixed the corporate seal of the said WfURANCE CO&VAW OF NORTH AMEN" this ...................3rd....................... day of ...............2l"Ah...................... 19•----.Z.7.._... INSURAWk COM PA F NORTH AMERICA (SEAL) by..._.................�....................... .... Virx►Pnsidaht STATE OF PENNSYLVANIA C COUNTY OF PHILADELPHIA r u' On this ................... .................... day of 1'1tft A D 19...,��.......before ate,a Notary .... ..... Public of the Cannhonwealth of Pennsylvania,in and for the County of Philadelphia,came................................................ C. �' DIM Vice-President of the MWJIIIANCE COMPANY OF NORTH AMHICA to me personalty known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution,adopted by the hoard of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the z is the day and year first above written. AL .° °• NotaryfubliG . ommission expires Aurot 13, 1979 undersigned,Assistant Secretary of 1111MRAMM COMPANY OF NORTM AMMICA,do hereby certify that • ER OF ATTORNEY,of which the fonyoin5 is a full, true and correct copy, is in fQ force and effect s s whereof, 12bth o ssrbscribed MY n u as Assistant Secretary,i# corporate seal ation. this...............6.t._....................... day of...........y........... IV.......P (�1� its: Ina erY..t h.hssa EDWARD W.LEAL ALFIILD P.LOIMJ ca-a.tr:nonan.Ttta Canner, faataum cs mW ►a.ara, . TAX COLLECTOR'!OFFICE Ts Ods"a r Flr,t blalan.blo.t Tma Dae...Para�l. WIG RA CMA COLTNTM r fin Ftrat Dp M NOWM W -------------- M?tet;CN d pw.s}�t s.c.d hoftUmwl ad Too" !rano=>@ tMQ.tae.U" SOW"%RftM Alt d T4a.. Dna ed Pgetda Dam"We" aw IM Fiat DW of Fehry m On Tomb Oa,d Awit July 19, 1977 VIM TUG? JS liar MM R CCTf3=31, 1977, OM 15 YID Thds rill oettify that,I have emaLaad the sap of the I elic � sabdiv'sian entitled: T. CT Y.C. 4904 . and have determined frac the official tax records that-than are no unpaid County tails heretofore levied net the property iaa Wed is the sap. The 1976 .tax Leu-has been paid in full. Our estimate of.the 1 tax lien, :Ibich became lim m the first &Y of Warah, 197 is _ 54,5(*00 . ZC&= W. m" 2m Gollsctor mwnfilmed with board otdw , ffilN W T A X B O N D Bond No. ri-04 64 82 •KNGW ALL MEN BY THESE PRESENTS: That we, 2W HMMG Gnaw, a California corporation as principal, anifInsurance Company of North America , a corporation organized and existing under the laws of the State of Pennslvania as surety, are held and firmly boun unto the of Con la Costa Ca State o > orna, 1n the sum of Fifty four thousand five hundred dollars Dollars ($ 54 sw.00 ), lawful money of the United States of..-- America, "America, for the payment of which sum well and truly to be made to said county we and each of us bind ourselves, our heirs, executors, administrators. successors and assigns, jointly and severally, firmly by these presents. SEALED with our seals and dated this 26th day of July 1977: The condition of the above obligation is such that whereas the above bounden principal is about to file a map entitled, Tract 4w4 which shall be a subdivision ofa tract of landin said , County of Contra Costa , and there are certain liens or taxes an special assessments co ected as taxes against the tract of land covered by said map. The taxes and special assessments collected as taxes are not as yet due or payable. Therefore, if the said principal shall pay all of the taxes and special assessments collected as taxes when above mentioned taxes and special assessments become due and payable, which are a lien against said tract of land covered by said map at the time of the filing of said map, then this obligation shall be void and of no effect. Other- wise iE shall remain in full force and effect. `i,'PRIWCIPAL: SURETY: AIM liforaia corporation BY. INSDRANCE jneANr OF NO A)MRICA 3ce•President ./ tqr EryLA-Fact STATE OF CALIFORNIA)SS (/J/ COUNTY OFLos Angeles Insurance Company of North America being the Surety named in the foregoing bond, being duly sworn, says: That-Insurance Company of North America is a freeholder and resident within said State and is worth more than said sum of $252.634,393.00--- Dollars, over and above all debts and liabilities, exclusive of property exempt from execution. MetyMey- n- ac OnCIAL SEAL = am, JEAN T.YOUNGNOL+RY?0SLIC-CrLIFOR(11A SLOS ANGELEa COwiry Commissan:spires Dec.7.1977 s - ,w,mz Subscribed and sworn to before me this 26th day of July . OF C STATE OF CALIFORNIA J County of Contra Costa } ss N✓ Public On this 21st day of July, 1977, before me, the undersigned Notary Public, duly commissioned and morn, personally appeared J. A. Chapman, knoum to me to be the vice President of TME ROUSING GROUP, and known to me to be the person whose name is subscribed to the within instru- ment and acknowledged to me that he executed the same. 2W NITTNESSTal et m haad and affixed my official seal in the County of Contra Costthff*4 tutpddKar .1n t s ertificate first above written. Tali D.NAU,7a�lN Microfilmed with ot M ... M.u<"turoAau -.', .j wwcrr rc o„ .hM ansa aosu CWNrr Lima dA.[N Is.194I •i . . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTS(, STATE OF CALIFORNIA In the Matter of Completion ) RESOLUTION NO. 77/747 of improvements and declaring ) certain roads as County ) roads, Subdivision 4171, ) San Ramon Area. ) ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4171, San Ramonarea, as provided in the agreement heretofore approved by this Board in conjunction with the filing'of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 4171 April 6, 1976 (Gulf Insurance Company - 537331) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 109473 dated July 9, 1973) be RETAIM for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described roads, as shown and dedicated for public use on the map of Subdivision 4171 filed July 11, 1973 in Book 158 of maps at page 46 , Official Records of Contra Costa County, State of California, are accepted and declared to be County Roads of Contra Costa County: Sandy Way 36156 0.02 Broadmoor Drive 40/60 0.30 Todd Way 36/56 0.10 Kevin Court 32/52 0.05 Foxboro Way 36/56 0.05 N Foxboro Court 32/52 0.04 Mara Place 32/52 0.05 `m Windsor Court 36/56 0.06 Windsor Way 36/56 0.13 Christopher Way 36/56 0.16 2 Mavis Place 36/56 0.04 Mavis Place 32/52 0.09 PASSED by the Board on September 6, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-Maintenance Recorder Public Works Director-LD Planning Director California Highway Patrol 5001 Blum Road Alartinez, CA 94553 Braddock 5 Logan 14795 Washington Avenue San Leandro, CA 94578 RESOLUTION w. 77/747 00210 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Completion ) RESOLUTION NO. 77/748 of improvements and declaring ) certain roads as County ) roads, Subdivision 4831, ) San Ramon Area. ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4631, San Ramoilsrea, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE.IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 4831 June 22, 1976 (The American Insurance Company —6298329) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 136898 dated June 10, 1976) be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described roads, as shown and ti dedicated for public use on the map of Subdivision 4831 filed June 23, 1976 in m Book 185 of maps at page 25 , Official Records of Contra Costa County, State of M California, are accepted and declared to be County Roads of Contra Costa County: 0 Riviera Way 36/56 0.31 w N Kittery Place 32/52 0.08 Gregg Place 32/52 0.07 CU Claire Place 32/52 0.08 v PASSED by the Board on September 6, 1977. O - Q O r Originating Department: Public Works Land Development Division cc: Public Works Director-Maintenance Recorder Public Works Director-LD Planning Director California Highway Patrol 5001 Blum Road PesolutiOri ,(O. 77/748 Martinez, CA 94553 Estate Homes Inc. 3001 South Winchester Blvd., Suite 12 00211 Campbell, CA 95008 i In the Board of Supervisor of Contra Costa County, State of California September 6 .19 7 7 In dw Ak~of Transit Service to Central Contra Costa County - Greyhound. The Board this day having considered the report of the Public Works Director that Greyhound Lines is authorized to discontinue its Contra Costa County commute service and much of its weekend service as of December 31, 1977, and that BARTD will not be able to provide full service by that date; and, The Public Works Director having recommended that the Board of Supervisors reaffirm its position that Greyhound Service not be terminated until full service can be provided by others, and that the Board request that the Public Utilities Commission hold a public hearing on this matter; and, Further that the Public Works Director be authorized to attend any public hearings and offer testimony on behalf of the Board. NOW, IT IS BY THE BOARD ORDERED THAT the recommendations of the Public Works Director be approved. PASSED by the Board on September 6, 1977. 1 bw*by enAifp Hwf ffr fapoinIt is a hw and cmeed cope of an ads► wdawi on 1M minutes of said Goord of Supwvison an"daft-I, --id. Public Works Wim my bond and Nw Sd of 11w Hoard d, Orig. Dept: Transportation supow" ,s Planning „faW Iblp 6th day of September 1977 cc: Public Utilities Commission Greyhound J. R. OISSON. Cs" BART �L o . Dh Ck& N.PDUs 00212 H-24 3/76 15m IN THE HOARD OF SUPERVISORS Or CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Enforcement ) of 'daterway Rules and ) Regulations in the Bethel ) September 6, 1977 Island Area. 1 Mr. Charles L. Butler having appeared this day and presented a petition (932 signatures) to the Board urging the enforcement of non-wake rules and regulations in the Bethel Island area to aid in reducing damage to levees, docks, berths and boats; and Mr. Butler having stated that the two boats and personnel assigned to patrol. county waterways are unable to handle the problems caused by increased boat traffic, and having requested enactment of an ordinance to limit the-speed of boats to five miles per hour in the sloughs bordering Bethel Island, assignment of additional patrol boats, and that application be made for state funds to enforce boating safety and speed control programs; and Mr. Ted Andronico having concurred with the views expressed by Mr. Butler; and Supervisor W. N. Boggess having questioned whether boat owners would be willing to pay a nominal fee to support a higher level of enforcement of waterway regulations; and Supervisor J. P. Kenny having suggested that the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) review the overall county problem of increased boat traffic, including possible levy of a charge to boat owners, and report back to the full Board; and Supervisor E. H. Hasseltine having stated that the County Administrator is investigating the possibility of obtaining state funds and will submit a report thereon, and having suggested that the Board file its intention with the State Department of Navigation and Ocean Development to designate speed control zones in the vicinity of Bethel Island; and Assistant Sheriff H. E. Hobert having commented that the $6500 appropriated for speed signs in the Delta may not be adequate for additional signing; and Supervisor Hasseltine having recommended that the Board: 1. Declare its intention to adopt a resolution establishing speed control zones on certain waterways in the Bethel Island area; 2. Direct the Clerk to file a copy of this order and the proposed resolution with the State Department of Naviga- tion and Ocean Development; 3. Refer the matter of financing of additional boats and personnel to patrol county waterways to the Finance Committee for review; and 4. Request the County Sheriff-Coroner to furnish the Board with detailed plans for expenditure of the $6500 appro- priation for replacement and installation of additional signs in the Delta waterways; 00213 IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tions are APPROVED. PASSED by the Board on September 6, 1977 by the following vote: AYES: Supervisors J. P. Kenny, R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: None. ABSTAIN: Supervisor N. C. Fanden. _(Supervisor Fanden stated she was abstaining because she had a vested interest in a duck club in the Delta.) ABSENT: .. None. 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 6th day of September, 1977. J. R. OLSSON, CLERK By Helen C. marshAl Deputy Clerk cc: Mr. C. L. Butler Mr. Ted Andronico County Sheriff-Coroner Public Works Director County Administrator County Counsel 00214 � r In the Board of Supervisors of Contra Costa County, State of Colifarnia September 6 .19 7Z In the Afwtter of Release of Park Dedication Fees to the Kensington Community Service District The Clerk of the Board on August 10, 1977 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Committee the request of the Kensington Community Service District for $2,000 in park dedication funds for use in developing a picnic area at the Kensington Park in Kensington; and In an August 19, 1977 memorandum the Director of Planning having advised that the Park and Recreation Facilities Advisory Committee had reviewed the request and recommends it be approved and the Auditor-Controller be authorized to release $2,000 held in the Park Dedication Trust Fund (3255) to the Kensington Community Service District, in accordance with the July 28, 1975 agreement between the County and the Kensington Community Service District. IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on September 6, 1977. 1 hereby certify that " foregoing is a true and carred copy of at order a food an the minutes of said Board of Supervisors on the date oforood& Ori g: Planning Department Wifne»my hand and the Sed of the Board of cc: County Administrator superv1— County Auditor-Controller affixed this 6th day of September 19 77 Kensington Community Services District J. R. OLSSON, Clerk Planning Department / . Deputy Clerk Helen C. Marshall 00215 H-Z 317C 15m In the Board of Supervisors of Contra Costa County, State of California Seyrpmher 6 .19 -22 M the Moller of Appointments to the San Ramon Valley Area Planning Commission. The Board on July 19, 1977 having adopted Ordinance No. 77-62 establishing the San Ramon Valley Area Planning Commission; and Supervisor E. H. Hasseltine having recommended that Planning Commissioner Andrew Young, 1491 Laurenita Way, Alamo, and the following six area residents be appointed to said commission for two-year terms beginning October 1, 1977: Ms. Linda Best, 146 Via Copla, Alamo, Its. Juanita Burow, 801 San Ramon Valley Boulevard, Danville, Mr. Richard Kennett, 847 El Cerro Boulevard, Danville, Mr. John Meakin, 47 St. Pierre Court, San Ramon, Mr. John Olander, P. 0. Box 643, Diablo, and Mr. Nelson Wright, 256 Fairway Drive, Danville; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on September 6, 1977. 1 1 hereby ar ify that tM foreooitg h a tM and cored copy of on ordr esrlend an the minutes of said Hoard of Supervisors on the data of, " VINnew my frond and dhe Seo{of the load of cc: Appointees MMOM Director of Planning SUP& County Counsel affixed this_ rh day of copto hAr 19 County Administrator Public Information Officer ---� n R OLSSON, Clark County Auditor-Controller ! Clerk r Dty Ronda Amdahl H- 3,76'15., 00216 In this Boord of SupWVbM of Contra Costa County, Stag of Colifornio September 6 ,19 77 In dw AUNIN of Report on Human Resources Agency. ,he Board on July S, 1977 having referred to its Internal Operations Committee (Supervisors E. H. ,Iasseltine and N. C. Panden) the report by the Director of the Human Resources Agency on the status of said agency; and The Committee having this day reported that it had discussed with the Director of the Human Resources Agency the objectives and tasks proposed for the 1977-1978 fiscal year, and having submitted a report (a copy of which is attached hereto and by reference made a part hereof) listing the 18 major tasks to be performed during the fiscal year; IT IS BY THE BOARD ORDERED that the report of the Internal Operations Committee is APPROVED. PASSED by the Board on September 6, 1977. 1 hereby osrrify dx* the fapoieo in a 1rw oad torted Dopy of en oWw w4and on dw wkoA a of said boord of Supwviwrs on Ow dol aforesaid WMaw my bond mad fbe Seel of do Dowd of cc: Board Committee SUP-Viso- Director, Human Rescurcesrffi6th day of Sentembeln . 19M Agency County Administrator J. R. OLSSON, Clerk by �L�: Zfiepuly Clerk Hary a g H-24 V77 15m 00217 The 'Board of Supervisors cwtm Jason��° Ea officio clerk or the hoard County Administration Building WJIQ mus.Gsrshom ineem P.O.Box 911 ChiHCLark Martinez,California 94553 CO "l (415)372-2371 is""P.K""-Richw4m tat District 2ndfdavocyDi Fandsn-Nartinar RECEIVED 2nd Distt rict Ree rt 1.mcht"er-Lafayette 3rd District 1 j wnn«t •DOMW -concord District J -Pt'ui7l Erle K H wasemi e-Pitt"rg SEPTEMBER 6, 1977 stn District R 0'-S50,I LCERK BOARD Of SiIPER+Wn IV r A CO. REPORT - Col- ^' OF INTERNAL OPERATIONS COMMITTEE ON HUMAN RESOURCES AGENCY On July 5, 1977, the Board of Supervisors referred to our Committee the report of the Hunan Resources Director dated June 27, 1977 for recommendation on action to be taken by the full Board. The Committee has met with the Human Resources Director and has discussed fully the tasks proposed for the 1977-1978 fiscal year. In preparing this report to the Board, the Committee has acted from the following beliefs: 1. Integration of programs and administrative support staff will increase efficiency, reduce duplication of services, and enhance coordination of the human services for which this Board is responsible. 2. The Human Resources Agency is the most appropriate existing vehicle for accomplishing the necessary integration. 3. Planning, evaluation, and community liaison are vital aspects of the human service programs in this County and should be given a higher profile than they have at present. 4. Existing departmental lines do not necessarily relate to the most efficient delivery of human services. 5. Progress in human services is directly dependent upon the full commitment of the Board of Supervisors. The objectives of improved delivery and cost reductions can be reached only by a determined cooperative effort from everyone involved. It must be recognized by all concerned that some shifting and consolidation of responsibilities will be necessary. 09218 Microfilmad with board order PROPOSED TASKS FOR HUMAN RESOURCES AGENCY JULY 1, 1977--JUNE 30, 1978- 1. HUMAN SERVICES ADVISORY COMMISSION: The Agency is directed to assist in the establishment of the Commission,. including helping to orient the new commissioners, getting the Commission organized, helping the Commission establish objectives and tasks for their first year by October 25, 1977, and - outlining the work plan for preparation of Human Services General. Plan by February 25, 1977. In addition, the Human Resources Agency is to assist in the development of policies and procedures directed at the evaluation of human services in the County and is to attempt to identify areas in which duplication of services and inefficiency are occurring in human service programs for the Commission's consideration. 2. BLOCK GRANT FUNDING PROPOSAL: The Agency is to select a program area for development of a proposal. Agency staff will then prepare a proposal and, with approval of the Board of Supervisors, will submit the proposal to the Federal Government by June 30, 1978. 3. STUDY OF ENTERPRISE FUND FOR MEDICAL SERVICES DEPARTMENT: The Agency is to supervise a study of the feasibility of establishing an Enterprise Fund as authorized by the Board of Supervisors and submit a report and recommendations to the Board of Supervisors by December 31, 1977. 4. REORGANIZATION OF HUMAN RESOURCES AGENCY: The Agency is to propose to the Board of Supervisors by December 31, 1977, specific steps needed to implement a reorganization of the programs and departments in the Human Resources Agency which will more fully integrate their services with particular attention to Medical Services and Public Health. This report should focus on the actions needed to implement a reorganization which has as its objective improving the efficiency with which services are delivered, increasing coordination of related programs, reducing unnecessary overhead costs, and generally ensuring the most effective allocation of resources in relation to the needs of the community. This report should identify actions needed to transition from the present organization to the proposed organization in such a way as to avoid any increase in cost. -1- 00219 -2- 5. INCLUSION OF MEDICALLY NEEDY AND SHORT-DOYLE IN PREPAID HEALTH PLAN. In coordination with CMS, the Agency is to continue to seek State and Federal support for inclusion of these categories in the PHP. In addition, the Agency is to monitor closely the HMO Medicare contract which the Board of Supervisors has approved and which became partially effective on July 1, 1977. 6. ADVISORY BOARDS/COMMITTEES/COMMISSIONS: The Agency is to ensure by September 30, 1977 that all such Boards under its jurisdiction comply fully with the Board of Supervisors' recently adopted policy regarding composition, terms of office, and appointment procedures for such Boards. 7. PROGRAM PLANNING AND EVALUATION LEADERSHIP ROLE: The Agency will, with approval of the Human Services Advisory Commission, determine by-September 30, 1977 the most appropriate organizational pattern for program planning and evaluation staff in the Agency in order to provide adequate staff support to the Commission, raise the planning and evaluation profile of the Agency Central Office, and better coordinate the multitude of planning efforts now underway throughout the Agency. This effort should be closely related to the reorganization proposed in item No. 4 above and should include an analysis of the need for and best utilization of the present planning positions in the Agency and the Executive Assistants to various Advisory Boards and Commissions. 8. CHILDREN'S SHELTER PROPOSAL: The Agency will assign a staff member by October 1, 1977 to serve as Project Manager for the proposal approved by the Board and is to complete implementation of the proposal during the 1977-1978 fiscal year. 9. CHILD ABUSE COORDINATOR: The Agency is to assign staff to this function using existing staff resources and is to ensure that this function is closely tied in with implementation of the Shelter proposal and the Crisis Center proposal. 10. FAMILY CRISIS CENTER PROPOSAL: The Agency will undertake a comprehensive study of family and children's services and prepare a report to the Board identifying a continuum of services in the community and identifying how all the proposals relating to this subject fit in. This report is to .be filed with the Board as a condition of the Board's releasing any of the $250,000 appropriated for this purpose. s� 0 2-20 -3- 11. HUiHAN SERVICES DIRECTORY: ` The Agency will assign staff to undertake the preparation of a Human Services Directory at no additional cost to the County. 12. MEDICAL SERVICES OUTPATIENT CLINICS: The Agency will direct a thorough review of outpatient clinic operations in Pittsburg and Richmond and propose changes to the Board of Supervisors which will make these operations more efficient and more responsible for all services on a geographic basis._ 13. MEDICAL SERVICES PERSONNEL AUDIT: The Agency will present personnel actions to the Board of Supervisors necessary to begin the personnel process by September 30, 1977 and plans to complete the recruitment, testing, and appointment processes so as to fully implement the personnel audit before June 30, 1978. 14. PERSONNEL SERVICES IMPROVEMENTS: The Agency is to: A. Monitor and revise as necessary the Physicians'..Pay Plan; B. Initiate an Employee Relations Training Program for staffs of operating departments; C. Participate in Phase II of Eligibility Worker Performance Evaluation system; D. Seek authorization to perform certain routine classification actions on behalf of the Civil Service Department. 15. CONTRACTS AND GRANTS ADMINISTRATION IMPROVEMENTS: The Agency is to: A. Develop uniform student training agreements for operating departments; B. Authorize designation in each operating department of an appropriate individual to be responsible for monitoring contracts; C. Seek authorization from the County Administrator with concurrence of the Auditor for the Contracts and Grants Unit to assume responsibility for initial insurance clearances; D. Develop a revised HRA Contracts and Grants policy. 16. FISCAL IMPROVEMENTS: The Agency is to: A. Assist operating departments in moving progressively toward the development of program budgeting; B. Assist Health and CMS in implementing the combined laborator�j� 1 proposal recently approved by the Board.of Supervisors; , V 1 -4- 16. FISCAL IMPROVEMENTS: (cont'd) C. Assist all operating departments in the Agency develop plans for resolving several critical space problems; D. Review and evaluation of Data Processing System. 17. ADMINISTRATIVE MANAGEMENT IMPROVEMENTS: The Agency it'to: A. Continue to assist CMS in implementing recommendations contained in Medi-Cal Revenue Recovery Study to include monitoring Medi-Cal Card-Typing Project; B. Assist Social Service Department in further efforts to meet State cost control guidelines, to include appropriate studies of program and clerical operations. organization, and staffing. 18. REVENUE REPORTING SYSTEM: The Agency is to: continue work to complete implementation of the Medical Services revenue reporting system by inclusion of Mental Health Services in the existing system. 00 This Committee, therefore, recommends that the eighteen attached tasks be approved by the Board and that the Human Resources.Director be charged with the responsibility for their implementation within the parameters listed and with the understanding that periodic reports to the Board will be required. i" 7 Eric H. Hasseltine Nancy C. Fa en Supervisor, District V Supervisor, District II 00223 In the Board of Supwvhors of Contra Costa Count), State of California SeDtomher 6 _01977 M dw Moll)of Appointment to the Citizens Advisory Committee for County Service Area P-2. On the recommendation of Supervisor E. H. Hasse ltine, IT IS BY THE BOARD ORDERED that Mr. Howard C. Kalb. 124 Greenbrook Court, Danville, California 94526 is APPOINTED as a member of the Citizens Advisory Committee for County Service Area P-2. PASSED by the Board on September 6, 1977. 1 hereby certify Hal the foaof-q M o froe and cored copy of on order Wowed on dw minafss of said Board of Supavim.on fhs daft afarawid. c c: Mr. H. C. Kalb Wd"n my hand Mid fM Sad of-do Beard of County Service Area P-2 Sq_V%_ County Sheriff-Coroner of wd dds ttL day of 1.9Pnrpm1,Pr _ 1977 Public Works Director County Administrator '-'�,1 OLSSOM. Chrk Public Information Office By V Deputy Clark Ronda Amdahl Mal H-24 3/76 15m In that Board of Supervisors of Contra Costa County, State of Califomia Sentember 6 .19 ZZ In the Moto of _ Hearing on the Request of Justo Construction, Inc., Applicant and Owner, (2142-RZ) to Rezone Land in the Oakley Area. The Board on August 9, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Justo Construction, Inc., applicaint- and owner, (2142-RZ) to rezone 19.99 acres fronting approximately 660 feet on the east side of Neroly Road, approximately 660 feet south of Oakley Road, Oakley area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and Supervisor E. H. .Hasseltine having advised that he would support the rezoning request subject to the condition that no subdivision will be started until it can be demonstrated that water and utilities are available. The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROITI). IT IS FURTHER ORDERED that Ordinance Number 77-76 giving effect-to the aforesaid rezoning is INTRODUCED, reading waived and September 13, 1977 is set for adoption of same. PASSED by the Board on September 6, 1977. ! hereby certify that the foregoing is a true and correct copy of an order entered on that nirwas of said Board of Supervisors on the date aforesaid. Witness my hand and ihi Seal of the Board of cc: Justo Construction„Inc. Supervisors Director of Planning County Assessor c&'ised this r� day of 19 ]Z J. 9 OLSSOiAl, Clark By i �_tivYl^ Deputy Clerk OU,c2� � r In the Board of Supervisors of Contra Costa County, State of California September 6 ,19 77 In the Maher of Request of Drug Abuse Board with respect to SB 363 (Gregorio - State Health Department Reorganization). The Board on January 25, 1977 having adopted Resolution No. 77/75 supporting the proposed reorganization plan of the State with reference to drug programs, and on May 31, 1977 having authorized the Legislative Liaison in the County Administrator's office to advise the County Legislators that the Contra Costa County Drug Abuse Board supports the segment of SB 363 pertaining to the consolidation of three state offices into a Department of Alcohol and Drug Abuse within the State of California's Health and Welfare Agency; and The Board having received an August 30, 1977 letter from Mr. David Bruce, Chairman, Drug Abuse Board, advising that his understanding is that SB 363 has been returned to the Assembly Ways and Means Committee for consideration of possible amendments aimed at reducing the number of departments in the State'Department of Health, expressing concern that the proposed Department of Alcohol and Drug Abuse might be merged into another governmental structure, and requesting that the position of the Drug Abuse Board again be made known to County Legislators; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED. PASSED by the Board on September 6, 1977. I hereby cerflfy duel the forepoinB 8 a true and cored copy of an order erMered on the minutes of said Board of Supervison on the date afonsokL cc: Drug Abuse Board my hood and the Seo!of the Board of Mr. D Bruce uPow— Alcoholism Advisory Boardalfixed this 6th day of September , 19 County Legislative Liaison County Administrator J. R. OISSON. CMrk By / l l,Vl L.;,�;. Do"h7 Clerk Helen C. I.arshall H-24 3/7615. ���, l t In the Board of Supervisors of Contra Costo County, State of California _ S Rtember 6 '1922- In 1922- In do MOMMM of Hearing on the Request of R. A. Vail & Associates, Applicants, (2129-RZ) to Rezone Land in the Knightsen Area. Mr. Wiley Cummings, Owner. The Board on August 9, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of R. A. Vail & Associates, applicant, (2129-RZ) to rezone 9.63 acres fronting 530 feet on the west side of Eden Plains Road, approximately 2,100 feet north of Sunset Road, Knightsen area, from Heavy Agricultural District (A-3) to General Agricultural District (A-2); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter,.IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-75 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and September 13, 1977 is set for adoption of same. PASSED by the Board on September 6, 1977. i hweby cwtify dent dw farpoiwo is a hw and ewmd copy of=ordw wdsmd on do minuka of said Hoard of Supwvison an th data dawoid. CC: Director of Planning Witnw my hand and do Seal of tha Hoard of County Assessor Supwvisws R. A. Vail & Associates affixed*a6th day of September _ 19 77 Mr. W. Cummings J. R. OLSSON. Cbrk Dqh Cl.rk Ronda Amdahl H-24 3/76 15m 00227 ( r In the Board of Supervisors of Contra costa County, State of Califomia September 6 ,19 77 in the Molter of Rental Agreement #9 Parnell Court Walnut Creek IT IS BY THE BOARD ORDERED that the Rental Agreement with Mark Lemley and Susan Bateman, dated August 29, 1977, for rental of County- owned property at #9 Parnell Court, Walnut Creek is APPROVED, and the Public Works Director is AUTHORIZED to sign the Agreement on behalf of the County. The Agreement is on a month-to month "as is" basis at a monthly rate of $350.00, effective November 1, 1977. PASSED by the Board on September 6, 1977. 1 hereby certify flint the fore0oirro Is a true and correct copy of an order eMwed on thf minutes of said Board of Supervisors on the dale aforesaid. Wdnea my hand and the Seal of the Board of Originator: Public Works Department Suparviaore Real Property Division offixed 0* 6th day of 5eotember 1972 cc: County Auditor-Controller County Administrator J. R. OLSSON, Clerk Do"clerk N. Pons Of ti2ID H-?a 3176 15m i r In the Board of Supervisors of Contra Costa County, State of California September 6 19 77 In the Manor at Stipend Payments to Manpower Advisory Council The Board having on April 12, 1977 referred to the County Administrator for review and recommendation a request from Mr. Richard Beyer, Chairperson, Manpower Advisory Council, seeking the payment of stipends to council members in lieu of reimbursement of actual and necessary expenses; and The County Administrator having reviewed this matter and obtained approval from the U. S. Department of Labor for implementation, of the stipend payments as requested; IT IS BY THE BOARD ORDERED that.payment of stipends to members of the Contra Costa County Manpower Advisory Council is APPROVED and the County Auditor-Controller is AUTHORIZED to make such payments subject to the following language which will constitute Article 3, Section F, of the Manpower Advisory Council bylaws: "The members of the council shall be reimbursed at $10 per meeting (not to exceed thirty dollars ($30 per month) except the chairperson or his/her designee who may receive more for additional meetings they may have to attend. Those representatives who serve by virtue of their job and/or receive expense reimbursements from another source will not be reimbursed. Alternates may be reimbursed a maximum of $10 per month unless they are attending in place of the regular representative." Passed by the Board on September 6, 1977 1 hereby codify that the foregoing b a fres and eorred copy of an order entered an the minutes of said board of SuperAwrs on the dote aforesaid. Orig: Administrator Witness my hand and the Seal of the board of cc: Manpower Advisory Council Supervisors Auditor-Controller Human Resources Director affixed the 6th day af_Z&pJQUJ=r 1977 J. R. OLSSON, Clerk Deputy Clerk Patricia A. Bell H-24 6177 15m 0044U BOARD ACTION BOARD OF SUPERVISORS OF COMMA COSTA COUM. CALIFOMIA Sept. 6, 197:' NOTE TO CLADMT Claim Against the County, ) The copy o6 &U cuueat a to you iA your- Routing Endorsements, and ) notice o6 the action taken ox ygou& CW by .dte Board Action. (All Section ), Boartd o5 Supeotvi&at& 1 i'1kaaq&4* III, betav), references are to California ) given pMAuant.to.Govek mftnt Code Sectiona.911.8,. Government Code.) ) 913, 6 915.4. PUA6e note the "wwttijig"betow. Claimant: The Pacific Telephone and Telegraph Company, 150 Hayes Street, Rm. San Francisco, California 94102 Case. No. B-740-290 Attorney: Address: Amount: $1,000.00 via Co. Clerk Date Received: August 2, 1977 By delivery to Clerk on August 2, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors 70. County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. . DATED: August 3, 19715, R.'OLSSON, Clerk. By .4ifvx.2ox�. Deputy Jamie L. Jo mon . II. FROM: County Counsel 7u: Cl of M Ezra Supervisors pcCFl�'-� ,-(Check one only) ( or) This Claim complies substantially with Sections 910 and korli1; 3 'S!l ( ) This Claim FAILS to comply substantially with Sections 910 and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File alain DATED: $-`1-77 JOHN B. CIAUSEN, County Counsel, By r, ( Deputy 111. BOARD ORDER By unanimous vote of Supervisors present (Check*one only) . ( X ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. r DATED September 6, 1077R. OLSSON, Clerk. byCZ �� , Deputy Ronda Amdahl WARNING TO CLAMA.YT (Government Code Sectione You have onzy 6 mo e" Axe a nouce ou Which to &Ue a cowtt action on&U neJeetea Mix (ate Govt. Code See. 945.61 ox 6 monthb jam the deniat og yo"Appticatian to Fite it Late Cl-ian within uuh&k to mention a eoW doa Retie] 6aom Section 945.41& c4din-ailing deadline (see Section 946.6). You may seek dice advice o6 any attoaney os your choice in connection c" thi3 motto. IS you want to eon6utt cut at_to�eneyt c1ou_shouLd do &o imiwedi tett'. IV. FROM: Clerk o the Board T0: 1 ounty ounsel, (2 County Administrator, & (3) Public Works, Business 4-Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or application by mailing a copy of this document,'and a memo thereof.has been filed and endorsed on the Board's copy of, this Claim in accordance with Section 29y0i, DATED: gppt-h, 1977 J. R. OLSSOV, Clerk, By j s f Deputy _T Ronda Amdahl V. FROM: (1) County Counsel, (2) County Administrator. TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: gp�F� 1877 County Counsel, By County Administrator, By Public Works, By 8.1 Rev. 3/77 THE PACIFIC TELEPHONE AND TELEGRAPH COMPANY SECURITY - SAN FRANCISCO loo HAYES 0T0.ESY.0000 600 SAM PR"WSCO.CALWC rww 06.0E AN"COOK 412- 942-=486 o.L_WINSKr Olsrwrcr SaGURITr Mw/Mwtw Case No. B-740-290 CLAIM FOR DAMAGES July 28, 1977 County Clerk Contra Costa County Martinez, California 94553 Dear Sir: On July 25, 1977, our underground facilities were struck and damaged by a backhoe owned by Mountain Construction Company and operated by their employee Tow Lara. This accident occurred at the northwest corner of Flame Drive and First Avenue South, Pacheco, California. It is our understanding that Mountain Construction Company was working under cam, ntract to you doing a street widening project. The estimated cost of repairing our facilities is S1,000.- We are sending this notice pursuant to Section 910- of the Government Code. Since we are not aware of the contractual relation- ship between you and Mountain Construction Company, we are also sending a copy of this letter to thea. Please send notices to the above address. Very truly yours, MRS. A. M. HIMLER Security Representative Encl. cc: Mountain Construction Company P.O. Box 116 San Ramon, California 94583 ENDORSED FILED AU u 2 1977 CLERIC BOARD OF SUPERVISORS i U CO. ri NUCrofilmed with board order 002 z4-r-j Iq BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFONNIA Sept. 6, 1977 NO—LE TO CLALKA Ti' Claim Against the County, ) The cony o6 this docu.-rtemt a .to you .id Routing Endorsements, and j notice 06 the action then On youit etaim by the Board Action. (All Section ) 8oa4d o6 SupetviaoAA (Paftagaaph III, below), references are to California ) given punbuant .to Govertmeewt Code Section 9 i i-8, . Government-Code:)- ] 913, 5 915.4. P.twe note the -wztning" betoar.'` " Claimant: Dorothy Ingram, 625 Chester Drive, Pittsburg, California Attorney: Allan-11. Lerch Address: Axelrod, Slum 6 Lerch, Fox Plaza, Suite 1201, 1390 Market Street, San Francisco, California 94102 Amount: $100,000.00 Date Received: August 5, 1977 By delivery to Clerk on By mail, postmarked on August , 977 I. FROM: Clerk of the Board of Supervisors : County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: August 5, 1973. R. OLSSON, Clerk, By 9911=' inr Qyr Deputy Jamie L. Jo neon . II. FROM: County Counsel M: Clerk of the Board of Supervisors (Check one only) ( ,/) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Secti4lk:1194). ( ] Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File a1�1e aim (Sessie 11.6). DATED: ^%-�7 JOftN B. CLAUSEN, County Counsel, By ( C—, -- , Deputy III'. BOARD ORDER By unanimous vote of Supervisors present (Check•one only) ( X) This Claim is rejected in full ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: Sept. 6, 1977J. R. OLSSON, Clerk, by Doty WA14XlNG TO CLAIMANT Goverment alecti ffi.5 rr 91 You have onty 6 mo prom e oi zftu no you V*ich to We a eouAt action on thc6 iejected CGsiar (bee Govt. Code See. 943.61 ox 6 mons A 6wm the denial of yom Application to Fite a Late Us w4dlin which to petition a eouftt 6mt utie6 6aow Section 945.4'6 cCaim-6:i.Liug deadtine (dee Section 946.6). You may dee-k t Le advice o6 any attoiutey o6 yours choice in connection with tU4 mat:ten.. Ia you,want to eondutt an attorney, you 61houEd do so enerediateZet. IV. FRO.d. Clerk of the Board TO: 1 County Counsel, (2) County Administrator, 6 (3) Public Works, Business 6 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 297 - DATED: Sept. 6. 1977 J. R. OLSSON, Clerk, By Deputy V. FROM: (1) County Counsel, (2) County Administrator, Clerk of the Board (5) Public Woks of Supervisors Received copies of this Clain or Application and Board order. DATED: Sept. 6. 1977 County Counsel, By County Administrator, 3y Public Works, By 8.1 Rev. 3/77 A;'AINST ;?:;'S!3UT1G CLINIC, PITT' ;1:;G, CALIF09,;17 t;) OF SUcF.<VI ORS CONTIG-7i COST;-. COUN' iT, OF Ci:LT_i•; ?17A 1'O: nDMINISTRATOR, PITTSBURG CLINIC, 45 Civic Avenue, Pittsburg, CA; CLERK, BOARD OF SUPERVISORS, COUNTY OF CONTRA COSTA, 651 Pine Street, Martinez, CA CLAID024'1'S NAME: DOROTHY INGRAM ENDORSED CLAli•LANT'S ADDRESS: 625 Chester Drive, Pittsburg, C F ! L E D CLAIMANT'S TELEPHONE: 432-2309 AMOUNT OF CLAIM: 5100,000 AUG -5 1977 J.R.OL550•� ADDRESS TO WHICH CLERK ROAND of SUPERVISORS '4OTICES ARE TO SE SENT: AXELROD, BLUM & LERCH r CON CO. Fox Plaza, Suite 1201 1390 Market Street San Francisco, CA 94102 DATE OF OCCURRENCE: On or about May 9, 1977 PLACE OF OCCURRENCE: At or about the Pittsburg Clinic, 45 Civic Avenue, Pittsburg, CA HOW DID INCIDENT OCCUR: Claimant presented herself at the Pittsburg Clinic on or about the above-mentioned date for an examination of her fingers which had been severely injured (deep cuts and smashed) the night before. The examining physician, Dr. Gleffe, mere7j soaked the finger and sutured uhere necessary. Although claimant complained of extreme pain, no x-rays were ordered. During the next three weeks, claimant again presented herself on two occasions for "follow up" examinations. Although the affected finger had stiffened and the pain continued, again, no x-rays were ordered. Some four weeks after her initial presentation at the clinic, x-rays were finally ordered revealing a severely broken finger. As a result of the negligent supervision, care, attention and/or treatment rendered by said clinic, Their agents, employees, and/or servants, including but not necessarily limited to, Dr. Gleffe, claimant sustained the injuries, numer,,us and severe cr)mplications, as enumerated below. 1'."E••'.1ZATI3N OF Ci INI: Sl-bseyuent surgery, :lability to correct c'.i•! _ .nger becaus,-: of the initial delay in treatment, inability to iul.ly :itiliae fin;:r anc/ci.. hand, severe pain in finger, inability !.0 1-10si• h:in.l or ind othcc injuries, the.. exact Miaof lined with board order OO M2 -2- nature and extent of which are unknown to claimant at this time, the services of physicians. surgeons and hospitals, full time custodial care, medication, and all other medical treatment incurred and to be incurred, loss of earning capacity, pain, suffering and mental and nervous distress. DATED_ August 2, 1977 AXELROLL PLUM ERCH By, ATIan H. Ler Attorneys for Claimant 00233 BOARD ACTION BOARD OF SUPERVISORS OF CONTRA COSTA COUYff. CALIFOINTA Sept. 6, 1977 ' NOTE TO CLAI�LANT Claim Against the County, ) The Copy o6 &iA cume►tt mA=to you .iA your Routing Endorsements, and ) notice 06 the acti,an takeK on youR ctain by the Board Action. (All Section ) Soa4d o6 SupeAviaou fttag4dPh III, betmi. references are to California j given puk6uant.to.Govvuuwxt.Code Seetiona 911..8, Government Code.) ) 913, 6 915'.4: pfkaae note the %WAKing" betm. - Claimant: Eric Scott Thatcher, 2593 Royal Ann Court, Union City, California 94587 Attorney: Eduardo M. Xavier Address: Xavier, Amann i Nunez, Mackay i Somps Plaza, 2608 Central Avenue, Suite 2,, Union City, California 94587 Amount: $75,000.00 Date Received: August 3, 1977 By delivery to Clerk on / By mail, postmarked on-August , V 1. FROM: Clerk of the Board o Supervisors . County Counsel Attached is a copy of the abovi-toted Claim or Application to File Late Claim. RATED: August 3. 19777. R. OLSSON, Clerk, By cja"IQ ����,,��,,� � Deputy li. FROM: County Counsel TD: Clerk of rite Board of S60Wr—nsors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.1. ( ✓) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act far 15 days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). ( ) The Board should deny this Application to File a Iaia (S tion 11.6). DATED: -T7 JOM B. CLAUSEN. County Counsel, ByJ Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check'one only) { X) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and Correct copy of the Boards Order entered in its minutes for this date. DATED: eept X12 J. R. OLSSON, Clerk, by 21�1. (? Deputy WARNING TO CLAINAlyr vermwnt Codie Sectio"I-G you have oncyl—m-FRU e-tom 7fte RUN 3J NZA no you tak A to Site a COW action on thin Aeler ted US lace Govt. Code See. 945.61 cit 6 monthA Jun the dexiaL of youR AppCEcatLiom to Fite a Late Cte �oittia A&A to petition a count 6oK 4 6 64om StcLion 945.4'4 dada-6ilaq deadfbw (nee Section 946.6). you may seek Site advice o6 any attwtney o& your choice in connectiontaith tVA matte.t. I; you want to eonautt an atto-utey. you ehoutd do ao •imeerliat . IV. FROM: Clerk of the Board TO: 1 County Counsel, (2j County Administrator, 8 (3) Public Works, Business 4 Services Division Attached are copies of the above Claim or Application. We notified the claiment of the Board's action on this Claim or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29 DATED: S, r (, I g77 J. R. OL5S0?:, Clerk, BY ILtit)` / �(Z l 11 n ,L O Deputy • V. FRONT: (1) County Counsel, (2) County Administrator, 0: Clerk of the Board (S) Public Works of Supervisors Received copies of this Claim or Application and 3oard Order. DATED:Snpr• 6 Ig72 County Counsel, By County Administrator, By Public Works, By 8.1 Rev. 3/77 r. umORSED FIRST AMENDED F I L E D CLAIM AGAINST AUG- 3 1977 J. k o►ssoN CLERK WARD oc SWM=s ca TO: Board of Supervisors County of Contra Costa CLAIMANT'S NAME: ERIC SCOTT THATCHER CLAIMANT'S ADDRESS: 2593 Royal Ann Court Union City, CA 94587 CLAIMANT'S TELEPHONE NO. : (415) 471-7783 AMOUNT OF CLAIM: $75,000.00 ADDRESS TO WHICH NOTICES ARE TO BE SENT: XAVIER, AMANN & NUNEZ MACKAF & SOMPS PLAZA 2608 CENTRAL AYE., STE 2 UNION CITY, CA 94587 DATE OF OCCURRENCE OR TRANSACTION: May 8, 1977 PLACE OF OCCURRENCE: Spillway in reservoir near Del's Boat Harbor, near Byron, California. 130W DID ACCIDENT OR TRANSACTION ecce? Claimant was in his boat when the spillway opened. The undertow sucked plaintiff and his boat into the spillway. The area was not cordoned off nor marked as dangerous. DATED: a, -7 7 Submitted on behalaimant by his attorney: M awsinled with board oder EDU . XAY ER In the Board of Supervisors of Contra Costa County, State of California September 6 . 19 77 In the Malta of Authorizing Acceptance of Instruments 0. t IT IS BY THE BOARD ORDERED that the following instruments are ACCEPTED. _r) cv Instrument Date Grantor Reference .-a -- a 1. Grant Deed 5-13-77 Central Church of LUP w Christ of Martinez 2223-76 cq 2. Consent to Dedication East Bay Municipal Sub. w for Roadway Purposes 7-13-77 Utility District 4958 Y 3. Consent to Dedication Central Contra Costa D.P. for Drainage Purposes 6-2-77 Sanitary District 3039-76 4. Relinquishment of Sub. cis Abutters Rights 6-16-77 John Rebeles et al MS 202-76 U - PASSED BY THE BOARD on September 6, 1977 0 I hereby certify that tl»_w0going Is o*w and cored copy of as wdor wMnd an the minutes of said Sowd of Supervisors on the dale aforesaid. Witness my had 004160 Seal of*a Board of Supervisors affimd this 6 ,lay of September 19 77 J. R. OLSSON, CNrk B - Originating Department; & Dpu1y Clerk Public Works Patricia A. Bell Land Development Division cc; Recorder (via P.W.) Public ,Forks Director Director of Planning 00235 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California September 6 In the Maher of Authorizing Acceptance of Instruments for Recording Only r� IT IS BY THE BOARD ORDERED that the following Offers of Dedication are rn accepted FOR RECORDING ONLY: Instrument Date Grantor Reference w 1. Offer of Dedication Sub. for Roadway Purposes 6-16-77 John Rebeles et al MS 202-76 2. Offer of Dedication Sub. Y for Roadway Purposes 8-23-77 James E. Purtell et al MS 49-77 3. Offer of Dedication Sub. for Roadway Purposes 8-26-77 Donald Morrison et al MS 86-77 .0 0 4. Offer of Dedication a m for Drainage Purposes 8-23-77 The Housing-Group Sub. 4904 5. Offer of Dedication o for Drainage Purposes 2nd Document 8-23-77 The Housing Group Sub. 4904 0 H PASSED BY THE B011RD on September 6, 1977 1 hereby certify that the foregoing is a true and correct oW of am oder enlwed on dw minuses of said Board of Supervisors an"dab ofomsokl. W'dnm my had and Mo Sul of tlw Board of supervisors affixed this 6 day of September . 1977_ J. R. OLSSON, Clerk B z pct: Ct Py_Q 4 .Depuyr CL-A Oriainatina Department; Patricia A. Bell Public Works Land Development Division cc; Recorder (via P.1.1.) OWN H 24 3/pudic Works Director fj'irector of Planning } In the Board of Supervisors of Contra Costa County, State of California September 6 .19 zz Agreement with Contra Costa County Development Association IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with the Contra Costa County Development Association*in the amount of $67,500 to promote trade and commerce within the County during the period September 1, 1977 through February 26, 1978. Passed by the Board on September 6, 1977. 1 hereby sonify dw* dw 5ore0sino Is a due mW carred aW of an Seder odiwod on 00 stipules of said bard d Supwvisws an the drMo afaosoid. Orig: Administrator wdr my how mrd Ade Sod of dw Dowd of. cc: Contractor Superlb— Auditor-Controller affix"this 6th day of Sevtember 1977 J. R. OLSSON. CNrk �CkA Maxine M. Ne eluf d�� . 00238 M-24 4/77 15m EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES I. Contract Identification: Department: County Administrator (Economic Development) Subject: Increase Trade and Commerce Effective Date: September 1, 1977 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: Name: Contra Costa County Development Association Capacity: Nonprofit California Corporation Address: 838 Escobar Street, Martinez, CA 94553 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from September 1, 1977 to February 28, 1978, unless sooner terminated as provided in said contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $67,500. 5. Other Provisions: As to the term during which. the above described contract is extended, the parties mutually agree that all other terms and conditions remain in effect. 6. Signatures: These signatures attest the parties' agreement hereto: COUN Of!--,CONT } OSTA, CAL IA CONTRA COSTA COUNTY l DEVELOPMENT ASSOCIATION titi /,-rte �'`�K• i N. Boggess By 7 gg , Chairman, Boatd of Su 7 Attest,: County r Clerk /Ll (Designate official capacity �^ and affix corporation seal) Recommended by County Administrator By JtUVA ftcrofilmed with board order 00238 In the Board of Supervisors of Contra Costa County, State of California September 6 ,1977 In the Matter of CETA Title III Grant Application for a Youth Employment and Training Program Planning Grant (County 429-809) IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute CETA Title III Grant Application 606-7004-40 (County 629-809) for submission to the U. S. Department of Labor, requesting $47,867 for planning activities between September 1977 and December 31, 1977, to establish a Contra Costa County Youth Employment and Training Program under the Youth Employment and Demonstration Projects Act of 1977, and under terms and conditions as more particularly set forth in said Grant Application document. PASSED BY THE BOARD on September 6, 1977. ' I hereby certify that the foregoing is a true and correct copy of as order entered on the minutes of said Board of supervisors on the date aforesaid. Witness my hand and Ow Seal of the Board of Orig: Human Resources Agency Supervmon Attn: Contracts & Grants Unit cc: County Administrator affixed this cn_day of September 19 77 Countv Auditor-Controller County Manpower Project J. R. OLSSON. Clark Director U. S. Dept. of Labor t1i�%a� /l/.%/ •' �. DepYty Clark Maxine M. .Je eld p �7p DU'),la 1, Human Resources Agency Date august 31, 1977 CONT ::0 COUNTY To Arthur G. Will, County Administrator From C. L. Van Marter, Director .. f SUpE Subj CETA TITLE III PLANNING GRANT APPLICATION FOR A YOUTH EMPLOYMENT MD TRAINING PROGRAM (YETP) Attached for presentation to the Board of Supervisors is the folLmiing grant application: Number: 06-7004-40 (County Y29-809) Department: HRA Manpower Project Funding Agency: U. S. Department of Labor Term of Planning Grant: September 7, 1977 - December 31, lam! (estimated) Funding Amount: $47,867 (Planning Grant) Funding Source: 100% federal funding under CETA Title III (established under the Youth Employment and -Demonstration Projects Act of 1977) The purpose of this application is to obtain a planning grant for the planning and establishment of a year-round youth employment and tamining program. Following establishment of such a County plan and program, it is anticipated that DOL will grant approximately $957,342 to the Qaunty to provide employment and training for youth on a larger scale, yamr-round basis, compared to the current youth work experience programs unit CETA Titles I and III. The planning period would be completed.before December 31, 1977 for implementation of a 12-month.YET Program by January 1978. As with the other CETA programs, no County funding is required. DOL is attempting to expedite implementation of this program whit*was just signed into law by President Carter under the Youth Employmme and Demonstration Projects Act of 1977. The County Manpower Office ams not informed by DOL of the planning grant process until Friday, August 26, 1977, with Tuesday, September 6, 1977 as the deadline date nor submissia of planning grant applications to DOL. In the interest of establishing such a valuable program in Contra Costa County, I am requesting special considera- tion for this.agenda item request to be accepted after your Wednesday 12:00 noon deadline. I therefore recommend that this grant application be approved and executed by the Board and request that you present my recommendation to the Board with your endorsement for approval at their next meeting on Tuesdw, September 6, 1977. CLVM:RJP:dg cc: Judy Ann Killer George Leonardos Jack Bartlett Attachments Microfilmed with board order 00240 .. ......... vim.•uw..u.vq!-[ GRANT SIGNATURE SHEET = 06-7004-40 yY1/ l:Qw�^[..r.e1.v[ [.+�'\O'��•C..r wwp rr..w.wr.'�wryG r..r, ' - CialaiOM .4AN f2E . I C.S. Dept. of Laoor , Employment & Training Administration Contra Costa County1 y4 ir-1W tr-_ 450 Golden Gate Ave 1 651 Pine Street rranri_G,-n Ca- 941OZ ( !Martinez, Ca. 94553 1i: q3nt is enser-d into by the Urwi d Stades o: Anrnt:a. Dc rtrncnt u: Latin: Gnp. Administration, hemna.t-c rrfc:cred to as G:s::tor a:sd I.vonr of r.�...::.�..,�•i _I,��s. zt? .... 3.r_ r_.-::e.1, to as Grantee. 7h- :;:ant-- a^y: La Ilse this- acco_4ance with the provisions of the attached application. 29 - 809 A-GRANT PERIOD .'IS SEP 1977 —his Grant agmasent eore:s the paricd (Dirr/ frortx r..-_. _. ...-- to�ce B.D3LIGATION Ihis action©inr••ases Y,�C decreases ❑does4�o���ange the ladetat opt,-tion fur this s--aft: 9y (Mil�cfiowJ to I.u••lr."I S -.-_..'_...._._...._..-......._ Lt C_TITLE. AND FISCAL YEAR FISCAL vEAR TITLE lal 171 ' ttrl 1 C�J TO'.S" mar;'--='-_- .�•�f - s__—...- Tt'rLE 1 � ,r par } 1 / twetnti•e � � t - t�,ctril�wary 111 � TITLE it l4a• 11 TIT L: Itt Ind.an- Oxl-.r YETP 0 0 $47,867 $47,867 TSTt.a tv 1 TOTAL ( 0 , 0 $47,867 $479867 i D.GRANT ALLOTMENT (This is the anncune=d zlloement -which is 3u9iett to awaiia9iiity c:a nC:a;.3 does no; cons.ituce z federal oblisatl-in.} E.-iris modification rquest will rer a in ❑ a nod:`i.:,;ion to tS^ Vanr ❑ a substanu•- elianre to the Compr.,i rami.- ;:an,%owcr ?1-111, ro�co ro.. r..c c......ro. o+ i co C.n�vrtf . e"r!!IK "CULLA" I•.rarr2a N. Boggess TITLE !� �+ s t_E ( 0241 /C.1f}' n, moa_ of ouv,rvis , S�Gro4 s• ' DATE 1/ti.hQT V: � SE' 7 ,/l�C`�f =fes S_Eej W 1971 i / ;== Microfilmed with board o0rerG I APPLICATION for YOUTH EM?LOYMENT AND DEMONSTRATION PLA WING G119%NT Under the Youth Employment and Demonstration Projects Act of 1977, designed to enhance the job prospects and career oppor- tunities of young persons, the pr_.,Lne spansar agrees that funds provided in this grant will be used solely for administrative planning purposes as specified below: 1. The construction of a comprehensive inventory or all career development, employment, training and related services to youths age 14 to 21; 2. The establishment of a youth council. which represents the groups and organizations required by the legisla- tion; 3. The development of appropriate liniTagEn with local !: ' education agencies, community-based organizations, union organizations, local Federal. programs, cried nal justice systems, apprenticeship programs, the E5 and other organizations-serving youth; 4. The identification of model programs for career development, employment and training; 5. Other such administrative planning activities _suppor- tive to the intent of the youth legislation. In performing these activities, every effort should be =ade to coordinate with similar activities under.the Youth Co munity tonservetion and Improvement Projects, subpart 2, and with CETA title I activities. The amount of funds requested by the grantee does rot exceed five percerrt of the :.oral program funding estimate for the grantee issued under the Youth Employment and Demonstration Projects Act, subpart 3. The grantee agrees to submit an - annual plan which includes these activities by a date to be establ:shej by the Sec_ otary. Tho grantee. _ ox.pc:u: these regLiestcO funds in accordance with the Provisions o: section. 98.12 of title 29 of the Code of Feieral Regulations. The grantee warrants that it will require subgrsntees and/or contractors receiving funds to adhere to rci::iremenis cstabc lished for the use of the funds granted under this act. 00242 ASSURANCES ANN C-RTI?ICAiIQ.wS A. General Assurances 1. The applicant assures and certifies that: a. It Will comply with the recui_e.:ents of time Comprehensive Employment and Training Act (C-TA) of 1973, as amended (P.L. 93-203, 67 Stat. 839 and F.L. 93-567, 88 Stat. 1845 and P.L. 94-444, hereinafter referred to as the Act, and with the regulations and policies pros ulgate? tzezes��ce:; and b. It will comply with. 0DR3 Circular number F-95 and Federal Management Circulars (FMC) 74-4 and 74-7, as those circulars relate to functions such as the utilization of funds, the operations of programs, and maintenance of records, books, accounts, and other docu.^ients under the Acz. 2. The applicant further assures and certifies t:.atif the zegulations promulgated pursuant to the Act are a.:e iced or revised, it shall comply with their_. 3. In addition to the requirements of 1 ar.d 2 above a-.a _ eonsiste nt with he regulations issued purs:iant to t:.e Act, the applicant rases the following further assurrulces and certificatio:s: a. It vossesses legal authority to apply fo_r the grant; that a resolution, motion, Or similar action has beef: duly adopted or passes as an official act of the applica is governing body, auticrizing the filing of the application, including all t:aderstandinss and assurances contained tzerei.*t, and directing and authorizing the person identified as the official representative of the applicant to.act in conaeet4ar. with the application and to provide such additional i-^._o=azi.o^ as may be required (sections 102(a) ; 701(a) (9) and (iii) . b. It will comply with title VI and VII of tate Civril R=Chis Act of 1964, (P.L. 66-352) , and in accordance with title VI and V__ of that Act no person in the United States stall an the grounds of race, color, sex, or national origin, be excluded from participation in, be denied the benefits of, or be other- wise subjected to discrimination under an program or activity for which the applicant received Federal financial assistance and will ' - ediately take any measures necessary tc effectuate this agreement. OJ243 - ni. Frovisicn of wD:7c:e~.'s pa`._ ants h �� t"�i ser-rice .tea ' iz or.-L e-jcb t=om: Vic, �k ex:�: e, or p.:.._..c s^rice e:�:cr.e:t urr:e= r-he F^.'at- the sa+e les.-el a.'. to the sx--- exte= as oz.`:e_- Er lc ar s of --'-e e-ploye; uno are QVe-a b-y-a StZ'..e or- 3Y.:r��f i7`r3knen's ^gid--;=n statute; arx-7 p rovS:on of unrk-'Ss's =-----nsat,:Om ^S:_ra.ce o a=ieerm inst=ance for L.jury or dis='Se result.'-'Yr f cr-' their �r��c► ��^. to t^se ir4 vi&.:e s e6ca(3ad i..n arry .rx*ram ac-vi_I t -ethe k-t, i.e., work experience, cm-the-jcb tai-di , F:�31ic szr_ce a ✓iorL�_. c?�s:x�. traz:iu:r„ services to partici ants, a:-4 other- av`.ivities, wt�eze --thers similarly e^.gagad are rat c:ve_-ec by an wo=?--m's c-rme^sati-n statute (sec`. cns 703(6) and 208(4)).- n. 01(4))n. I.^e prcv-rat will not result in the displace:.-e^t of e lcsed makers or ;r-mi- eY sti.-�; contracts for sr-W-Ces or rS.:It i:n thetion. of Fere-al ft-mas far othew ft--es in cosreci-iczn wzc. wvey t.`at wctic auhm-.rise be pe.-ror ac (sec-ior, 703(7)) , o. Training will not be for any a•a=atiors ki_ch less than t.-Jo wx--zcs 0!, train=^_:, truess i-re:!:ate am?.._:.ent oho`m.=`es ax--a that o==- tion (sem, 703(8)). p. Traii.w and relates services will, to the extent pract cdb ie, be ccrsiste^t w:: f. i i i o r lead every siv:�ti:z1 s ,i..I e�,. cz a:: 1';._...s e tn e^m w ch c.:ll Enable .,e._._._ r�.:mi...:__y c-z t (sec-_crs 7G3(9) and 2.05(a) (6)) . ,..._; t:aLmirg, cn the jab s c. ssacr=1 sy�i �z .r°ng zr� s:I orly be for occ a-icrs is w:.ich -e 5z;-eear•r or Che ___e r^^:s:,= �•Y.. ter -.tired there is r_rs=.able expectation forer.�iav,•�^t (ser-`.:ca 703(-'G))-. r. C*A furs will, to the extent p=ac•.i^:�ble, be used to rather tmn st=la^t, the level cf funs t'-st woe-"d othe -ise be av;'- to . for the planri:g and- adni:.i.s`ration of Fmgrams Vie_- the elici!le z~:.li:pit's grant (sec'.=.c 703(ll)). s. It will shit re:x--s as race=ed by the &- -etaxy 0-^3 crit? rtiair. a n remedy znd per_'de access :o_t-hen as necessary for the cer e+.s_.y l s review to asw=e. that -,9--x's are being ex�P-ndec in accordance withrte- poses a.^3 prai=sis p^ of tum A=, inclucing the aisitemx^re of ;, to assist to Secretary in dete_..+ -Vhe ex;-ent to u ich the p_-nc:-m meets the special maces of disacvartaced, ch_-oricallg ur.°;p3c_vec, a d lcw az_--scrs for :r -a:_-�c;•:� a 1rn:+es:t c�cr.sni"s (sec--,=s703(12) a:--4 3�(e)). t. T-1-- pracra.•:i will, to the max :r-n e"_^.c -mtr�t� t.o the occs^patforal developrent or upwa_-•3 Mbil ty or L--divider (se-c-ion 703(13)). 00241 (2) Tirely 7ep0. � of CaS.h -sere-r*s z� ine— es wu- ' bemace to the.�lo}rha.t and Traini:v ' m .n stration as rer�-ec'.t (3) It gill ir=. Se the sare sta.-4-_r!s of ti.^:ag are z-== hpo.-h any sec=e-- y recipients iz-c1•�-Q the ft-r^isk.-I r.,'of reports of dish se^e::s and balances. bb. For gra s, sul:s--a:s, =—=acts, Punct s L=t_aus i_*h excess of $100,000, or where to =t_zacting office: has deter--irsd that or.:rs under a.?1 inde= quantity coL:.`.`ac► or s':.ir'c^..-ztract in a.-.y y-mar '+P'?? wee $100,000, or if a facility to be used has been the sbject of a ca.:r_-c imr. mer the clean Air Act (42 U.S.C. 18570--8(c)(1)) pr *the: Fie_-al .��?••- tion Ccnt_ol Act (33 G.S.C. 1319(C)). and is listed by-the Protection AS--%cy (EPA) or is not Aber-ise exe rt, t':e g_an me as:wes tst: 1) no facility to be utilized in the per cam azce of t1ha.pro:csz: yam.:_ has bemn ISted on the TM?. List of Violating Facilities; 2) it wil" mtmi y thme RA, prior to away , of the receipt of ar._v Cori-Lica io:h fPS! t:-e C_;-•=r, Office of Federal Activities, U.S. Emi—orme*^ta? ?rotecLion Ace=.cf, :.^2.cz'4ne that a facility to be ut: �^ � e lined for the gri�= is ti.. C.':,5.r.�.�2,.^. to b listed on to ?A List of Violating Facilities: and 3) it will :r:1ude substar.+_:ally this ass:_—_r=e, :L-c-luding this Chid pa-t, is ew-y subgra^.t, ow =act, or st b=ntract. L'7 c:-=y4:rq osit. ;recr_z-s ti c:'e= Title I of the A.c=, the ass=es and cartif_es tat: 1. Ma^�� se-rrices, ir_l•.d:,.ng jcb cet3a :t, will be -r=mni ed to Iose most in reed of chem iz=ludug. law i:-=m pe=sors a:d pe=sws o! lir:.ited EML-L=-,saewmuV, ability, are: eat the -es- for ccrs-.,:'=ec �•-��r, of prog^ws of downstrated effectivemess is mmsiderec in se_rvier, st=h pe=s.:s (secti= 105(a) (1) (D)). Z. Program. of 2rs`L"3ht.=AI skill t=amning shall be desiTned for cc.-drab=s in Which ski11 shAmr was exist (sec im 105(a) (6)). 3. =a plan sheets all tE reTilzenwMs of sectie t 105(a) a.- t:.= will comply with all prmisicrs of the Ac (sectim 105(b)). 4. rt will vee st:-h arrange y.,ts as are prescribe~' by rec.?ation to assist the Suet=-y in czr^ying cut h:s rap rsibili:_'s uuree- sacticns 105 atxd 108 of thee Act (section 105(a) (7)). S. S'x cial co=sid=_-tien will be given to the needs Q: eligible disalbled vet�."a^S, special vet--ars, and vete—rams who senred izi the A-- ed :c_ces a-- who received other thp-n a dis:•:ncrable wit:=:n :crur years be=c=e thm date of their applicatich. Each Frirse sxrsor in se_sect.._x -•mac r.=,.s �3"A j • m F?rCvlsof W-_)c zE;'s Ckr'pwisa`_�_:n protection to =wnts i't on-the-jcb t;a=� rr,, %j=k ex:.rie.-=e, or p.:tl:_ sarlice under the A= 'at the s--.,e lmvel are to the mc-tent as ot`:e_ r''-fees of the am.loge= t.::o are covered by a Ste-e or-i:xi-.:=—_ :c-r'un's state; and p,'ovision of ao_)c-er.'s trs=.:rarve or z.•e a=iderx irst=—.- a for injury or d=s--_e res;l`= ; `T the—ir pa�rt=cip.:.:c to t: se ir4'vi6.:z s e:i acer i,Z ar.y 03:_ M ac-'Wity ==Fer the ;.-:t, i.e., work expe i_te, an-the-job two nicr,, p blic ser-rice a riarr.-e::. c�s�ezz t=a:,nj.r C, sendces to part-kipd.rts', arZ other. actiVitles, where atheer.S sir laxly eungaged are rat etre_-ed J;y a.- a.:licable worY=w.'s statute (sections 703(6)- erre 209(4)). n. T`s prog-ram will not result in the &splace;e of plc:ed eke:s or i.-zai_- existing cont_acts for sz-vices or rev,:-'t is the =5s= _ion of Pece_r:l rx's for othe '_L"rs i.'n connect-ir-n wir work that wcu d awherdise be pe-ro__-med (sect; r, 703(7)). o. T ainix will not be for any ccc.:paticrs Vtuct re!;-.::.-e less t' an t-wo w>`ks of _c.-e-t,^. 2r_. -t L-air.:.^_:, traess incr::a:.'.iate erploymen o_�or'..s::ties ars available is t^_t o=.:.atioz (sec—ti= 703(8)). p. Tra�L-c and related se-ricer will, to the extant praact:csle, be =rsistent with every i-civ:dt�- I 's fullest ca-ze=1;ties z^a 14 to . win;aR Will a ble :=arra to be--..e a---as+ically 5e?s-sn`.=icient (sec`._crs 103(°) are 105(a) (6)) . a. :rsti-=dcr-1ski�? trztLm ng are t_a.:ni.*r, on the job shall only be for occ.: at:crs in which the Se=etan. or the : i e s crscr has te__..�i^er there is r-_sr..^ble expect.:tio.- for (sec-,:cn 703(-10))-. r. MM fuz ds will, to em ex*_.^.t practicable, be used to ra thexr tin supplant, to level of funds that wvr38 othen- ise be available for the plz=.i'ng and- acai-I�tration of programs under- tie e?isilnle a;7.1.-Cant grant (secs.=c.^. 703(2-1)). s. It will subsd t repr—a --.s as required by the Set-ataxy arA wiL p a i ntsizi recox-s. a^3 a-.nride access to, Arm as rAcessa.-y for tris eats',airy s review to assure that funds are being exwv*Zed in ac-_-z:r.3r_'e with poses a.^3 provisions of the eke-, including the sraintaz^re of :e--.s to assist the sect e•�.-v in detr..+ -the a�cteM_ to %ich t`M.e prog-ran mee s . the spacial needs of disadt;arttced, W..°rpicyec, and law �--stns for mema...::. fa p ^ ull loyr.+ert c�cr-_-=it:ies (see-_.-:=_s703(12) a.^- 311 t. The prorracm will, to the Irex:':!L-.n exten.c f eas_:%I e, Crntxi'' t-- to Lhe occsatioaal developme:t or ua a---3 whit ty of individual ar t=cipz:.s (se-.•ion 703(13)). 00241 ���.J L �S ��- O APPLICATION for YOUTH EMPLOYMENT AND DEMONSTRATION PLANNING CzPSINT Under the Youth Employment and Demonstration Projects Act of 1977, designed to enhance the job prospects and carear op or- tunities of young persons, the prime sponsor agrees -.`.hat :..:_ds provided in this grant will be used solely far administrative planning purposes as specified below: 1. The construction of a comprehensive inventory of all career development, employment, training and related services to youths age 14 to 21; 2. The establishment of a youth council which represents the groups and organizations required by the legisla- tion; 3. The development of appropriate: lin):agEs with local education agencies, co:= unity-based orgenizat=ons, - union organizations, local Federal. programs, crir,anal justice systems, appxenticeship progrants, the ES and other organizations serving youth; 4. The identification of model programs for career development, employment and training; 5. Other such administrative planning activities suppor- tive to the intent of the youth legislation. In performing these activities, every effort should be :ode to coordinate with similar activities under .the Youta_Coa- munity Conservation and Improvement Projects, subpart 2, and with CETA title I activities. The amount of funds requested by the grantee does not exceed five perccrrt of the total progra:r funding estimate for the grantee issued under the Youth Employment- and Demonstration. Projects Act, subpart 3. The grantee agraes to submit an annual c,lnn•which inolucks. tltrrc• aetivi tin.;; by a dat,:e to h-� I%!• 01c, Behr.-tor%"- Thi: rrinLey, :c: Lo these iCCgoostcd funds In accordance with the provisions Of section: 98.12 of title 29 of the Code of Feltgyral Regulations. The grantee warrants that it will require subgrantees and/or contractors receiving funds to adhere Lo re puircri-an is z st.a°b- lished for the use of the funds granted unler this act. 0:.0242 - 2 - Approval of the annual plans for the youth programs will be based on specifications outlined in regulations scheduled for publication this fall in the Federal Register. Program designs developed under this planning grant shall not be considered as automatically approved for funding under the annual plans. .W. .N. ype am . chief ele ed official) (Signature of _chief ele ted official) SEP 6 1977 Date Signed 60 �a fl. ASS V iWNLr.S An C�RTI±i4lfl zQiYs A. General Assurances 1. The applicant assures and certifies that: a. It will comply with the recui=ements of the Comp_ehensive rnplovre_^.t and Training Act (C-ETA) of 1973, as amended (P.L. 93-203, 87 Stat. 839 and P.L. 93-567, 38 Stat. 1845 and P.L. 94-444, hereirz_ter referred to as the Act, and with the re=ulations and policies promulgated thereunder; and b. It will comply with OMB Circular rumhe_ A-95 and Federal Management Circulars (FMC) 74-4 and 74-7, as ::lose circulars relate to functions such as the utilization of funds, the operations of programs, and maintenance of records, books, accounts, and other docu.-+ents under the Act. 2. The applicant further asst=es and certifies t::at =_ the Zegulations promulgated pursuant to tate Act z_e a:.-.ended or revised, it shall comply with .them. .- 3. In ac:iticn to the require-ments o: 1 and 2 above and _ consistent with the regulations issued to that Act, the applicant Fakes the followir.g further assurances and certifications: a. It possesses legal authority to apply for the Grant; that a resolution, motion, or similar action has beer. duly adopted or passes as an official act of the ap:liezZt's governing body, authorizing the filing of the application, including, all rundersta-ndinss and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to.act in co=ectian with the application and to provide such additional i ormation as may be required (sections 102(a) ; 701(a) (9) and (10)) . b. It will comply with title VI and VII of the Civil Rig =s Act of 1964, (P.L. 68-352) , and in accordance with .title VI and V__ of that Act no person in the United states shall on the grounds of race, color, sex, or national origin, be excluded from participation in, be denied the benefits of, or be other- wise subjected to discrimination under any program or activ4ty for which the applicant received Federal :iranciai assistance and will irmediately take any measures necessary tc a=:ectuate this agreement. 00243 c. It uA-21 fly with Title VI cf t'y Civil Rights A= of 1954. (42 USC 2000d) PIX -jbiti� e.:✓lOY-If i�.iia". 0.�! wF.e_-s (I) t^e r__�_1 pL�ose of a gr=t is to provide e-ployre t or (2) discsitia:a:y e!7j=1-e-* Frac_'c_s u-j-U --esult i.') t e.31 eat-e: of p--sG.^S st:o a e or SiC*.:llC :p bwnefi.r`q far Lhe grant-azAad activity. d. bb pe= ^7 with re-pmnsl-bi 1tLiS in the C-JE:atiOn G" 2:1 ur16es t'!.e Act WI-1.1 isti:_:_ratiGl with reser to a=! part.-cipa t or army aFr?).2caticn. for pa--t.Jc-,;a`..1Cr in sua-h 'p==,= because o: race, =e--4. mlo:, nat icnal cr Ci11, sex, age, FoUtical. aii= or be!-;e:s (sem".= 703(1) arx' 712). e. It will cw.p2y wi--h thx rev1pirowits of t!m sioms of the tk=-:O= Rel=t=n A.ssistare a t A-ox-_y N- it=-.% Art of 1970 (?.L. 91-646) which p=Ades for fail.- ane am--,- able treatrunt of pc--=-s displaced as a restlt of Fee al and Fed ally-assisted pro=g.m s. f. It will cxraly with the pravislors of tme patch A= wick ]i-.__ the ;O11—C8j ac•.iv?try of a�^lcyers. g. it w=11 cX.Mly With ths .i- ':t that ro r:.-xra.e t twx i_-=1ve pct=ica: ac'.=vi ie,- (sect:,, n 710 and 703(2)). h. It Will es`.a-.^?:sh sa,'.e7"=!s to F-rc ibis a✓-I +� `est rsix tke_ posi}fors for a =-pcse that is cr rives the of bed--c. rotiva ed by a des--e far -^oate yaiz for th—e-wives or others, v_ those writz %41= they have f=L v, bcsi.aess, or of a ties 702 Ca) . i. it wiIi give is De_z--ie t o_` Izbw a-4 the Cz. ::aL�- ^eaeral t*--%r,.h zy aut'Yxizee r°.esentative the access to zx the ricr.: to ecarL.M all rWo_-ts, backs, paps, or docaae':•s related to. tis grant (sec-.=..n 713(2))- j. ?a-ticipz.-ts its the p=gr=will spot be cr;lcyed on t!* cors—t-m an, e%W--ati C=, = ra_.-ite:-a.--rae of tL.zt pm--t of any facility to dch is•cued f: relig:.cus irstsacti= o: -s'L:p (sect-.= 703(3)). k. A. -co-:.ate 5=4ars f= health and sa`ety In wc--:c are t=a'--s-r situatirs will be ma3.ntai.-Ad (sectim 703(5)). 1. Ccrei`in^s of a=Ic rmnt or =-aLr iL r, will be a rc---a:e and reasonable with regard to t'me type of work, he gen;a;MC-A? fi=r.: and :;e proficiale, of thea lic:r» (se~'..irn 703M). Onq 3 �. n. Pr:.w-�s1c.^. of work-&.'s C S2.�_,r:l J t�'3^^:! a.pr`.2:5r�2.^.`_s Ln or.-the-jcb t-a=^ =,,. w--rFc e>-metrience, or c,:blic se_^tics u-rc'_- tare A= *at the s_me le:•el and to the sc-- - evte t as ot`e-_ or the e::ploye= who are coverer by-a S a a or-i_- .: =� statute; are Prov sior. of .xjrfi2l:'s inm:rar=2 or :: ^. :_' ana accident ins=-- a for i.r.4u y or disease res It -r; frc their to t�•ase indivi&.te s efi aged Ln a.:y _*xra-� activity t r_-e_- tie rrtf i.e .f work experience, cm-the-jcb tiring. public serAce er-p_q;.-mart, e��s=nc•. t_aird q, service's to participants', and other activi:ies, wIn e O hears sir:laxly engagad are rat cave--ed by an applicable licable worr:•.m:'s c:r-perzatti= statute (sec`. ens 703(6)' are 209(4)).; n. T.he p ograrr will not result in the d s7jlace,e:^t cf er—I eke_s or irk i- exis ti-r; contracts for services or -tet?t i-: t�- t:m Of Fede-dl f,.nds for ot%:--- f x-les in c=r.ec`.dcn ud umnh vhat wCL:t w-he-•aise be pe_-`o--med (section 703(7)). o. T-ainLnq will not be for any o.catJ;crs w.J:eh r--.:i--e less than. t7wo wm;m Of tra.Lr .^^,, imiess ied .-to epip,r..2nt o_po yniti.es a-v available is t^Lat o=ff on (se=,. r:: 703(8)) . p. T-a'n:.x and related ses-rices will, to _aa extent _ cti-Ec .le, be =rsiste.^t w t2h every 's ful I est c=6a,ill;=.es e^a -1 _A to - e w:^icz will e"mb1Q pa_c_z.ts to (ser_crK 703(9) and 105(a) (o)) . C. :ucr:l sk"'� tr a_:�o and t_a_-•.i nq cn the job s-a. 1 only be For occ=z—_J ,rs in which or One =---:=e sw:�:r has dr.ed vhe_re is _-easonable expectation for a=Ioy.. nt (se-__J on f 03(10)). r. C_a funds .sill, to the ext. nt pract..it. ble, be used to sup-pl ae rather Chan s4TJlamt, t:!,-.e level cf Ifund s t^3t wou-"d be 8'• e for the planing and- ad mals`-ra ien of Frogrz:^s under el.ic!le a::-.'if=t I s grant (sec..ic. 703(11)). s. It will si lzut repots as re m-4-re: by t'm Sec-e`.=-y z3 will' recois and a-sr'ae access tp.t_%ap as r,.essa-lr for t-he Secret,&-prr I's review to as.Tz a that fL•ndda a-re being exp<rced in ac or.:arre with tws•Y�= poses and prai_sia^s of t'••e 2L--, imiuding the sr =tez^te of rec=ds to assist the semvtaxy in eat_rinin the e&-sst to ut-%ic:Z t`•s p�'M. znmmets Che speed reams of disa6,artaced, e--orically ure ployed, and la.s i.^-c-re pexscrs for etc= _uLi`es (sec`.ic:•s 703(12) a,4 3111 (c)). t. The program. will, tO the iC. Y: .'.1 ectenz feesi;-.!e, C..^...=�`R:t_- to the cc-cu-tatioral ceveioprx-_nt or up•zxd rebility of i:-clividua pa---ic-:an s (section 703(13)) . 00`'4I u. 7-e _n_-a,-ra:i rss are ac='=-- ..-r a✓a1LidtiO.: 7rt7CeC';.•?a• a.3 1?.:.Z�'_.1 of 3.^_-5�JS_a �"a-_'fS a..-O tech.tical assista=e pros: s, and o�%:-_• policies as ,:ay be necs�j to prcmte the effective use of tuu s (sem ion 703(14)). v. 71-e _p_-ag am rakes ar=op•iate p_-mr-s:on for the rr-=aw_- re-•s of yv.:t`: is the zea s_--.ed (se=t:cn 703(151) . w. rece:visr, on the ;ch be �.z meter by the er lobe` at suet~: rates, ircli::i ag pe_•iccic irzre.ases, as ray be dea+ec reasonable W=e= regulat<ors prescribed by the :r. rr* event at a rate winch is less th=n the highest of: 1) the uz•e rate smeci:iea is se`tior. 6(a) (1) of t^.e Fair labor St---aria Act of 193?.. n, a only exceptions to sec. 6(a) (1) a-re those p_ta:nd=- . ;o the Ow.=. =-'eal_? of Pue::o Rico, rl:e Virgin Islahcs, and me.-ican Sa.:oa, wile_ wags mall be consistent u--=%i provisions Cr --he Federal, State, cr local lay:, otherwise applicable. Wages -aid to pz=tdcipa s in the ::^est Terrmito=y of the Pacific Is:zrs shall be co siste. with local la::, ex.:zpt on r h.wetmk At*! otic Ru.-a alein Atoll, ute-•e sec. 6(a) (1) is applicable; 2) the State or raj rcin.:m= Mace :crt2he :lost .-ply ca-.—,eurable covereda Y �1•:errt: 3) the prevailLng rates of pay for pe=so:s e:ployec i.-% si.•�_1 oc=.i a-iOrs by t: sane e=loyer; 4) the emtr anm rate fcr .re:.+aria zed workers i4. �. - ate:. s 3}.i ..` 'f i. is�.. i-r the s ie oc ._.a.icr a es,..._,_ s;-er. or, :_ = o=—:a_._.... i s ^p.:.'-- .he .`_^.e r:.e•.'a_1_.r, a •a-.ce rax for t:m OCC'.;at:_C. other esta:listir-e—i is i•: tine o: area or, any -by an a^lica' le co'•le=ive :z,z'-�--'�7 a.;_a--est: 5} fc= a t:cipan s on Feeeally f=—:ed or assisted x:st-S:c`,io: projects, t.e prevailing rate establis.he by the Secretary, :a a=o-da-ce wz- ti-- avis-Bax.•: A=, as m--emndm--, when va&. rats are re:1r:red by the Federal statute under- u . ch t!.e assistance was provided. x. It ui3l cmply with Che. laacr sta.•ld_-ds reeti_er--z^.ts•set crit in se-,ion 706 0: the Act. Y. Si -vices and. actixdties provided mow this Ac will be acrinis`,x-ed by o: .;.ter the supe-vision o: tine aW icemt (sectiors 105(a) (l) (3) aro 205(c) (1)). z. No fur--ft .rade wrailable mnder the Act shall be used far 1cU7 s ac ivi}=es in violation of 16 USCF 1913. aa. If the ann, 14-cant is financed by letter of crocit: (1) letter of c_-edit cash drawio`.^s will only be -.itiater w:�•r actually mm-exied for its =, grant(s) dish=sa x--nts; 00245) (2) Tirely redo:'.=*r, of cas11 c'isursf--,Mts a.-4 a-yes aril ba.Mice to t'se.F.-ploymm.t aro 7--aL irr, Aa-m!-:stfa`iaa as rer.C---=?; (3) it will 1rxse the sarm sta.-4----ds of t_.^=.*�c wii z.c== upon ashy sec=j:L---y recidie-ns irrlu.'i.-�g the fLzrm.ish rr,'of redo; of cash d7 h"se'. --.ts and halZ"iZS. bb. For grants, sLLW,--.s, conttracts, a74 st mtras,ts in excess of $100,000, or where the =ntmc-ting of=icer- kas oeta==med. tat o^�s Lur de.: an i rce=inite q==ty corsL�ct or s-..`.t --.-tract LZ any year %i-12 Pre~' $100,000, or If a facility to be used has been the sabject of a commicticr. tomer the Clean Air Act (42 U.S.C. 18570-6(c)(1)) or the F�2 tion Control Act (33 U.S.C. 1319(C)). zri is listed by.he Mmilrer.—m-t l Psotec`d.on ;ce:sey (ria) or is not ot:.erwseexe rt, the .^.tee assures that: 1) no facility to be utilized in t;.epe_-:cam a-sre of the prop-csz S---=t . has bei listed on the EPA List of Violating g Facilities; 2) it %i?- r—!f i the RA, prior to awa d, of t-he receipt of arty co.T.%,uti atiarz f_-aa the Vi—ream--, Office of Federal Activities, U.S. Emvii-trrmeental' Prot----tion i.•x':ca',i.- that a fac:.li'_y to be utilized � :t :d�-r�^. 122Z2d fC: L.e Via. is �..�� Cw5 `' t* be list° cru the Mk List of Violt;--- Facilities; and 3) it will include substantially this assc:mance, i-clyding this third part, in ev---y =.-ece •t subg a^.t, con=act, Or subcontract. B. i?' icral Ass:'a.^.ts =o_ Title i ?-- c:=rs Ln c;�Ji-r a'1thoc�:s urde= Title 1 of the Ate, the assn..--es and c_�_es tat: 1. Pas;or+er sez^uices, i.rcl ding jeb dalelopry-.t, will be —,ovided to t-ose most in reed of rhea i-rludiM Iw irA=.* pe=rm a.-Yd pwsws of limited rmwlica-speaks ability, rr=° that the nem for c=ti� _:.�.; of prcq--- s of downsttate: ef:! :-Civa_ness is ca.•sside=ec is se_-vi-r st=n pe:s.,:s (secris 105(a) (1) (D)). 2. P_-egress of :rstitutcta1 skill trainer, stall be designedd fo: cc.;.z.Yati= in which skill s.'=oriaces exist (se=im 105(a) (6)). 3. =m pLn meets all t)^a red i re1,001ts of section 105(a) a= the a•p'—'4--= gill c=Vly with all provisions of the Act (sec•.im 105(b)). 4. it will mace such a_=anceeents as are prescribe-02 tin -estOai=on to assist to Suet=-y in c__�,irr est his sec--,crs 105 aro 108 of the Act (section 105(a) (7)). 5. spe=-:al eo=side----tio.n will be givem to the needs of eligib e d sa led vet,=rays, s.>w-ial vete^ans, and vete_vaus whG sz-ve3 in the A=--A Fc_:.ss ard who received other t:!-P_r a dishomrable disc:--ge wit._n =o•= ye-ars be-- the e=to date of their a_c?licatiaz. Fact Frim sporsor in sellecti.hc for programs funded under. title I' of the Act, shall take into consideration the extent that. such vete_ams. are available- im the area. Specific effort should be na:e to develcp appro- priate full or part-ti-me opportunities :or such peterats. The prime sponsor should utilize the ass;-.stance of the State and local veterans e:aployr..ezt service representative in f-,=u- lating, its program objectives. On a continuing and timely basis , information on job vaca-.=i and training opportunities funded under title I of the F_c= shall be provides to the State and local vetera.^.s enploy.=Ie t service representative for the purpose of disseminating infor- mation to eligible veterans (section 104 (b) of Mmergency Soba and Unemployment Assistamce Act of 1974) . 6. Appropriate arrangesaerts will be rade to pro.:.oto maximum feasible use of apprenticeship and other on- he-job training opportunities available under section 1797 of title 38, United States Code. C. Additional Assurances Relating to Public Service :anloime::t Procra.^s For public service employment activity, the applicant furt-her assures and certifies that: 1. Special consideration Will be given to the f-41 ' .c of jobs wnich.^rovide sufficient prospects =or advance:►e:t or suitable co^tinued e_mnlovnent by provici^y ce.:.pi.e-entr._• training and manpower services designed to (1) Promote the advancement of partici-.)ants to employment or training oppor- tunities suitable to the individuals involved, whether i.. the public or private sector of the econ=y, (2) provide participants with skills for which there is an anticipated high demand, or (3) provide participants with self-develop ment skills; except Where exempt under the provisions of section 604 of the act, provided, however, that nothing contained in this paragraph shall be construed to preclude persons or programs for whore the foregoing goals are not feasible or appropriate (sections .205(c) (4) and 604) . 2. To the extent feasible, public service jobs shall be provided in occupational fields Which are most likely to expand wit-hie the public or private sector as the unemployrent rate recedes except where exempt under section 604 of the Act (sections 205(c) (6) and 604) . 3. Special consideration in filling transitional public service jobs will be given to unemploved persons who are th a most severely disadvantaged in terns of the length of ti.ze they have been unemployed without assistance, but such special consideration shall not authorize th.e hiring of any person when any other person is on lay-off from the sa-.e cr any substantially equivalent job (section 205(c) (7) ) . Otft247 • 4. No funds will. be used to Tire any person to fill a job opening created by the action of an employer in layi.ng oma: or terminating the emp_o mer.t of any o�n_r regulax e=ployee nc_ supported under the Act in anticipation o: filling the vacar r so created by hiring an emnployee to be supported under the Act (section 205(c) (8) ) . 5. Due consideration will be given to persons who have participated in manpower training progra.:.s for whom explay- ment opportunities would not otherwise be i imediately available (section 205(c) (9) ) . 6. Periodic review procedures established pursuant. to section 207(a) of the Act will be complied with (section 205(c) (17) ) . 7. Agencies and institutions to whom financial assistance is made available under this -title have undertaken or will undertake, analyses of job descriptions and reevaluations and, where shown necessary, revisions of qualification requirements at all levels of e.^ployment, wncludirc civil service requirements and practices relating thereto, in accordance wit-* regulations prescribed by the Secreta, with a view toward renovinc artificial barriers to public enolovnent of those whom it is the purpose of the Act to assist (section 205(c) (18) ) . S. Where appropriate, it will maintain or provide linkages with upgradin; and other manpower programs for the purpose of (1) providing those =ersor_s e-i�ployed in public service jobs who want to pursue work with the erploye_, is the same or similar work, with opportunities to do so and to find permanent, upwardly mobile careers in that field, and (2) providing those persons so employed who do not wish to pursue permanent careers in such field, with oppe:tunities to seek, prepare for, and obtain work in other fields (sections 205(c) (19) and 604) . 9. The program will, to the maxims extent feasible, contribute to the elimination of artificial barriers to employment and occupational advancement, including oppor- tunities for the disadvantaged (section 205(c) (21) ) . 10. Not more than one-third of the participants in the program will be employed in a bona fide professional capacity (as such terra is used in section 13(a) (1) of the Fair Labor . Standards Act of 1938) , except that this paragraph shall not be applicable in the case of participants employed as class- room teachers, and the Secretary may waive this limiration in exceptional circ=nstances (section 205(c) (22) ) . k 00248 11. Jobs will be allocated equitably to local govem— eats and agencies taking into account the n=.ber of U--zp-ployed persons within their jurisdictions an_e the needs of tlie agencies (section 205 (c) (23) ) . 12. The jobs in each promotional I3r:e in no way it-ri:ce upon the promotional aportunities which would otneraise be available to persons currently z:�ploired in public service jobs not subsidized under the Act, a<-Id assure that no job will be filled in other than an entry level position I.^. each pronct oral Zine until applicable personnel procedures aad collective bargaining agreements have been complied with (section .205 (c) (2 4) ) . 13. Jobs are in addition to those that would be fu;ided by the sponsor in the absence Of assistance under the ,Act section 205(c) (24) ) . 14. Persons employed in public service jobs under this Act shall be paid wages whit'.: s:all not be la-4e than whichever is the highest of: (a) The rinimum housl_v wage set out in sect_on 6(a) (1) o: the Fair Labor Standards Act of 1938, as amended. The on1v exceptions to section 6 (a) (1) are those pertaiai::c tc t-e COr.:ao:aezl*.� of Puerto Ri,cc, the VirSi Islas, a^a erica Samoa where wages saa:1 be consistent with the Federal, State or local law otherwise a=micable. gages paid to aarticipa=ts in the '"rust Territories of the Pacitic rsla:.ds shall be consistent with local law, except or. :niwetok AIM-1 ia'z Kwajalein Atoll, where section 6(a) (1) is applicable. (b) The State or local minimum wage foz the most nearly comparable covered e=plo_y=ent: (c) The prevailing rate of pay for persons e.nploved in similar public occupations by the same eiployer (secr _O".I 208(x) ) : (d) the minimum entrance rate for inexperienced workers in the same occupation in the establishment, or, i= the occupation is new to the establishment, the prevaiii.rg entrance rate :or the occupation among other establis:.aants in the cor..unity or area, or any minim= rate required by an applicable collective bargaining agreement; or (e) the prevailing rate established by the Secreta--T, in accordance with the Davis-Bacon Act, as xnended, :or participants involved in employment covered by the Davis- Bacon Act. 00249, 15. Special consideration shall be given to eligible disabled veterans, special veterans, and veterans who served in the Arried Forces and who received other than a disaona:- able discharge within four years .before the date of. their application. Each eligible applicant selecting partici- pants for public service programs shall take into consideration the extent that such veterans are available in the area. Specific effort should be made tb develop appropriate full or part-time opportunities for such veterans. In order to insure special consideration for veterans, all public service employment vacancies, except those to which former employees are being recalled, must be listed with the State employment service at least 48 hours (excluding Saturdays, Sundays, and holidays) before such vacancies are filled.. During this period, the employment service may refer those veterans specified above. If sufficient numbers of veterans are not avail- able, the employment service, upon request, 'may also. refer members o: other significant segments. All other applicants are to be referred after the 48-hour period (section 205(c) (5)) . The eligible applicant should utilize the assistance of State and local veterans employ- ment representatives in formulating its program objectives. Each eligible applicant shall, on a continuing and tir-&ly basis, provide inromation on job vacancies and training opportunities funded under the Act to State and local veterans employment representatives and to other veterans organizations for the purposes of disseminating izto_:.Ea- tion to eligible veterans (section 104(b) of the Emergency Jobs and Unemployment Assistance Act of 1974). 26. To the extent possible, administrative staff shall be drawn from unemployed and underemployed persons (section 205 (c) (20)) . D. Additional Assurances for Title II Programs All assurances in C above apply to public service programs funded under Title II. In addition, the applica::t assures that: only persons residing within the areas of substantial unemployment qualifying for assistance will be hired to fill jobs created under title II of the Act and the public services provided by such jobs shall, to the extent feasible, be designed to benefit the residents of such areas (section 205 (c) (3) ) . 004�. E: Additional Assurances for Title VT programs All assurances in C. above apply to public service program= under title VI. In addition, the ?ppl_cart assures, that: Only persons residing in the area serve3 by the eliaible apolicant under title VI of the Act will be hi-red- to i=}cto fill. jobs created under the Pct and that the public services provided by such jobs shall. to the extent feasible, .be designed to benefit the residents of such areas except that funds allocated under title VI of --he Act (section 603 (a) (2) (3) ) , to ari area eligible for assistance under title 3I of the Act shall orly by used to provideproject and program opportunities to persons residing in -those areas of substantial unemployment as defined .in section 204 (c) . (Section 603(a) (2) ) . P. Soec.ial Certification for State Grantees A State grantee further assures a::d .certi`ies that it will comply with the requirements and Drovis:ons of section 106 and section. 107 of the Act. 00251 In the Board of Supervisors of Contra Costa County, State of California Seniemher • 19 77 In 6*Moth►of Herbicide Spray Weed Abatement Work in the Contra Costa County AS EX OFFICIO THE GOVERNING Fire Protection District for BOARD OF THE CONTRA COSTA the Period October 1, 1977 COUNTY FIRE PROTECTION through September 30, 1978. J DISTRICT Bidder Total Amount Bond Amounts Osborn Spray Service $6,737.79 Labor & Mats. $6,737.79 934 Diablo Road Faith. Perf. 6,737.79 Danville, CA Spilker Tree Service Inc. 2368 Bates Avenue Concord, CA J Spray Service 2710 Monument Court Concord, CA The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Chief, Contra Costa County Fire Protection District, recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said ,contractor shall present two good and sufficient surety bonds as indicated above; and that the Contra Costa County Fire Protection District shall prepare the contract therefor; IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the'Chairman of the Board is authorized to sign the contract for this Board; IT IS FURTHER ORDERED that, upon signature of the contract by the Board Chairman, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. Passed by the Board on September 6, 1977. 1 hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the dote oforesaW. Orig: Administrator W'dness my hoed and do Sed of the Board of cc: Fire District Supervisors Contractor cAxed this 6th day of September 1977 County Counsel Auditor-Controller (� J. R. OLSSON. Clerk By Li "%%%�:� Deputy Clerk J Jeanne 0. Maglio" H-244/7715m 00252 ABATE:EST COMTRACT HERBICIDE SPRAY (Agreement) 1. SPECIAL TEM11S. TheLe special terms are incorporated below by reference. (§92,3) Parties: [Public Agency] Contra Costa County Fire Protection District [Contractor] Osborn Spray service 934 Diablo Road Danville, Com.. 94526 (§2) Effective Date: Oct. 1. 1977 [see §4 for starting date.] (93) she Work: The Contractor will at its own cost and expense, in a,workman- like canner, faithfully and fully do all the work and furnish all the equipment and materials necessary to complete, in accordance with the Abatement specifi- cations and related contract documents hereinafter mentioned, to the,satisfac- -tion of the Fire Chief of the Public Agency, the correction`aod abatement of fire hazards from the properties set forth by the Public Agency. (94) Coopletion liars: The work shall be completed as set forth by the Public Agency in Orders to be issued. (as) - Rrbtic Agwmey's Agent: Fire Chief of the Public Agency. (§6) Contract Price: 3 6.737.79 (for unit price contracts* rare or less, in accordance with finished quantities at unit bid prices.) 2. SIGZ,ATWW' - Ptebic acne _ Ink.s' , Chairman or Other Designated Representative) `• —4-1 Clerk Contrtwtvr, hereby also acknowledging awareness of and compliance with Labor Code §1961 concerning Voriaen's Compensation Law. Partner EMPORATE Des' ate official capacity in the business SEAL] By: Designate official capacity in tke business Vote to Contractor (1) Ereccrte aabowledgwnt fomt baloq, and (2) if a corporation, affil Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) IIC ITYLE11C1-111' (by Corporation, County of CONTRA COSTA ) ss• Partnership, or Individual) The person(s) signing above for Contracter,'Luown"to'ce•in individual and business capacity as stated. personally appeared before me today and acknowledged that he/they executed it and that the cog oration or partnership named above executed iC. pFF1CIAl SERI I[rOt7lfllQCr Wit�r 67 e_c^sErrEc t'i 1G/10/T7 h1!..R . 8L:Z- CAIUO+�J / Dated: _c4 T�req• / _ l l OTARI I[:--SEM _ er J.ns % MUM PPUCLI F010 APPROVED: J. P.. CLAUSEtt - ` - - - - Ry:`'/,IG T.,f/ !�W/l/'t 3. UOR:: CONURACT, CFMNIES. (a) By their signatures in Section 2, effective on Lite abo:ic date, these parties promise and agree as set forth in this contract, incorporotin; by these references the material ("special terns") in Sec. 1. (b) Contractor shall. at his Ora cost and expense, and in a voraaanli::e Canner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's Kot-Ice To Contractors, Proposal, Orders, and Abatement" Specifications. (e) The work can be changed only with Public Agency's prior %-ritten 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. TM: NICE TO PROCEED. Contractor shall start this work as directed in the Orders and shall complete it as specified in Sec. 1. 5.- IBTECRATED•DOCOi9M. 7hiC Notice to Contrictors, Bid Proposal, Orders and Abatement Specifications or special provisions of the Public Atency's Call for bids. and Contractor's aecavted 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, iii Proposal; and Orders not aeationed I* the Abate- went Specifications or'special•psovisioas, or'vice'versa, is'to be bxeeutid"as if exhibited, mentioned and set forth'in both; to the-true intent and seaninf there- of when taken all together; and-differences of opinion-epacernin3"these shall be finally determined by Publlc.AsenWe Agent-specified in'See. 1. 6. PAIZMM For his strict and literal fulfillment of these promises and condi- tions, and as full compensation for all this work, the Public Agency shall pay - the contractor the sun specified in Sec. 1, except that in this unit price contract, the payment shall be for finished quantities (parcels and/or hours) at unit bid prices in accordance with the Abatement Specifications. 7. PAXgMM YITHUM (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify,all or any certificate_ for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) defective work not remedied, or uncompleted work, or (2) claims filed or reasonable evidence indicating pirobable filing, or (3) failure to properly pay subcontractors or for material or labor,'or (4) reasonable doubt that the work can be completed for the balance then unpaid, or (5) damage to another contractor, or (6) danaZe to the Public Aoency,'other than damage due to delay. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor In making good any defective work or,parts. (c) 35 calendar days after the Public Agency files its Notice of Completion of the entire work, or five (5) working days after December 10th, whichever Is later, - it shall issue a certificate to the Contractor and pay the balance of the contract price after deductinZ all accounts withheld under this contract, provided the . Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the.-Public Agency based on acts or omissions of the Contractor and no liens or withhold notices have been filed against the vork or site, and pro- vided there are not reasonable indications of defective or missing wort_ or of late- recorded notices of liens or claims aZainst Contractor. 8. It7SURANCE. (Labor Code §§ 1860-61)- 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 S;ortmen's Compensation Insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the fwrkmen's Co=pensation Law. -2- 9. Bo,%DS. On signing this contract. Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in anount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 10. FAILURE TO PERFOICI. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient materials or work- men to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable e3gmases thereof from the contract price. The Public Agency may terminate this contract by registered mail where 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 workman and equipment- APPLY.APPLY. General. Both partIm recognise the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California. Labor Code (begianing with Sec. 1720, and Including Secs. 1735, 1777.5, and 1777.6 forbidding discrimination) and intend that this comteaet complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided In the Labor Code, especially in Secs. 1775 and 1813, concerning prevailing wages and hours, shall apply to this contract as though fully,stipulated herein. 12. SOBCONTBACTORS. Government Code IS 4100-4113 a=e`iacnrposated bervis. 13. ME RAM. {a) Pursuant to-Lo of Code Sec. 1773,.the.Uireetor of the Department of Industrial Relations has ascertained the general prevailing rate 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 rate is on file with the Clerk of the Board of Supervisors, and is incorporated by reference thereto, the same as if not forth In full bereft. (b) This schedule of wages is based an 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 working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the bomrly rate remains as•stated. (c) •2h* Contractor, and all his subcontractors, must pay at least tbese'rates to-all persons on this work. i....11..a�lin all travel, subsistence, add fringe Lenefit payeisats provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective h galaiag agreement for such labor in the locality where such work is being performed. If-It becomes necessary for the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other noa-saaual workers as such) for which so miniaut wage rate is sped- fied. the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefore and furnish the Contractor with the ainicws rate based the reoee, which shall apply from the time of the initial employment - of the person affected and during the continuance of such employment. 14. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no wor1kman employed at any time an this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon escept as provided in Labor Code Sees.•,1310-1815. 15. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. -3- . 0025.5 i .. ILC.. PRCFEP.WCE FUR MATERIALS. The Public Agency desires to promote the industries. and economy of Contra Coata County, and the Contractor therefore promises to use the products, worLrmen, laborers and mechanics of this County in every case vAiere the price, fitness and quality are equal. 17. ASSIG-ImIT. • This agreement binds the heirs, successors, assigns, and repre- sentatives of the Contractor; but he cannot assign it is whole or in part, nor any monies due or to became due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless .they have waived notice of assignment. 18. W WAh: ER BY PUBLIC ACENCf. Inspection of the work and/or.materials, or approval of work and/or materials inspected, or statesent.by any officer..agent or employee of the public Agency indicating the work or any part thereof complies with the requirensts of this contract, or acceptasee of the whole or any part of said " work and/or materials, or payments therefore, orany eeshiaation 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. . 19. a= xAxW= 6 IIhdIMM. W Contractor promises to and shall bald be=- and indemnify from the liabilities as defined In this section- (b) the indeomitess benefited and protected by this prowls&are the public Agency and its elective and appointive boards, commission, officers, agents and employees. (c) The liabilities protected against are my liability or claim for damage of aay kind antiy mfferd, incurred or threatened because of actions defined below, jaelgdIni peel Injury, death, property damegs, inverse condemnation,. or any combination of these, regardless or whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the Improvements as completed, and including the defense of any > suits) or actlan(s) at law or equity concerting these. (d) Thee actions causing liability are may act or mission (negliiest or nm-negli- goat) in eaasection with the matters covered by this contract and attributable. to the eant.actar, subcontractor(s), or any officer(s), agent(s) or eaploya&(s) of one or more of than. (e) Ton-Conditioos: The promise and agreement is this section is not conditioned or dependent on whether or not any Indeadtan has prepared, suPPlid, or approved any plan(*). drawigg(s), specification(s) or special provisions) in connection with this work, has Insurance or other indemnification covering any of these matters, or that the alleged damage rasnitsd partly from guy 00914mat willful misconduct of any Indewaitee. -4- Q095s ype policy number only,in this section above the heavy line, VF issued with policy and attachment stated in policy declarations. unku olherwes shied, Mrs Msrsweat tangs a wit of the f b rhitA swn w �pff attaclnd as of ium prosided gabMtadeaest is stated in Mw pwc:dadwatioas. 0@wrwisa, ibis aadwsawesf is issaal for altschnsnt b and tones a w of dw policy aumbwsd batrosr, eNeetiee aslf a the die indicated oa WANdsen arwnt •l 1 r11 i 4�✓c LM:t! !I l t om! but at Mw ww tines w hour of the day as the policy beeawe eft ire. Ca�AlAlll Iaw"M ESD.EFF.BATE /OLICY STa1ML a NVQ ROYAL GLOBE INSURANCE COMPANY (IAO..DAV'Va.) Ad1'I. p Reom 307.00 10/1/77 PYN QS �0 tR r asiM NIwM{M a&Mw ap'wi:%%a wommy for weit•� � heb w Wd s'.' L ap esk for mift OSBORN SPRAYING SERVICE AND JIM P. C. 0. C. OSBORN AND MAC OSBOU, AS INDIVIDUALS LUNDBERG i ASSOCIATES 934 DIABLO ROAD P. O--BOX 591_ LDANVILLE, CALIFORNIA 94526 J L FRESNO, CALIFORNIA 9370QJ IN CONSIDERATION OF THE ADDITIONAL PREMIUM INCLUDED ABOVE, IT IS HEREBY AGREED THAT THE FOLLOWING CHANGES ARE MADE UNDER THIS POLICY: GENERAL LIABILITY LIMITS, PER FORM ML11-21, ARE INCREASED AS FOLLOWS: BODILY INJURY LIABILITY $500,000. EACH OCCURRENCE $500,000. AGGREGATE PROPERTY DAMAGE LIABILITY $500,000. EACH OCCURRENCE $500,000. AGGREGATE r CONTRACTUAL LLABILITY INSURANCE (BLANKET COVERAGE), FORM CL68314D, IS AMENDED TO READ: CONTRACTUAL BODILY INJURY LIABILITY $500,000. EACH OCCURRENCE CONTRACTUAL PROPERTY DAMAGE LIABILITY $500,000. EACH OCCURRENCE $500,000. AGGREGATE LEIVED A, 1977 OLSS--N OF Surs�50R., A CO. 46 *aofiltr w with board oraw -••j �+Nico 1P I .. t • t t . ,r - 1`� a ]. ,r to=. ll+r''ff88 7' r• r ♦• t ♦ t•t F •t it :i t' -'NAME AND ABFRBS OF AGENCY .. . COMPANIES AFFORDING COVERAGES LUNDIBERG 6 ASSOCIATES P. 0. BOX 591 A ROYAL GLOBE INSURANCE COMPANY FRESNO, CALIFORNIA 93709 COMPANY LETTER NAME AND AD:!;-'ESS OF INSURED /� CIP P110 OSBORN SPRAYING SERVICE AND JIM tET lE.R C OSBORN AND MAC OSBORN, AS INDIVIDUALS ,ME•ANY D i 934 DIABLO ROAD ETrEu DANVILLE, CALIFORNIA 94526 C05FPANY F LETTER E ; k er;ifv heat F>niir.ies of insur.ince listed below rave been ixsur'_t;;the Insured named above and are in force at this time. _ usan— — i f;e.; ••1i.. .,....'.... -...c .• e:- :.:.:;+i.!. ' t:'E I -'PE AGu:iEGATE mi s o fa i in an s CNC':Up N GENERALCE S500,000 x500,000 �•. i ! fic IiLY INJURY _. A : .x ... :.i I ;A' PYN 35 20 18 4/15/77 j y. l ,.. ._-,. 'I (; F';i0:•f Pi-.pAiA?'1;, i 5500,000:i 500,000 is ; E ".UTi7 AOSILE LIABILITY I e.;a+;r::n.:-A j RECEIVED U:-'-';Ly TJJr , Vis;_,:_. ... ..... .... . .... ... Ou A 1977 SSON �:. SOARED CLERK SUPERVISORS CO. -lA F 4 i isni' t '.` __ - ,v..+:,c.., .�_:a=?,::..�':�-.._..::a:,xtr'Z.,',s,._'+,�'fr2_"-f.�.��.�_._,..:. :a'x;�.XS�.-s.,rD:;_3'�- s.,.�•"s�UC3;�s`�'i.:dir,4'r�:.:�'.m,�'�'`-`..~•I:.s"`�.� BY ENDORSEMENT TO POLICY NUMBER FYN 35 20 18, CONTRA COSTA COUNTY FIRE PROTECTION R"-3' DISTRICT, ITS OFFICER, EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSUREDS SOLELY AS RESPECTS THE JOB DESCRIBED ON THE ATTACHED ENDORSEMENT, FORM CL20029Q. y � OCTOBE13.4,,_1.977_._...------: .;; CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT `'Ar 2010 GEARY ROAD PLEASANT HILL, CALIFORNIA 94523J0.1/ Ila lit 4; _. —s; microfihuW with board order- ;.75 • 'EIJIT • . Type policy number only, in this section above the heavy line, IF issued with policy and attachment stated in policy declarations. Unless otherwise stated, this endorsement forms a part of the policy to which � sltaEo wk attached as of issue,provided such attachment is stated io a policy declarations. • Otherwise, this emlorsemad is issued for attachment to and forms a part of the policy numbered below, effective only on the date indicated on this endorsement aTIVE but at the same time or hour of the day as the policy became effective. comes PKINI M EW EFF.041M FAICtr SMrQI A� (00.1 PAT'".) ROYAL GLOBE INSURANCE COMPANY I❑Add9. ❑ Return= 10/1/77 PIN 35 20 18 Named Inslnd Will address,zip code,when necessary for maililt f tidm(aad aMress,zip code,for auilWo FOSBORN SPRAYING SERVICE AND JIM P. C. 0. C. OSBORN AND MAC OSBORN, AS INDIVIDUALS LUNDBERG & ASSOCIATES 934 DIABLO ROAD P. 0. BOR 591 LDANVILLE, CALIFORNIA 94526 J L FRESNO, CALIFORNIA 93709 IT IS HEREBY AGREED THAT THE FOLLOWING JOB DESCRIPTION IS MADE A PART OF THE ATTAORED CERTIFICATE OF INSURANCE, FORM ACORD-25: THE CONTRACTOR WILL AT ITS OWN COST AND EXPENSE, IN A WORKMANLIKE MANNER, FAI7E- FULLY AND FULLY DO ALL THE WORK AND FURNISH ALL THE EQUIPM1W AND MATERIALS S NECESSARY TO COMPLETE, IN ACCORDANCE WITH THE ABATEMENT SPECIFICATIOBS AND RELATED CONTRACT DOCUMENTS HEREINAFTER MENTIONED, TO THE SATISFACnQK OF THE FIRE CHIEF OF THE PUBLIC AGENCY, THE CORRECTION AND ABATEMENT OF FIRE HAZARDS FROM THE PROPERTIES SET FORTH BY THE PUBLIC AGENCY. nt,r�CQ CL 200290—Sets Certificate of Insurane "REVISED" This is to certify that policies in the name of Name of hsured Address. "4 KUJ&..B4�51),DAMT�i,E. _- in face at the data bunmf,as specified below,asci that such policies fulfill all the nmpdtements set forth in Article 9(aaemesciq Section 8690)of Chapter 14,Division 3 of do Business and Professions Code of the State of California. and tbat the sew policies as described herein: KIND OF POLICY POLICY NO. POLICY PERIOD LIMITS OF LIABILITY Bodily Injury Property Dame COMPREHENSIVE Eff. 10'/1/77 Each person f._ —_.._.---.._ Each Occident d eccanom. s 50 6000. GENERAL PYN 35 20 18 E.p Each accident LIABILITY 4/15/80 ver occurrence $�WARO—aa�o-- ANrgese s_500.000.— Eff. Each person S__—_....—.._.__ Each Occident Each ecckho t r Occwneca.f �M s eccwrence f.-- »..._....._ AMapre s____....._._.—...» The paid policy or policies contain,or have bees endorsed to contain,the,faBawisq teres: FUMIGATION OOVEREO aFumigsfias•is a risk covered by this pal-icy. 'Fumigation'shall be defined as tie.-,;.tbia an enclosed space far the destraetime plant or asiesl life,of a substance having a vapor pressum greater tb a S millimeters of mucay at 25 degrees csatiq[ade. RESTRICTION OF CARE. CUSTODY AND CONTROL EXCLUSION .t is farther understand and agreed that the exclusion applyiog to propsityin the core,custodyasd contra of the'enured shall not apply -all or any pmt of the premises or prop my upon which the insured's operations take piece;except that damage to promises or property owded,used by fie insured as a tamest,or rented or leased to the insured*ball not be covered under this policy. NOTICE OF CANCELLATION OR CNANGE It is agreed and certified that so policy described herein:ball he cancelled or changed ezcW as follows: The insurance company which is the insurer an any of the policies listed!stein. shall notify the Structural Peat Control Board of the .itate of California in writing ten days before the cancellation of any of these policies at of any ebaage of any of these policies-(1)if --=h_change would cause any statement herein made to cease to be true and (2)if such change occurs earlier than the and of the fixed Aod set forth in the policy for the policy to be in fora and designated in the chart above under the words'Policy Periad•. The notice shall state the nature of the champ contemplated, or the intention to cancel, the effective data of the cancellation or champ. -' the changes in the contest of such statement to said Board which must he mads upon am*effective date and immediately after --ch rAapge so that such statement to said Board as thus changed will thereafter be true. For this purpose the insurance company may assume that no new insurance will be issued by any insurer other than itself. 1 hereby certify that:be/oregoieg is a true and correct statement o/the matters herein contained. INSURANCE COMPANY AUTHORIZED REPRESENTATIVE NAME: ROYAL GLOBE INSURANCE CDNPANY' NAME: LUHDBERG i ASS=ATES ADDRESS: 1314 E. SHAH AVENUZ, SUITE 2 ADDRESS. P. O. BOX 591 FRESNO, CALIFORNIA 93710 FRESNO, CALIFOI 93709 SIGNED:. .. .(.u.�ld.l.'c- �• �..�.� ,.'.L�j� �- Dated: ----------OCIORERJ. 19I2- Place: Foos�aaa aau Afyuofilrrtad with fDoef order 2e0 BUSINESS 6 PROFESSIONS CODE OF CALIFORNIA Division 3,Chap..14, i _ ArtieM A Fisadalliaapauwleliey . SMO. PhcanE a pow in Seckim 11004% the beard skid mut uses ar resew a w Berme soder this shaptar aniws w 4pplimsmt shot have MA with the load as a Lees ap• proved by the based written evidence of an immurasee pdiy appaoved by the Rased or a lad as speeiisd is this Mrd" bum is*Seat at w w of the mosses or Manuel d the Manuel.Such wsittaa mvidaes d"inelade a pMwrioon[bet w bead absR be given a One(10)day mades 4•tM isaraaw eumpw or heading ooaparw should the pdq a bad be meaaslsd or ebuged daring An policy or bead pried is seal a arasaer a to aSed w wMi- *vidana !090.6. A paras who at the tine he applies Ler remand of his Bseaw dos mat imbed to ape daring w aaMW liana year is aq practise Lor whish a liaw is required by this dapar may Me with rhe heard a sudamm st awns b ar orb"Mdse podgy of p jou adbog betb mea iatembee ass may wgnsst that*a b d anew his Beans witbeat s dniesg hist far ilnuii aiewidars d a*sennas pdiq or __ _... bad required b this utML It the bad is maeidd the ds finals am tab d in do datemno arm nous,it shall amus tba liaessas two GoNaimmem with the pes+idoss Of thio artids a a candidus of venwiag his Hammes.Nothing is this new, boaiawr,A&H be wmidued as sensing the liaueas*M slob- ~V tin paseiaiem at this atids it he tiaradhr aa.. Poo is aa*y peamtiw far wbwi a Hoses is b this am Ne'psoa shall mspp is saw at As--M"w Ls ON&be is aagsind be be Nosed by two oha/etr sue lhe sais4im ansh:ismseasa pdi4 or Mad r apmifid is tw Melilla IM An"imaefacsplisy"a usd in this ardelM assns a um&M at lisbtMW isaarassa issued by as issaases ass- pq aotbnsind b Use" hmisea is this Sesta or ass hosed by 6 nendsitosd aww wI metiviw is this Sews we eontrdlad b ria Surplus Iris Asaiseios.whish im m aim pdi4fbeldae aghast los fess land Habil tar demo- as peep rW mors which week is being Pawed a bee bra eospiMd,imaludsg third pady lora,as s rant[of&asst dost ar masareenea dna to pudeipatiea in May contsal,prevem- 004 repair&CUVW s which fagmire a Bevan aadar As aMpaer.The issoeesa polio!-LII provids ainiants limits of twaty-five d owun d dollars (N6,000) for may we las dtw Ia booth ju y,sieiress or,dissass,including death at smW tins tealtirg wfeeo.aaataimad by may Paan or psewse, and tlauwnd ddbm(476.000)aurae for seg ase be ire to imijaey or drdruatim d prepera hwhAieg tis las of mus dwasi IINL Is diva of dw i■.oesrs.policy$pee m above ave aptlieat Lar a.lisme ar rasawl of a Hennas meg fila wfih abebad a bond issmed by a'weatt company edseiabad to de bmisam L this Stab is w peasbty d twouty-five domad dollars(fi75,000) or is Liss thereof paeide I id peas[of tM paataft of a all hand with the Stab of Calihnds a UK Am.ndeame d or liauMd dpbyw of a liesasd are- player aaiotaioisg the eequieed.isssraace policy or bead and not aeaistaia an addidoad insurance pokey ar bad. fi196. The eid"We of any provision of this article is p lis- dem nw and sial be grounds far the sumansion or revoca- tion of a liasn by the board. 00261 Fresno, California October 4, 1^77 contra Costa Comity Fire Protectied District 2010 Geary Road Pleasant Rill, California 94523 RE: Osborn Spraying Service Special Package Policy No. PYM 35 20 1e Gentleeen: Unclosed please find Certificate of Insurance to above captioned policy in your favor as respects General Liability, effective DOctober 1. 1977. tde trust you will find the enclosed in order. If you bane any questions, phase do not hesitate to contact our office. very truly yours, LM MERG i ASSOCIATES (Me.) Chris Hawkins /Ch enclosure cc: Osborn Spraying Service 00M STATE OF CALUN am COUNTYOn OF SAN FRANCISCO ..: 16tH dqy a ft r EY ju til!ygw am lbOlirMld Wast bodied b &PIM sad sworn,"Ma"y aF- NotarY Public WW n sad for the said County sad State.""tK"MD.ddy" Viola t!. CheeveY ...kwMn to me to be tie daffy authorized Attonw-in-Fact of the U MSA WXWA WSWI M COWAW tlr""Om whose noose it sised to the torasoins inetzamsnt: and duly acknowMdpd to sae fiat be mrbamrled tb tomos of the TRANSAMMCA IMi1MAM6E GOWMVt wd*es Sumty and hie own name as AtWMW-WFACL to sat my hand and$sed teat'eticW wd tie day and year in this cwr IN WITNESS wHM�F=I bawl bww" ttificatefir(I �taN HOi2i ON }mrd osdw . . wish -? NOIAt�:' t'UgLtGCr�IItORN1A`�}. a ,'/ (:I1 Y AND COUNTY OF v SAN FRANCISCO mom r11111011Yariln�Y ��"�� „y �( My Commission Expires May 11,1981 f x TT P►o/rrty and Crxwlly/rxrnrrt fnw rftw"anvr Cwy.r�liw A STOCK CO 01 MOUE W01"t LOS M1111LES, CALIFOMM1A Bond No. 2261-03-01 PERFORMANCE—PUBLIC WORCE E D (CALIFORNIA) GGA/3, 1977 ;bK KNOW AIL MEN BY THESE PRESENTS: That we,....0SW"__SPRAY S VICE ...Ll...._.._ Ci= SOAW OF SUPERVISORS - TRA ijrkAJ%0. 934.Diablo Rd. ...... ....... as principal,and TRANSAMERICA INSURANCE COMPANY,a corporation duly organized and e:istins under the laws of the State of California and duly authorized to transact business in the State of California, as surety,are held and firmly bound unto....COKMk.COSTA CO.UN Y._FIRE PROTECTION DISTRICT................ . ...................... ........................................................................................................................................................................................ ...............•.................................. ............................ ............. -•-••------ -•---- ........ in the sum of....A4..TMRIISW SEVEN R=R® TRIx1Y SEVEN A1�D 79 100the- - - - - - - - - DOLLARS,(E_6xT37.79 )for the payment wheeeof well and truly to be made we and each of us bind ........... ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents. SEALED,with our seals and dated this.....16Xk.....day of..........SeTtr......................A.D.19AW..• THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT,WHEREAS,the above named bounden..................Principal------..--_-.._.___..............._-._.....entered into a contract dated....SDp.tepbgx._60........ 19.77.....with the said....... ?ligee............................................................................................................................. by the terms and conditions of which said contract said..... rincipal.................... .................................................................agreed to..The..conrsacxor..will..at.-its..nwn..cost..and..expeases in .j.worlgnanlike-_manners---faithfully and_fully do all the work and furnish all the equIew.rlt an( ....................................... materials necessary to completep in accordance with the Abatement Specifications and relate. ...................... contract documents_hereinafter mentioned. to the satisfaction of the Fire Chief of the Publi � a the correction and abatement of fire hazards from the properties set forth by the cy;.... and mall the work and material necessary therefor,in accordance with the plans and specifications there- for,as will more fully appear in amid contract,nefeeeooe to which is hereby made: NOW,THEREFORE,if the above bounden...........-Principal........................................ shall well and truly perform the work contracted to be performed under said contract,then this obligation to be null and void;otherwise to remain in full force and effect.No right of action shall accrue under this bond to or for the use of any person other than the said...................9bligee................ r OSBORN SPRAY SERVICE $X....... . ........................................................................... THANERICA INSURANCE COMPANY BY4.../,.. t- =4.. ............... Viola M. CheeverAoyin-Fact at.. San Francisco, California ...................................................................... ,r ...............................•---...............................---....................... m{gOfikMd With boa264 ,a STATE OF CALIFORNIA COUNTY OF SAN FRANCISCO as: On ty„Q 16th dry of Sept.mber in the year am tbataad nine bundmd and---_77 beloreane Lillian Horton a Notary Public in and for the acid County and State,rew ding therein,duly cos mummom d and swan.ply W Viola H. Cheever —Anon to me to be the duly authorised Attorney-in-Fact of the TRANSAMERICA INSYRANCE COWYM the corporation whose name is aiud to the foregoing in do menta and duly acknowbdpd to me that he mdmadmd the acme of the TRANSAMERICA INSURANCE COMWIT thaete ae Surety and his own name am Attoeaey-in-Fact. I �1TEI�g F,I havehenunto set my hand and aired my official seal the day and you in this cw- tificaw �1N NORTON t.� 140TH ,' PUBL4C-GALWORMA 1" A CITY ANO COUN1Y OF z f r SANFRAraaSGO My Commisalon Expires May 11, 1'981 r w.a w(w m"Cl kAr=4 QWY4V LY ua l- __ 1'ru)w•rly and t aswelly 1nmtow,we lnrm Tmoisam,rim(Lrprration 'ICs�INlMC� A STOCK COMPANY NOME OFFICE: LOS ANGELES,CALIFORNIA Bond No. 5261-03-01 Premium included in the LABOR AND MATERIAL Performance Bond PAYMENT BOND - PUBLIC WORK Icalifewi,) KNOW ALL MEN BY THESE PRESENTS: That we, OSBORN SPRAY SERVICE 934 Diablo Rd., Danville California ,as Principal and the TRANSAMERICA INSURANCE COMPANY.a Corporation organized and existing under the laws of the State of Cali- fornia and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto the State of California for the use and benefit of the State Treasurer as ex officio treasurer and custodian of the Unemployment Fund and any and all materialmen,person, companies or corporations furnishing materials,provisions, provender or other supplies used in, upon, for or about the performance of the work contracted to be executed or performed under the contract hereinafter mentioned,and all persons,companies or corporations renting or hiring teams, or implements or machinery,for or contributing to said work to be done, and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid,in the sum of SIX THOUSAND SEVEN HUNDRED THIRTY SEVEN APD 791100ths - - - - - - - - - - - - - - - - - - - Dollars (S 6,737.79 ). lawful money of the United States of America, for the payment whereof well and truly to be made, we hereby bind ourselves,our heirs,executors, administrators. successors and assigns. jointly and severally;firmly by these presents. SIGNED,sealed with our seals and dated:his 16th day of September, 1977 _ The condition of the foregoing obligation is such that, whereas the above-bounden Principal has entered into a contract dated September 6, 1977 ,with CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT to do and perform the following work,to-wit. The Contractor will at its own cost and expense, in a workttlanlike manner, faithfully and fully do all the work and furnish 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 NOW, THEREFORE, if the above-bounden Principal,or his sub-contractor.fails to pay for any materials, provisions,provender or other supplies or teams, used in, upon,for or about the performance of the 'l work contracted to be done under said contract, or for any work or labor done thereon of any kind,or for amounts due tinder the Unemployment Insurance Act with respect to such work or labor, the Surety on this bond will pay the same, in an 6. amount not exceeding the sum specified in this bond, and, also, in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the Court and to be taxed as costs ann to be included in the judgment therein rendered; PROVIDED that this bond is filed by the principal to comply with the provisions of California Civil Code Title XV Works of Improvement Chapter 7 and any acts amendatory thereof. OSBORN SPRAY SERVICE I By Principal ' , Viola H. Cheever,Attorney-9n,F ' 10727 OV/VV I14PUSTRIAL COMPANY uor. dNae spa wwraoo �;-. s4~T !avo= rrr,w amom on" w lW"mum ilwF97 aw few sea, Wow and A bWof *ao by' w �1�1W�� �MlriMl�r�1r 4 alt, a/ �At iMMrll� aay oMjar pwm&*a or q lww aait_� Mb ow ialrrN�,a�atiq a►a � fi lls� Iii awy uMrr ssewn.�swiil(s+s�lei arMlirM!�s��iMIY iri/�aAi ,_ `- . r Tit: _ �1��IIM �. _w �Miwa'a�IwrNr own ammmom ws- a momWrWatok - - wra�M��WMYas-. � s # AWOL 1�OISi�rlrl11�1111►- rIOtM�-. � .-a mratian/rwrt or nwc.uo�waw a ,� rnar�oaoAi r�� - r wu urow+�w+�aiR - ac++ra aria wads tong- gnaw iwsgnaw arwl ; r ar th.r.lir o.wa raww wraW u1i +rr0 ULO ft�.a w,.w. �w�r_cw.w►►au'�'« wis raw ri�r+1 w.ai.. ++*rlp000M•WW"+M. �!lb11 AM WCAAaM O WO&WO/ — Oftarwli►d"=MOM A�� •a a��lWw+I i► WWW nowt"by do p.&W dmo6W U-00 mmmucm WNW mm, SISMCT Isli T - 913 This policy iW not be wAN atlrr okw two*&- rAWn of jj*=W o/Ultiort or ndudiw+ In=op "heft CMbi w��b tlils•NMic�r. Certified N►is iyai y _r 1�. :' "WVNWAW VW*ham ; ...,...f.» WON* ._ In the Board of Supervison of Contra Costa County, State of Califomia September 6 .19 77 In the Matter of Approval of Prepaid Health Plan Contract Amendment #29-609-3 IT IS BY THB•BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment #29-609-3 (State #76-56983 A-3) to raise the County Prepaid Health Plan (PHP) capitation rates and licit County Prepaid Health Plan liability to $10,000 per enrollee during fiscal year 1977/78, effective July 1, 1977. PASSED BY THE BOARD on September 6, 1977. 1 hereby certify OK* the fonvoing is o tnw and cornet copy of an ardw wdwsd on the minutes of said board of supervisors an the daft afansaid. Orig: Human Resources Agency � Vlreness nay hand and the Sod of the board of Attn: Contracts & Grants Unit pennon cc: County Administrator affixed this 6th_day of September 19 77 County Auditor-Controller , County Medical Services , J. R. OLSSON, Clerk State Dept. of Health ��,�� WA ,:, 'di Do"Clark Makin M. Neufel� d -� •� h—, : H•29'S/7G ISm - STATE OF CALIFORNIA--HEALTH AND WELFARE AGENCY EDMUND G.BROWN 1R.,Ga.wwsr DEPARTMENT OF HEALTH 714-744 P STREET SACRAMENTO,CALIFORNIA 45314 (916) 322-3122 October 4, 1977 Ms. June Larson Contract Ad.�.inistrator Contra Costa County 651 Pine Street Martinez, CA 94553 Dear June: Attached is the corrected copy of page 3 of Contra Costa County's contract amendment which you recently sent to me. As my staff stated to you during the phone conversation of September 27, 1977, due to an error on our part a paragraph [a. Article X, Section aj :Sas o.T.itted in the original amendment submission. Pb is my understanding that this oversight will be viewed as a technical "typing error" in that neither the intent, nor the dollar amounts agreed upon were affected. Therefore, Board of Supervision approval can be i-m i-ed from their initial acceptance. I apologize for any confusion this may have caused. If you have any questions, please do not hesitate to contact me at 916-322-3122. Sincerely, (� Denise J. Alson Acting Supervisor Operations Support Unit Prepaid Health Plans Section Division of Medical Assistance Attachment '1 Microfilfred WA bola �d off• c41 n /'00 69 �t hTu_ man Reso;,rces Agency Date August 29, 1977 CONTRA COSTA COUNTY To Arthur G. Will, County Administrator FRECEIVED From C. L. Van :tarter, Director , 1977 0L%V" Subj PREPAID HEALTH PLAN CONTRACT AMENDMENT 5upWISM ON Attached for presentation to the Board of Supervisors is the following contract: Number: 29-609-3 (State #76-56983 A-3) Department: Medical Services/Prepaid Health Plan Contractor: State Department of Health Terra: State contract effective January 1, 1977 to December 30, 1977 Amendment effective July 1, 1977 Payment Limit Increase: $100,752 Funding: State of California (1977/78 Budget Act) Service: Prepaid Health Plan Don Ludwig, Director of the Key Plan (County Prepaid Health Plan) has analyzed the attached amendment. Essentially, it increases capitation rates and terminates the County's responsibility to pay for Prepaid Health Plan (PHP) services for any enrollee whose PHP medical expenses exceed $10,000 in FY 1977/78. County will be reimbursed by the State for services in excess of $10,000 based on Medi-Cal reimbursement and exclusive of any third-party liability recoveries. The projected increase in PHP revenues, based on the new rates and a constant number of enrollees, is estimated to be $35,000 per month. The following table for July 1977 gives a comparison of rates between the old and new rates. f ENROLLEES OLD RATES NEW RATES NET INCREASE AFDC $ 4,096 $ 127,713 $ 146,637 +$ 18,924 OAS 451 18,383 20,972 + 2,589 ATD 1,282 92,778 108,316 + 15,538 AB 22 1,179 1,716 + 537 Totals $ 5,851 $ 240,053 $277,641 $37,618 ( $41.03 ( $47.45 (+ 15c,) average per average per enrollee) enrollee) Microfilmed with bo� Arthur G. Will August 29, 1977 Page 2 The July 1, 1977 rates have been calculated by a' complicated formula based on Medi-Cal per-diem costs, Medi-Cal rates, the cost of medical services in the Bay Area, the number of Prepaid Health Plan enrollees, etc. The new rates were developed as a result of the State's PHRED Project. The State is pleased with the outcome. Mr. Ludwig, however, has raised a written objection to the State that the ATD computation is too low, particularly when compared to rates paid to other Bay Area plans. He has requested reconsideration of the ATD rate. I will keep you informed of any signifi- cant development. This contract amendment has been approved as to legal form by County Counsel. I recommend that the amendment be approved and executed by the Board and request that you present my recommendation to the Board with your endorsement for approval at their next meeting on Tuesday, September 6, 1977. The Chairman of the Board should sign nine (9) copies, and these should be returned to the Contracts and Grants Unit to be returned to the State. CLVM:EH:dg Attachments cc: Donald Ludwig Maxine Neufeld June M. Larson V.i 2/1 Q COyTRACTOR .Y.V ...E . ._I•J'L.�,trti—I �r'I � AT tONNEY GENERAL STATE A6lNCT FJ : IItEr. 11!711 Q tTEN T.O/SET..9f • coNTROLLCN Ha AG1140-EIMENT,alad'e and entered into this '• day of July 19 _, t5r:State of Cal.ifornia, by and between State of California, through its duly elected o:appoint_.!, ::.lifted s.nd acting o ,e OF OPFICEN ACTING.TON STATE" ^CENCINUM9 F.R arty Director. Administration Dapartme.tt, o: Health 76-56983 1-3 —",,r eulhni the State.and 29 - 60 9 _ Con,TY 0F CO?fTRA COST cu iii..!:hn Contractor. a' 'i"ISSETH: That the Contractor for and inconsideration of the covenants,conditions,agreements, and stipulations of theStat. ..:ttlafter expressed.does hereby agree to furnish to the State services sand materials,its folttrvs: !nr:h service to be rendered by Cation-t r.unra3nr to he laid Cuntracror•draw for prrfo/lwance w Cnwlptnlioe,ar.•t u::.t111;Rung oral wpeci ficali9ee,if Imy.f ANL21D114"d.'tT A-3 TO CONTR= V0. 76-56983 9ETw'A.. m • COUb'1`7C OF CONTRA COSTA AlID THE STATE OF CALWORNLA I HMrAS, the State of California and COUNTY OF CO1V'TitA COSTA .entered into a contract for prepaid 'health services, elated December 30, 1970, and subseouently amended on May 15, 1977, and June 2, 1977, and WHEREAS, by Article `.C, Section I'D" of the contract, the capitation pay"at rates may be amen+aed on or after July 1, 19?7 in conjunction with the Passage oP the 1977/78 Budget Act, to become triose uniform capitation payment rates established by the Department, applicable to the county in which the Ccatractor operates, and WHEREAS, the Department ims established the following amended capitation-payment rates, in conjunction with the passage of the 1977/78 Budget Act, to become 3�-a-•- i9N:i 9.CUI SIQtr Grisly caursal provisions on the reverse aide hereof constitute a part of this agreement, :11'"'SS WHEREOF. this ngre—en�s beeenexecuted by the prones hereto, upon the date first above wrtlkwlr STATE OF CALIFORNIA CONTRACTOR • NTRA R IU e a A.lnii—oYk.%,Art w11[Tate A CoeaOaar.ea A.TAt .,tit. State De trent of Health COI COSTA .'NO:..ZED SIGMA TU wet J.V!� We ' TITLE De ut- D' Chairman, Hoard of Supervrisors • Aoowcss •tiVI:IS Ov SNEETa. to Admin.Admin. Bldg., 651 Pirie Ste, Martinez, CA 94553 AMOUNT ENCUMAERgJ APPROPRIATION ►UNC. :JCj:afrTMl OF General SefTI Cli lfre ONLY S1.02,997 O $ Zf,l52 V&r cage VftFNCUMbCkEO OALANCE ITiM CN APT CR STATUTE! /ISCAL TEAR 0 8 .1r•raL.tr.rea.■.LYr•e...Lt FUNCTION 3+ 100 7 77173 , roe,n[Laa•+•.e to L�rTN r.LL LInE.'CV rL�J i+.Y.VT • '1 lurl•hy cortify upas my o-a innsorml knnwi.ulAo that bed3Mled turd. r.b.A.Na, ern ovniluble for the lwriad Imd pu:pese of thn erwridaurs statnt Ohm— llrLATUPE,OF ACCOVNTIwG OFF.CCR o,re Do 2 bete-by certify that ail cimilitior•.•fin exmnptiar mel tllfth in State Adlnioistmlive 1M1 have barn a-Mml+Ind with card Iblw Junee ta l h Iain""lr.l�teelew by do tletwaTteae S.ONA TVNE Or OFFICER A.GN/NG ON 9KNAL/OF TN6 AC=NC. OATe 11• JANDARD AGREEMENT STATIC AGENCY 1175, K.T.or G1511. CONTROLLER MIS AGREEMENT,made and entered into this i day of 192 0 !*hr State of California, by and bctwean State cf cahforniz,,through its duly elected or appoints, :anfled and acting E) Director, Ada"it3tration Department of Health 0-56M A-3 COUNTY OF =URA COSTA 29 -60 9 - 3 IN'ESSETH: Fiat rhe Contractor for and in consideration of the covenants,conditions,agreefn&nlo, and stipulations of the Slat- :,mufter expressed,does hereby agree to furnish to the State services and materials,as follow:;: L—rand•, by C,uamctor..—W U.he Icid CVfttmct-.li—for pe,fo�incu or costrohitim.'ra"I WV.-I.h plufts and bsow-Jficvio v,if'Iny.1 VE:IDMiT A-3 Tocozun= no. 76-56983 Bz-.TwaN COUNTY OF CONTRA COSTA AND THE STATE OF CALIFOILIT-4 Vllr—REAS, the State of California and COUNTY OF CONTRA COSTA entered into a contract for prepaid health services, dated December 30, 1976, and subsequently amended or- May 15, 1977, and June 2, 1977, and WHEREAS, by Article X, Section I'D" of the contract, the capitation payment rates r3ay be amended on or after July 11 1977 in conjunction with the passage of the 1977/78 Budget Act, to become those uniform capitation payment rates established by the Department, applicable to the county in which the Contractor operates, and WHEILSAS2 the Department has established the following amended capitation payment rates. in conjunction with the passage of the 1977/78 Budget Act, to b.coxe provisions on the reverse side hereof constitute a past of this agreement. 'ESS V.UERE017. this agreement has been executed by the parties hereto,upon the date first above written. STATE OF CALIFORNIA CONTRACTOR. CD—ft'^C TOR 11F OTA—T—AY -ATC TxI 'd" State Diipartmeat of Health COUNTY F-00.317M COSTA y 1—jr.'o—ZED TIME Depultj DirstetQr—Adm'nistr tion P yision Chairman Boa-d Of SuDervisors -7 Admin. Bldg-, 651 Pine St-, Martinez, CA 9 .553 VeP—P—f of Ge.vof so—i—Use CNCeER U—ONLY S1,472,997 ?6/77 sec "0 141 wzlr f.— !e..tajt-kSd=. Depasit ' 77178 J I*"EARo-L—cw. 11 r.. TrAfVrFB IIIC^ 3+ 100,752 ?l .4 L—E—E� --AY,.E G. It will,w'd dfle j.wftInmvf iv m.""Pt it'"rvjow by th.1) 11—.G ON oEM,Li OF TME Qz c="Ar" COUNTY OF CONTRA COSTA =2_ those uniform capitation payment rates applicable to the coun'Y in which the Contractor oparates; a:e..r ", it is in the interest of all parties to modify this contract effective July 1, 1977; NGi, TWEFCRE, the contract is modified ea follows; 1. Article TI, ,Section it is added to read: W. "Uniform Capitation Payment Rates'.' means those rates of reimbursement, by aid category, for covered. services to enrollees, established by the Department and approved by the Department of Finance. Capitation payment ratos for the some aid category may vary from prepaid health plan to prepaid health plan, but are uniform because: (1) The base data used in calculating the rates is identical; (2) The adjustment factors accounting for the variations among individual plan rates were all derived according to the same methodological process; and (3) The adjustment factors resulting in the individual plan rates are'appliad to the base data in an identical manner. 2. article VI, Section K, is added to read: M. Contractor Risk Limitation Terminate the Contractor's financial liability to provide covered services to an enrollee on a risk basis is those situations where, during the 12 month period beginning July 1, 1977 and ending June 30, 1978, the enrollee has received medically necessary covered services from the Contractor in an amount in excess of $10,000, based upon Medi-Cel sehedules.of reimbursement and exclusive of payments recovered by the Contractor from third-party payers. The State will receive and price contractor claims for reimbursement and reimburse the contractor for the amount in excess of $10,000. Affected enrollees will not be disenrolled because of their need for services is excess of $10,000, and the contractor will continue to be responsible to arrange for and pay for medically necessary health care for such enrollees. Contractor payment for the contiauiag care to such enrollees will be subsequently reimbursed by the State, based on Medi-Cal schedules of 00274 COUNTY OF CONTRA COSTA reimbursement and exclusive of payments recovered by the Contractor from third-party payers, upon contractor submission to the Department of appro- priately documented, supplemental claims for services provided during the 12 month period specified above. 3. Article X, Section A, is amended to read: A. The maximum amount payable for the 1976-7 Fiscal Year ending June 30, 1977 shall not exceed $1,472,997.00. Any further liability of the State and re- quirement of performance by the Contractor will be dependent upon the availability of future appropriations by the Legislature for the purposes of this contract. If funds become available for purposes of this contract from future appro- priations by the Legislature, the maximum amount payable under this contract in the 1977-8 Fiscal Year ending June 30, 1978 shall not exceed $1,829,922.00. The maximum amount payable under this contract shall not exceed $3,302,919.00. 4. Article X, Section B. is amended to read: B. For all covered services required by this contract, the State shall remit to the Contractor on behalf of each enrollee in the categories below, the following capitation payment rates for each month of enrollment: Contra Costa County AFDC .....$35.80 Disabled .....$84.49 Aged .....$46.50 Blind .....$77.99 These capitation payment rates are based on the Medi-Cal program's actual cost by aid category for the scope of covered services to be provided in the services area covered by this contract. Such capitation payment rates provide for the Contractor's administrative costs as well as covered services costs, constitute payment in full for services rendered pursuant to this contract, but do not include payment for recoupment of previous losses incurred by the Contractor. The basis for the determination of capitation payment rates is outlined in ) _ Attachment II (consisting of four pages) to this contract. 002'73 5. Attachment II is amended to read: COL�'TY OF CONTP,A COSTA Attachment II DERIVATION OF P}iP CAPITATION PAYMENT RATES The actuarial data base for the State's projecting Medi-Cal fee-for-service coats per eligible and, accordingly, deriving the PHP capitation rate is the Medi-Cal paid claims data. This base presents comprehensive experiential utilisation and cost data by type of service and aid category. A. Assumptions U9ed by the State in Deriving the PHP Capitation Payment mates 1. PHP rates will not exceed projected costs per eligible Medi-Cal beneficiary in the fee-for-service program as adjusted by aid category and type of service, and consequently will not exceed the upper limits on reimbursement prescribed in Title 45, Code of Federal Regulations. Section 250.30, in the aggregate. 2. PHP rates will be directly related to the M program budget allocation. 3. The PHP rate for adult aid categories. except Aid to the Blind, will vary by county to recognize giographical sedieal care cost differentials. . 4. The age and sex distribution of AFDC enrollees in prepaid health plans differs from the Medi-Cal fee-for-service population. The ?MP AFDC rates will not vary by county but will vary among plans based upon the age/ sex distribution ratio of each plan to the total PSP AFDC population. S. Methodology Used in Calculating the PH? Capitation Payment Rates for Adult Aid Categories. I. Costs of Medi-Cal services were determined for all counties within the State for adult public assistance aid categories during 1976-77 TT. Excluded from the costs were Short-Doyle and state hoapital services since they are not provided by Prepaid Health Plana. 2. Tpe number of eligibles by adult public assistance aid categories were determined for each county. These eligible counts were for a six-loath period in iY 3976-77. 002'70 y cotmTY OF CONTRA COSTA -S- Attachment II (Contra.) 3- (1.) was divided by (2.) in cyder-to obtain a 1976 cost relationship by a:d category by county.. 4. The average cost per adult eligible by aid category statewide for Hadi-Cal services •for 1977-78 was computed. This information was determined using linear,trending on past expenditures and by using budgst data. This information was obtained without considering State Hoopital and Short-Doyle service costs since they are not PHP provided veer►ices. 5. (3-) was multiplied by the percentage difference by aid category statewide between (4.) and (3.). This produced by county by aid Cate- gory the 1977 100 percent fee-for-service unadjusted costs. 6. The data obtained ir. (5.) was adjusted to eliminate payments in ezeess of-%10,000 per beneficiary per year and to eliminate collectable third party coverage liability monies. Also the data in (5.) was smoothed to eliminate extremes in the data which may be caused by any one of a number of variables. This was done to decrease the variance between the rates in the large counties and to make the estimates of fee-for-service in small counties more predictable. 7. The 1976-77 PHP adult aid category aggregate rates were adjusted to compensate for the Dspastmant•a loss of the hospital cost contairmat law- suit. B. Using the adjusted 1976-77 PHP adult aid category rates and the data from (7-),the percentage ratio of present PHP rates to (7.) was determined. This ratio was determined using the latest available PHP eligibles as a weighting factor. 9. The average percentage fae-for-service rate increase for 1977-78 was computed. 10. Based upon the percentage found in (9.) the- appropriate uniform percentage which could be applied to the data in (7.) to give 1977-78 PHP adult aid category rates on a county by county basis was determined.- (This percentage is theoretically equal to (1.0 ♦ (9.)) x (8.)). 00277 COU'JTY OF CONI i4 COST -6- Attachment 11 (Cont'd.) 11. Tae percentage found in (10.) was multiplied by (7.) and determined the 1977-73 PHP adult aid category rates. 12. The PILO rates for the Aid to the Blind category were not allowed to vary by county due to wide fluctuations in the rates duo to the county by co=ty distribution of the small AS eligible populations. A flat etatevide rate was determined to be more equttablo`in this situation. 13- Using the same percentage as found in (10.), the CDS dental component was multiplied by it in order. to determine the PHP dental component it plans choose to exclude dental services. C. Hethcdologf used in calculating the PKK Capitation. Payment Rate& for the AFDC aid category. 1. Costa of Medi-Cal services ware determined for all counties within the State for AFDC public assistance recipients during 1976-77 F3. Excluded from tho costa were Short-Doyle and state hospital services since they are not provided by Prepaid Health Plans. 2. Tha number of AFDC public asalatance eligible were determined for each county. These eligible counts were for a six-month period in FY 1976-77• 3. (1.) was divided by (2.) in order to obtain a 1976 cost relationship by county. 4. The average cost per AFDC eligible statewide for Medi-Cal services for 1977-78 wan computed. This information was detarmiined from the latest available budget. This information was obtained without considering State Hospital and Short-Doyle service costs since they are not PHF provided services. 5. (3.) was multiplied by the percentage difference by aid category state- wide between (4.) and (3.). This produced by county AFDC 1977 100 percent fee-for-service unadjusted costa. 6. The data obtained in (5.) was ;ajusted to eliminate payments is excesm of 510,000 per beneficiary per year and to eliminate colleetable third-party coverage liability monies. 00 ? 4❑ COMIM OF CONI-R-4, COSTA , Attachment It (Cont'd) 7. The 1976-77 PHP AFDC aggregate rate ram adjusted to compensate for the Department's loss of the hospital cost containment lawsuit and to redistribute the 1976-77 rsdi-Cal provider increases by the six of ser+ice types experienced by Ms. 8. lysing the adjusted 1976-77 PHP AFDC rates and the data from (7.) the percentage rates of present PHP rates to (6.) was determined. This ratio was determined using the lateet available PH? eligibles as a weighting factor. 9. The average percentage fee-for-service rate increase for 1977-78 was computed, using the mix of service types experienced by Ms. 10. Haled upon the percentage found in (9.) the uniform percentage which could be applied to the weighted average of the ?IIP county data (6.) to determine the 1977-78 PHP k-Dc rate on a atatowidi basis was determined. (This percentage is theoretically equal to (1.0 + (9.)) 11. The percentage found in (10) was multiplied by the weighted average of the MP county data ici (6.) and determined the 1977-78 statewide PHP AFDC rate. 12. The individual PHP age/sex adjustment factors developed by the Prepaiddealth Research, Evaluation and Demonstration Project were applied to the statewide PHP AFDC rate to derive the appropriate AFDC base rate for each M. 13. A 5 .50 component to cover PHP extended liability for newborn coverage was added to (12.) to determine each PRFs AFDC rate. 14. To determine the PHP AFDC dental component if plans choose to excltiide dental services, 8% of (12.), representing the dental component based on the ?HP mix of services, was subtracted. D. Sine@ pHp capitation payment rates are significantly lower than the corres- ponding Medi-Cal tee-for-service program projected costs per eligible, the contractor is allowed to keep third-party coverage monies it is able to collect. These monies coupled with the capitation payment rates still do not exceed, in the aggregate, the upper limits on reimbursement proscribed in Title 45, Code of Federal Regulations, Section 250.30. 00279 ` COUNTY OF CONTM COSTA 5. An rights, duties, obligations, and liabilities of the parties hereto otherwioe remain unchanged. r 1 O In the Board of Supurvisf�n of Contra Costo County, State of California September 6 ,19 77 ' In the AU*Ier of Alterations in Mod. 0707 for the County's CETA Title III Grant (County #29-801-12) The Board having approved Modification 0707 to the County's CETA Title III SPEDY Grant (DOL Grant #06-5004-32) for submission to the U. S. Department of Labor (DOL) by the Board's order dated May 31, 1977, and The Board having considered the recommendation of the County Manpower Project Director regarding subsequent alterations in said grant document which were made by the U. S. Department of Labor independently and by the County Manpower Office in response to DOL's request that additional information be incorporated into the grant document, IT IS BY THE BOARD ORDERED that the alterations to the Board-approved CETA Title III Grant Modification #707 are hereby ACKNOWLEDGED and that the grant document with the said alterations is hereby APPROVED. PASSED BY THE BOARD on September 6, 1977. 1 hereby codify that the I- poirg b a how and cm ed avy of an order erNtrtd an the minutes of said Dowd of Supervisors on the daft "I, I'd. Orig: Human Resources Agency VAtnea my hand atd the Sed of die Doord of Attn: Contracts 6 Grants Unit Supervis— CC,. County Administrator affixed Thin 6thdy of September _ I9 77 County Auditor-Controller County Manpower Project R. OLSSOfY, Clerk Director U. S. Department D 1 w Deputy Clerk 1 of Labor Maxine M. Ne el , .C.'rct&kyr 00281 H-24 3/7615. Human Resources Agency Date August 31, 1977 CONTRA COSTA COUNTY TO Arthur C Ill, County Administrator [R—E C E I V E DFrOM C. L. Van ,tarter, Director f SEP,, 1977J. R OL550l�SUbj CH-MGES Ili CETA TITLE III GRANT MODIFICATION 0707 �� mor �r��15016 The Board of Supervisors, by its order dated May 31, 1977, approved for submission to the U. S. Department of Labor Mod. #707 to the County's CETA Title III SPEDY Grant (DOL 106-5004-32), requesting $1,012,588 in additional grant funding to operate a summer youth work experience program. This grant document (County $29-801-12) was approved and signed by DOL on August 2, 1977 and was received back by the County on August 4, 1977. Between May 31 and August 2, the following alterations were made in the Board-approved grant document. 1. DOL changed the Grant Signature Sheet by consolidating the formerly separate columns for FY's 75 and 76 into a single column "FY 75-76," with the formerly separate figures of_ $612,509 for FY 75 and $774,696 for FY 76 added together and shown as $1,387,205 for the new combined FY 75-76 column. It is not known why DOL made this change. 2. DOL changed the "Federal Assistance Application" page in the following places: a. Box 13 (Proposed Funding) by substituting the figure of $1,012,588 (i.e., the amount of new money being added to to the grant) for the originally entered figure of $1,104,696 (i.e., the total amount to be spent for the 1977 summer program which includes $92,108 in unexpended "carryover" funding from the 1976 summer program) The original figure was apparently entered in error and DOL corrected it- b. Box 17 (Project Duration) by changing the number of months from 7 to 9 so as to correspond more closely to the actual term of the 1977 project (i.e., 3/21/77-12/31/77). Again, the original number was apparently entered in error and DOL corrected it. 3. In response to a request from DOL for additional information, the County Manpower Office sent DOL a four-page "Addendum to Contra Costa County Narrative Description of the 1977 Summer Program for Economically Disadvantaged Youth, Title III, July 1, 1977." DOL then attached this Addendum to the original grant document. The Addendum merely adds a list of the Hanpower Advisory Council members (constituting the required "Youth Council'), a staffing plan, and a description of the Vocational Exploration component of the summer program. Miaotikwd wish board order�'�''�'7 Arthur G. Will August 31, 1977 Page 2 After making the above changes and attaching the four-page Addendum to (and thereby incorporating it into) the original grant document, DOL then approved Plod. i=707, as modified by the above changes. .These are simple alterations which make no substantive changes in the program or County obligations and the County Manpower Office requests that the changes be approved. I therefore recommend that the modified grant document be acknowledged and approved by the Board and request that.you submit my recommendation to the Board with your endorsement for approval at their next meeting on September 6, 1977. A draft Board Order to this effect is attached. CLVP1:RJP:dg Attachment cc: Judy Ann Miller George Leonardos Jack Bartlett Geraldine Russell Maxine Neufeld US3 29 - 801 .- 12 prb A�.+w.r r.g .w ria>3 t%Sr .u. cr .te -. r n CF U%: r •c_,...-R.. :.�..:..v«....,..... c�w,.:....ri_a GRANT SIGNATURE rAe_r i C��r•'.RrYrrL.rY Y.. 06-5004-32 707 , R9�rf�T.�r9 Trr w.+IrG tieeGrwr � • �/ f U.S. Department of Labor lcx""`r`° County of Contra Costa Employment 6 Training Administration Hoard of Supervisors, 651 Pine St: 450 Golden Gate Avenue Martinez, California 94553 T%..it qn-t is eatared ince by the uni•ad S:atea of Amedca.Dspar-sn:of L hot,E.pi r..r..c ^.J.Tnua;i :.d�iis::a et Lateitu:tw tater-d to as Gnats:aqd fv«.r of M~Sao•., JLontra Costa L�ouaty Bard of Se,ne:•visor trreizacse ceftrnd toy C-„-ante. The Glances iq:e:s to ox ate a Ca«ep:hMsire -rSoy��ot and TrAzi,^q?.•vyant is&==darns witb the-ro-wens of IN;ay.s:met•.: ia:tueznq t4_ Can;rieaa+s alan7o.w Pfau mad salt Pwrd and sp=d'awaeon=s as ars b4udad hviti-s. A G?-.'L4"& ?_et= Tho Goa:ags.euas=.m the poetpi t,"fist ,dune 23. 1975 to Ga b" ;i ►cy r/ a D3CICA;SOY �an�s 7y=arm�r� 88 0 d=saa ❑ 2,399,19 3 the federal o i;asia:�•far t`eis Scat by t��tl S ' t7 fM L,.ry S C- a-f7Z.S.AX*FLS= MAR FY Is ytl h, I FY 1--, 77 ro:Al- sMr--n D�a+Ra4rnr I � I - in WNW" Q"" SUMM (1,387,205 Ir 1$1,012,588 I $2,399,793 '—V_r I 1 I I rrw......... I � I (• I - TOTAL 11,387,205 1 1$110121588 ( '$2,399,793 1 S 1,012,588 �3 it the arae:- a!:=:-ten:w!:. is s_•b;,s-to ays7tb 2xr t:n:e-...�•_•:s i Beni ez:�ne:.-.) - _This wiff re-tat:n b the 5=r C a r,:za::r c aac�to&..e C---n7rtheet=i>e 'tin. hRf IUR DOUWS Warren N. Boggess rk-at OtRCet.. hai , Board of Sup_:visors ' CTA Z.!.>e r.K r nr L A•'raM �r.�=y.f4 ].ZTA:S +..vJ+a:t a FEDERAL KSSISTAv -12 .!. - - • --- ---- cwa.1 5 --r 710.1 - - +L T1rr2 ;'i Affil- ..Dtti WCw74 fR DA:[ Tia. w.�a, e_ ' Of LJ T-i�r:u::y� N•• w•.SR !+r a ! ACIIOM lit.4T.^_tCAM.-I CwtWw f!%% 7 rrcx /::._s!� f! � Yy 1 i-.iJJ Ci;EaEFAL AMCM .-M w. l J i4.LECA:AAKl1n:/asl7t:of Is.scat At CvotoTi;-QE-.#;:f1CA:66:..Ys. (. b- Coutra Costa County Bd. of Supervisors � 94600-- 509ti s.on.�srr►t+t Cosaty `:anpower Project y r_st.. AML c.. 2401 D Stanwell Drive, 9440 rao. ,'�'=i; ti h �' ..: ._-1 4»et4 1 t..TIRE i.ori Concord, t.. r : Contra Costa 1 1.s�,. California . s 94520 re eftt I Conpreh2nsive F._•p2o:-x.= s c..1..c t- f`- Don Crawford t.1«40� & Training Pzog_a:, S 7_nA[Anoacscrr:la. a rvutr5 iw.�»cT a.T7fM.4Z A.rAtaliK:lx:'.:TiYf - - A.SaI. Y.-�Aa-J f..q II .. D.WNsa.M 1-F.:sa ta.•u..•.11.YA.lw Comprehensive Eieoloyment Training Act t )•aa�1. }„�...ra. Title III SPEDY Program C-ai1 �saa se.►.aa►.arw:r_stD 9i.TY7t Of ASStiTJINGt "94 C400 Mo v4VI16AM"fiat Elan r." L H«a sr:•a f.rr.•ti t� .Y to ARSA Of PROM=IMPACT tXa J.1 aair•--fie► Iii-[sn$*0411 "I- It.TYJY or'AJ•YIICAS10ti .fit t[R OiLII.r C Arw.:.. (-A.fs.M.4r. Contra Costa Countyyexcluding R=r*�+t+R- iz...,,t t-c..-,.«r». � Cit• of Richmond 1500_ 1 sL1.••)rlri..s )i PROP3S£.7 i1:101/t:. )a.CW1QX_3S9QxA6 ass--Awrs O): AS.TTiE D0,fOtJJ4GE trrr l:...$0I p� a4 AlitY.wai t Pria::. ounC w-twu..lla•J.n r.aw.tT7.r:/r): S!! .,i Y N/A. 1 C3. 7 8 9 not Richmond) ar cr....o•..�. \IJstt4hr, q D-C.U....Ora:-M t.slutr�k VA0J=:START 117-AA0JsG: :�axaE:M,•w hy DAT. aur•ra..t11..- DUA4710M l f•r maws• + • 9.Sol .Ca 1 )977- ' XM.", 1 P.:.fi OI:H(N 1` )i[�flMAi t•!OA:£S6 )4v r%"" ew 13.LIMU.`:.1�9!.4RL 1oL•eT1/1GiaOJf NO SEA 1-Sa:a.o.Tra T3 MAL e-j s�� MEAAc wcss;.r> is 77/06/02 Uo-50D4-32 z0.rEDSAAI ActMY To ASCOVS RiQUEST /.Y...."S.Su+.zf7.+1.1 21.3slf.LTwS A%010 Dept. of Labor, Emp. b Trn . Admin. San Francisco CA 94102 1 (�Y•• C+�� =2. ..T.U.tat.1 VT aJ..l.Jf•id 6444 R a..a rM as V'S C.r..Ir 4%this bpwr L....►hLi$..(fMVr..p... Y..r R...... •-o t.4 H L4. M•q.tA.+�••f•r.J'•�t+'•an tY..t.w pr.+.4 4""SK.t•IUMMS.v.nW'...rn}-..s r.s.7t.a►N: JT'r/ st.+J4/ TML Y.+..i .r...t. 11.A•..••eM M i... AA :If;AMT Roo J.I..iia.0 Of CCRTIrr[s M"A0M*,0.4 a.-AA-6,,0,,,f...f•► q) State Cl nghouse ` T Trwr, ..0 we aw.u..1....wr.fl t+.....at. O y Area '�' ffitents MAOFI ❑ ....f...r-� ca ?J. 16 TTK7 DAME AND I= f. '� a • Ma uRePt�n�* ( i G( a,,, Warren N. Boggess, C i srn-iralt Board of Suparvisors ISrT.IJ:AafMr" 3• 1�19�77� : -9 AQ'W f VAMC �`i AJMCAL r.aI w.vl Apr Mi. OtP� •F la b � St-ayco j977 e(. 13 H.DRCAJN:J►TIOaaAL pJYr Z).A?WfNSTRAi1VE Oft1CS "1L fr,%z" ' ASKs:�=tC.t' � /f 750,01 IMPIC M. ..�4t FrOnc:�co +- nGVrliiCATla � fs a AGO ISM . I]i):9[AAL CAA.%r 45o 31, ST. .ARIM ' - ru:actMv T'.r. w..t; t.y C,1• y A r, Q>\ - � ]J.At0OATC1 JAC] lion SiJirrYL' ' CY.lSC3Ar .tJ J3- AC,T fO.t 01%.71ZNta a\folquh . :,, 7 Oh t•7... A ?...... ..wa.., f OE L /-ELKiNl w:'- 44S A 31, W -- := cvr+a4r 11• :_:.c •CJ �l7-.2J.4�•S A..37!-$ M 1:t � .. r ..a.a....:p..,•.,a...-.-a......a t..-:......•.........r,._ ).I.JSr.�JLe..Gr J-a C-^]a 7�" 'w..r... ....w..........r y.-r a..at f.t 1.Cr!G:J..A-i>.� sy.,....i as.:.•.w.1: t A-as -- J'►•....1.f 1r fniA.i(,r�s•..rr+...err- •-'..) "ofdpad with-board OMW ]► /.-DUAL UG15:1-4, VOL AZ. NO. 2IA X13Ar. ::;Y:13!!?2f. 19:3 ADDENDUM TO CONTRA CO£TA COUNTY 3K NARRATIVE DESCRIPTION OF THE 1977 SUMMER PROGRAM FOR ECONOMICALLY DISADVANTAGED YOUTH TITLE III - JULY 1. 1977 IV. Youth Council (See attached list of members of Prime Sponsor's Nanpower'Advisory Council.) VI. Components in SPEDY Program C. Education Component a It is estimated that approximately 500 youth will be served by one or more sub-units within the Education Component. VIII. Organizational Chart and Staffing Plan The Organizational Chart was submitted with the original funding application. Staff included in the Staffing Plan are: 1 Deputy - Director; 1 Coordinating Counselor; 1 Supportive Services Coordinator; 1 Recreation/Transportation Coordinator; 1•Educati6n Component Coordinator; 1 Job Development Coordinator; 3 Assistant Job Developers; 19 Youth Counselors; 8 Teachers; and 10 Clerk-Typists. As required programmatically the large majority of the staff will be appropriately. assigned to the Field Offices and Counseling Centers. R. Vocational Exploration Program (See Attachment.) 0 Q(� Miaofikm d with board craw A a3 gas 4 tj :z 91 Ll Of rt :3 Ll El t-j r-1 n ri Q� I---I-'I ha lu 1- t- P. C% C� U m zi J., rt :3 ti Nat rp rt (T tz 4zo WZ Q kc C--f- r., -q ri t-I� k-, Q6 t3 r.) 2 .4 P1 III I- ;� k", #1 J0 Cy $-. f- L'i Sr -4 vs to to :3 Cf- J`3 0 R) Q. 14 %A z:1.-1. ; 0 Z. N4 r� 42 -% 1% rt 4 J. it to :3 to!-.. :t ;�.I-Zr-to La CA .4 .z. J.3 in rt a Lb f. - %) B. n N .4 -4 Q J., ri i-[.1 A. C3 Ila Q 0 J.; L4 :3 Q� rl C,NQ us Rp C% kc L't ca kr- rr 14 !7' IQ N3 :3 GC cir v rn a X It3 w us Fn N 4a I P? a ts ft t-1 q C4 1 :0 "a In I In Ila Elk Ul to K3 -1 q ti c� r t rn cs c� cz o 0 o in LISptrfl, nrt M VIP ra its to to NJ NJ to cn to lc:l k.1 PIP fll CL 0 :3x rt ti rJ r) t4 -Z lira tu lu tn:C: w L-1 ti 4% Ir N Ol H.Z. rt C� it j b, 51 t-- cr T, m ca �j zn C r� (I cl. .13 C Q.C) ta N. = c a 0.3 0 tr :3 CL r, I-, :1 0 zn2 10 to r, ra ir 13 1.111:1 ta 214 1�1 9 N 11 It a ko s- kq g ;jl ti cO t'l 46 c 14 tA k2 to to 9t j Ns ti R r3, p tr - rt 1- %km ta LIO tz D.-tz;-r) f- C, H. :3 11 0 to01 Ln to Ch 0 -1 co fn Co ca vp :3 ft K 44 ri 0 0 IQ 14, 0 b0 L, 5ell� ha;:3 M '0 "�L 10, V) ::r 0 r L7 0 0 a rr C% to W C% 4% m cz to ca ha Of W bi ta Q0 tn CN Wlo 14 N hi 14 to Ca% C> Ow CO2 O %. at 0 0 la rp P-1 C-" R ;-R th Ja 64 tr to A N hi NJ rt W Q, (Z) C> o o O t:A O cn CQ rj) C4 tri r/i to :7 Q 0 C%li a lu -ly �ft rt. rt tr rt rt rt 14 ri n 0 13 fa 'I �i 9 6 i� A X '3 U, ti- 9 t tr el -ID 002SS 0 0 Q 0 Q , 13 0 ev It 11 li 01 4 ro &1 ko *3 %0 ka ko %-I, to %a ca 'I li %Is X. Vocational Exploration Program A Vocational Exploration Program is intended to expose youth through "observation and instruction" to private sector jobs. In Contra Costa County two programs will provide a comprehensive vocational exploration experience. One will be directed by East Bay Metro National Alliance of Businessmen and the Human Resources Development Institute (NAB/11RDI) . The other will be the Contra Costa County Neighborhood Youth Corps - Summer Program for Economically Disadvantaged Youth. Therefore, W-P will be operated according to the following plan: Contra Costa County NYC-SPEDY shall establish a VEP Program for the summer of 1977 in conjuction with the East .Bay Metro National Alliance of Businessmen and the program activities concerning vocational exploration in which the VEP enrollees-will be involved during the summer shall include, as a minimum: 1. Orientation to the various job/work activities carried out by the subcontractor; 2. Basic labor management issues, exploration of all of the operational areas of the subcontractor; 3. The training and educational needs for employment in the major work activities; and !. Introduction to the basic principles and practices of the free enterprise system. These program activities shall be accomplished through a combination of on-site experience - classroom training; guest speakers, audio- visual presentation; and interaction with employers and program coordinators. East Bay Metro NAB/IIRDI shall operate in the CCC NYC-SPEDY Proqram area with a minimum number of VEP slots and NYC-SPEDY shall expand # the number of youth to be served through an expansion of the program level beyond the program development effort of NAB/HRDI. All VrP enrollees shall be recruited, certified eliaihle and refered for placement by NYC-SPEDY including the VEP slots alloted by NAB/ 3 H RDI. I 002DU } rt In the Board of Supervisors of Contra Costa County, State of California September 6 ,19 77 In dw Ma of - Approving Contract Documents AS EX OFFICIO THE GOVERNING Submitted by the Riverview BOARD OF THE RIVERVIEW FIRE Fire Protection District PROTECTION DISTRICT OF CONTRA COSTA COUNTY The County Administrator having presented to the Board contract documents (Notice to Contractors, Contract, Abatement Specifications and Proposal) submitted by the Riverview Fire Protection District for the abatement of weeds, rubbish and other fire hazard conditions within the district for the period of November 1, 1977 through October 31, 1978; and IT IS BY THE BOARD ORDERED that the aforesaid documents are APPROVED and October 4, 1977 at 11:00 a.m. is FIXED as the time to receive bid proposals for performance of said work; and IT IS BY THE BOARD FURTHER ORDERED that the Clerk is DIRECTED to publish the Notice to Contractors for the time and in the manner as required by law in the "Contra Costa Times." Passed by the Board on September 6, 1977, 1 6oreby osrfify fbat Ow for-9-hg b o tno and comid copy of on ander a kwW on*w ssWMn of soil Sowd of Superv7son on"do*ofore=kL cc: Administrator Wenm my hand cod Ngo Soul of do Road of Fire District Supervisors County Auditor-Controller feed 6th dy of September 1977 County Counsel J. R. OLSSON. CNrk fit �// wprfy cl.r� r 1. x.f✓ cine M. Ne eld J M-24 4/77 ISM 00390 ' E Notice to Contractors Notice is hereby given by order of the Board of Supervisors of Contra Costa County, as the Governing Board of the Riverview Fire Pro- tection District, that Clerk of said Board will receive bids for 'Cue abating of creeds, rubbish and other fire hazard conditions within the Riverview Fire Protection District boundaries and under its juris- diction for the period of November 1, 1977 thru October 31, 1978. r Each bid is to be in accordance with the Abatement Specifications relating thereto which are on file at the Riverview Fire Protection District Office, 1500 West Fourth Street, Antioch, CA 94509. The Abatement Specifications and related contract documents may be examined at and obtained by prospective bidders from the above-mentioned District Office. Each bid shall be.made on a Did Proposal form to be obtained.at the ' District Office and must be accompanied by a certified or cashier's cheek' or checks, or bid bond in the amount of ten percent (10Z) of the base bid amount, made payable to the order of "Riverview Fire Protection District". 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 for- feited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County . Bid Proposals shall be sealed and filed with the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before October 4, 1477 at11:00 a.m. and will be opened in public and at the titre due in the Board of Supervisors' Chambers, Room 107, Administration Building, Mar- tinez, Contra Costa County, California, and there read and recorded. Any ' Bid Proposals received after the time specified in this Notice will be returned unopened. No more than one (1) bid will be accepted from any one individual or firm. The successful bidder will be required to furnish a labor and materials bond in an amount equal to one hundred percent (100X) of the contract price and a faithful performance bond in an amount equal to one hundred percent (100X) of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. a Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, the said Board has obtained from the Director of the Department of Industrial Relations of the State of California the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the public work is to be performed for each craft, classification or type of workman needed to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board .of Supervisors, and incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for the County. Microfilrnsd with board orae/ or291 the card Board raaavw the right to rejret aa,and all bide or wW portion of sW bid and/or wigs day irs"Fasrity In ow bid received. By Order of the Bond of 34MMIs1ra of Contra Coate Coaaty as Abe Governing Boo at thr 1RiTrnieer lyre prctactiom District J. A. OLSON Coauaty Cie* and ear officio tMat of the Board of Supar�iaar+r � int old r Dwa- September b. 1977 PUBLICATION IId?&S- (Em.C. 13885) i j j'. 3 f REK-bw '2- f i Mm. ,.� A9l atur WNTRAft (Agreanemt) 1. SPBO=AL TERMS. These special teras are incorpore bayous by reference. 0920) PARTIESs D (Public Agency) Riverview lire Pmts. iai D ingy Oontrsctw) _. ____ - - c-CLOK OF 9000001% 02) nwwrm D n (sea for starting date.) ON Tdg mac: The Contractor vill at its can cost and espense, in a workman- like manner, faithfully and fully do all the work and ltisrnish all the equ-pmant and materials necessary to complete, in socordrsoe with the Abatemant Specifications said related contract documents hereinafter, mentioned, to the satisfaction of tae Fire Chid of the Pdale Agency, the correction and abatement of fire hasatds from the properties set forth by the Public Agency. (4) COKPLOWN TDts The work shall be completed as set forth by the Public Agency in Orders to be issued. 05) PU&IC A,M=-S AGENTS Fire Chid at the POUC Agency. ($6) CONT3ACT PRICU = (for uudt print contracts more or less, in accordance wdth fir&Z"—q ant+ties at nit bid prices.) 2. SIGNATURES A ACENOWLADMILR. PUBLIC ADS=. By: (President, Chairman.or Other 7esignated Representative) (Secretary) CUNThereby also acknpledging awareness of and compliance with Labor Caii 51861 concerning Workwense Compensation Lew. B7 JiWQ officlU cawci y ra the business) (OOMPAn Mrs (teaIgm-G 6-Mcla capse tyin Usk (MRS TO CONTRACTOR (1) 3XWt1 Z A:M!RUM AND (2) it a CD.tPORATION, AFFIX CORPORATR SEAL.) state of California - - - - - ) s - - A(�1pF&iWAMIT (by Corporation, County of ) as. Partnership, or Indivisuel) The person(s) signing above for Contractor, know to r in iadividaal and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it mad that tae corporation or partner- ship namad above executed it. Dated: - - - - ' _ ;ALT - - - - - - - - - iVIVIV-31,:4 - - - - - - - e173! APPBDV D: J. B. CIA.733i By: County counsel Deputy 0K"g3 liability imposed by lar. for damages on account of bodily injury. including death resulting therefrom. suffered or alleged to bava been suffered by any person or persons. other than saployeed. result'" directly or Indirectly from the performaca or execution of this contract or ay subcontract there- under, and, also to protect said contractor and the Public Agency, its officers, employees or agents against loss from liability imposed by lar or dames to any property. caused directly or ladirectiy by'dw performance: or execution of this contract or any subcontract thereunder. TS POUCr OR POLICIRS, OR RIDNR AMOM MMS70, MALL MANN IS RTWUW NN "IN PROTRCTION DISTRICT AS A U IN== AS PROVIDE MR AT LUST A TO (10) DAY'S VKTM NOTICE OF POLICr LAPSE OR CANCILLAIUM To TS DISTRICT. Said public liability and property damage Insurance.aball be maintained by the contractor in full force and effect during the entire period of per- formance miler this contract in the amounts of net 1eda than the folloriue: (1) Ludt of liability for injury or accidental death: One person ..........................................:;500,000 one accident .........................................;500,000 (2) Limit of liability for property d&aage: One accident .........................................$500,000 If the contractor fails to maintain such insurance, the Public Agency way terminate this contract and deduct-and retain a sufficient mount of money from any sur due the contractor under the contract to cover any damn" which the Public Agency may be liable to pay as a rewAt of my =insured operations by the contractor thereunder. Nothing berein contained shall be construed ed limiting In any ray the extent to which the contractor maybe held responsible for payment of dsmws to persons or property resulting from his operations or the operations of any subcontractor under him. c. Contract Mounds. The contractor shall, at the time of siSnUS the contract, furnish two good and sufficient surety bods of a surety com- pany or companies authorised to As brims to the State of California and satisfactory to the Public Agency. A bend Is as amommt equal to me hundred (100) percent of the total bid for ons year's work few-the Payment of just claim for entertain. labor and subcontractors employed by`kim there=, and a bond in an amount equal to one hundred (100) percent of the fu11 amount of the total bid for one year's wort and " surety for the faithful performance of the contract. 2. The contractor shall comply with all local. State. and Federal regula- tions applicable to labor, wage rated, bours of work, apprentias, aliens, subcontractors. and preference for enteriala. Vegas paid shall not be led" than the current prevailing wages obtained by the_Dowd of Supervisors of Contra Costa County from the Director of Industrial. Solutions of the State of California In the locality in which the contract will be performed, which prevailing rate of per diem waged is an file with the Clerk of the loud of Supervisors, and is incorporated herein.by reference thereto. the sans an it set forth to full herein. 3. The contractor shall fusniab all equipment. material. supplied and Labor where ordered, and pay all feed necessary to complete the work to the satisfaction of the Public Agency. 4. The contractor sbaU complete all abatement and correction work in the orders to be issued by the Public Agency. The Orders will consist of parcels identified by County assessor parcel numbers and will Include copied of assessor map book paged for location of parcels. The type work to be com- pleted on each parcel will be specified In chase Orders. Only those parcel indicated for abatement work in such Orders will be abated under the contract (Agreement) and said parcels &bell be abated by the date specified in the Orders for the abatement work an such parcels. 5. The contractor shall return the work order(*) no later than one (1) week after the work completion date specified in the order(&). -2- NbA.L73 8. INSURANCE. (Labor Code §11860-61) On aiming this contract, con- tractor meet sive Public Agency (1) a certificate of consent to self-insure Issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Work- men's Compensation Ler. 9. BONDS. On signing this contract, Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,'in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 10. FAILURE TO PERFOOL - If the Contractor at nay ties refuses or neglects, without fault of the Public Agency or its agent(s). to supply sufficient materials or workman to complete this agreement sod'work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish sae and deduet the reasonable expenses thereof from the contract price. The Public Agency may terminate this con- tract by registered mail where the Contractor fails to provide sufficient workman and equipment an previously ordered. The Public Agency's determina- tion shall be final and conclusive as to sufficiency of workman and equipment. 11. LAWS APPLY. General. Roth parties recognise the applicability of various Federal. State and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with See. 1720, and in- cluding Secs. 1735, 1777.5, i 1777.6 for bidding discrimination) and intend that this contract complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 i 1813, concerning prevailing wages and Louts, shall apply to this contract as though fully stipulated herein. 12. SUBCONTRACTORS. Government P.ode 9§4100-4113 are incorporated herein. 13. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rate of wages per dim. 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 rate is on-file with the Clerk of the Board of Supervisors, and is incorporated by reference thereto. the same am if set forth in full herein. (b) This schedule of wages is based on a working day of 8 bourn unless otherwise specified, and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. IN less than that number of hours are worked, the daily wage rate 1s proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, most pay at least these rata 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 seat be paid at last the wage scale established by collective bargaiuin8 agreement for such labor in the locality where such work is being performed. If it become necessary for the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage-rate is specified, the Contractor shall mediately notify the public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 14. 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 subcontractor shall be required or permitted to work longer thereon except as prodded in Labor Code Sees. 1810-1815. 0029 1S. A!?RffiiliC�s. p�rfil iademtmted apprentlesm nay be employed as a" vo is eCeosdraa With labor Cela saes. V".5 sad 1777.1, fetbiddtng vita+ e:imtaadem. ii. rsalE�IR Foe IL1tnuu. ' 2MPablIc Ata&ey +.err to promote the tutee and eCasaay of Cesers Coots Comety, ai the temesaatas daamtere p:omtees to sae the prodeeto, rorI , labetwo and■eebamtgs et this Cormy is *V"7 ease uhore the Price$ hews and quality an efmal. 17. ASSlfi4®Ir. this atroemeat blab the heirs, eutoomeota. &solt&s, cad rslsaseat etsvma of the Cemtrscts" but be cammot asotpa It is mbou K is part, mot aq=else due at to became dua ender its aithert the pries Written comment of abs P&MU AtrCy amd ftp Custrseter'a surety er swedes, uslaas they be"waived settee of Sosisrmomt. is. w alts u Pon= A m=—$ tagWU.m d the web MWW a"WA&ia, rarer: re�!�s or apprsmai at ass amVmprad. K ses4amame by aq stlisae, agent or emplepe of do public IS -3 lmiientlms die seek w amp pert thereat complies With tie rmtriresots of this eamtramtb er smeepta at the 16038 or aq part at mai!mart AWW maadalm, w papaamh t1rss0 a w ant ems- btaattam at tbro sets, shall rt reliedm ifs Cem4maslsr et bur SIMPmtea fe fulfill We Contrast so pam10erlfed= mss AM the tubus Army be tbarabI estopped from brimttsf Aw Settee for discs as rl10mm t cosies frena the fatlsre to comply With a4 of tbo tear sad elmdltleme basset. 0. mea amTffs A 11MRIV. W Crstemew pmemisms to amd dou bm" Om mem and imiam M IF the UmblIttlas am dedimad is dds esatimm6 (b) the tedgmmtter benefited and pamtsemad by We premise an do Public Ate-W and its alwAtve and appetstive beads. Commission. a lease. atoate and mpl"ar. (C) the 11"ObAUSIM protected Smatsst we aq llsbility et vide bt damage of may omega ly suffeaaA& tacermad or tbrasom ed because et astlaw deHmad brier. iaeladtap peraomml ten uty, dm*, pzqw4 dmaM. lessees eamdemmattom, or may Combtmetisa of chrism tagmedUes K abedmr w met amah liability. Clain or damage use untetuasawbls at mW ties became the t0bils Asasey apptaved the lmptavenemt slam Se accepted die Lpaaemmamts as erplet- ed.=and tmaldimt rho defemee of ay eutt(a) w astiaa(s) at lar w squw concerning tbaea. (d) Ibs aettemo Caretap liability we meq act or oaiss"im (maSltptmt w mm-uatiitest) ten arectlsn duh the maWto esrsrsd by Me caatast md attrtbutsble to the Contractor. abcametmotac(o)o or any effirr(W. 80004(10) or emplorm(s) of No w smea of thea. (a) !ba-Comiistar: bs suedes w d apraoasat in tela aaatlsa to mot emmdittauad st depamdoat an mbsthmr K we ami Imdamndtimm bmf pmepmead, supplied. orapptwM mr pLn(S).bmdnp(eh specitisatlam(s) w aped&& piorlst&a(e) to eammmetiw soh dd&umrl4 W lmsmrsmsm et after iaim miti- eatlm aoreeimp sop of them satters, or ftae As.SLUM d dress Von"" Partly from m4 sesuseat or olllisi mismulmet of a w ImdnNsa10. -•- 0029 ABATEMENT SPECIFICATIONS SECTION A - DESCRIPTION OF PBOJUICT 1. The Riverview Fire Protection District of Contra Costa county, hereinafter referred to as the Public Agency, is in the process of notifying the owners of over 1700 properties which may require the correc- tion and abatement of fire hazards. Those properties that have not been ' corrected and abated by the owners will be abated under orders of the Public Agency. Approximately 800 properties are abated annually. 2. The abatement contract for the period November 1, 1977, through October 31, 1978, will be awarded on the basis of the lowest composite bid and proven ability, dependability, and responsibility. The successful bidder shall be compensated for that work completed at the rate specified for that type of work supplied on the bid proposal. Excluding the types of work to be doze on an hourly basis, unit prices are to be based upon the abatement work being done trip per year per parcel. 3. A copy of the abatement contract which the successful bidder wAll be riquired to execute, can be inspected at the Public Agency office, 31S West Tenth Street, Antioch, California. 4. Bids will be publicly opened by the contra Costa County Hoard of Supervisors and it is ex_oected' that they will be presented to the Adminis- trator of the Public Agency for review. The Administrator of the Public Agency is the Fire Chief of the Riverview Fire Protection District, hereinafter referred to as the Fire Chief. The Fire chief will recommend to the Board of Supervisors (C yarning Body of the Public Agency) to award the contract to the lowest composite bidder of proven ability, dependability, and responsibility. S. This Abatement Specifications document is intended to cooperate with the Notice to Contractors, Contract, Proposal. and orders as discussed herein, so that anything exhibited in the Notice to contractors, Contract Proposal, and Orders not mentioned in the Abatement Specifications is to be considered as if exhibited, mentioned, and set forth herein. SECTIONS- GENERAL PROVISIONS 1. Before any work is commenced on.this contract and within tan (10) calendar days after the date of award, the successful bidder shall furnish to the Public Agency evidence of: a. Workmen's Compensation Insurance. The contractor shall maintain adequate Workmen's compensation insurance under the laws of the State of California, for all labor employed by him or by any subcontractor under him, who may come within the protection of such Workman's compensation Laws of the State of California, and shall provide, where practicable, employers' general liability insurance for the benefit of his employees and.the employees of ,ny subcontractor under him, not protected by such compensation laws, and proof of such insurance, satisfactory to the Public Agency shall be given by filing certificates of such insurance with the Public Agency, in form satisfactory to said Public Agency. If such insurance is underwritten by any agency other than the State Compensation Fund, such agency shall be a company authorized to do business in the State of California. b. Public Liability and Property Damage Insurance. The contractor shall, in addition, take out and shall furnish satisfactory proof, by certifi- cate or otherwise, as may be required, that he has taken out public liability and property damage insurance with an insurance company, complying with the requirements herein set forth and satisfactory to the Public Agency, and such form as shall be satisfactory to the Public Agency to protect said contractor and the Public Agency, its officers, employees or agents, against loss from FILED J.N.ase mage eo+m.o c j� < 00 liability imposed by lar, for damages on account of bodily injury, iacindinj death resulting therefrom. suffered or alleged to bore been suffered by my person or persons, other than employees. resulting directly or indirectly from the performance or execution of this contract or my subcontract there- under. and, also to protect said contractor and the Public Agency, its officers, employees or agents against loam from liability imposed by lar or damage to any property, caused directly or indirectly by'tha performance or execution of this contract or soy subcontract thereunder. M POLICr OR POLICISS. OR RIDER ATTAC® THERETO, SMALL Mils TME RIYEEVIRM FIRS PROTBCn= DISTRICT AS A MAIM 111SOIEO AM PROVIDE TOE AT LEAST A IM (10) DAT'S BRITTM MOTICR OF POLICE LAPSE OE CANCELLATIOM TO TU DISTRICT. Said public liability and property damage insurance @ball be maintained by the contractor in full force and effect during the entire period of per- formance under this contract in the amounts of not leas than the follorimS: (1) Limit of liability for injury or accidental death: One person ........................ ................$500.000 One accident .........................................$500,000 (2) Limit of liability for property damage: One accident .........................................$500,000 If the contractor fails to maintain such insurance, the Public Agency may terminate this contract and deduct and retain a sufficient amount of money from any sums due the contractor under the contract to coves my damages which the Public Agency my be liable to pay as a result of any uniasured operatioms by the contractor thereunder. Nothing herein contained shell be construed as limiting in any way the extent to which the contractor maybe bald responsible for payment of damages to persons or property resulting from his operations or the operations of any subcontractor under his. c. Contract Bods. The contractor shall, at the time of sigaisg the contract. furnish two good and sufficient surety bonds of a surety com- pany or companies authorised to do business in the State of California and - satisfactory to the Public Agency. A bond is an amount equal to one hundred (100) percent of the total bid for one year's work for-the payment of just claims for materials. labor and subcontractors employed by him theresm, and a bond in an amount equal to one hundred (100) percent of the full smouat of the total bid for one year's work and as surety for the faithful performance of the contract. 2. The contractor shall comply with all local, State. and Federal regula- tions applicable to labor■ wage rates. hours of work, apprentices, aliens. subcontractors, and preference for materials. Magas paid @hall not be less than the current prevailing wages obtained by the Board of Supervisors of Contra Costa County from the Director of Industrial BeLtioas of the State of California In the locality in which the contract will be performed, which prevailing rate of per dim wages is on file with the Clerk of the Board of Supervisors, and Is incorporated bereft by reference thereto, the same as if set forth in full herein. 3. The contractor shall furnish all equipment, material, supplies and labor where ordered, and pay all fess necessary to complete the work to the satisfaction of the Public Agency. 4. The contractor shall complete all abatement and correction work in the Orders to be issued by the Public Agency. The Orders will consist of parcels identified by County assessor parcel numbers and will include copies of assessor map book pages for location of parcels. The type work to be com- pleted on each parcel will be specified in these Orders. Only those parcels indicated for abatement work in such Orders will be abated under the contract (Agreement) and said parcels shall be abated by the data specified in the Orders for the abatement work on such parcels. 5. The contractor shall return the work order(s) no later than one (1) week after the work completion data specified in the order(a). -2- I1i1 8. INSURANCE. (Labor Code 81860-61) On s42011u8 this contract, con- tractor most give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Belations, or (2) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is amore of and complies with Labor Code Sec. 3700 ad the Work- mea's Compensation Lw. 9. BOWS. On signing this contract, Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, is asnmt(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 10. FAILURE To PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency,°the Public Agency may furnish same and deduct the reasonable espesses thereof from the contract price. The Public Agamey may termdmate this caa- tract by registered mail where the Coatractor fails to provide sufficient workmen and equipment am previously ordered. The.Public Agamey's determina- tion shall be final and conclusive as to sufficiency of workmen and equipment. 11. LAWS APPLT. General. Doth parties recognise the applicability of various Federal. State and local lams and regulations, especially Chapter 1 of Part 7 of the California Labor Cods (beginning with*Sec. 1720, and in- cluding Sece. 1735, 1777.5, i 1777.6 for bidding discrimination) and intend that this contract complies therewith: The parties specifically stipulate that the relevant-penalties ad-forfeitures provided In the Labor Code, especially in Secs. 1775 i 1813. concerning prevailing mages and boars, shall apply to this contract as though fully stipulated herein. 12. SUNCOMIRACTORS. Government Code §14100-4113 are incorporated herein. 13. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773. the Director of the Department of Industrial Relations bas ascertained the gemeral prevailing rate of wages per dim, and for holiday and overtime work, in the locality in which this work to to be performed for each craft, classification. or type of workman needed to execute this contract, and said rate is on file with the Clerk of the Board of Supervisors, and is incorporated by reference thereto, the same as if set forth in full herein. (b) This schedule of wages In based on a working day of 8 boors unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, most pay at least those rates to all persons on this work, including all travel, subsistence. and fringe benefit payments provided for by applicable collective bargaiaiag agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaialsy< agret for such labor in the locality where such work is being performedeaaa . If it becomes necessary for the Contractor or my subcontractor to amploy any person in a craft, classification or type of work (except executive, supervisory. administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon. which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 14. 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 subcontractor shall be required or permitted to work longer thereon except u provided in Labor Code Secs. 1810-1815. s}(� 00 99 -} 13. Where the contractor is unable to complete the work as ordered, he shall inform the Public Agency within 118 hours, statins why such work was not or cannot be completed as ordered. 14. The Public Agency reserves'the right at any time aurins the period act for performance of the work tar a. Specify a particular method of correction said worn for aay given property b. Add to the amount of work to be completed. c. Remove certain work from the list (Orders). d. Schedule certain work as to date corzection and work is to be . carried out. . 15. The contractor will be conperwted for that work completed•at the rate specified for that type of wort[ supplied an the bld proposal. The number of parcels specified is e"ted as a basis for bid purposes only and the contractor AM accept payment at the various unit prices ter cAU that work swpplied and actually completed wits no additional allowances to be made. 16. With respect to all:type of roma to be dons on an hourly basis, the Public Ayencs my specify the maximum,amount of time which will be chargeable and allowed for payment by the Public Agency fbr mart performed an aW particular parcel of property. If the contractor dispetes the maximan awoust of time which the Public Agency will allow for-correction of a fire hazard, he shall submit the matter to the Fire Chid for a-1 - inguen in writing; act" forth the specific fects, reaamr far circumstances 3usUfAmg the granting of additional time to hit for the particular wort. The Fire Chief's determination shall be final and conclusive respectiMg the dispute end the amount at compce- nation due the contractor. 17. Adequate office commandcatioss shall be maintained by the contractor and the contractor asst be available for contact by the Public Agency daring the normal working day (Sem to 5p1a). - _18. Sash tractor, dozer, notovator or other mechanised abatement equipment used is crap lanae range land, watersiad or ether open lead shall have me approved spark arrestor affixed to tin sahauet system, in accordance with Section 13005 Califernda Health and Safety Coda. 14• The Public Agency any earl tla contract to add additional areas and properties for abatement and the contractor has thirty (3D) days after WWI- cation tai with to accept the anode I documents. If said acceptance is gat verified within such period, the contract to therewith terminated and no further work or compensation therefore, shell be ase or snowed codes the contrsctc 20. The Firs Cldmf, as dddnistrater of the Public Agency, dmLU have final determination as to may conflict, dispub, changes or amendments, and shall be the sole Judge concerning the intent of the contract documents. 21. In accordance with, Sectiem 22 of the abatement contract, the aostreu:t- or s!all conform to the regnir�ements of Sectiem UW thruoegh 11113 of the Ooverm- ment Code pertaining to subcontractors. SBCTIOM C -CONUET OM AND ASAISH M! Sh'WMCATIOMS 1. Sco e. The conditions to be covered under this contract consist or rurngnishi &-n-imateriels, tools, equipment, transportation, incidentals and labor as specified in the Contractor ame,11 shuns, urampa otherwise supoiied by the Public Agency involved In the rudrmtion, correctiam, eliadndion or removal of weeds, refuse, rubbish or other firs hazard conditions, In accord- ance with COGrAy Ordinance end the California Health and Safety Code, within the District boundaries of the Public Agency. - 11- _ 00300 The method of correction and ahatement shall be to the specifications and standards of the Public Agency and may consist of one or more of the following: a. Rotovatinq b. Discing c. Dozing d. Spraying of Herbicides e. Removal of Rubbish f. Hand caring and booing q. Flail moving and rotary mowing h. various other methods of correction and abatement as directed in the Orders issued. 3. Type of work. a. Rotovatinq - The contractor shall provide a minimum of one (1) unit. Parcels of property within the District, usually small lots, may be ordered abated by a tractor drawn rotary tiller. Such tilling shall destroy and bury the grass and/or weed growth existing at the time of abatement. b. Disc - The contractor shall provide a minima•of two (2) wheal tractors and two (2) track layer type tractors and disco. The contractor shall disc the areas designated by the Public Agency. Discing equipment shall be set at an angle sufficient to cut the growth loose from its existing position on the first discing. Discing equip- ment shall be set at a sufficient angle an the second discing so that when drawn at the proper speed it will turn the reads over and cover them with soil. C. Tine schedule for Discing. Rack area may receive two (4) cumplete discings, once in May and once in June, or as directed by the Public Agency. d. Dozing - The contractor shall provide a minimum of one (1) dozer- Nay be used an any parcels throughout the District to level mounds of dirt prior to discing or rotovating, or to clear large areas of debris. e. Chemical Sptay - The eradication of vegetation shall be accomplished by the application of chemical spray as hereinafter specified. Mote: In instances where chemical abatement is not deemed to be satisfactory the contractor will be required to clean the properties by o11 r methods to be approved in advance by the Public Agency. Such other methods may include discing and/or mowing and/or the application of a contact spray to kill any remaining vegetation. (1) Chemical spray Applications. The contractor shall apply the chemicals from an agitator tank using spray nozzles and pressure necessary for proper application. A minisma of four (4) units shall be provided. (a) The areas to be sprayed shall be tlwose designated by the Public Agency. (b) The areas to be sprayed shall receive a minimum of two appli- cations together with such additional follow-up sprayings as may be necessary to accomplish the eradication of vegetation to the satisfaction of the Public Agency. Compensation will be made for first two applications only. The time schedule for such sprayings shall be as designated in paragraph (3) following. (c) Sufficient and satisfactory shield shall be used when necessary to prevent the spray from contacting trees, shrubs, vines, flowers, or other similar plant life adjacent to the work, but which is not to be eradicated. (2) Time Schedule for Chemical Spraying. The initial application of chemical spray shall take place after November 1, 1977. The time for apply- ing the subsequent applications shall be left to the judgement of the Agency, who shall give at least thd' (10) days notice to the contractor of the dates for the second application and the date by which any necessary subsequent application must be made. f. Removal of Rubbish - Upon Orders issued, accumulations of rubbish and debris shall be removed to facilitate normal abatement by discing or rotO- vating. Also, excessive accumulations of rubbish and debris may be ordered re- moved when such accumulation has been determined to be a fire hazard. The minimum crew for the removal of rubbish shall consist of two units consisting of one 16-cubic yard dump truck with driver/laborer and one additional laborer. Compensation will be made for on-sight work only (not for trawl and dump time or dump charges)- � 00MI -5- g. Hand mowing and Hoeing - Residential improved lots, those parcels specified and areas inaccessible to motorized equipment and too late .to spray, may be abated by hand operated rotary mower or by hoeing. Such cut grass and/or weeds shall be removed from the abated.parcel and be properly disposed of. The minimum crew for this type of abatement shall consist of two men and the necessary power or hand equipment or tools. h. Mater Truck - To be utilized for dust control during rubbish removal, rotovating, or discing operations. Minimum of one (1) water truck to be provided. i. Loader, Scraper, Wheel or Tractor Type - Equipped with minimum 3/4 yard bucket. To be utilized for rubbish removal and scraping of vegetation from cracked pavement, etc. Minimum of one (1) loader to be provided. J. Rubber Wheel Tractor Powered Rotary and Flail Mowing - To be utilized in areas where mowing by motorised equipment is possible. Minimum of one (1) of each 48' mower to be provided. k. Various other Methods - As assigned by the Public Agency in order to secure compliance with District Ordinances. 3. The contractor shall perform the type of work for a particular property as directed by the Public Agency. S. Compensation for stork C&Vleted a. The contractor shall be paid at the unit price per application, or per discing, or portion thereof, as indicated on the bid proposal for the type of work completed for the term of the contract and my be compensated for other assigned work as may be agreed upon by the Public Agency. b. In any case, the work must be completed to the satisfaction of the Public Agency and in accordance with these specifications and other contract documents before any compensation can be paid. O0302 ins (2971139" #bate.ent) . PROPOSAL For the performance of fire hazard correctiom and • abatement work in the Riverview Fire Protection,District. ]tame of Bidders Business Address* Placa of Residence* The undersigned bnmft otters to fundab all egnipmeatA .materials and labor wbare ordered, and to do the wort nscesmar7 to cosplete the ptrR3=t as described in the Active to Contractors In aaeordence idth the Contract and Specifications reLtUW thereto which are a rile at the Mstriet efface of the Pohlie Agency at the udt-prices set forih-oft pop Z at this proposal at a total bid amount of 4 (Totalamour compos to bid ric—a page Dollars The work will be dome pursuamC to the attached . 15pecificatiaosn and tate ''Orders' as issued tR tate Public Agency of to the spscifle properties to be abated. The •Contractor$* Qualifications' will be confirm@@ analysed and evaluated by the Public Agency atter the public opening of the bids by the Coati Coats Courtf Board of Supervisors, prior to the award of the contract by the Board • to the lowest responsible bidder.. And, further, the undersigned agrees to enter into a contract with the Public Agency to do the work as provided above if awarded the contract and to fwvdah the prescribed bonds and insurance. contractor (Oeneral) Authorised Xpeturs vnature to to 110tarizag Dates F IL D d� j977 aRss ,w n F A • 1 NOT YAM VJMM REf0i7M MM 6_ rage 1 or 6 Pages- 00M 1977-1979 APATEMEM! PROPOSAL TYPB 0!_WORK ESTIMATED OMIT UNIT PRIG TOTAL To be done twice per year per parcel 'QUANTITY PER PEit YEAR in accordance with the abatement spec- APPLICATION ifications. NITS 1. Chemical spraying of parcels A 5,000 sq.ft. and loss 1,700 1,000 sq. ft. 2. Chemical spraying of parcels 5001 to 'i acre (inclusive 21,780 sq. ft.) 3,375 1,000 sq.ft. 3. Chemical spraying of parcels larger than % acre 92 acre TYPE OF MONK ESTIMATED UNIT OBIT PRICE TOTAL QUANTITY PER PER YEAR In accordance with Abatement Spec. DISCING hits 1. First discing of lots or parcel B less than % acre 1800 1,000 sq. ft 2. Each additional discing of lots or parcels less than % acre 1800 1,000 sq.ft. 3. First discing of parcels % acre and larger 350 Acre 4. Each additional discing of parcels Aj acre and larger 350 Acre TYPE OF WORK ESTIMATED UNIT UNIT PRICE TOTAL QUANTITY PER PER YEAR in accordance with abatement specs Units 1. First rotovating of lots or C parcels less than S acre 5,700 1,000 sp.ft. 2. Each additional rotovating o lots or parcels less than % acre 5,700 1,000 sq. ft. 13. First rotovating of parcels 1 acre and larger 55 Acre 4. Each additional rotovating of parcels Aj acre and larger 55 Acre 00 TYPE OF WORK ESTIMATED UNIT UNIT PRICE QURYT TY PER PER TEAR Done in accordance with wood abatement MOS standards. units Rubber wheel tractor with minimum of 48" mower and operator. 1. Flail sowing 95 1,000 0q.ft. Rubber wheel tractor with minimum of 48" mower and operator D 2. Flail mowing 1 8 hour Rubber wheel tractor with minimum of 48" sower and operator 3. Rotary sowing 35 1,000 sq.ft. Rubber wheel tractor with minimus of 48" sower and operator 4. Rotary sowing --- 24 hour TYPE OF WORK ESTIMATED UNIT UNIT PRICE TOTAL QUANTITY .PER HOUR In accordance with abatement space Rubbish removal E One 16 cu yard mini-dump truck with driver/labor and one laborer 310 Hours Hand mowing and hoeing. F (minimus two sen, hand or power equip.) 175 Hours Loader/Scraper, wheel or track type and G operator (minimus 3/4 yard bucket) 30 Hours H angle dozer and operator 30 Hours I Laborer 10 Hours J One 16 yd. (sin.) dump truck with driver/laborer 115 Hours TOTAL COMPOSITE BID S The Contract will be awarded on the basis of the lowest compsite bid and proven ability, dependability, and responsibility, regardless of the individual unit prices listed for applications or discing. COMPENSATION SHALL BE WADE FOR THE TYPE OF WORK COMPLETED AT THE UNIT PRICE LISTED PER APPLICATIONS OR DISCING. NOT VALID UNLESS FAMURNED WITH COMPLETED 00305 PAGES 1, 3, 4, 5, 6, and 7. COUrRACTdR OMIIICATIOW :. EYperieaa- - SEP / i977 - A. pears is professional abatement busioeas. J.a OLSSM R. Abatement contracts successfully complatedt am sawo of i YEAR AGOCF OIL FM' ADORESR 1. 2. 3. s. Pm lose Doadtos Camp—ist3 Labor =A Natarials Performance AGSM! AOORES3 30=nG C"AMT I A. C. ! D. Equipment. Contractor owaedi A. NO. lYPR MAT RZ INSPECTED AT (Loeatiea) I. Tractor(s) with Rotmator(s) ' 2. Tractor(s) with Dise(s) . 3. Dosas(�) 4. Spray Egslpmeat S. Equip. Transport rahicla(s) 6. Read Rotary Mcmiers 7. Rubbish Rod Truck(s) s. Misc. Zqulpmmt Lint amber of eaployesse FUIL TIMI PART TDO: 1. Halo Employe" 2. Office Staff Is all listed equipment operatiosalt Er yes No (If M. a:pl&W TALID oirrM RCMMM VI= CMRLZM PALLS 1. 2. 4. S and 6 Pass 3 of 6 Paras 00306 D. To all listed equipment owned free amd clear? Yes M (If ao, list-equipment being purchased muter-leased) EQUIP. Lp.NDnAmsflt• LtlO SOR ADDIS 1. 2. 3. (Usa back of page if necessary) 1 e Are ell equipment contracts or lease payments current? i U Yes j7 lie (If no, esplain) } E. Are there payments due for mechanical repairs and/or.equipment parts on wW.of the listed equipment? . Tea f .. lb (if Yes, list balm) t EQUIP. Alit. DOR REPAIR PINX A ADDRM . 1. (. 2. :. 3. t''• (use batt of page if necessary) 1 Are all payments Current? ! i L1 Yea so (If no. explain) Sub—contractors A. List percentage of each type of abatement work to be eomplated by sub-contrator(s)z 1. Rotovating 2. Discing i 3. Doting 4. Herbicide Spray S. Rubbish Removal 6. Hand Mo-Jing i Hoeiag Ara all gab-contraeters listed on page 6 under contract? !3 Yea f7 No L the contract binding an the sub-Contractor to meats his ca=:itr:at for the term of the abatement contract? =Yes LY Re (if no. espLi� PAM RRlOR1.Ri � .Ifte 4 sf i ftw aJ307 0. Business Offices A. Locations . Addresss ' citys' Zits NOB[1uxu AFrZR WOU f01� Telephones .4 i 2 t j VO= VALID WMESS azTuRmm sim cO!nwm PACES i, 2. 3. 4 ad 6 Pass 5 at i pa - VMM�Vt�t S SD100fA7ACY�ORs M Fin LAZA"AMTtlaW WOO With map"* to ad Incident to•the above eutitfed+ark or bg rew..oe. the Coatraetos out" the folIVAOS to the Rama and do address of to placea of iooifeaa of Rae► admootraetoe do vM go F,-s unt or J&w se sm I service to to die Costractee !a sc &out the eaaserfotiaa.of the aboo- indicated .� work or Swroawt to as a0000t is a *= of oeeAliall OJO of ems tar sect (ltd of the Caatraeter s total hid= and L lustier hareia was forth that t"S b. of autara►t spirmost Shish sash oaheaatawl"will prow"" .e ant YRs. of AMIMM RQRRlom ADORRSsi lROQat .� WKg i TfM RPM. AVAI AMM .»Quip. rroCATiOu i; 1MMIL W WAMU MI- . PMTDW PAR!2 MI U Tugaaac==Acwa Mom ooratmt . at.. Q i PANU US. Q APATMM JIMBROMM AMRMt now— MMU o MMU i TTM RQOD'. AVAMANAltt Nunn IV ZWIAT st ma TIM-.Z— PART - n I$n 811aC0i1Ta =WmRt COIrAA IToi f7 Ira � Now Yes. W AM2DMr=moo-ffam ANUMIs PROM , r: mmaR s Tres spv. Sar � �• zocy►r�or: ' It0l0S as a!D'1oi F"raft PARC TDIft n un SwWo lnsern Roes Como .Teo T7 so YRs. Os ARAXWOW astn WAMS Amssss: hemi s Tref sQaa. AVAILAM.tt _ NMM C!IIWLOI=t I=TDst PART TIM is ram mat� a m as E71eo- _ L:7 a. .__ t7Alat Yes. W AXWM@ sUID21l7l tt AD MMS Nunn i TW vqW. AVAUAMit - iw. UMTMB mum Of ZK"ATWt PM TDat PART T=s � Ts un socom m mt uasze co mun aria Q no ItA�as ITS. Os ANATIMM RTPRRIOIM IS !sora: . Iva=i TM ZQW. AVAn AaLEs , imm.IACAI os: hums W : Pars TDa: Pari Tna: Is Tun salaomnAc2ae umn connACrt lb raM: Yes. W AaazrmQ sd= tl�Css isayss: PRONR: --- I:�m i TIM zquv. ATAn•lZt EQQIP. LOCATIONS 1112= O!LYeLdlta It �-TDat par TIM r IS TRIS SWCORiaAC M COM COIL UM.9 eras L:7 Me iso EP L, 197; J.a GLUM rW VALM 1sLM RVM COISOMMa�BioG(JOIA w MOs lACn 1. !. R. f. aft S `hi, l In the Board of Supervisors of Contra Costa County, State of California September 6 ,19 77 In"Meow of Destruction of Certain Records As recommended by the County Auditor-Controller, it is by the Board ordered that the Delta Municipal Court is authorized to destroy certain cash receipt books and financial records which have been audited and are over five (5) years old pursuant to Goverment Code Section 26205.1 PASSED by the Board on September 6, 1977. 1 hereby certify That the fonpofna is o tnu and owned OW of on on1W sawed an tla minufes of said Board of Supervisors on the dote of memoid. Wdnr.�ss my hand and fhe Sed of fin Bound of Originating Department: Supervisor Delta Court affixed"-6th day of September fq 77 cc: County* Auditor-Controller County Administrator J. R. OLSSON. Clerk By a1,'r f,• `/ (.' '!r_;ihi Clerk Sandra L. Blelson 00310. H-24 3/7615. in the Board of Supervisors of Contra Costo County, State of California Septeaber 6 M the Manor CA Project Agreement for Activity 859 of the Third Year Community Development Program (1977-78) The Board having this day considered the recommendation of the Director of Planning and the Community Development Advisory Council that it approve the Community Development Block Grant Program Project Agreement between the County and the United Council of Spanish Speaking Organizations, Inc. in the amount of $23,371.03 for Activity iS9, in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 for the period of July 1, 1977 to June 30, 1978; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreement. PASSED by the Board on September 6, 1977. 1 hereby car* that the foregoing is a true OM cornet oe"of on order orslend our the minutes of said Board of Suporvbort on the dole aim nwid. W*WW my had and*a Soul of the Bard of Orig: Planning Department Supervisors cc: United Council of Spanish airmw"k1b_aor ofsaptembcr 6 • 19 ZL Speaking Organizations, Inc. c/o Planning Department 4. R. OLSSON. Clerk County Administrator { Clerk County Auditor-Controller fiine M. alit e1d Planning Department 004% H-24 i;'6 iSm .✓'.wt-..{-:%.i,x-E�;+-+K-.�.+ PROJEL'T Al HEDILNT COMMUNITY DEVELOPMLNT ItLOCK GRANT PROGRAM 1. Agreement Identification. Number 1159 Department: County Planning Department .Subject: Allocation of Federal funding under Title I of the (lousing and C..mmunity Development Act of 1974 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: United Council of Spanish Speaking Organizations, Inc. Address: 516 Main Street, Martinez, CA 94553 3. Term. The effective date of this Agreement is July 1, 1977 . and it terminates June 30, 1978 unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained or incorporated herein. 4. Allocation Payment Linit. County's total payments to Contractor under this Agreement shall not exceed T 23,371.03 S. County's Obligations. County shall make those allocation payments to the contractor described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Work Program". attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Develop- ment Block Grant Program Application dated April 6,1977 and approved by (IUD on June 9, 1977 ; and as more Particularly described in the "Project Work P rogranP, attached hereto. 9. Signatures. These signatures attest the parties' agreement hereto: COU 'Y 0 ' P OSTA, CALIF01 H CONTRACTOR hairman, board of Supervisors ATTES' : J. R. OLS5QN, County Clerk President By 1?epuq 47 Note to Contractor: (1) If a public agency, designate official Recomme ded_ a artment capacity in public agency and attach a certified copy of the governing BY !' body resolution authorizing execution of this agreement. (2) If a corporation, Ant on A. U haesus designate official capacity in business, execute acknowledgment form and affix Formes Approved: County Counsel corporation seal. Q, BYU—r�s/ �-� ���- Deputy ® IAp nK At fEA►� Q.AMADBg p1i4Y vw, -uui 'i CONTRA COSTA CONTI p��� ty:a we. Mivoa wa BOOM Draw PAYMENT PROVISIONS 1. Payment Basis. County shall in iii, event pay to the Contractor a sum in excesso theme total amount specified in the Payment Limit of this Agreement. Subject to the Payment Limit, it is the intent of the parties hereto that the total .payment to Contractor for all services provided for County under this Agreement shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually.incurred in the performance of Contractor's obligations under this Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. If, for any reason whatsoever, County does not receive such Federal funds, Contractor agrees that County shall have no payment obligation hereunder. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Agreement, County will pay Contractor an amount equal to Contractor's allowable costs-that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" contained in the Project Work Program. 3. Allowable Costs. Contractor's allowable costs are only those which. are determined in accordance with all Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, as published in the Federal Register, Volume 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project on a direct or an indirect basis, must be in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor shall submit written demands for payment in accordance with the above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 days from the end of the month in which said services are actually rendered. 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 payments as specified above. S. Right to Withhold. County has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties tinder this Agreement, or has insufficiently documented same, or (b),the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands for payment. 6. Payment Adjustments. (a) If any funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement. County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No such action taken by County shall entitle Contractor to reduce salaries, wages, or supportive services for any partiepant or to expend less during the effective period of this Agreement titan those sums called for in the Project Work Program. Any such reduction in expenditures may deemed sufficient cause for termination. Contractor shall reimburse County for any allocated monies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. X0313 7. Cost Report and Settlement. No later than sixty (60) days following the termination of this Agreement, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor.under this Agreement. if said cost,report shows that the allowable costs that have actually be incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Agreement. If said cost report shows that the 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, Contractor shall remit any such excess amount to County. The Contractor shall provide County with a Certification of its Cost Report required under this Contract. Said Certification shall provide a full, true, and accurate accounting of the actual cost of services under this Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other. pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. B. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit . required by Paragraph 7. (Cost Report and Settlement). Any certified cost report, or audit required by Paragraph 7. (Cost Report and Settlement) shali'be submitted to County by Contractor within such period of time as may be expressed.by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Agreement. If such audit(s) showthat 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 by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 9. Audit Exceptions. In addition to its obligations under Paragraph S. (Audits) above, Contractor agrees to accept responsibility for. receiving, replying to and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Agreement. 1111.dh 00314 GENERAL CUhDITIONS 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 hereunder, including but not limited to, Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the (lousing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Vol. 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and records pertaining to this Agreement are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep.and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to (IUD, except as follows: (a) Records that are the subject of audit finding's 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 failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete tine Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill .requirements of the Federal Government. 'File Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. In the event that Federal funding for this Agreement ceases, this Agreement is terminated. c. Failure by the Contractor to perform properly any of its obligations under this Agreement may be cause for suspension of all obligations of the County thereunder. 6. Entire Agreement_. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein and in the "C00PURNFION AGREMENT, II.C.U.A. 197.1" effective January 20, 1976 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of tine parties hereto. 0045 7. Further 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 and thv County. Such "Informal Agreements" when entered shall not be modifications to this Agreement except to the extent that they further detail or clarify that which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor as provided herein. "Informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which this Agreement is made or his designee. 8. Modifications and Amendments. a. GencrA Agreements. This Agreement may be modified or.amended only by a_ written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject to any required State or Federal (United States) approval, provided that such adminis- trative amendments may not materially change the Payment Provisions or the Project Work Program. C. Extension of Term for Performance. Without requiring Contractor to provide consideration in a ►tion to that supporting this Agreement, the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under "Term" (Paragraph 3). Any such extension must be in writing and shall be at the sole discretion of County. 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. This Agreement is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Fedcral and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with tlhe requirements of this Agreement, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill .this Agreement as prescribed; nor shall the County be thereby stooped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terms and conditions thereof. 13. Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Agreement is by and between 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. _, 00M 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 tl►e 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 and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to 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 tl►e above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. Ia. Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County and its officers,.agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or in- directly, ti►e organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action - unless County tuidertakes to represent itself as co-defendant in such legal action in which event.County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not termi►late on the date specified in ti►e Agreement but shall remain in full force and effect.. 19. Insurance. During the entire term of this Contract and any extension of modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. .The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000-for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurace coverage for its employees. c. Additional Provisions. '1'bc policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurace as to,the County, the State and federal Governments, tlwir officers, agents, and employees, so that other insurance policies held by them shall i i be required to contribute to any,loss covered under the Contractor's insurance polir. :r policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. -3 111/ejl 20. Notices. All notices provided Cor by this Agreement shall be in writing and may be delivered by deposit in the Un►ted States mail, postage prepaid. Notices to the County shall be addressed to Contra Costa County Planning Department, P.O. Box 951, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Available Copies. Copies of the County's Project documents (as specified in Paragraph 8, Project, of this Agreement), and all pertinent Federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor.during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. if the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construction work in accordance with the approved construction plans and specifications. c. If the Proj.ct includes acquisition of real property, the purchase price for such real property shall be determined from two County-approved appraisal reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure. Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence of title which is determined to be sufficient by County . Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion of County might interfere with the operation of the Project. In condemnation actions such title defects must be eliminated•by the final judgment. u.lr•/ut► 00318 ASSURANCES The Contractor, as recipient of funding under Title i of the (lousing and Community Development Act of 1974, assures and certifies that: 1. , It will comply with the regulations, policies, guidelines and requirements of Federal Management Circulars 74-4 and 74-7, as they relate to the County's Community Development block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. Contractor, identified as "Applicant" below, will comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the regulations issued pursuant thereto (24 CFR Part 1), which provides that no person in the United States shall on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives.Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title VIII of the Civil Rights Act of 1968 (P.1.. 90-284) as amended, administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of brokerage services within the applicant's juris- diction. c. Section 109 of the Housing and Community Development Act of 1974, and the regulations issued pursuant thereto (24 CPR 570.601), which provides that no person in the United States shall, on the ground of race, color, national origin or sex, be excluded from participation in, be denied the benefits of, or he subjected to discrimination under, any program or activity funded in whole or in part with Title I funds. d. Executive Order 11063 on equal opportunity in housing and"nondiscrimin- ation in the sale or rental of housing built with Federal assistance. e. Executive Order 11246, and all regulations issued pursuant thereto (24 CPR Part 130), which provides that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- ment advertising; layoff or termination, rates of pay or other forms of.compensation and selection for training and apprenticeship. f. Section 3 of the Housing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with 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 following have been complied with: a. Citizens have been provided with adequate information concerning the amount of favids available for the project, the range of activities that may be imidertaken, and other important project r,tquirements; b. Citizens have been provido., ..0 adequate opportunity to participate in the development of the project and in 06c development of any revisions, changes, or amendments. 00319 S. It will: a. Provide fair and reasonable relocation payments and assistance in accordance with Sections 202, 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable I[UD regulations (24 CPR Part 42), to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activiiy assisted under the program; b. Provide relocation assistance programs offering the services described in Section 205 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable [IUD regulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will be available in the same range of choices to all such dis- placed persons regardless of their race, color, religion, national origin, sex, .or source of income; d. Inform affected persons of the benefits, policiis, and procedures provided for under HUD regulations; and . e. Carry out the relocation process in such a manner.as to provide such displaced persons with uniform and consistent services, including any services required to ensure that the relocation process does not result in different.or separate treatment to such displaced persons on account of their race, color, religion, national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) and the provisions of Section 302 thereof: b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of.the benefits, policies, and procedures under [IUD regulations (24 CPR Part 42). 7. It will give [IUD 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. 8. It will comply with the provisions of the [latch Act which limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296, relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible federal official under the National Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and b. Is authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the federal courts for the purpose of enforcement of his responsibilities as such an official. '11. The Community Development Program has been developed so as to give maximum feasible priority to activities which will benefit low or moderate income families or aid in the prevention or elimination of slums or blight. Where all or part of the Couwunity Development Prolri:uw activities are designed to meet other Community Development needs having; a v.fcicular urgency, such needs are specifically described in the application under th,: - —waunity Development Plan Summary. ; OV2O 2_ 12. It will establish safeguards to prohibit employees from using positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particuarly those with whom they have family, business, or other ties. 13. It will comply with all requirements imposed by I1W concerning special requirements of law, program requirements, and other administrative requirements, approved in accordance with Federal Management Circular 74-7. IC It will administer and enforce the labor.standards requirements set ` forth in Section 570.605 and HUD regulations issued to implement such require- ments. (*Assurances 4 and 11 are applicable only if Contractor is a city.) Iwo EXHIBIT A CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM 1977-1978 PROJECT WORK PROGRAM A. PROJECT DESCRIPTION NS9) housing Loan Securement' Assistance Program to provide direct services to low and moderate income persons and households in the Eastern portion of the County including information and referral, loan packaging assistance- and the location of housing and housing resources. Continuation of First Year Program. B. PROJECT TIME SCHEDULE Time Schedule on a month-by-month basis for the above Project indicating when major activity items are expected to'be undertaken and completed. Work Item Start Date Completion Date Ongoing activities consist of: Dissemination of information July 1, 1977 June 30, 1978 Preliminary interviews with'new applicants July 1, 1977 June 30, 1978 and/or updating of 20 old applications monthly Locate available housing July 1, 1977 June 30, 1978 Process and submit loan August 1, 1977 June 30,1978 20 loan applications Goal: Assist at least 15 families to obtain their own homes by June 30, 1978. i C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. Mr. Abraham Q. Amador, Executive Director United Council of Spanish Spoaking Organizations, Inc, 516 Main Street Martinez, California 94553 Phone: (415) 229-2210 - � - 00 322 PROJECT WORK PROGRAM D. PERFORMANCE STANDARDS Contractor should indicate, wbere applicable, what performance standards (details of project implementation) will be applied in implementing the Work Program. Under this program the Contractor shall: Comply with all applicable Federal regulations as contained in FMC 74-4, attachments A and B, in the determination of allowable costs in the administration and provision of services of this activity. All contracts, purchase agreements, invoices under $10,000 entered into under this agreement shall be in compliance with-procurement procedures contained in FMC 74-7 attachment 0 and any other applicable HUD regulations.. In such purchase agreements, invoices entered regardless of the amount, the Contractor shall comply with applicable HUD regulations including equal opportunity and Section 3 contractors, as provided in Assurance 03 of the "Guide for Compliance with Assurances and Certification Under the Housing and Community Development Act", provided by the County Planning Department. An executed copy of all contracts let under this agreement shall be trans- mitted to the County Planning Department prior to demands being processed for payment to ensure that all appropriate clauses and provisions have been included. The consultant services provided by UCSSO Executive Director and his immediate staff shall be directly related to the Housing Loan Packaging Program: Such consultant services may include but notbe limited to advocacy and mobilization of resources for development of additional housing in East County. In no event shall the cost of the consultant services,exceed $100.00 per month. E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. 2 - 00323 PROJECT WU1iK PROGRAM G. BUDGET OF ESTIMATED PROGRAM LXPLNDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expendi-, tures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 3. CODE-ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 7. PAYMENT FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT 23,371:03 TOTAL CONTRACT AMOUNT s 23,371.03 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The.above schedule is subject to a•Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner presecribed by County. i . i i i - ' 0UMI CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM, 1977-1978 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY NUMBER: 59 PAGE 1 OF 1 . United Council of Spanish Speaking Organizations, Inc. BUDGET PERIOD: July 1, 1977 - June 30, 1978 Original x Amendment No. (a) (b) (c) (d BUDGET ITEM CD FUNDS - $ + OTHER FUNDS .- $ = TOTAL - Personnel $16,801.03 $16,801.0 Part-tine Secretary, Si-Lingual Incremental Staff Fringe Consultant Services 1,200.00 1,200.01 Administration 5,370.00 5,370.0, Supervision Office equipment Accounting, audit Advertising Office space Telephone Utilities Consumables Travel Duplicating costs Postage Liability insurance Miscellaneous e TOTAL $ 23,371.03 $ $ 23,371.0:; NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FMC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules 8 Regulation). (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. (e) Contract Payment Limit for CD project. V V�:� In the Board of Supervisors of Contra Costa County, State of California. September 6 ,19 77 M the Manor of Project Agreement for Activities of the Third Year Community Development Program (1977-78) The Board having this day considered the recomeendation of the Director of Planning and the Coemunity Development Advisory Council that it approve the Community Development Block Grant Program Project Agreement between the County and the City of Pleasant Hill in the amount of $191.503.43 for Activities 18, i19, 1132 and 1138, in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 for the period of July 1, 1977 to June 30, 1978; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreement. PASSED by the Board on September 6, 1977. 1 1-mobr eeri fy that the foregoTwo is a true and corrod OW of an ardslr esstersd on flse minuses of said bard of Supervisors on the daft oF, ,i I Witness my had and flu Sad of the bard of Orig: Plannin De t. Superyboes cc: City of leas R Hill alRsed this 6th September _ 19 7? c/o Planning Department Planning Department v J. R. OLSSON' Clerk County Administrator6��; �y� County Auditor-Controller Maxine M. Neu eld za: 00320 H-24 3/7615M PROJECI `'.14'HENT COOR)NITY D1:Vli1.01'M1:N '11.0CK GRANT PROGRAM 1. Agreement Identification. Number 18, 119, 132, 138 Department: County Planning Department .Subject: Allocation of Federal funding under Title I of the (lousing and Community Development Act of 1974 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: ` Contractor: City of Pleasant Hill Address: 3300 North Main Street, Pleasant Hill; CA 94523 3. Term. The effective date of this Agreement is July 1. 1977 and it terminates June 30. 1978 unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained or incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor under this Agreement S11211 not exceed $ 191.503.43 S. County's Obligations. County shall make those allocation payments to the contractor described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Work Program" attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Develop- ment Block Grant Program Application dated April 6,1977 and approved by MID on .)title 9, 1977 ; and as more particularly described in the "Project Work Progrant', attached hereto. 9. Signatures. These signatures attest the parties' agreement hereto: CC/NTY/V/94ij�05TA. CALi CO 'RACTOR BY� geas By Chairman, Board or" Supervise i. ATTEST: J. R. 0 SON County Clerk iz By OADehi Note to Contractor: (1) If a public agency, designate official Recommatt capacity in public agency and attach a certified copy of the governing body resolution authorizing execution By' of this agreement. (2) if a corporation, �thi designate official capacity in business, execute acknowledgment form and affix Form ACounsel corporation seal. BY�/i Deputy DJF:dh 003I Microfikned with board order PAYMM17 PROVISIONS 1510NS 1. Payment Basis. County shall in "•� event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Agreement. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Agreement shall be only for costs that are allowable costs (see Paragraph 3. below) and arc actually incurred in the performance of Contractor's obligations under this Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. If, for any reason whatsoever, County does not receive such federal funds, Contractor agrees that County shall have no payment obligation hereunder. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Agreement,.County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" contained in the Project Work Program. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accurdance.with all Federal regulations, guidelines, bulletins, and circulars pursuant to Title 1 of the Housing and Community Development Act of 1974, as published in the Federal Register, Volume 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project on a. direct or an indirect basis, must be in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to tine extent inconsistent with the aforesaid documents. 4. Pa ment OeF�ands. Contractor shall submit written demands for payment in accordance wit the above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 60 days from the end of the month in which said services are actually rendered. 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 payments as specified above. S. Right to Withhold. Canty has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties under this Agreement, or has insufficiently documented same, or (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands for payment. 6. Payment Adjustments. (a) 1f any.funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement, County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No such action taken by County shall entitle Contractor to reduce salaries, wages, or supportive services for any particpant or to expend less during the effective period of this Agreement than those sums called for in the Project Work Program. Any such reduction in expenditures may he deemed sufficient cause for termination. Contractor shall reimburse County for, any allocated monies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. (0311 -1 7. Cost Report and Settlement. No later than sixty (60) days following the termination of this Agreement, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have. actually been incurred by Contractor under this Agreement. If said cost report shows that the allowable costs that have actually be incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Agreement. if said cost report shows that the 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, Contractor shall remit any such excess amount to County. The Contractor shall provide County with a Certification of its Cost Report required under this Contract. Said Certification shall provide a full, true, and accurate accounting of the actual cost of services under this Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. 8. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement). Any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement) shall be submitted. to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Agreement. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been 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 by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 4. Audit Exceptions. In addition to its obligations under Paragraph B. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. Contractor also agrees to pay to the County within 30 days of demand by County the full amount Of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Agreement. 03F:dh oars GENERAL Ct MUITIONS 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 hereunder, including but not limited to, Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the (lousing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Vol. 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and records pertaining to this Agreement are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by' authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the.County to (IUD, except as follows: (a) Records that are the subject of audit findings shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for three years after he has received final payment. S. Termination. a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure . to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. in the event that Federal funding for this Agreement ceases, this Agreement is terminated. c. Failure by the Contractor to perform properly any of its obligations under this Agreement may be cause for suspension of all obligations of the County thereunder. G. Entire Agreement. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein and in the "COOPERATION AGREEMENT, U.C.D.A. 1974" effective January 20, 1976 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. 1 W3M 7. Further Specifications for pperating 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" enterCd between the Contractor and th-� county. Such "Informal Agreements" when entered shall not be modificatiour: to this Agreement except to the extent that they further detail or clarify tlsit which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor as provided herein. "Informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which this Agreement is made or his designee 8. Modifications and Amendments. a. General Agreements. This Agreement may be modified or amended only by a written document executed by the Contractor and the Contra Costa County Board of"Supervisors, subject to any required State or Federal (United States) approval. Is. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and tine Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject to any required State or Federal (United States) approval, provided that such adminis- trative amendments may not materially change the Payment Provisions or the Project Work Program. C. Extension of Term for Performance. Without requiring Contractor to provide consideration in addition to that supporting this Agreement, the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under 'Tern" (Paragraph 3). Any such extension must be in writing and shall be at the sole discretion of County. 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. This Agreement is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11• Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, inspections or approvals, or statements by any 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 performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Agreement as prescribed; nor shall the County be thereby stomped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terns and conditions thereof. 13• Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become due hereunder, without the prior written consent of the County. Is. Independent Contractor Status. This Agreement is by and between two independent contractors and is not intended to and shall not be construed to, create tale relationship of agent, servant, 7mployce. partnership, joint venture or association. 0=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 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 i, a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal, statutes or regulations respecting confidentiality, including but not limited to, the identity of recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to 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 he guilty of a misdemeanor. ig. Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property-arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent os sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or in- directly, the organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action unless County undertakes to represent itself as co-defendant in such legal action in which event County shall bear its own litigation costs, expenses, and attorney's tees. d. This condition shall not terminate on the date specified in the Agreement but shall remain in full force and effect. 14. Insurance. During the entire term of this Contract and any extension of modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. 1'tie Cuntractor shall provide the County with a certificate of insurance evidencing workers' compensation insurace coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurace as to,the County, the State and Federal Governments, thch .d'ficers, agents, and employees, so that other insurance policies held by them shall n,. t be required to contribute to any Joss covered under the Contractor's insurance policy policies. Not later than the effective date of this Contract, the Contractor shall pik-eidc the County with a cc;tif, te(s) of insurance evidencing the above liability insurance. _3_ 20. Notices. All notices provided for by this Agreement shall be in writing and may be delivered by deposit in the Unitcd States mail, postage prepaid. Notices to the County shall be addressed to Contra Costa County Planning Department, P.O. Box 951, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall.be the date of deposit in the mails or of other delivery, 21. Available t:op,!%_ Copics of the County's Project documents (as specified= in Paragraph B, Project, of this Agreement), and all pertinent federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construction work in accordance with the approved construction plans and specifications. c. If the Project includes acquisition of real property, the purchase price for such real property shall be determined from two County-approved appraisal reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure. Contractor agrees to furnish.County preliminary title reports respecting such real property or such other evidence of title which is determined to be sufficient by County . Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion of County might interfere with the operation of the Project. la► condemnation actions such title.defects must be eliminated by the final judgment. DJf/dh 00333 ASSURANCES The Contractor, as recipient of funding under Title I of the !busing 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 Conununity Development Block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. Contractor, identified as "Applicant" below, will comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the regulations issued pursuant thereto (24 CFR Part 1), which provides that no person in the United States shall on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the, real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title Vfll of the Civil Rights Act of 1968 (P.L. 90-284) as amended, administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of brokerage services within the applicant's juris- diction. c. Section 109 of the (lousing and Community Development Act of 1974, and tine regulations issued pursuant thereto (24 CFR 570.601)', which provides that no person in the United States shall, on the ground of race, color, national origin or sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity funded in whole or in part with Title I funds. d. Executive Order 11063 on equal opportunity in housing and nondiscrimin- ation in the sale or rental of housing built with Federal assistance. e. Executive Order 11246, and all regulations issued pursuant thereto (24 CFR Part 130), which provides that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- ment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. f. Section 3 of the !lousing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and employment he 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 following have been complied with: a. Citizens have been provided with adequate information concerning the amount of funds available for the project, the range of activities that may be undertaken, and other important project requirements; b. Citizens have been provid,,: ..a adequate opportunity to participate in the development of the project and in tl,. aevelopment of any revisions, changes, or amendments. 00331 S. It will: a. Provide fair and reasonable relocation payments and assistance in accordance with Sections 202, 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable HUD regulations (24 CFR Part 42). to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activity assisted under the program; b. Provide relocation assistance programs offering the services described in Section 205 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable IIUD regulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced. families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will be available in the same range of choices to all such dis- placed persons regardless of their race, color, religion, national origin, sex, or source of income; d. Inform affected persons of the benefits, policies, and procedures provided for under IIUD regulations; and e. Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services required to ensure that the relocation process does not result in different or separate treatment to such displaced persons on account of their race, color, religion, national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (11.1...91-646) and the provisions of Section 302 thereof: b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of the benefits, policies, and procedures under (IUD regulations (24 CFR Part 42). 7. It will give IIUD 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. 8. It will comply with the provisions of the (latch Act which limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296, relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible Federal official under the National Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and b. Is authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the Federal courts for the purpose of enforcement of his responsibilities as such :w official. '11. The Coimnunity Development Program has been developed so as to give maximum feasible priority to activities which will benefit Iow or moderate income families or aid in the prevention or elimination of slums or blight. Where all or part of the Community Development Progr:-in activities are designed to meet other Community Development needs having a p:,:' icular urgency, such needs are specifically described in the application under the .u.uunity Development Plan Summary. , 0033 12. It will establish safeguards to prohibit employees from using positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particuarly those with whom they have family, business, or other ties. 13. It w'11 comply with all requirements,imposed by IIIID concerning special requirements T law, program requirements, and other administrative requirements- approved equirementsapproved in accordance with Federal Management Circular 74-7. 14. it will administer and enforce the labor standards requirements set forth in Section 570.605 and HUD regulations issued to implement such require- ments. t ("Assurances 4 and 11 are applicable only if Contractor is a city.) WmS E%if11i11 A CONTRA COV:In COUNTY COMMUNITY DEVELOPML111 PROGRAM 1977-1978 Projects 18, 819, 132, 138 PROJECT WORK PROGRAM A. PROJECT DESCRIPTION N8. Housing Rehabilitation Program: A localized Rehabilitation Program to provide low interest loans to low and moderate income persons. 119. Installation of Safety Paths: Installation of road safety walks along Cleaveland Road to provide safe access for students and elderly residents of a senior housing complex. 132. Senior Center Expansion and Renovation: Completion of Senior.Center expansion in in the First and Second Year Community Development Programs. 138. Elimination of Barriers to the Handicapped: Elimination of Barriers to provide 1000' sidewalk suitable or wheelchairs leading to a Rehabilitation Center. The project shall also provide curb cuts for the handicapped at major intersections within the same general area serving the Junior College, High School, Elementary School and Shopping Areas. B. PROJECT T114E SCHEDULE Time Schedule on a month-by-month basis for the above Project indicating when major activity items are expected to'be undertaken and completed. 18. Housing Rehabilitation Program 8/1/77 - 10/31/77 Program Development 11/1/77 - 11/30/77 Adoption of Policies G Regulations 12/1/77 - 6/30/78 Implementation of Program 019. Installation of Safety Paths 8/1/77 - 8/31/77 Selection of Design Engineer 9/1/77 - 9/30/77 Design of Project 10/1/77 - 10/30/77 Completion of Construction Drawings, Advertising of Bids, Awarding of Contract 11/1/77 12/31/77 Construction 032. Senior Citizen Center 8/1/77 - 10/31/77 Completion of Construction Drawings, Advertising of Bids, Awarding of Contract 11/1/77 - 3/31/77 Construction .038. Elimination of Barriers to the llandicapped 8/1/77 - 8/31/77 Selection of Design Engineer 9/1/77 - 9/30/77 Design of Project 10/1/77 - 12/31/77 Completion of Construction-fDrawings, Advertising of Rids, Awarding of Contract 1/l/78 - 4/30/78 Construction C.' PROJECT ADMINISTRATION Contractor should 'indicate who will be responsible for administering the Work Program. i James P. McLaughlin Community Planning Director 3300 North Main Street Pleasant Hill, CA 94523 (415) 934-6050, .ht. 47 0=7 PROJECT WORK PROGRAFI D. PERFORMANCE STANDARDS Contractor should indicate, where applicable, what performance standards (details of project implementation)-will be applied in implementing the,Work Program. Under this program, the City of Pleasant Hill shall: All contracts under $10,000 entered into under this agreement shall be in compliance with procurement procedures contained in PMC 74-7 Attachment 0 and any other applicable HUD regulations. All construction contracts in excess of $10,000 shall be in compliance with bid procedures contained in Assurance #3 and Appendices III and IV of the "Guide for Compliance with Assurances and Certification Under the Housing and Community Development Act!', Compliance Guide as provided by the County Planning Department. In all contracts entered under this agreement, regardless of amount, the Contractor shall comply with appropriate HUD regulations including equal opportunity and Section 3 Contractors, as provided in Assurance #3 and Appendix VI of the Compliance Guide cited. An executed copy of all contracts let under this agreement shall be transmitted to the County Planning Department prior to demands being processed for payment to ensure that all appropriate clauses and provisions have been included. In addition, the following performance standards shall apply to each of the following activitic 18. Housing Rehabilitation Program-- Develop and adopt specific guidelines and policies for program implementation and evaluation which conform to HUD regulations.pertaining to code enforcement and rehabilitation financial assistance. #19. Installation of Safety Paths -- The designs for and construction of the two block long section of safety paths shall comply with those laws and regulations pertaining to access for handicapped persons. #32. Senior Center Expansion and Renovation -- Complete the expansion and renovation work according to approved designs and.specifications. Any work shall comply with local building codes and regulations, in particular those laws and regulations pertaining to access for handicapped persons to public facilities. #38. Elimination of Harriers to the Handicapped Complete engineering designs and.specifi- cations and award a contract to eliminate barriers to the handicapped by providing a 1000' sidewalkaccessible to handicapped persons in wheelchairs. This project shall also provide for construction of additional curb cuts and ramps at major intersections within the same general area, as well as a handicapped bridge across Grayson Creek and Golf Club Road. E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractur shall noL allow staff overtime wage rates under this Contract. 00338 - Z ` PROJECT WUItY, PROGRAM G. BUDGET OF ESTIMATED PROGRAM LXPLHDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expendi aures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 60,100.00 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 109,903.43 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 21,5oo.00 7. PAYMENT 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 $ 191,503.43 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The above schedule is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner presecribed by County. j 0=30 - 3 CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGWI, 1977-1978 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE CONTRACTOR: ACTIVITY NUMBER: 08, N19, N32, 038 City of Pleasant Bill PAGE 1 OF I 3300 N. Main Street Pleasant lull, CA 94523 BUDGET PERIOD: June 1977 - July 1978 Original X Amendment No. (a) (b) (c) (� BUDGET ITEM CD FUNDS - $ + OTHER FUNDS - $ = TOTAL - $ N8. Housing Rehabilitation Program $109,903.43 $109,903.4.. Program Development Inspections Loans and Grants Program N19. Installation of Safety Paths 25,500.00 25,500.0+ Preliminary Designs Construction Costs N32. Senior Citizen Center 34,600.00 34,600.01 Construction Costs N38. Elimination of Barriers to the 21,500.00 21,500.01 Handicapped e TOTAL $191,503.43 s $191,503.4: NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FMC 744 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules & Regulation). / (c) Estimate of other necessary expenditures that cannot be funded with CD 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. 40 ( f In the Board of Supervisors of Contra Costa County, State of California September 6 .3977 In Ow AA~of Canvass of Votes cast in August 23, 1977 election. Mr. J. R. Olsson, County Clerk-Recorder, having certified and placed on file with the Clerk of the Board the canvass of votes cast in the Contra Costa County Flood Control and Water Conservation District Drainage Area 300 Maximum Tax Rate Election held on August 23, 1977; IT IS BY THE BOARD ORDERED that receipt of the aforesaid canvass of votes is ACKNOWLEDGED. PASSED by the Board an September 6, 1977. 1 hweby cen fy that tie foresakq is o true and cornet co"of an order eMeod an do minutes of said loved of Supe Wows on*a deft oknaaid. cc: County Clerk-Recorder Wane"my hand nod dw Seal of do soma of Elections Dept. County Administrator affixed this 6th day of September . 19TH 1 A. OLSSON. CNrk IIY Helen C. Marshall 00341 H-24 3/76 ISm In the Board of Supervisors of Contra Costo County, State of California September 6 .197 In do AWI#w of Alternate Representatives on Executive Board of ABAG. 0. The Board on January 4, 1977 having appointed Supervisors James P. Kenny and Robert I. Schroder as representatives of the County on the Executive Board of the Association of Bay Area Governments for terms ending June 30, 1978, and having also appointed Supervisors Nancy C. Fanden and Eric H. Hasseltine as their alternates, respectively; and The Board on September 6, 1977 having received an August 31, 1977 letter from Mr. Lenard Grote, President, Association of Bay Area Governments, recommending a new arrangement (in order to effect assured representation for the County) with respect to the attendance of alternates at ABAG Executive Board meetings in the absence of the official representative, and suggesting that the first alternate to each Executive Board representative be designated as second alternate to the other representative; IT IS BY THE BOARD ORDERED that the suggestion of Mr. Grote is APPROVED and Supervisor Hasseltine (alternate to Super- visor Schroder) is APPOINTED second alternate to Supervisor Kenny, and Supervisor Fanden (alternate to Supervisor Kenny) is APPOINTED second alternate to Supervisor Schroder. PASSED by the Board on September 6, 1977. 1 hereby certify that the foregoing is a hwe and corned copy of a order eateeed on the minutes of said bard of Supervisors an the daft aforesaid. cc: Board Members Wry my hand ond d»Seal of dee bard of ABAG Supervisors Mr. L. Grote affixed this6th day of September 19 77 County Counsel County Administrator }p `i � J. R. OLSSON, CMrk M /Ji. _%L: 1)�t i� w/l DWwy clerk Helen C. Marshall • 00342 H-24 3j76 15m i.l THE a3-ARD OF SUPERVISORS OF =TTRA COSTA COLWTY, STATE OF CALIFORNIA September 6, 1977 In the Matter of Releasing ) Deposit for Subdivision 4542,) Martinez Area. ) ) On January 20, !976 this Board ordered 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. The Developer failed to correct deficiencies within the one year lien period. On April 19, 1977 the Hoard authorized the Public Works Director to complete work on the one year deficiencies using the cash deposit and surety bond. The Developer has subsequently corrected the deficiencies and now on the recommendation of the Public Works Director; The Board tinds that the improvements have satisfactorily met the guaranteed performance standards for one year after completion and acceptance; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to John P. Camerlo the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 124985 dated April 7, 1975. PASSED by the Board on September 6, 1977. 1 HEREBY CERTIFY that the foregoing is a true and correct copy of an Order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department; PW (LD) Witness my hand and the Seal of the Board of Supervisors affixed cc; Public Works Director-LD this 6th day of September 14 77 John P. Camerlo 17689 San Pab!o Avenue J. R. OLSSON, CLERK San Pablo. CA 94506 Lawrence Murray By /da-h o ,Deputy Clerk 255 California, Suite 1001 ous San Francisco, CA 94111 Industrial Indemnity Company 710 South Broadway Walnut Creek, California 94596 00343 In the Board of Supervisors Of Contra Costa County, state of California September 6 ,19 77 In fhe Matter of - Report of Internal Operations Committee on Food Service at County Facilities. The Board on July 12, 1977 having requested its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) to review and develop a policy on food management and service at County Hospital and other county facilities; and The Internal Operations Committee having recommended.that each department serving meals as part of its county functions develop written guidelines regarding provision of free meals, that free meals be prohibited except for workers whose Memorandum of Understanding provides for same, and that the Director, Human Resources Agency, report to the Board on the actual cost of meals served at County Hospital and make appropriate recommendations as to steps which could be taken to reduce these costs; IT IS BY THE BOARD ORDERED that the recommendations of the Internal Operations Committee are APPROVED. PASSED by the Board on September 6, 1977. I hereby certify that tee for going is o trw and correct appy of an order orw- on flee minutes of said Board of Supervisors on flee date aforesaid c c: Director, Human WitA u Ty hand and the Seal of the Board of Resources Agency Supervisors County Administrator affixed this_k=day of September , 19 J. R. OLSSON, Clark BY-11-41z- L /i" _ a> Do"Clerk Helen C. Marshall H•24 3/76 Ism Jaraee s.chum The,E�Aard of Supervisors Contra Ccunty Clerk and �(��} Ea officio Cork of the Board County Administration Building Costa Wins.GerMdieeR P. lark O.80X911 �""'" "1 cniN 72-2 Martinez.California 94553 (as>an-237t Jamas P.Xemy-Richmond tst District ,v Nancy C.Fanden-Martinez 2nd District Robert 1.Schrader-Lafayette / SidDistrict Warren W rren X.BoOpaaa-Concord (\ 4th District SEPTEMBER 6, 1977 RECEIVED Etic X.XaaeNNwe-Pittsburg 5th District REPORT SEP G 1977 OF INTERNAL OPERATIONS COMMITTEE R L�soN ON eo SUPERvl FOOD SERVICE AT COUNTY FACILITIES On July 12, 1977, the Board of Supervisors requested the Internal Operations Committee to review and develop a policy on food management and service at the County Hospital and other county facilities, as a result of a concern from Supervisor Fanden. The Committee met with representatives of the Sheriff-Coroner, Probation Department, County Hospital, and the Purchasing Office on August 10, 1977 and the County Nutritionist on August 17, 1977. it The Commtee finds that the food served at both juvenile and adult detention facilities is very nutritious and in compliance with State law. However, the cost of food services and the serving of free meals to employees and guests are concerns which suggest evaluation of County policy. The Committee recommends that each department that serves meals as part of their county functions develop written guidelines regarding the provision of free meals. This policy should prohibit free meals except for workers whose memoranda -of agreement with the County provides for them, and for others for whom specific authorization is granted by the Board of Supervisors. In addition, the Committee recommends that the Human Resources Agency Director report to the Board on the actual cost of meals served at the County Hospital. This report should include a breakdown of the raw food cost for meals and a comparison of this figure with the total cost, including all allocated overhead. All component parts of the total should be identified so the Board can understand the assigned cost of meals. The report should also make any appropriate recommendations on steps which could be taken to reduce these costs. C-1.7- 4C. Eric H. Hasseltine Nancy C. a n Supervisor, District Y Supervisor, istrict II Mierofi!med with bor=00245 In dlfs 800rd of Supervisors of Contra Costa County, State of ColAwnio September 6 .14 77 indr ll— sf Appeal of California Nurses Association from Decision of Employee Relations Officer with Respect to Suspension of Dues Deduction Privilege. The Board on August 30, 1977 having fixed this time for determination of the appeal of the California Nurses Association from a decision of the Employs* relations Officer to suspend the Association's dues deduction privilege Anasmuch as a work stoppage had been initiated; and On September 2, 1977 a memorandum of understanding between the County and the California Nurses Association hating been approved (Resolution No. 77/725); Therefore, no action on the appeal being required, the matter was deleted from the calendar. THIS IS A NATTER FOR RECORD PURPOSES ONLY a matter of record I hasby awfNy that do fas0oin0 k e I m cad cared copy sMlaesmdrt snowed am Ib r nulm of said hoard of 5upmvisors on Iln Ame -6, mid VAIman my hand and IUs Sed of dr bowd of Swpavi— cc: County Administrator e6ned this 6th slay*1SaotssJ X . 19_ J. R. oLUG". Ciwk Sy /�rL!li� ✓ DWay C.Iwh M a H-241/77 15m 00343 1N THE BOA-LID O SUr%r:viSGnS OF C014TRA COSTA COUNTY, STATE OF CALIFORNIA In the hatter of Awarding Contract ) for the San Pablo Avenue Overlay ) September 6, 1977 Project, Hercules Area. ) ) ) Project No. 0971-4367-926-77 ) Bidder Total Amount Bond Amounts McGuire s Hester $46,777.00 Labor d: Mats. $ 23,388.50 796 - 66th Avenue Faith. Perf. 46,777.00 Oakland, CA 94621 Gallagher b Burk, Inc., Oakland Syar Industries, Inc., Vallejo 0. C. Jones b Sons, Berkeley The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Nforks Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; - IT IS ORDRBD that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and suf'icient surety bonds as indicated above; and that the Public Uorks Department shall prepare the contract therefor. IT IS FURTHER ORD7_RED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checl:s submitted for security shall be returned. PASSED by the Board on September 6, 1977 CERT117IED COPY 1 certur that thi; it;a full,truo 4 correct copy of the uriglnal durciarnt xkich is on file In my office, Originator' Public Works Department snd that 1t w:,s pased&adopted by the Itcard of Snpervbom of Contra Costa CPQnr}', CrIlfornia. on Road Design D i v i s i oa tho .!ate Khou n.A'l'TVST. J. I.•. OI_c:,OV, Cnunty Clark&esofitcio Clerk of said IToard of Supervisors, CC: Public Works Director by Deputy Clerk. County Auditor-Controller �•,� g an SEP 6 1977 Contractor Form 9.1 00347 Ilev. 6-75 - Public Works Department Cof111"d �%t '� o•oteyaurins.na s«.ie. t, cost 14157 772-?106 6[h Flao-,i.dministretian Building \,/l.1JlCl �)}�y �,L,K,,,,,�, Martinez,California 94553 /�� G`f`i�i 08Prtr-Trurorr,aw 14.151.372-2102 1415 372-2102 • ILM.tltgr Vernon L.Cline Ra-utDtiCanrlAne�w� Public Wain oiretter ait57 37I-22t4 Z L Tapiv J.Mid„t WYier� OAtA►OMMiMa Ch"'Dow r RECEIVED S�'2l 1971 September 19, 1977 J. R.assoY K R0 Coda c Our Filer Cons--San Pablo Avenue Overlay e° Project No. 0971-4367-926-77 McGuire and Hester 796 - 66th Avenue Oakland, California 94621 Gentlemen: Enclosed is your copy of the approved contract for the San Pablo Avenue Overlay, Project No. 0971-4367-926-77. This is your Notice to Proceed as set forth in Section B, Article 9c, of the contract Special Provisions. The first chargeable working day shall be September 26, 1977. The resident engineer assigned to this project is Fir. Joseph DiMaggio who may be reached via the County office, 372-4480. Very truly yours, Vernon L. Cline Public Works Director Assistant Public Works Director Construction Division VAP:bw Enclosure cc: Joseph DiMaggio, Resident Engineer N. Griffin Survey Section h2a rials and Testing Division erk of the Board, w/copy of Contract. Bonds and Insurance Auditor-Controller, w/copy of Contract Business and Services, w/copy of Contract 00348 Microfilmed with boord ordr CONTRACT RECEIVED �. (construction Agrccaent) (Contra Costa County standard Form) S EP L l7 1. SPa-CIAt. TZP.US. These special teras are incorporated below by reference A oLSsON CLEAR IOARO OF SUPERVISORS (S5203) Parties: (Public Agency, Contra Costa COSTA Co. (contractor) McGuire and Hester, a California Corporation Ceepleto legal nares (52) Effective Date: . September 19, 1977 (see S4 for starting dita.l (53) !ha York: Consists of base failure repair, placement of pavement fabric, asphalt concrete overlay, shoulder grading and other such items or details as required, located on San Pablo Avenue in the Hercules area, Project No. 0971-4367-926-77, all in- accordance with the Plans, Drawings.and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (SU Coaptrtioa Sims: (strfJ:e out (a) or (b) and 'calendar' or "working") �YY1�Ym� (b) within 20 /working days from starting date. ISS) Liquidated Damages: s 75.00 per calendar day, (56) Public Agency's Agent: Public Works Director (S7) Contract Prsa $46,777.00 (for unit price contracts: more or less, i acooraance witz anise quantities at unit bid prices.) (strike o parenthetical material if inapplicable., 2. SICIIAYULWS 4 ACZAOYLSDC!! Public Agenca, by: (President, Chairman Or Other to a ernon L. Cin uesignated Pepresantative) Public Works Director OUNMNXM Contractor,_ hereby also acknowledging awareness of and compliance with Labor Code S1861 concerning Wcrkers' Compensation Low. Sy: mcGu,RE AND WESTER (CORPORA= ucsignat o a capaeaty in the use ss sE••v l By. Af Desagna o iciaeau'CL `PI s mass iffit FRES! ENT S C dots to contractor (1) Execute ackXd 1'C4V-cnt fors bstow, .end (2) if a corpora- tion, affix Corporate Scat. state of California ) as. ACLUOULCOGUEAS (by Corporation, county of Alameda ) artocrsbip, or Individurl) The persons) signing above for Contractor, known to me in individual and business capacity as stateci, personally appeared before re today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: September 19. 1977 rye•_. r,a�r. Thomas E. Kenny 7:{L AL ork:lc`,',L.Vit:P,S: ;J THp;.th5 E. !: . :v '.3 votary Pu:�lic r(. .%_t - to-::-r rr-t:-�:��r�:•�- - - - - - - --- - - - - - - - - - - - - - - - - - - - (Page 1 of 4) (cc:-1; Rev. 11-76) Microfilmed with board ori Oa349 • f 3.• W01M CONTP1►CT, CIIAIIGES. ,a) By their signatures in Sects 2, effective on the above date, these parties prohslse and agree as set forth in this contract, incorporating by these references the material ('special terms") in Sec. 1. (b) Contractor shall, of his.own cost and expense, and in a workmanlike manner, fully and faithfully perform and co=plete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to performs the requirexnts of this contract, all strictl, in accordance with the Public Agency's plans, drawings and specifications. (c) The 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 See. 7 without such an order. •4. TIME: VOTICG TO PROCEED. Contractor shall start this work as directed in the speci- fications or the uoticc to Proceed; and shall complete it as specified in Sec. 1. -1 1111 MATED DAr1AGES. If the contractor fails to complete this contract and this work wlt:►1n t,a tlMe: Z lived therefor, allowance being made for contingencies as provided herein, he beccmes liable to tae Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec. 1, the result: n` the parties' reasonable endeavor to estimate fair average compersation therefor, for each calendar day's delay in finishing said h:orh; and if the szmc be not paid;=Public Agency may, in addition to its other rat ed�.ed;deduct"the same. from any aonccy due or to beco:,c•duc Cont:actor under this con- tract. - If the Public Agency for any. cause authorizes or dontrib_tes 'to a-delay, suspen- sion of wort; or extension of tine, its duration shall be added to the ti,= allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the ;►gency to danages 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 wort:, 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. G. IrI,zGIs%"jEV DOCt ,1E::r3. The plans, drawings and specifications or special provisions OIL ttte Public 4152acy s call for bids, and Contractor's accooted Sid for this work are hereby incorporated into rih>.s contract; and they are intenele�d to eo-operate, so that any- thing exhibited in the plans or drawings and not cantioncd in the speeificatiens 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 when taken all together; and differences of opinion concerning these s:-hdll 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 condi:ioas, and as ru.' compensation for all this work, the Public Agency shall pay the Contractor the sura 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 thhe first day of each calendar worth the Contractor shall submit to the Public ..gency a verified application for payment, supported by a statement showing all materials actually installed during the preceding mouth, the labor expended thereon, and the coat thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount deteraiced to be due, minus 10t thereof pursuant -to Govcrn:tant Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. G. PAY;-MITS WITHHELD. (a) The Public Agency or its agent shay withhold any payment, or because or ater alscovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Aguncy from loss because: of: (1) Defective wort: not remedied, or uncospletcd work, or (2) Clains filed or reasonable evidence indicating probable filing, or (3) Failure to proporly pay sulhcortractors or for material or labor, or (4) Reasonable doubt thhat the work can be corple t:d for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other titan damage due to delays. (b) The Public Agency shall use reasonable diligcnce to discover and report to the CO!ItracLor, as the work progresses, the materials and labor which are not satisfactory to it, so as Lo avoid unnecessary trouble or cost to t::e Contractor in makihhg good any defective worl: or parts. (c) 35 calendar days after the Public Agency files its noticx: of completion of the entire (Page 2 of 4) (1-;C-1; 1tcv, 12_76 00t%0 wo'r):, 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 claihss for labor and amterial.s have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the wort: or site, and provided there are not reasonable inuicr.tions of defective or missing work or of late-recorded notices of liens or clairs against Contractor. 9. INstiltn4eL. (Labor Code SS1860-61) on signing this contract, Contractor oust give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or, (2) a certificate of Norkers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and co=plies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. UOuuS. on signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials lu:reunder. 11. 'FAMURU TO'PE WORM 1f the Contraptor at any time 'refuses tr_.ngglgets,_ without .fault of the Pub is Agency or its agent(s), to suwily sufficient matcrjwLs or workmen to cepplete.-thi.s.agreement and work as provided herein, .for_a per{o3 of 10 days-or mho're after written notice thersoi by the Public Agchef, the Public Agency mal-furnish same and deduct the reasonable expenses thereof from the contract price. 12. LP-14S APPLY. General. Both parties recognize the applicability of various federal, state and loFa-1 lass and regulations, esl,ccially chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs... 1735, 1777.5, s 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 & 11313, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCOt1TPACTURS. Government Coda S54100-4113 are incorporated herein. 14. WACE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industria Re ations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) the Contractor, and all his subcontractors, must pay at least tisese 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 bu- paid at least tate wage scale established by collective bargaining agreement for such labor in the locality where such wort. is being performed. If it becomes neces- sary for the Contractor or any subcontractor to cuploy any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual worhurs as such) for which no nininuu nage rate is specified, the Contractor shall iwmediately notify the Public Agency which shall promptly determine the pTuvailing wage rate Userofor and furnish the Contractor with than minicmuia rate based thereon, which shall apply from the time of tine initial employs-hent of the person affected and during the continuance of such coployh:cnt. 15. 11ouPs 01, L1U01t. Eight hours of labor in one calendar day constitutes a legal day's work, and no a+or3a:an eriployed at any time on this wort_ by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except 43 proviecd in Labor Coda Sccs. MO-1315. 16. AP1'Cla:':ICES. Properly indentured apprentices may be ermloycd on this work in eccorduh:co with Labor Code Sccs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 11-76) 00351 17. PItLFEItEUCE FON. DL\Tr.1MhLSi. The Public Agency desires to promote the industries and economy o Matra Co.,taCounty, and the Contractor therefore promises to use the produgts, workman, lat+ozers and aw:chanics of tf►is County in every case where the price, fitness and" quality are equal. 18. ASSI.MUMNT. This agreaoant binds the heirs, successors, assigns, and representatives oftom'it- caztractor: but he cannot assign it in whole or in part, nor any manias due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. So T•:AIvEn BY PUBLIC ACE::CY. Inspection of the work and/or materials, or approval of wo.-• ant: or materia snspacted, or statement by any officer, agent or employes of the Public Agency indicating the work or any part thereof complies with the require=ants of thi.. contract, or acceptance of the whole or any part of said work and/or materials, cc paysients therefor, or any conbination of these acts, shall not relieve the contractor of his obligation to fulfill Leis contract as proscribed; not shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to co=ply with any of the terms and conditions hereof. 20. HOLD IIA?t:^...ESS t INL'E:2:ITY. (a) CnntraC;:or promises to and sh311 hold harmless and sthd•�:uhicy troy the liabiliaas as aefined in this- section. •(b} The i:nd^mnitees benefited and protected by. this promise are the Publ c.Agaacy and its elective and appointive boards, commissions, officars, agents and employee.. (e) The liabilities protected against are any liability or claim for damage of any kind allegedly su ered. incurred or threatened because of actions iefined below, iaaludinq personal injury, death, property damage, inverse condemnation, or any combination of those, regardless of aihether or not such liability, claim or damage was unforeseeable at 'any time before Lha Public Agency approved the improvement plan or aceaptod the improvements as cemplcted, and including the defense of any suit(s) or actions) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negl_yent) in connection .rite: a matters covered by this.eonttaet and attributable to the contrc:ctor, subcontractor(s), or any officer(s), agent(s) or employees) of one or Once of them. (e) Non-Conditions: The promise and agreement in this section is not coaditionad or dependent on whotter or not any Indeenitee has preparcti, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this- work, has insurance or other indivinifi.cation covering any of these uatters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCANe1TI01. Contractor shall comply with the provisions of Labor code sac. 6705, if app is -e y submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection freer the hazard of caving ground during trench excavation. (Page 4 of 4) (CC-1; Rev. 11-76) 00M PAYMENT BOND—PUBLIC WORKS Bond No. C- 6305886 PREMIUM INCLUDED IN PERFORMANCE BOND FIREMAN'S nwEMAN s Fun........ c.MPwryr THE AMEwIC411 IN5UNA11E COMPANY FUND NATIONAL SUPETY CONPN ASSOCIA TEO INDEMNITY CO—O.—O. .� AMERICAN AMEwICAryAUTOMO.III INS.WANCECOMPANY INSURANCE COMPANIES NONE OFFICE SAN FwANC,SCO.CALIFONNIA KNOW ALL MEN BY THESE PRESENTS: That we, MCGUIRE AND RESTER, A CALIFORNIA CIRPORATION as Principal, and FIREMAN'S FUND INSURANCE COMPANY ,incorporated under the laws of the State of CALIFORNIA and authorized to execute bonds and undertakings as sole surety,as Surety, are held and firmly bound unto any and all persons named in California Civil Code Section 3181 whose claim has not been paid by the contractor, company or corporation, in the aggregate total of TWENTY THREE THOUSAND THREE HUNDRED EIGHTY EIGHT AND 50/100ths - - - - - - - - - - , -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars,(i 23,388.50 - i. for the payment whereof, well and truly to be made, said Principal and Surely bind themselves,their heirs,administrators,successors and assigns, jointly and severally, firmly by these presents The Condition of the foregoing obligation is such that. whereas the above bounden Principal has entered into a contract,dated SEPTEMBER 19, , 19 77 with the CONTRA COSTA COUNTY to do the following work,to-wit: CONSISTS OF BASE FAILURE REPAIR,PLACEMENT OF PAVEMENT FABRIC, ASPHALT CONCRETE OVERLAY SHOULDER GRADING�AND �43 CH 71 OR ALC�RnANCE TIlI1H'THE PLANS,NDRANWINGS AVENUE IN THE HERCULES AREA,PROJELCTT N0. ANDS S��QQ S IFICATIONS,PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORD WITH h � tt!lr� Principal, contractor, person, company or corporation, or his or its sub cortraelor,fails to pay any claimant named in Section 3181 of the Civil Code of the State of California. or IorEOunts due under the Unemployment Insurance ode, with respect to work or labor performed by any such claimant, that, the Surety on this bond will pay the same, in an amount not exceeding the aggregate sum specified in this bond, and also, in case suit is brought upon this bond,a reasonable attorney's fee, hirh shall be awarded by the court to the prevailing party in said suit, said attorney's fee to be taxed as costs in said suit This bond shall inure to the benefit of any person named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assignees in any suit brought upon this bond his bond is executed and filed to comply with the provisions of the act of legislature of the State of California as designated in ivil Code,Sections 3237-3252 inclusive,and all amendments thereto. igned and Sealed this 19th day of SEPTEMBER ,19 77. McGUIRE AND RESTER . •:=iDE71Tiic2 PrinPrincipal IC' C Surety I J R.FIS - - - - - - Ata"Fact 360099-1-71 f DF CALffOfrhlA. � ss. NiYBf Alameda SEP 1 9 t9T7 telae me, ttte W&rjVwfe s NdWy pUMC in xd for stiff SW yesswih 30mod kn M to me to be tiro PffEStOENT ur`t:tctnt.asnt. tyyC -,' a of the Matra to-=to be the person I" s 7HaMA5 E.i:E.fNY the Corporation that executed the within htstrmaat, tlfaaitt acme/: _ 1pFARM PUOt.tG'Ct.LaUlt"'k ......J behi,1 .s �_•• G'lmf OF-�."+50A executed tint within 1119 .an bebeil OF the p1r c�mr its as tx'ke:.'u e to ane thtt such Cogwatien executed the$ame. Y11NO my W d red olfKaei scowl. No"rant a W Mir w� �KhmtifQplEpt—COtOotKioit-+#klLn iMa at--der.Sit _.- its of CALIFOBRUI 'Unty at AI.MEDA On SEpTE%ER 19, 1977 before me,a Notary Public in and for said County and State.residing tiepin.duty commissioned and sworn,personally appeared JM R. FISCHER -town to me to be Attorney-in-Fact of FIRENANt r S t?tTtiD 111ST CMWAIiY to:corporation described in and that executed the within and foregoingr instrument.mW known to me to be the person who executed the said instrument in behalf of the said corporation,and he duly acknawtedged to me that such corporation executed the-same IN WITNESS WHEREOF have herwntb av*4d41j_4=nY official SWL the,day TOM Al In r eereifimtr �r °05 V U!tcN t$ My Commission Exwes `w , r a>}. ;1S :r,.:rca,a cs ;r. b:. U NOtoay Vy r: C ` 00003541 • it/EMAN'S......S VRAN.EGONPANV Bond No. SC-095886 - � TM[AMERICAN INSV RANCL CO'APANY NATIONAL SURETY CORPO/AT,ON ASSOCIATLD INDEMNITY GO/PO/A��ON AMERICAN AVTOMO/ILE IMSYRAN.;E CONIANT PREMIUM: $281.00 ..,RAN,wrwcw MOM[OFFICE:SAN FRANG,3G0.CALIFORNIw FW WMAM BOND KNOW ALL MEN BY THESE PRESENTS: That we, KcGUJREr AND NESTER (A CALIFORNIA CORPORATION) (hereinafter rotted"IPHn ipal")as Principal,and—FI r3 FUND•INSURANCE COMPANY , a corporation organ- ized and existing under the laws of the State ofCALIFORNIA ,and authorized to transact business in the State O CALIF-OHNTA (hereinafter called"Surety"),as Surety,are held firmly bound unto ' CONTRA COSTA COUNTY (hereinafter called"Obligee'),as Obliges,in the penal sum of FORTY SIE THOUSAND SEVEN HUNDRED SEVENTY SEVEN AND NO/100ths - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars (s 46,777.00---), good and lawful money of the United States of America, for the payment of which,wen and truly to be made, we bind ourselves,our heirs,administrators,executors,successors,and assigns,icintly and severally,firmly by these presents. Signed, Sealed and Dated this 19th day of SEPTEMBER 19 77 - Whereas, the above bounden Principal has entered into a certain viritten contract with the above-named Obligee, dated the 19th day of SEPTEMBER ,19 77 far CONSISTS OF BASE FAILURE REPAIR, PLACEMEN! OF PAVEMENT FABRIC, ASPHALT CONCRETE OVERLAY, SHOULDER GRADING AND OTHER SUCH ITERS OR DETAILS AS REQUIRED,LOCATED ON SAN PASLO AVENUE IN THE HERCULES AREA, PROJECT N0. 0971-4367-926-77, ALL IN ACCORDARCE WITH THE PLANS, DRAWINGS AND SPECIAL PROVISIONS OR SPECIFICATIONS, PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORDANCE WITH THE ACCEPTED BID which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. PROPOSAL NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That ii the above bounden Principal shall well and truly keep, do and perform. each and every,all and singular, the matters and things in said contract set (Orth and specified to be by the said Principal kept,done and performed at the time and in the manner in said contract specified, and shall pay over, make good and reimburse to the above-named Obligee,all loss and damage which said Obligee may sustain by reason of failure or default on the part of said Principal, then this obligation shall be void; otherwise to be and remain in full force and effect. MCGUIRE AND HEST$R r Pr:^a.ct BY• /�/�"�✓� trREStC,!`;7 _FIREMW&FUND INS t ural By JOHR S ---- -Attornsy-in-Fact 360121-8-67 jl STATE OF CALIFOAMIA, I� COUNTY OF Alameda JN u. SEP '_ 9 1977 t8_� r •j before m, the wtdersigned, a Notary Public in and to said State, petmtmlly aMeN d t . . know to me to be the Of the ^ACGUIRE AND NESTER 40MAS E.KEN ti THOMAS E.KENNY the Corporation that executed the ttnlllhl ItaLtrt>atlt kttoem to ale to be the person woo. "TeRV PUGuc•cn :,am a ettecuted the within Intnitnent,of behalf of the Celpetatiell,therein new/;and adka f4 cooarr rf,.:.:•.:.,� ti to me that SUCK Cotpetetion executed tke sam f el)GMAtftlaD Frp;;EI.'.<..l,taaa yy. WITNESS my Wd and elBcid seal. Nstan FAk M.d 1w w statrT— ACMNGWIEDGNENT—CWWaliN—WOtwlts Eqe at—l".W tte otCALIFORKU unty at ALAMEDA { ss' SEPTEMBER 19. 1977 before me,a Notary Public in and for said County and State,residing .sin,duly commissioned and sworn,personally appeared JOHN R. FISCHER •swn to me to be Attorneyin•Faci of FIREMAN'S FUND INSURANCE COMPANY corporation described in and that executed the within and foregoing instrument and known to me to be the person who execute the said instrument in behalf of the said corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESSWit£REO tltflny oMkdal Beal. year ;f; �;� ROSE V.AGUILLEN :e ! Ya?Ant RG�_IC I;d�_iLRtlta My Commission Expiral� - Notary ,-_i :'>Cc*mitxaa FaCln;W.25.1377 360212-6.lf vV�� CERTIFICATE OF INSURANCE Contra Costa County County Administration Building 651 Pine Street Martinez, CA 94553 -":S IS TO CERTIFY as to the existeoze 0--' hereof,i1sLCrl:l4P, as of the date of execution :itFl Under,:riters a: Insurance Co®pames, as describe-J Name of Assured: McGui re and Hester Atidress of Assured:796 - 66th Avenue, Oakland, CA 94621 Location of Risk: Job #2120 - The work consists of base failure repair, place- ment of .pavement fabric, asphalt concrete overlay, shoulder grading and other such items or details as required, located on San Pablo Avenue in the Hercules area, Project No. 0971-4367-926-77 Kind of Insurance: Comprehensive General Liability and Automobile Liability including Contractual Liability and Completed Operations with Harbor Insurance Company Policy leo. 124318 period from January 1, 1977 to January 1, 1978 Limits: $500.,000 Combined Single Limit Bodily Injury and Property Damage By endorsement to policy #124318, Contra Costa County, its officers, employees and agents are named as additional insureds solely as respects the above listed job. It is r=reby understood and agreed that the certi=icate holder will be given 30 days written notice before any reduction of coverage or cancellation o-f this insurance is effective. /� ;� Oakland, California the s 9th aa;of s te�IbQf;�l�j77 SWE 8 CRAWFOP { )M ARGONAUT INSURANbc COMPANY :( HOME OFFICE:MENLO PARK,CALIFORNIA p ARGONAUT—WOWEST INSURANCE COMPANY CERTIFICATE HOME OFFICE:CHICAGO,ILLINOIS pf ❑ ARGONAUT—NORTHWEST INSURANCE COMPANY HOME OFFICE:BOISE,IDAHO INSURANCE ❑ ARGONAUT—SOUTHWEST INSURANCE COMPANY NOME OFFICE:METAIRIE.LOUISIANA This is to certify that the COMPANY designated oboes Iwo Issued to the named insured tM poTcyG).numerated belay,subject to all the fern,of such polkyw This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by such policy(%).In fhe evert of carry owerid change in or cancellation of the policy(s),the COMPANY will wake every effort to ratify the certificate Adder,but undertakes no responsibaw,of failure to do ee, CERTIFICATE HOLDER AND ADDRESS NAMED INSURED AND ADDRESS e Contra Costa County • McGuire and Hester County Administration Building 796 - 66th Ave. 651 Pine Street Oakland, CA 94621 Martinez, CA 94553 If certificate holder is a last V-, with►asg ,I to Pte daniha/Gum. how 0 POLICY NUMBER KIND OF INSURANCE AND CDVUAM LIMITS UNIATIOM t WORKMEN'S COMPENSATION Stathrtartr CCI 0-342-06869 , EMPLOYER'S LIABILITY f 2,000 meoe,.Id, 1/1/78 BODILY INJURY LIABILITY f ow eachpersen — EXCEPT AUTOMOBILE • f 000 eeeh aotldwo S 000 each aessarerhre f 000 prednhess PROPERTY DAMAGE LIABILITY f 000 seek occidere — EXCEPT AUTOMOBILE f ,wo ouch aonerenn f 000 o0weyen oeermtere s '000- 000 000w000 canhach,el BODILY INJURY LIABILITY f 000eedvDorgan — AUTOMOBILE • f 000 each erxiidw, >< 000 seek eealrrerhoe PROPERTY DAMAGE LIABILITY s 000 Deals accident — AUTOMOBILE • f .000009% oeelwrer+oe MEDICAL PAYMENTS — AUTOMOBILE I f each owes" PHYSICAL DAMAGE—AUTOMOBILE—ACTUAL CASH VALUE UNLESS OTHERWISE STATEO COMPREHENSIVE I f COLLISION OR UPSET a LES f dedlhcfibb FIRE AND THEFT s IF COMPREHENSIVE LIABILITY, CHECK HERE Description of Operations, Locations,or Autonhobiln Covered;or Additlewal CarewOn;a Spacial Condition. Job #2120 - The work consists of base failure repair, placement of pavement fabric, asphalt concrete overlay, shoulder grading and other such items or details as required% located on San Pablo Avenue in the Hercules area, Project 1 NO. 0971-4367-926-77 IT IS HERESY UNZDZFCTO,':) AN:) A03cE0 THAT THE CERTIFICATE S0L0_Z ( I_.1 DAYS t^:R{Ti EPI NOTIZF CcfOR=hF:'!REDUC. Ti0`i OF CO':'eFaCZ C'4 CANCELLATION OF THIS PRODUCER AND ADDRESS . R. C. FISCHER & CO. P. 0. Box 1293625� � Oakland, CA 94604 � � n� " wwasnoswr � scchdoe wcrnwv DATED AT Oakland, California oN September 9 Iq 77 f� r , In the Board of Supervisors of Contra Costo County, State of California September 6 , y 77 In the Moller of Approval of Agreement. for Frivate Improvements in minor Subdivision 245-75, Alamo Area. lE.EREAS, an agreement with !V,-IC California Company, a California Corporation, 34-B Alamo Square, Alamo, Ca 94507, for the installation and completion of private improvements in Minor Subdivision 245-75, Alamo area, has been presented to this Board; and WiEREAS said agreement is accompanied by Surety Bond No. 9043600 issued by Fidelity and Deposit Company of Maryland in the amount of 510,800 for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of said minor subdivision, plus Payment Bond in the amount of $5,400 reouired by Section. 56499.3(5) of the Subdivision Map Act. 11054, Ih_,P.EFORS, on the recommendation of the Director o= Building Inspection, I1 IS BY ;'FTE BOARD ORDERED that said agreement is AFFRG:CED and the Chairman is AUIHORIwD to execute same on behalf of the County. PASSED by the Board on September 6, 1977. 1 hereby certify that the foregoing is o true and cornet copy of an order ottNn'on the minutes of said Board of Supervisors on do date aforesaid. cc: T?dC California Company Wdnm my hand and dw sea#of the Board of Building Inspection (2) Supervnon affixed this 6th day of September . 19 77 J. R. OLSSON, Clerk kms" . usputy clerk Patricia A. Bell oou59 H-2.1 3/:6 15m - � .w.ows•�..C7e...lMIlelMs�� , CONTRA COM COUNTY DATE: August 31, 1977 TO: Board of Supervisors R. W. Giese, Director of Building Inspecti� i FROM: By: James A. Searfus, Grading WW t v f Minor Subdivision 246-76 ' SUBJECT: Agreement for Installation of Private f /"ments Area: Alamo Subdivider: HWC California Company, a Ca Corporatim 34-B Alamo Square Alamo, Ca 945M Attached is the Minor Subdivision Agreement which has been secured by Fidelity and Deposit Company of Maryland Surety Bond No. 9043600 in the amount of $10,800 for the full amount of the costs for completion of the improvements re- quired by the Board of Adjustment in approval of said minor .subdivision, plus Payment Bond in the amount of $5,400 required by,. Section 66499.3(b) of the Subdivision Map Act. The agreement form has been approved by the County Counsel's office and the estimates have been approved by this office. It is reco®ended the agreement be approved and executed. JAS:dm attachment ' CEI VED QItilG3/ of a A of V.I. L E D `� Bor_�Io. 9043600 Premium for this Bond is .$194.00 rtP ? W7 IMPROVEMENT SECURITY BOND 'J. R. OLSSON FOR SUBDIVISION AGREEMENT RK BOARDOF SUPERVISORS TRAOS]�►CO. (Performance, Guarantee, and Payment) (Calif. Government Code 5666499-66499.10) 1. OBLIGATION. F6C CALIKIWA MANY A C LIF011 A WNICRATUIN , as Principal, and Fie _ Deposit Company of Marland , a corporation organized and existing under the laws of the State o Maryland and authorized to transact surety. business in California, asSurety, hereby Jointly and severally bind ourselves,- our heirs, executors, administrators, successors, and assigns to the-County of Contra Costa, California, to pay. it: (A. Performance 6 Guarantee)Ten ti uaatd hundred and no/100 Dollars or Itself or any city-assignee under the below-county subdiv -ion aggrreeement, plus---- (B. lus(B. Payment) Five thousand four hundred and no/100 Dollars A$ 5,400.00. to secure the claims to which reference is made in Title 15 commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia.- 2. alifor- nia.2. RECITAL OF SUBDIVISION AGREEMENT. The Principal has executed an agreement with the County to install and pay for street, drainage, and . other improvements in Subdivision Number NS 246-76 , as specified in the Subdivision Agreement, and to complete said work within the time specified for completion in the Subdivision Agreement, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the Final Map or Parcel Map for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Section 1.(A) above is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein provided, on his or -its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true- intent and meanine,, and shall indemnify and save harmless the County of. Contra Costa (or city assignee), its officers, agents and employees, as therein stipulated, then this obligation.shall become null and void; otherwise it shall be and remain in full force and effect. . As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation,_ all to be taxed as costs and included in any Judgment rendered. B. The condition of this obligation as to Section 1.(B) above . is such that said Principal and the underzigned as corporate surety are held firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, materialmen and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished or labor thereon of any kind, -1- m 'I with board oder amounts due under the Unemployment Insurance Act with-respect to such work or labor, that. said surety will pay the same in an amount not - exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the. face .amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such-obligation, to he awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) • of Part 4 of Division 3 of the Civil Code, so as to give a right of,,- - action to them or their assigns in any- suit brought upon this bond. . . : Should the condition of this bond be fully performed then this •obligation shall become null and void, otherwise it shall be and remain In full force and effect. C. No alteration of said subdivision agreement or any plar. or specification of said work agreed to by the Principal and the County shall- relieve any 'Surety from liability on this bond; and con- sent is.hereby given to make such alterations without further notice to or consent by Surety;. and the Surety hereby waives the provisions of Calif. Civil Code..§2819, and holds itself bound without regard to .and Independently of any action 'against. Principa-1 whenever taken. SIGNED AND SEALS on August 31, .1977 PRINCIPAL �'�l SURETY . Mc Y, A CORPORATION F" i • s ' i s * e s e. e_ iWPM Plovel-V N e e State of• California )ss. (ACKNOWLEDGMENT BY SURETY) County of Alameda ). On 'August 31. 1977 , the person(t) whose name(s) 'is/smcsigned above for Surety and who is/aM known to me to be .Attorr.:y6&)-in-Fact for this Corporate Surety, personally appeared before me and acknowledged' to me thajt he signed the name of the Corporation as Surety and his/ their own names) as its Attorney(s)-in-Fact. (NOTARIAL SEAL) L. M, Qtano Wq�y Public for County and State (Rev. 2/76) LD-iS EBH•bw -2- OOW�G O�cuL-6ZAL e L. M. CATANO _ NOTARY PUSUC- C LWORMA :-zi 1 :OJNTV OF AIA24M - Ly \ SE? 7 1977, �cam aMK MINUTES OF SPECIAL MEETING OF THE M W BOARD OF DIRECTORS OF RWC CALIFORNIA COMPAXY A Special Meeting of the Board of Directors of RWC CALIFORNIA COMPANY was held at 4:30 o'clock P. M. on March 1, , 1977 at the corporate office located 34B Alamo Square, Alamo, California; all Directors have executed these Minutes as a Waiver of Notice of said meeting, and an approval hereof. Present were the following: ROBERT W. CARP_A1U - President, Director and Chairman of the Board WAYNE HAWKINS - Vice President THOMAS VAN VOORHIS - Secretary, Director ROBERT W. CARRAU advised that it would be in the best in- terest of the corporation to indicate by Resolution that the President of this corporation is authorized to convey and transfer title and other interests in and to real property on behalf of the corporation, and that in addition to the authority of the President to so convey and transfer interests that WAYNE HAWKINS, as Vice President, and THOMAS VAN VOORHIS, as Secret- ary, be likewise empowered to jointly transfer title and other .Lnterest' in real property on behalf of said corporation. .. On Motion duly made and unanimously approved, it was RESOLVED, that the President of this corporation acting by himself, or WAYNE HAirKINS, as Vice President, and THO_•fAS VAST VOORHIS, as Secretary, actinq -interest are empowered to transfer title to and other interest in real property-on behalf of the corporation. There being no further business to core before the meeting, s siwv 'I with rho n 9 i oer Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND How o�fm.atm Mo. KNow ALL Mme By Tm.sF PRESF\Ts:'Pltat the FIDELITY AND DEPOSIT Co)t1..N\OF MAeYLAMD,a Lurpora- tion of the State of Maryland,by C. H. Fr M, JR. . 'ice-President,and C. W. ROBBIRIS Assistant Secretary,in pursuance of authority gnnted by Article VI,Section 2,of the By-Laws of said Com- pany,which reads as follows: "The Presideut,or any one of the Executive Vice-Presidents,nr any one of the additknud Vice-Presidents specially authorized sa to do by the Board of*Directors cw by the Executive Committee,shall have power,by and with the concurreuce of the Sce- roary or any one of the Assistant Secretaries,to appoint Resident Vicc-Preaidcuts,Resident Assistant Secretories avid Atturncys- in-Fact as the business of the Company may require,or to authorize any person or persons to execute via behalf of the Company any bonds,undertakings.reeognizinceas,stipulations,policies,contracts,agreements.deeds,and rebase.:and assignments of judgments, decree-,mortgages and instruments in the nature of mortgages,and also all other instruments and documents which the business of the Company may requ'ue,and to affix the seal of the Company thereto." does hereby nominate.constitute and nppoint Donald R. Hernbroth of Oaklands California. rue an la%vful agent and Attorney-in-Fact, to make,execute,seal and deliver, for,arid on its behalf as surety,and as its act and deed: any and all bonds and Undertakings, each in a penalty not to exceed the sam of WO HH@MMM THOUSAND DOLLARS (5200,000)............. 2110 to execution of such bonds or undertakings in pursuance of these presents.shall be as binding upon said Company,as fully and amply,to all intents and purposes,as if they had been duly executed anti acknowledged by the regularly elected officers of the Company at its office in Baltimore,Md.,in their own proper persons. The said A-sistant Secretary does hereby certify that the aforegoing is a trae copy of Artielc VI.Section 2,of the By-Laws of said Company,and is now in force. N WiTNEss W-nEAEOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COIIPAXV of IAttvt.nfe). this ....................15 _.._.... .___-_day A.D. 19-76.-. ATTrST: FIDELITY AND DEPOSIT COMPANY OF AIARY]UND (SSG\EU) _. C. W. ROBBUS $y__.._.._........_. _.... _�...k�... ri;0 ...JAR. (SF-L) Assisletll Secrelar Vice-President STATE OF RIAIZVLAND I u- _ CITY OF BALTi IIOttE f On this 15th day of January , A.U. 19 76 before the subscriber,a Notary Public of the State of hfaryland,in and for the City of Baltimore,duly commissioned and qualified,rime the above-named Vice-President and Assistant Secretary of the FIDELIT►AND DEPosiT Couni xv of 111 ARYL"-D,to alersonally1nown to lie the irdividuals and officers described in and-%Ao executed the preceding instrument,and they each acknowledged the execution of the sail;.,and being by me duly swum, severally and each for himsell deposeth and-aith,that they are the said officers of the Company aforesaid,and that the teat affixed to the preceding instrument is the Corporate Seat of said Company,and that the said Corporate Seal and their signatures as such off cors were duly affixed and subscribed to the said instrument by the authority and direction of the t,aid Corporation. Is Tn%ttmosv WnEaEOF.1 have hereunto set my hand and affixed my Official Se;;l;at the City of HAtimorc,the'day and year first above written. (SSC\ED� ...------•----..___.»_..___.:..._.._.._.__.�r.Ir�`�A._�.__.�LItS_ (Sr AL) Notary Public Commission Fxpires..lL9_'YA,....1978 CERTIFICATE 1,the undersigned,els-(Want Sol retarV of the FIDELITY MID I)Lrosr COMPA%Y OF NlARSLAND,do hereby certify that the original 1'uwer ref Attorney of which the furel;oirg i;a full,true and correct copy,is in full force and effect oak the date of this certificate;and I do fur:l:er certify that the Vice-Pre-ideat who exccated the-aid Power of Attorney wan m:e of the additional Vico-Prcaidents_yhe- eially authorized by the Bold of Director-to appoint any Attorney-in-Fact as provided in Article VI,Seetivn'_of the Uy-laws of the PivrLITY AND 1)1i1'O3IT COMPANY OF MAXIT.ANn. TLio Cerlificatt•may be t.-IGnrd by Lhc*imiL urvlrr asral by a1/11uxi[s td 11w fFlLiai:F mukilYln of the hoard of r):rccoOrs of:he h11'Ll.11 V AND DICT•1I COMPANY OF MAXYLASn At a rnettiur duly Castled and held oar the 161h day of July,3969. krsoLeru: "'That the facsimile or mechanically repruduced signature of any A-aistant Secretary of the Comp•my,whether mad:heretofore or hereafter,wherever appe-ring upon a certified copy of any poser of attorney'L-1;cd by the Conils:aoy,shall be valid and binding upon the Company with the same snore and effect as though manually a xe IN TFsTIniosy \1'nkakor, I have bercnnto subscribed nay came and affixed the corporate seal of th� y, this 31st da ut.� b' t t9.Z7_ t amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay the same in -an amount not _ - exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing; such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the ,judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and ali persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082)• of Part 4 of Division 3 of the Civil Code, so as to give a right o: . action to them or their assigns in any suit brought upon this bond. . Should the condition of this bond be fully performed then this ,obligation shall become null and void, otherwise it shall be and remain in full force and effect. C. No alteration of said subdivision agreement or any plan or specification of said work agreed to by the Principal and the County shall relieve any "Surety from liability on this bond; and con- sent is,hereby given to make such alterations without further notice to or consent by Surety;. and the Surety hereby waives the provisions of Calif. Civil Code 52819, and holds itself bound without regard to and independently of any action against Principal whenever taken. - SIGNED AND SEALED on August 31, .1977 PRINCIPAL SURETY . 1 �&OWACORPORATION F' of nd s * rMqerjs • �c ■ ■ r ; s ► oVei-iz- aril ;� ■ State of .California )ss. (ACKNOWLEDGMENT BY SURETY) County of Alameda ) On 'August 31, 1977 the person(s) whose"name(s) is/ate signed above for Surety and who is/aM known to me to be Attorney(j)-in-Fact for this Corporate Surety, personally Appeared before me and acknowledged to me that he signed the name of the Corporation as Surety and his/ their own name Zs) as it's Attorneys)-in-Fact. (NOTARIAL SEAL) L. M, Qtano Nprary Public for County and State (Rev. 2/0) LD-is EBH•bw -2 agar. L. FA.CATANOUUM �+ � nptaa.ru�Lic•c�u�amu _ .:urnr oc aLAMtL1A . �'L t,raWien Lq:m.prM T,ft7f S Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND NOME OWE 9ALTUA0111E.MM K%ow ALL MEN ICY Tinisr PRESENTS:TI►at the FIDELITY AND DEPOSIT COWANY OF MARYLAND,a corpora- tion of the State of Maryland,by C. Ii. FECOT, JR. ,Vice-President,and C. W. ROBBUS Assistant Secretary,in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Com- pany,which reads as follows: "The President,or any cite of the Executive Via-Presidents,or.any one of the additional Vita-Presidents specially authorized so to do by the Board o[ Directors or by the Executive Committee,shall have puwer,by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents,Resident Assistant Secretaries and Attorneys- in-Fact as the business of the Company tray require,or to authorise any persa-t or persons toexeeute oa behalf of the Company any bonds,undertakings,recognizances,stipulations,policies,contracts,aregiments,deeds,and ntleases and assignments of iudgments, decrees,mortgages and instruments in the nature of mortgages,and abo all other instruments and documents which the business of the Company may require,and to affix the seal of the Company thereto." does hereby nominate,constitute and appoint Donald R. Hernbroth of Oakland, Californi ftr1rue an lawful agent and Attorney-in-Fact, to make,execute,seal and deliver, for,and on its Lelialf as surety,and as its act and deed: any and all bonds and undertakings, each in a penalty not to exceed the sum of TWO HUMMM THOUSAND DOLLARS 4200,000)............. And Me-execution A such bonds or undertakings in pursuance of these presents,shall be as binding upon said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore,Md.,in their own proper persons. The said Assistant Secretary does hereby certify that the aforegaing is a true copy of Article VI.Section 2.of the By-Laws of said Company,and is now in force. IN WiTNESs WnEltEolr, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT CompA.YY o1+X,4RYt.AND,this l.5th.._......___-_._.---day o[___.____.__tTAn4ta7CX----___.__......A.D. 19.76_. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SIGNED) C. Y. ROHBIZ]S By...._---._-__--- SEAL Assistant Secrdar Ytu-Resident STATE OF MARYLAND l Q: CITY OF BALTimoRE J On this 15th day of Ja=luary ,A.D. 19 76before the ser,a Notary Public of the State Maryland,in and for the City of Baltimore,duly commissioned and qualified. Wnn� d came the abimn"a ecd Via-Prisiden,t and Assistant Secretan-of the FtoFuiv AND DEPosa CourAxy of MAaYLAND,to atonally kmwa lobe the individushand al6casdescribed in and teho executed the preceding instrument.and they each aekteowle eu I the awcution of the snare,and btu by tae duly swore severally and each for himself depateth and saith,that they ate the said officers of the Company aforesaid,and that the seal a" to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and dirediou d the arid Corporation. IN TMIMONT WHEREOF,l have hereunto set my hand and affixed my Official Seal,at the City of Baltimore,the day and year first above written. (SIG-ZED) (SEAL) Notary Public Commission Expires.1112Y._1a_197.$ CERTIFICATE 1,the undersigned_Assistant Secretary of the FIDEUTV AND DLmstr COMPANY OF INIARYLAND,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate;and I do further certify that the Vice-Pre ident who executed the said Power of Attorney was one of the additional Vice-Presidents spe- cially authorired by the hoard of Directorcto appoint any Attorney-in-Fact as provided in Article VI,Section 2 of the Ply-Latus of the FtnrLrrY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be t.igntA by facsimile under and by authority of the folLrwinq resolution of the Board of Directors of the I.11A.1.11V AXD DP_POSIT COMPANY OF MARVLAXn at a nireting duly Gilled and held on the Kith(lay of July,1969. RrsoLveD: "Thot the facsimile or mechanically reproduced signature of any As.%istant Secretary of the Company,whether made heretofore or hereafter,wbctever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TFsnucivy Wu E: EoF, I have hereunto subscribed my name and affixed the corporate seal of the said CcAopan this 31st _&y j_ Auggst :9Z7_ A 1.1111011 SUDDIVI ID11 AGRE1:L111 T (51) 1 inor Subdivision: N5 246-76 (51) Subdivider: XC CAI.IFDIGVIACO!>PW, (Private Improvements) A CkJF[Y IA CORPORATION 34-B Alamo Square, (51) Effective Date: Alamo (52) Completion Period: one .ear (53) Deoosit: (faithful pert.)S 10,800.00 5,40D.00 1. Parties & Date. Effective on the above date, the County of Contra Costa, California, hereinafter called "Count. ", and the above- named Subdivider, mutually promise and agree as follora concerning this subdivision: 2. imnroVements. 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 nap improvement plan of this subdivision on file in the County's Building Inspection . Department. . Subdivider shall complete this work and improver:.ents (hereinafter called "work" ,:ithin the above completion period from date hereof as required- by Section 922-4.808 of the County Ordinance Code,'in a good workmanlike r..anner, in accordance with accepted construction practices and in a manner equal or superior to tpe requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the imaroveaent plan and the County Ordinance Code, the stricter requirements shall goverh. 3• Improvement Security. Upon executing this agreement, Subdivider shall, in accordance with Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security with the County at least the above- specified amount, which is the total estimated cost of the work, in the for:► of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing_ his faithful perfor mance of this agreement. 4. Indemnity. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A - The indermitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, ar.ents and employees; B - The liabilities protected against are any liability or clais for damage of any kind allegedly suffered, incurred or threatened because of actions defined below , and including personal injury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any tire before the County approved the parcel r-ap improvement plan or accepted the improvements-as coraleted, and including'the defense of any suit(s), action(s) or other proceedings) concerning these; C - The actions causing liability are any act or omission (negli- gent or non-negligent) in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of them..; D - Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other Indemnification covering any of these matters, or that the alleged damage resulted partly fron any negligent or willful misconduct of any Indemnitee. 5. Costs. Subdivider shall pay when due all the costs of the work, tnc].c!dingr in?pections thereof and relocating existing utilities required thereby. 6, iloi,nerforr;ance and Conti. If Subdivider fails to comnlete the horL ti:ithin the time specified in this agree::ent or e::tensions grunted, County may proceed to complete then by contract -I- Mcrofilmed with board ordWx7 or otherwise, and Subdivider shall pay the costs and charges there- for imr.:ediately' upon demand. If County sues to compel performance of this agreement or recover the cost of completing the improvenents, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 7AssiCnnent. 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 asreement 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 wort: and/or r..aterials 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 darages arising from the failure to comply with any of the terms and conditions hereof. 10. Record Map. In consideration hereof, County shall accept,sai,4 parce]/na for ung with the County Recorder. n'rr, , CO�'iT F .t ,` C057 -SUBDIVIDER: (see note below) '. Chairman, Board of p isors ATTEST: J. R. OLSSOII, County Clerk & ex officio Clerk of the Board Designate official capacity in the business) Robert V1. Carsau, Pres d*+* B�6 f It L Note to Subdivider: (1) Execute Deputy achnotiiledgment form below:; and S-r' 7 X977 (2) If a corporation, attach a certified copy of (a) the by-laws J.R.OLSSON or (b) the resolution of the C� o1'w�oMOM Berard of.Directors, authorizing i -RA execution of this contract and of the bonds required hereby. i i i i i i i i f i i i i i i i i i i i i i i i i i f i i i i i i i i State of Ck-lif9prn:La ) (Acknowledgment by Corporation. County of CWr9 CoWq ) ss. Partnership or Individual) On 29/977 , the person(s) whose name(s) is/are sinned above for Su_bdi•aider and who is known to me-to be the individ- ual and officer or partner as stated above uho signed this instrument, and acl;not:ledred to me that he executed it and that the corporation or partnership named above executed it. t•. OFFICIAL&�.FAL IIF�l�T�OCNMAN ��•e �NOS.Yr rLMC•-WffpMly •.) M.KWAL unlcc in MMIM& cosy coven My.Commf..1,N (yp,— am a. am Notary Public for said County and State (Four rpi-rove sel 11/76) (CCC Std. Form; Rev.- 12/74) MJB:bw -2- Microfilmed vAth boo(0 In the Board of Supervisors of Contra Costa County, State of Califomia September 6 .19 77 In the Molter of Rejecting Bids for the Park Avenue Bridge Improvements Project, Richmond Area. Project No. 1065-44137665-77 Bids for the Park Avenue Bridge Improvements Project, Richmond area, were received and opened In the office of the Public Works Director on Thursday, August 25, 1977: and The Public Works Director recommended, inasmuch as the low bid of $38,696 (submitted by William A. Smith)was $8,696 (29 percent) higher than the Engineer's estimate, that the bid be rejected. IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on September 6, 1977. I hereby certify that the foregoing is a true and correct copy of an order catered on the minutes of said Board of Supervisors an the date aforesaid. Wdneu my hand and the Sial of the Board of Originator: Public Works Department Supervisors Road Design Division affixed thk6th day of September 1977 cc: Public Works Director County Auditor-Controller J. R. OLSSON, Clerk Contractor By //./�e- , Deputy Clerk N. Pous H-24 3/76 15m 00M IN THE DOARD 07 SU?L+Ci17150!%a— or 7150!IJor CONTRA COSTA COU2;TY, STATE OF CALIFORNIA In the Matter of Auarding Contract ) for Veterans Memorial Hall Remodel, ) Septeaber 6, 1977 Danville. ) Work Order No. 5480-927 } ) Bidder Total. Ansount3ond Arrotatts Valente & Delch+ni $80,086.00 P. O. BOK 1047 Base Sid Labor Mats. $40,043.00 CA 94553 "ay Faith. Peeri.. $80,086.00. MarFine� .. . John D. Wilson Construction 3430 Mt. Diablo Blvd. Lafayette, CA 94549 Kirkham, Chaon & Kirkham, Inc. 2750 Camino Diable Walnut Creek, CA 94596 W. A. 'aromas Cmpany 3717 Mt. Diablo Blvd., Suite 110 ref yette, CA 94549 Red Feather Construction 27631 Industrial Blvd. Hayward, CA 94545 The above-captioned aro fact -end the spt cificatio:,s' therefor `uainE; approved, bids being duly invited and received, t-he Public Works Director rcct'xion undine, thn-t the bid listed f i;•s;. above is the lowest _•esnonsible bid and this Hoard concurring and so finding; IT IS CRDERM that the contract for the furnishing of labor and materials for said work is awardod to said first listed bidder at the listed amount and at the unit prises submitted in :;aid bid; and that said contractor shall iresent two good end sufficient surety bonds as indiented above; and that the Public Works Department shall prepare the co;ttract therefor. IT IS FURTHM ORDMLD that, after the contractor has signed the conti-not and rcturnbd ,it together with bonds as noted above and any required certificates of insurance, and the County Counsel ha, reviewed and approved them as to fore, the Public Works Director is authorized to sign the contract for this Board. IT IS r013THME ORDMED that, upon signature of the contract by the Public Work-s Director, the bonds post•ad by i:hc other bidders are to be exonerated and any checks submitted for security shall be raturned. PASO-00 by the. Board on 9- 1977 cia;-r 11i'l) COPD Originator: Public 19orks !)apartment IN'. mat :l.t.: I,::a,un. : ,& mrr,o; cn y or Road Design Division u.. ":I::ir..l a...:cr.,,•u: �!:(. .f:! ht•!. ,:rS lh..1t a:s ..c> •.! h ..i,�;.tr. In :h.- I:n:.rd aoC 1L:a•:•n r.ura of ('au:!,.c !'o:G:C. !'!�•. !'r'i. Wk. r i:..a• rho•..a..1't'YI:.< J. 015st1%G Ci,. .:•va-ufi tele Clc:s u:s:.IS I:vsae a:i,�;.c:s:aot, cc: Public Works Director County Auditor-Controller /�C'uo �, SEP 6 1977 Contractor 003'70 CONTRACT - i (Construction Agreement) F I LEE v .9„ (Contra Costa County Standard form) S E P 3 i;/; - I. S.?, CIAL _'ERU.S. These special terms are incorporated below by referent J. R. OLSSCN C1_cRK BOARD OP SUPERVISORS (§52,3) Partiea: [Public !Agency] Ig CONTRA COSTA CO. ' Valente 3 Delchini [Contractor] P- 0. Box 1047, Martinez, Ca. 94553 Complete legal name (52) Effective Date: Sept. 6, 1977 [see 54 for starting date.) (53) The work: Veterans Memorial Hall- Remodel, 120 Hartz Ave., Danville, Work order No. 5480-0927, Base Bid Only, all in accordance with plans and specifications, prepared by or for the Public Works Director and in accordance with the accepted bid proposal. (§4) Completion gine: [strike out (a) or (b) and "calendar" or "working") (Wxxl(Ia x*ft 0& (b) Within 150 calendar/working days from starting date. 65) Liquidated Damages: S 75.00 per calendar day. (§ti) Public Agency's Agent: Puh1ir Workc niractnr- Vprnnn I C1ina (57) Contract Price: $ 80 086.00 (for unit price contracts: more or less, in accordance withinis..ad quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] 1. S.GIiATURES C ACKV011LEDG1:EVY. Public AoencX. By: 4 j. fiv, (President, Chairman Or Other Vernon L. Cline Designated Representative) Public Works Director (�) Contractor, hereby also&acnowledgr g awayess of and compliance with Labor Code n/inq Wor ers' Compensation Law. By: `G.� (CORPORATE De ate ictal capacity in the usiness SEAL) i By: Designate official capacity in the usiness Mote to Contrao tor (I) Execute acknowledgment form below, and (2) if a corpora- tion, affix Corporate Scat. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) Ai KdOWLEDGMENT (by Corporation, County of CONTRA COSTA ) 53. Partnership-or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: _ 1;PptFmhPr 19- 1977 ./, '� w�r'->✓ [NOTARIAL NAUCY L".UNIES Notary Public pFP7c7aL"TA1 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ FORi•1 APPR011 e-,CouWeYQdo4nQ4ltiES ;1 OV3�1 NOTARY PUB!IC•CALIFORNIA, l f Prir cipal Ct;ite i0 a^titre C- C MY (Page 1 of 4) I My Commission Egires Loq 19.1980 __ 3. CHANGES. (: By their siUnatures in Sectic effective on the aLove date, ,.:.ase parties promise ane agree as set forth in this contract, incorporating by these references the material ("special terms") in Sec. 1. (b) Contrd:tor shall, at his own cost and e:;pense, and in a workmanlike manor, fully ane: faithfully perform and complete the work; and will furnish all materials, tabor, services and transportation necessary, convenient anu proper in order fairly to perform the requirements of this contract, all strictl,.- in accordance with the Public Agency's plans, drawings and specifications. (c) 'lige 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. 4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the I.otice to Proceed: and shall complete it as specified in Sec. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this 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 agrees: that Contractor will pay as liquidated damages to the Public Agency the reasonable sum 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 wort: or extension of tine, 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 Sed.. 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 existiny utility facilities. 6. IN TEG2>TED DOCUI•EiUS. The plans, drawings and specifications or special provisions o t e Public Agency s call for bids, and Contractor's accepted bid for this work are hereby incorporated into tais contract; and they are intenaed to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if e::hibited, mentioned and set fortis in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in See. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, ZZ 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 fox finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due, minus 101 thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. 8. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullifv all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because ef: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance the;i unpaid:, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satis it, so as to avoid unnecessary trouble or cost to the Contractor in making goody 21 defective wor); or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire it snall issue a certifi. -e to the Contractor and pay ti. lalance of the contract prig after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have Leen paid, no claims :lave been nresented to the Public Agency based on acts or omissions of the Contractor, and ao lies or withhold notices have been filen against the wort: or site, and provided there are not reasonable inuications of defective or missing work or of late-recorded notices of liens or clains against Contractor. 9. I'NSLICUICL. (Labor Code 951860-61) On signing this contract, Contractor must give Public regency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. souixi. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILLRE TO PL'RFUPJI. If the Contractor at any time refuses or neglects, without fault os the Public Agency or its agent(s), to supply sufficient materials or workmen to ccmplete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, Lite Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. I.MIS APPLY. general. Both parties recognize the applicability of various federal, state and lFc—a-3 lairs and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 172U, and including Secs.. 1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate tliat the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 s 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 554100-4113 are incorporated herein. 14. ORGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Re ations 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 ars 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 titan that number of hours are worked, the daily wage race is proportionately reduced, but the hourly rate remains as stated. (c) the Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality cohere such wort: is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, ashainistrative, clerical or other non-manual workers as such) for which no minimi 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 mini:aum rate based thereon, which small apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. 1iOURS OF _T413UR. Light hours of labor in one calendar day constitutes a legal day's work, and no wort:::an employed at any tine on this wort: by the Contractor or by any sub- contractor shall be required or permitted to war]: longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRLZ.—jIC%S. Properly indentured apprentices may be employed on this work '1003/3 accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (J(� (Page 3 of 4) (CC-1; Rev. 11-76) 17. PHLFLUENCE FOR HATERIAL: � the Public Agency desires to !mote the industries dad econony of Contra Costa County, and tiie Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality arc equal. 18. ASSIGII:IL;IT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. ::D WAI IZ BY PUBLIC AGI:::CY. Inspection of the work and/or materials, or approval of work and/or materials Mpecte , 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 IiAM!LLSS s I1,1=12IITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its electives appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su'�ered,incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or csdssion (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 employce(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indennitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these natters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code sec. 6705, if app is e, Sy-submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 003'74 (Page 4 of 4) *� y ` -"' +..f §"'' z ; - E � t l�E•'Y t�- .'`�°�'ki'`;�"roil `r 'Y'•�M,r,,.. F--"`� -� -. =0'0 k+rft.i Krueger Insurance, Inc. COMPANIES AFFORDING COVERACES P. 0. Box 5607 r1.Y Concord, CA 94524 LE ^ER Hartford Accident& Indemnity Co. ^'"0.•FANY - ET EA. NAME AND 'd:ORC=C-C"- :•;1.UPED Valente & Delchini, a Joint Venture 4029 Valente Drive COMPANY Lafayette, CA 94549 LETTER D CCw.PFHr E LETTER i.. This is to certity that policies of insurance listed below have been issued to the insured named above and are in force at this time. co•sr ;;r PGucY Limits ofLiability in Thcusan s( ) Lf.TTCn T°PE OT iNSURA;;pE POLICY NUMBER EXP'r-T:CN DATE EACH I AGGREGATE -•1_•. OCCURRENCE GENERAL LIABILITY 60i�ILY INJURY 5 f ®COMPREHENSIL'C FORM A PRCL7ISES-0PERAT.ONS PROPERTv UA'.IAGE S f i❑E%PLOS:ON AND COLLAPSE i -HAZARD 3 ❑UNDERGROUND HAZARD t FRCDUCTS•'COMPLETED 57C 238169 5/21/78 11��''II orer�icNs r+aZAaD FDDic+t�:.uFrAND f fyI�JCONTP-CTUA:• INSt;PNCE ppr-: ER;YL,nraAGE ; 1500 5500 -- ,r�`►'.3j ptr�i A[. FORM PPC•PE;:tY CO".'9,AED f �LJ It; D1PL.�ENT C07JRACTOPS1 - riR50NA1 INJJBN I rESpC>:• 1 I AUTOMOBILE LIABILITY FOD4Y INJU'y S (EACH PERSO11 ❑�'--77 COL•PBENENSYE FOR, ROUiLS INJURY Oe,T.CC (EACH 0CCURRENCE1 O N•RE L' ' PROPERTY DAtpAGE 5 NPN. 9001Lv INJURY AND PROPERTY DAL'AGE co+PI+EO EXCESS LIABiLITY {(} 1 @0011 Y:';JURY AND UL'9R^.LLA FORM l i FROPERTS DAMAGE OTNEF'THAN US_BRELLA. CO roPL' L7ZwLD cc :N'CRY.ERS'COM1IPEKSA T ION STATUTORY and ( i.7 EMPLOYERS'UASILiT1' xxt= BY effliorsawnt to PolicyNo. 9 pub agency as shoilln on contract, < is officers, employees;and agents are nawd as additional ins u .solely as respects the job 71 iescribed in this certificate. 'XA�P�ID>�G! pATirp,c r^„A•.n <.(.,..r CS •:-....:� _ Brans 16;m i Ha`►1 i6odel, 120 Hartz Avenue, Danville, CA ? . Order 15480-0927 1 Cancellation: Shou” of lhr zoo < c te':r bed po:,c ar.ce:;ec Leer: '.�e e.p'ra:!er, oa:e ihereO`.ice COr-1- &a"Z-F. I p y vo!.Xxxxxxxxx rn..t, �d .r„C:r r•,ct.ce iio the b2.G•.+ named er, .Cote `)O1C=_rxZx=ZxZXZ 1 X2 Z-X-Zxzxzxzxzxzx xZxtxzX2K2Xz*zx,fkiizX2xZXZXiXtkzX2XZX2xZX' 1 County Administration Building DATE L55:I 9/22/77 651 Pine Street 003 �. Martinez, CA 94553 RUTH RIZED PEPRLSENTAT1 .t rJi COMPENSATION P.O.80X 807.SAN FRANCISCO.CALIFORNIA 34101 IN 5 U R ANC E FUND CERTIFICATE OF WORKERS'COMPENSATION INSURANCE September 19, 1977 Bldg. Project Division Contra Costa County Public works Dept. Rm 107, Courthouse Martinez, Ca. 94553 This is to certify that we have issued a valid Workers'Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. (30) This policy is not subject to cancellation by the Fund except upon days'advance written notice to the employer. (30) We will also give you75[*days'advance notice should this policy be cancelled prior to its normal expiration Contra Costa Co. is named as additional insured 244-76 Unit 223 (10-1-76/10-1-77) employer but only as respects employees of 244-77 Unit 223 (10-1-77/10-1-78) Valente Hammes inc. whose names appear on its payroll records. EMPLOYER Valente Homes, Inc. JOB: Veterans Mewrial Hall Rmodel, 120 Hartz Ave., 4029 Valente Dr. Danville, fork Order 5480-0927,Base Bid only all Lafayette, Ca. 94549 in accordance with plans ` specifications prepared by or for the Public Works Directors in accordance . SCIF FORM 262A(REV.2-76) with the accepted Bid Proposals �.. sh 03376 {; .STATE FA;zm F, a•.<:t, f<r -1;,� :,!/r:'>,Yr'c.� fL STATE FARM MUTUALF,tyFgApBILE INSURANCE CO. FOR. v ;:• NO CALIF OFF RONNERT PARK CA 94928 INSURANCE THIS PAGE,ANY ENDORSEMENTS INDICATED DELCHINI, LAWRENCE CONSTITUTE UTEAND THE M y,405-1 CONSTITUTE 7HE POLI & BARBARA IDENTIFIED 2Y THE POLICY NUMBER. P 0 BOX 1047 MARTINEZ 94553 IOUtY RUMSEP. UMiTS CF UAAIUTY n.ou Doiu+l jALL-51 6289 869–A23–OSE ,A, lcs = Ill ITMDUSAVDS DO s c NCT-LY U 14JUIIY � i��J�rv,}XI (ACM Wit [ACV. f.c� EAC" EACH =IT..T toutY PMCD OADWm-D.s.Y-YEAR) YEX .[pscw ACCIDE4t ACLID[%T lf.s.v Wmc-1 ACG C[NT i TF1�+1 SEPT 16-77 TO JAN-21-78 500 500 25 2000 15 30 DESLRtp�ftElgttE�1lZCE YF/R:6�II:STTIE-WIICEEY/jmli gf'j 111LpfD 1N POLICY PREMIUM FDA raLler►[RIOG SkOWN coC�tsla��A�V6��S;AD C_DDTG300{.CN�iU�9RyLJl 6bJ�1�1—--- ---- COVERA/G�ES: �+�._ COVEAYE_ _—__._-..___.____—___.__.____.______________._______— COVERAGES: EXCEPTICAS AND ENDOP.SEMENITS 62566, 6037.7 INS CERT—BLDG PROJECTS DIVISION, CONTRA COSTA CO-N PUBLIC WORKS DEPT- CO ADMINISTRATION BLDG 651 PINE ST, MARTINEZ CA 94553- PERSONS IMMURED COVERAGE S Mro>sn REFOLCICY 6289869–OSD :29 A AGENT 4023 '` 00377 6037.7 INSURANCE CERTIFICATE Nothing herein contained shall be held to alter,vary,waive or extend any of the terms. conditions,agreements ' or limitations of the undermentioned policy other than as stated herein below. Effective SEPT-16-77 —12:01 A.M. Standard Time, Attached to and forming a part of policy number 6289 669—A21-05E Issued to DELCHINI, LAWRENCE & BARBARA by the STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY.'of Bloomington. Illinois, or the STATE FARM FIRE AND CASUALTY COMPANY,of Bloomington, Illinois, as in .• ted by the company name on the policy of which this endorsement is a part. Countersign 19�. 8 -WIllf-afffieU Representative This is to certify that policies of insurance as described below have been issued by the company to the insured for whom this certificate is executed and are in force at this time. It cha ed, suspended. cancelled or otherwise terminated by the company,or at the request of the Insured.;Mrrritie"notice will be given by this company to: BLDG PROJECTS DIVISION, CONTRA COSTA CO, PUBLIC WORKS DEPT CO ADMINISTRATION BLDG,651 PINE ST, MARTINEZ C 94553• AUTOMOBILE INSURANCE Bodily Injury Property Damage Description Liability Limits Liability Limits 73 1•/2T CHEV 6614 a 500,000 each Wrorr each accident ! -511010130 each accident s 2S,1300 each accident PERSONAL LIABILITY INSURANCE Description of Premises Limits of Liability Bodily Injury and Property Damage!—each occurrence Assideas 6037.7 c 00378 STATE OF CALIFORNIA on this 19th..........day of.Sepkemftr...........in the year one thousand nine COUNTY OF.....CONTRA-DOSTA.......... hundred aneeVenty..=SP—Vetbefore me,..........=LL.—CLOVES.............., a Notary Public,State of California,duly eommrssdoned and sworn,per ow0y appeared......................--- M.-,J. YIMLEr2TE-----,-..............-............... .........................................................................................................I............I....... . knoum to me to be the person.....whose mite.....15.....subscribed to the within (;!:is(.!a j .F A i instrument and acknowledged to me that.....he.....executed the same. c NAfti%Y L. CLOVIES IN WITNESS W)WREOF I haus hereunto set my hard and affixed my 1.10T:.31'rJ�Lt -Ca!ffORNLA:; - - official seal in the..........................Caunty o/ OI!I,T.............T..the dy and yens Paaci�alOfUcc,r,C_ni,tCCs:°CGUatY C S Gly Commission Expi;cs%%y 19.]580 m this certificate first written. ........... ..: . ........... Notary State of Cdifo►urira My commission expires ........5/1980................................ Cowdery's Form No.32—AckmwkdSemmt—Ge»val(C.C.Sec.1190x) STATE OF CALIFORNIA COUNTY OF-_._SAII FRANCISCO _ s On this..JT1 ......day of.-S�e ...........in the year one thousand nine hundred and............. ........................before me, T A,. FERVA. NICH. ...................................... ..........--._....-,a Notary Public in and for said County,residing therein,duly �........ ........_.......- . JOSM 0. NC GPATR commissioned and swam,personally appeared............ known to me to be the Attorney-in-Fact of the Hartford Accident and Indemnity Gompany,the Corporation described in and that executed the within insimment,and also known to me to be the person......who executed it an behalf of the Corporation therein named,and......he......acknowledged to me that such Corporation executed the same. 1 have hereunto set my hand and affixed my Official Seal,at my office, in the said County, the day and year in this certificate first above wtltten. My Commission will Expire....... . F.imx S-3"3-tl Printed in V.S..i. 3-'n: Vma+y Public in cad far uid C—q,Stec u!CAG—i, 00379 eon.xo... 501.8.83$.__._._.__......._ _._. '.Contract Bond Public Work THE California THE HARTFORD Premium charge Hartford Plaza,Hartford,Connecticut 06115 PERFORMIANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, VALEltTE_&DELCBIAI_ ...as Principal, and the HARTFORD ACCIDENT AND INDEMNITY COMPANY,a Corporation organized and existing under the laws of the State of Connecticut and-authorized to transact surety business in the State of California,as Surety,are held and firmly bound unto......................_...............__............. CORTPA COSTA COUNTY inthesumof EIGR'17 TBWSARD Elq=S1X_AAD At}/200--------------------.-:--.- -.---Dollars(5.�,� lawful money of the United States of America,for the payment whereof,well and truly to be made,we hereby bind ourselves,our heirs,exec- utors,administrators,successors and assigns.jointly and severally,firmly by these presents. SIGNED,sealed with our seals,and dated this... _...._19th..,,._.....dayot19..TT.... The condition of the foregoing obligation is such that,whereas the above bounden Principal has entered into a contract dated.._.............. September 6,_.__.._ 19...77.,with said.. .LSO M L(M. COUT" ...._._..__._.......... ........_.... ..._._......_._..._._... . ___._.... _. ......__........to do and perform the following work,to-wit: VETEFJ= P MIORIAL N41L FOMEL, 120 Hartz Avenue, Danville, Work Order No. 5480-0927, Base Bid only, all in accordance with plans and specifications prepared by or for the Public Works Director and in accordance with the accepted bid proposal. NOW,THEREFORE,iftheabove-bounden Principal shall well and truly perform,or cause to be performed.each and all ofthe requirements and obligations of said contract to be performed by said Principal,as in said contract set forth.then this bond shall be null and void;other- wise it shall remain in full force and effect. 1 VAIME &.A ......_...............___....._..........._..,... r� BY.: e/. r. 4 .. �._. ....__..... ...(SEAL) Principal HARTFORD ACCIDENT AND INDEMNITY COMPANY y c j2�s (SEAL) Attorneyinla fSE?S 0. YC Gt'iATH form S-3665.1 Printed in U.S.A. 00380 STATE OF CALIFORNIA' COUNTY OF.._SAIti_.FBAfiCISCO._.--._. On this.....19th....-day of......Sevtember........in the year one thousand nine hundred and.................7.7.__..........before me, T- -.A�-.FERl1ANiCH ....................a \Notary Public in and for said County,residing therein,duly commissioned and sworn,personally appeared.......JOSEPH.0. MC GRATH .. ............ ...••-----..... known to me to be the Attorney.in-Fact of the Hartford Accident and Indemnity ' Company,the Corporation described in and that executed the within in,trument, and Aso known to me to be the person..._ who executed it on behalf of the Corporation therein named,and..._he------acknowledged to me that such Corporation executed the same. J& (,t AN"L WA&v4, I have hereunto set my hand and affixed my Official seal, at my office, in the said County, the day and year in this certificate first above writtm. My Commission will Expire............................................... `—� /�f �'.�!�► ?�aCl ......... Fgrnt S-366114 Printed in U.S.A- 1267 Notary Public in and tot said County.State of Califumia STATE OFCALTFO)WA On this .19.0..........day-J.5GUI*T..........in the wee one d1owend teftee }AL hundred SMAI -4PUMI l'lf WOrc nrc.......NANCY.L..»CLONES.................. COUNTY OF-.COWTAA--G0$T.A............. a Notery pMW Sbte of Cbujornnk ddyVe��o��tn�� kvidomed and MOM pa+aweily qjWeered....................................: ..........................».. ......»..................................................................................................................... to nee to be twe peraan.....tshoee mane.......fs...srlbeeabd to the Infsw Q}F1t:1ALSE.At- lIK It1e11tOWWkmOWhdgedtotwetllet....-he....ezvcu dtwe•M�t• NANCY L.CLOWES IN H7TNMS W"jW0F/wtlse wertwwto at trey hod std*71zed my�t NOTARY PUBLIC-CALIFOR sed in the..........................Ceetdyof-...»COII�RA•• dgr�Iedytler ptineipat Office in Catttra Costa CAV ee►ffUaettt WIT ML Aly Comminan EaAites M1139.1 �� -- Z� .... .................. N At stato/criforni. . My CoIn77talim expires ..........................51191 A.............. Cowdery's Dorm No.32-Actnowledgrntrnl-Gener21(C.C Sec.1190a) S . Qa 3�o � • Bond Ne,.....5018838.-.._............. Coniract Bond Premium Charge included in Premium Public Work—California THE HARTFORD Charged for Performance Bond Hartford Plaza,HeraoN,Connecticut 06115 LABOR ANU WIATEMAL PAYM0:T SUNG KNOW ALL MEN BY THESE PRESENTS: That we, . VALENTS &DELCfIINi as Principal; ... ... __.. .. .._. .. ..._... ..... .......... ...__....._. .....__..._...... .... ...___ ......-_.. and HARTFORD ACCIDENTAND INDEMNITY COMPANY,a Corporation organized and existing underthe laws of the Stateof Connecticut and authorized to transact surety business in the State of California,as Surety,are held and firmly bound unto the State of California for the use and benefit of the State Treasurer as ex officio treasurer and custodian of the Unemployment Fund and any and all materialmon,per:ons, companies or corporations furnishing materials,provisions,provender or other supplies used in,upon,for or about the performance n she work contracted to be executed or performed under the contract hereinafter mentioned,and all persons,companies or corporations renting or hiring teams,ar implements or machinery,for or contributing to said work to be douda0d.al{�ormiOY�ltOrkailebouwon the same and all persons supplying both work and materials as aforesaid.in the sum o/.................._...................... ........................................._................ ............ __________________________—_________________-------- 80,086 00_ ___ .... .._............... .__...._..........-..._...................Dollars li._.......----._.-_�..-._.-. --- ............................................................................................. ....................... lawful money of the United States of America,for the payment whereof well and truly to be made,we hereby bind ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. SIGNED,sealed with oursealsand dated this_._...l h..................day of...-....Septelsrber ... 19-..-... The condition of the foregoing obligation is such that,whereasthe above bounden Principal has entered into a contract,dated.......-........................ ...SCrtember._6s....... t'.OtMRA COSTA t:Ol1ATY 19.. with..._...................._.........--............ ...........................__..__._._...............-.._._................._ ........-.._..................................._...,.._.........................._...........to do and perform the following work,to wit: VEP&RAAS JIMM AL HALL HEMMEL, 120 ;tart$ Menne, Dauville, Work Order No. 5480-0927, Base Bid onlyr, all in accordance with plans and specifications prepared by or for the Public Worts Director and in accordance with the accepted bid proposal. NOWTHEREFORE,if the above-bounden Principal,or........................._.............._..........-..........................-...................................................................._.................... . subcontractor,fails to pay for any materials,provisions,provender or other supplies or teams,used in,upon,for or about the performance of the work contracted to be done under said contract,or for any work or labor done thereon of any kind,or for amounts due under the Un- employment Insurance Act with respect to such work,the Surety on this bond will pay the same,in an amount not exceeding the sum speci- fied in this bond,and,also,incase suit is brought upon this bond,a reasonable attorneys fee to be fixed by the Covet and to be taxed as costs and to be included in the judgment therein rendered:PROVIDED that this bond is filed by the Principal to campy with the provisions of Chapter 7,Title XV of the Civil Code of California and other applicable provisions of said Title XV relating to Public Work and liability here- under is subject to the provisions of said section and acts amendatory thereof,and sections of other codes of the State of California re- ferred to therein and acts amendatory thereof. MEM &D B , ..........(SEAL) Principal'., HAInFORD ACCIDENT AND INDEMNITY COMPANY By.... ;lY .. ../ F ._.._..._......__.._......__........(SEAL) Attcrrte in-tact. JC O. y.0 GRATH 5.3674•1 Prin7ed in U.5.A. 00381 HARTFORD ACCIDENT AND INDEMNITY COMPANY Nwnwa cwawaticW POWER OF ATTORNEY Know at man by the"Pnaents.That the HARTFORD ACCIDENT AND INDEMNITY COA& PANY,a corporation duly organized under the laws of the State of Connecticut.and having its principal olEce in the City of Hartford. County ct Hartford.State of Connecticut does hereby make,constitute and appWil JOSEEPH O. lit: GRATH, R. Il. Sr•IOLON, and THERz A F'=4 voce, of SAN FRANCISCO, CALIFOrLWA, its true and lawful Atlomey(sl-in-Fact,with full poww WO authority to each of said Aaorney(IIH&Fadt.in thea separate capacity d more than one is named above,to sign,execute and aclinowedge any and as D/nl I and undedakngs and other writings obligatory in the nature dweof an behalf of to oornCany in As buewsa 01 yuerillf" inq the lideity Of persons holding places of public or private trust:yuararoming se peAermaece ol osnraee der ten insurance pob- des:guaranteeing the peAormance of emence con"M wham tunny bards are ac e"d top SiaMa and mini apal rds a - ities.and exewting or guaranteeing band u deAWtgs rte0uitad or penlhis lsSO in as are or Poteadflgs tit by law allowed. and to bind the HARTFORD ACCIDENT AND INDEMNITY COMPANY tlweby as*AV and 10 the lama ex1elM as o such bonds and and Wer writings it re rdenn soFSe1 ws sigin d by on Execu iw OUiar of tte HARTFORD ACCIDENT INDEMNITY C�and sealed and amsMd by tiro eMarr of Such OhMM and hereby ratifies and eontimis as that its eta(d Aaorleyl[a)-o Fed lacy do in poeusnee hotaof. This power of a2brney is grarMed by and under aul+orily of to blowing P WA@ioNta: (1)By-laws adopled by the Slo itboldns of to HARTFORD ACCIDENT AND 90EMNITY COMPANY at a me* bg duly called and held on the 10th day o1 February.1941 altTtcLE a SECTION S. The erearaoe or wry Vaa41meowir,awq wen Ary Seaatary or Aefaae SK—fir.5119 Pilo*OMN AV alrlway b 410e1ft IM.-vposes ontlf of"OVA"ora aeasYie esrras 8"d U11111110"W19111/are eau in w new*ogia0nwM or"we,Afters Vro,-0rseaerss.Wf4M A"GWN S.cMWrFs ale MOrrMM'nfaQ wo aMy ft a 110 i i a11r%W*ire YO rl RFweFle AYa- tarl Someor AnOrmywF41.ane w.wb tura Frawr ewe rally Sawn r Ura S£CtIM 11. aR'a1Mys•aFFaR Yeas 114re Draw are ahaa+ay omraor t0 w harww R'erg at w XW W Ce V=-n"dame a tail r ewaxe as oww on tunas w w cowony acs w aum Vw iron otw cwmm gw.rw arc ai:eoaeN are irrratar,n aro to w aMliea czko ory in w naaw woad.N AN aura rrMeunare saacrsa Oyubourn d �y eiri Aaewr,wVW be VW as brain iaMpaw �gon'w .oaoMY s A>!re try an Ew Opawate wow axe aeeslsa tW arra acl O10ara. (2)Ex"from the Wwlas of a i ee"of tlo Bo wd of DiMdoNs of to HARTFORD ACCIDENT AND 110X1- NITY COMPANY duly called and hold on to 110 day of Jure.IM: RESOLVED:hexon N.N.Sow.aasewit Vde?umewl we Ttws F.palwry.Asse ws YlimP sloe./M even nw s 09 as he how sum ear w surae purr r iow Vln•Fraaibn~imams a.7 are a ON Mein N of eve arlass at to Ca"MW . This power of attorney,3c signed old sealed by fataiaila under and by the atAeNYy o1 Me tosawirtg* AOWO adopted by the Doeclons of to WATFORD ACCIDENT Alit MATY COMPANY at a ani i dmly w(J.ad held on the 6th day of Aup ist.1976. RESOLVED.TNW.wawas Iluewt K f1.Sow.AnsIM vtsa+•Madod arse 14xw F.Weller.Attire VA&P Elsa Ong V ft ayi Saoelay or 040SWO SODOMY,eerll Mew w eeww vera artery.s Mop as the aelb Irma aloe-is alA+a uv a ewer w�'ehgr•1w i or•.y cl.�arws rararraw we aarw ealrias aalaren!n so aerie eras.slur w ase 1�wChw V �ewa.. .a ax ora Now.1rwokwo.we Lplsrraa or wA h oft"ora on a"of w cow"64 to Game fa ace emo"nor w mp""or to awe a mmm reratrrq tnreeo rbdog Low Viaw!sOswwMre.ane any sur oaww d tr�w a stMcw trawy war aaeNreaM w+See aur ora r urns as Comm a,w$Apo w_l+.SMD such 10 rosy eve d of Umar Y9 b�a a'rasomea as taassla raw MY be Vied 810 esus revel PW In Willm ss IMMwaf.the HARTFORD ACCIDENT AND OVE M11TY COMPANY lies baud casae p000ft b be stgried by its AnOW Via-Pne deK•and as eapaale Seel to be hneb afisad.der a1MeMd by ill SaeeMaNy.riffs 91h day of August. 1976. Attest: HARTFORD ACCIDENT AND IOEMN Y COMPANII Dap4s 11.Goer.secleray ,I,.er.F.tlowy STATE OF CONNECTICUT, t ~ S MOe a' ie COUNTY OF HARTFORD. I " On this 9th day of August.A.D.1975.before me personably came Thomas F.Delaney,to me b1oNFn.who being by me duly swom.did depose aria say.that he resides in the County of Hanford. State of Connecticut:that he is the Assmant Vrce•Presidem of the HARTFORD ACCIDENT AND INDEMNITY COMPANY,to corporation described in and Nhich executed me acflwe instrument:that he knows the seat of the said carooratidn:Chat the seat affixed to the said instrument is sum..:orraate sea%mat d was so arturd by OTM of the Slob of Directors of said corporation and that he Sgned his name 7terew:y Ido crcer. <.t-I Iris' STATE OF CONNECTICUT. L;'A uty Ccmn+s:c sn Emeeaes Ltartn]t.1. 797e COUNTY OF HARTFORD. I sh CERTIFICATE 1.the undersigned.Assistant Secretary of the HARTFORD ACCIDENT AND INDEW41TY COMPANY.a Conr:ecti- cut Corperaiien.DO HEREBY CERTIFY mat it'.e toregoing and a '.K.POWER CF ATTORNEY m-earns in full farce and has not been revoked:and turtherrwre.that Article IV.Sacfrons 6 and 11,6f tux By-Laws 01 true Coresany,and Me Reso:utions of the Board of Directors.set forh in the Power of Attorney.are now m f ry Signeo and sealed at the City of Hartford. Dated the �9f2 day of - 19 00382 Form LayeTa a hie!n L'S :7r'n c.L.YMN Ais47arrr Sevenre -- In dw Board of Supwvbm Of Contra Costa County, %tr of Cal"Wo So pte■ber 6 .19 77 In Mn Ailattw of The Contract For an Independent Audit by Sainz. Vargas, Samon&Company of the Comity Develcpmeat Block Grant Program VEWAS the federal govaaoett regnt zw that Centra Costa County arrange for an audit of its Cottmwity Development Block Gant Ptagcom; and SAS the audit must be started priear to Atgat U. 1977 and must be completed by Noveier 30, 1977; and W=W the Canty Auditor-CantsDUW hes solicited pxvposals from five CPA fine: and WHEWAS the Canty Auditor-Controller received aid evaluated fmw responses; and WEB= the Canty Auditw-Cwtroller rec mmnds dirt the proposal submitted by Sainz. Vargas, Seton&Company, CPA's, Palo Alto, California, be accepted by Contra Costa County; NOW, THEMOW, TT IS BY 7l£ B011tlD OEMED that its Qnaiaaan is AiTIIMIZED to sign for-the Ceuaty the Contract for the Auditing Services of Saiaz, Vargas, Saxon&Ccopmy for an amount not to exceed $6,750. PASSm by the Board m Septmbor 6, 1977. 1 I1016by ardfy that *4 6- No 9 is a Uw MW camwt t a w of as as w.'eaaatai as do mina/as of said Road of Sopwviews an d w data aIanaai I v ft« sap herd watt Ilia lad of do floor of Orig. Dept.: Auditor-Controller SUPO-b— oliawl th 6th day of Senteobor 19 1 x: Flaming Department Contractor J. R. OLSfDN. Clwk c/o Auditor County Administrator I // i DapMy Cfwk Maxine M. Ne eld �c.,�; �'-»,.�..�.�..t�--�..�...�-,��;�,,.�:1�..�.�_ 00383 H-24.1/7615m Contract for Auditing Services Contra Costa County Number C 3097200 1. Contract Identification. Department: Office of the County Auditor-Controller Subject - Independent, certified audit of the County's Community Development Block Grant for the period from December 10, 1974 through June 30, 1977. 2. Parties. The County of Contra Costa, California (County) and the following named Contractor mutually agree and promise as follows: Contractor: Sainz, Vargas, Samon $ Co. Capacity : Partnership Address : 407 Sherman Avenue, Palo Alto, CA 94306 3. Term. The effective date of this Contract is August 30, 1977 and it terminates November 30; 1977, unless sooner terminated as provided herein, 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 6,790.00 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. Contractor's Obligations- Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. Conditions. This Contract is subject to the Conditions attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: County Community Development Plan, FY's 74-75, 75-76, 76-77. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Housing and Community Development Act of 1974, 42 U.S.C. 5304 (P.L. 93-383, 88 Stat. 633); California Government Code $31000 and 553703. 10. S nnaat res,_These signatures attest the parties' agreement hereto: COON OF 0 /C TSTA, C RNIA CONTRACTOR B12 %, z-5 By Cifaitman, Board of Supery rs (Designate official/capacity in Attest: J. R. Olsson, County Clerk business and affix corporation seal) State of California ) ss. County of Santa Clara ) ---r�� /rlaxine M.NeuDeputy retd ACKNOWLEDGMENT (CC 1190.1) The person signing above for Contractor Recommendetd y known to me in those individual and business capacities, personnally appeared before me today and acknowledged ( that he/they signed it and that the Auditor-Controller corporation or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its Board of Directors. Form Approved: County Counsel Dated: ?12' /7 j By 7�g-n sw.Cil1I PUBuc-.dlIFU3AiMitrofit111ed with board orde! SANTA CLARA COUNTY Notary Pu!& .�n.rinuDTle kY Comale,Wn E.oirn ie6ruiry 2e•t913 i PAYMENT PROVISIONS (Pee Basis Contracts) Number C 3097200 1. SSuub_je�ct-to the Past Limit of this Contract and subject to the following Payment Kw--isions, County will pay Contractor the following fee: . A sum calculated from the number of hours actually expanded by.Contractor's personnel in the provision of services hereunder at the fixed hourly fee rates for Contractor's personnel, as follows: Partners, Principles, and Managers.......$ 27. per hour, Supervisors.............................*3 22.00 per our Senior Staff Accountants.................$ 19.00 ei I Staff Assistants.........................$ 17.50 er our Clerical and Secretarial Staff...........$ 8.00 per hour 2. Contractor shall be paid after satisfactory acceptance of the audit report by the County, which, at its discretion. may make its acceptance contingent upon satisfactory acceptance of the audit report by the U.S. Department of dousing and Urban Development. 3. In the event that this Contract is terminated prior to Contractor's satisfactory completion of the independent audit, no payment shall be made to Contractor and he shall not be relieved of liability to the County for any damages that may be sustained by the County by virtue of any breach of this Contract by Contractor. Contractor also agrees to pay the full mount of any liability within thirty (30) days of demand by the County. 0038 SERVICE PLAN Number C 3097200 1. Contractor shall perform an independent audit of the Community Development Block Grant programs operated by the County as set forth in Exhibit "A" which is attached hereto and incorporated herein by reference. The period to be audited shall be the entire term of each grant including related grant planning and grant application charges beginning December 10, 1974 through June 30, 1977. 2. Such audits are to be made for the express purpose of satisfying the County's obligation under Title I of the Housing and Community Develop- ment Act of 1974. The audit guide is the "Handbook IG 6505.2, Audit Guide and Standards for Community Development Block Grant Recipients, May 1976." Contractor agrees to perform said audits in such a manner and fashion so as to satisfy the County's audit obligation to the U.S. Department of Housing and Urban Development. 3. Contractor shall periodically report to the County through the County Auditor-Controller on the progress of the Contractor's examinations, findings, and conclusions. 4. Contractor shall prepare the final written audit report in the format prescribed by the U.S. Department of Housing and Urban Development. S. Contractor shall start the audit before Aug. 31, 1977 and shall complete performance of the independent audit prescribed herein to the satis- faction of the County no later than November 30, 1977. On or before said completion date, Contractor shall fu ish the county with five (5) complete copies of the certified audit report, shall send seven (7) copies directly to the HUD Area Office, and shall submit six (6) copies directly to the Regional Inspector General for Audit, Department of Housing and Urban Development. 6. The County reserves the right to recall Contractor for any sub- sequent work that may be required by the U.S. Department of Housing and Urban Development to satisfy the County's obligation for independent audit and Contractor agrees to perform any such subsequent work to the satisfaction of the County. 3� acumntyew—pt. Initials: Contractor 00383 CONDITIONS Number C 3097200 1. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Housing and Community Development Act of 1974 as amended, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Vol. 39, No. 220, Wednesday, November 13, 1974; Vol. 41, No. 171, Wednesday, September 7, 1976; Vol. 42, No. 11, Monday, January 17, 1977; as may be revised and amended; and which are incorporated herein by reference. 2. Management Re uirements. Contractor shall comply with Federal Manage- ment Circular (FMC) 74-4 and 74-7, as those circulars relate to activities such as the utilization of funds, the operation of programs, and maintenance of records, books, accounts, and other documents under the Act 3. 'Changes in Federal Re lations. If the regulations promulgated pursuant to the Act are amended or revised, Contractor 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 termi- nation of this Contract, if necessary. 4. Examination of Records. Contractor shall give to the U.S. Department of Housing and Urban Development, the U.S. Comptroller General, and the County the right to examine all records, books, papers or documents related to this Contract and shall retain all records for a period of three years. 5. Compliance with Law. Contractor shall be subject to and comply with all Federal. State and local aws 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. 6. 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. 7. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 8. Subcontract and This This Contract binds the heirs, successors, assigns and representatives tor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 9. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting con- fidentiality, including, but not limited to, the identity of persons-served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the admini- stration of such service. -1- 00387 CONDITIONS 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. 10. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract s all 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. 11. Amendments. This Contract may be amended by a written document ex- ecuted by the Contractor and the Contra Costa County Board of Supervisors. 12. 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 o= property, in- cluding without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 13. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: ' a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $SDD,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. 1Iorkers' Compensation. The Contractor shall provide the County with a certificate oinsurance evidencing workers' compensation insurance coverage for its employees. C. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers. agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 14. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States ?-fail. postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made: Finance Building, 62S Court Street, Room 103. 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. 15. Termination. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. 00389 EXHIBIT "A" Contra Costa County Community Development Block Grant Year 1 1975-76 Activity Contract Expenditures City of Antioch #8 Neighborhood Facility $ 80,000 $ 40,500 City of Brentwood/ Delta Comm Svcs #S Neighborhood Facility 80,000 27,054 - City of El Cerrito #14 Barriers Removal 10,000 6,425 City of Martinez 96 Barriers Removal 24,000 20,2SO City of Martinez #18 Rick's Park 2S,000 25,000 City of Martinez #24 Borland House 6,000 6,000 City of Martinez #25 Muir Park 6,000 3,750 City of Pinole #28 Hsg Study 27,000 27,000 City of Pleasant Hill #13 Sr. Citizen Addition 43,500 43,500 City of Pleasant Hill #1S Elegy of Barriers 3,500 3,497 City of Pleasant Hill #21 Day Care Study 5,000 5,000 City of San Pablo #9 Neighborhood Facility 98,000 98,000 City of Walnut Creek #10 Neighborhood Facility 30,000 12,103 City of Walnut Creek 016 Barriers Removal 14,400 14,183 City of Walnut Creek #29 Plan 8 Manager 23,600 23,S80 Carquinez Coalition #7 Neighborhood Facility 80,000 79,793 Tri Cities Discovery Inc. #30 Discovery House 12,000 12,000 United Counsel Spanish Speaking Organization #3 Loan Package 27,66S 25,228 CCC Public Works Dept. #19 Montalvin Manor (M 17) 25,000 25,000 CCC Public Works Dept. #31 E1 Sobrante Needs (R 9) 5,000 5,000 CCC Planning Dept. Administration 92,400 89,720' TOTAL - Year 1 $718,065 $592,583 'Includes grant planning and grant application charges from December 10, 1974 through June 30, 1976. 00389 1. 1 EXHIBIT "A" cont•d Contra Costa County Community Development Block Grant Year 2 1976-77 Activity Contract Expenditures City of Antioch 120 Neighborhood Facility $ 189,500 S 56,270 City of El Cerrito #4 Hsg Conservation 26,000 1,694 City of Pleasant Hill 113 Frontage Imp. 11,S00 1,928 City of Pleasant'Hill 123 Senior Center 26,S00 26,500 City of Pleasant Hill 140 Park Develop. 20,000 3,002 City of Pleasant Hill 141 Bonnie Creek Trail Dev. 15,000 2,762 City of Walnut Creek #8 Code Enforcement 32,500 20,312 City of Walnut Creek 124 Neighborhood Facility 125,167 10,582 City of Walnut Creek 127 Elea of Barriers 10,947 9,508 City of Lafayette #9 Site Acq-Elderly Hsg 109,500 109,500 City of Clayton 137 Joel Clayton Home 6,500 6,500 City of Brentwood #IS Neighborhood Facility 319,446 66,000 Carquinez Coalition 814 Neighborhood Facility 55,000 33,661. Calif. Assoc. Phy. Hndcapd 125 Barriers Study 3,000 323 Ambrose Park & Rec Dist #►32 W. Pitts. Park Rehab. 20,000 19,7S7 Ambrose Park $ Rec Dist #33 W. Pitts. Rec. Center 20,000 4,603 CCC Planning Dept. #42 Needs Study 7,000 7,000 CCC Planning Dept. #43 Data Manipul. S,000 1,480 CCC Planning Dept. Administration 115,000 98,483 TOTAL - Year 2 $1,117,560 $ 479,865 Year 1 4 2 1975-77 CCC Building Insp. Dept. 81 Hse Rehab $ Code Enf 400,000 83,461 CCC OEO Dept. 12 Counseling Fi Training 100,000. 29,446 TOTAL - Year 1 & 2 $ 500,000 $ 112,907 GRAND TOTAL =2,33S,62S SI,IBS,355 2. In the Board of Supervisors of Contra Costa County, State of California SaRtember 6 _097.7— In , 9ZZIn the Mortar of Approval of Contra Costa Foods, Inc. Nutrition Project Contract July 1, 1977 through September 30, 1978 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #22-038-3 with Contra Costa Foods, Inc. (Canteen Corporation) for the County Title VII Nutrition Project administered by the Health Department for the period July 1, 1977 through September 30, 1978, not to exceed $236,684 in Federal funds for the provision of 700 meals, five days per week, during the contract period. PASSED BY THE BOARD on September 6, 1977. I hereby certify that th. foregoing is a t►w and carred cWV of an order entered on the minutes of said Board of Supervisors on the date ofoniaid. Orig:✓Human Resources Agency UVdnew my hand and the Seal of the Board of Attn: Contracts & Grants Unit SuieHeiwrs cc: County Administrator affixed this6tlj_day ofSeDtember 19 77 County Auditor-Controller County Health Department i� J. R. 0LS50N, Clerk Contractor B :c�c✓��L�� lr�( Deputy Clark *c ASazine M. :?e ld 00390 ER: dg H-Z$3/76 15m CJntra Costa County Standard-Form STANDARD CONTRACT , (Purchase of Services) 1. Contract Identification. Number 22 -038 _ Department: Health Subject: Contra Costa County Nutrition Project--purchase of meals 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: CONTRA COSTA FOODS, INC. (Canteen Corporation) Capacity: Corporation Address: 1409 Sommersville Road, Antioch, California 94509 3. Term. The effective date of this Contract is July 1_1977 and it terminates September 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 236,684 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Nutrition Program for the Elderly FY 1977/78 (State Contract /07774430, County /29-214-8). 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 42 U.S.C. 63045ff and 45 C.F.R. S 909ff. California Government Code 53703 10. Si natures. These signatures attest the parties' agreement hereto: CO T COSTA CALIPOEBU CONTRACTOR �i Chairman, Board of Safervisors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) ss. Deputy County of Contra Costa Yx ) ine N Neufeld ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ BY. Z& they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: �♦ /�7z Deputy /Deputy County Clerk r (A-4617 REV 6/76) Maofiimod with board ordW00391 Contra Costa County Standard Form PAYMENT PROVISIONS (Fee Basis Contracts) Number 22 -038 - 3 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] [ ] a. $ monthly, or [R] b. $-1-18 per unit, as defined in the Service Plan, or [ ] c. $ , after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Fora D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 0033 (A-4619 REV 6/76) SERVICE PLAN Humber 22 -038 - 3 1. Service. Contractor shall furnish all food, labor, and equipment necessary to prepare and deliver hot meals for luncheon service for up to 700 adults daily for the Contra Costa County nutrition Project for the Elderly, hereinafter called Project. Meals will be delivered Monday through Friday, excepting those days that are national holidays: Washington a Birthday, February 20; Labor Day, September 5; Veterans Day, November 11; Thanksgiving Day, November 24; Christmas Day, December 25; New Year a Day, January 1; Memorial Day, May 30; Independence Day, July 4. Contractor will meet the following specifications in preparing and delivering meals. 2. Meal Delivery. a. Deliver Sites. Contractor will make Project meal delivery to the following 16 sites, or substiCute sites if prearranged by the Project Director, and provided that such alternate sites shall be located no further than 5 miles from Contractor s point of preparation of these meals than the sites being replaced. The &proximate number of meals to be delivered to each site is as indicated: Approximate • Site of meals Number Site Location delivered daily 1 Shields-Reid Community Center, 1410 Kelsey Ave., 40 Richmond, CA 2 Senior Citizen Drop-In Center, 2525 Macdonald Ave. 65 Richmond, CA 3 Southside Senior Citizens Center, 960 South 47th St. 55 Richmond, CA 4 Kidd Manor Senior Citizens Center, 100 Austin Ct., 35 San Pablo, CA 5 Senior Citizen Drop-In Center, 189 Parker Ave., 50 Rodeo, CA 6 Hacienda Senior Citizens, 1111 Ferry Street, 45 Martinez, CA 7 Pittsburg Neighborhood Facility, 2021 Crestview, 65 Pittsburg, CA 8 Oakley Senior Center, Rosemary Lane„Oakley, CA 35 9 Brentwood Senior Center, 100 Village Drive 35 Brentwood, CA 10 Concord Senior Center, 2727 Parkside Circle 35 Concord, CA 11 Casa Serena, 1036 Clearland Drive 30 West Pittsburg, CA 12 Spanish Speaking, Shields-Reid Center (Temporary) 40 1410 Kelsey Ave., Richmond, CA 13 Senior Citizens Drop-In Center, 213 F Street 50 Antioch, CA 14 Walnut Festival Building, 1385 Civic Drive 50 Walnut Creek, CA 15 Fairmont Recreation Center, 6510 Stockton Street 35 El Cerrito, CA 16 Senior Center, 233 Gregory Lane 35 Pleasant Hill, CA Total 700 b. Number of Meals. (1) The Project Site Managers or Coordinators shall notify the Contractor as to the actual number of meals to be delivered to each site each day at least 25 hours prior to the time at which meals are to be delivered. (2) If such notice is not given, Contractor will deliver the same number of meals to the site as delivered for the prior day's service. c. Delivery Schedule. Contractor will deliver meals to all sites between the hours of 10:45 a.m, and 11:45 a.m. daily and within two hours of preparation. 3/9) � d. Delivery Specifications. (1) Contractor will deliver foods at temperatures which will ensure that the hot food is 140'F or above and the cold food is 45'F or below for a minimum of two hours after delivery. In case of a question about the temperature of a food or foods, the Project Director or Nutritionist will determine which foods will be delivered hot or cold. (2) Contractor will deliver food in County-supplied insulated storage containers and stainless steel inserts. Contractor will clean and sanitize containers and inserts after each usage. Contractor will rotate containers at each site and pick up empty containers at each site for use in the delivery of the next day s meal. (3) Contractor will provide storage space of 300 to 500 cubic feet for storage of the County-owned stainless steel inserts and containers. (Delivery of the inserts will be arranged by County.) 3. Food Preparation. a. Menus. (1) Contractor will submit a menu cycle, in the form required by County, to Project Director and Project Nutritionist 30 days prior to the month the menu cycle is to be used, for review by County and the Nutrition Project Council. (2) Contractor will make menu changes as required by the County, State Office on Aging, and/or Project Council, to insure acceptability by parti- cipants and adherance to Nutrition Project meal requirements. (3) Contractor a changes to the menu cycle will be submitted and approved, in advance, by the Project Director and Project Nutritionist. (4) Contractor may use County s quantity meal recipe file and return this file upon termination of the Contract. b. Food Inspection. (1) In addition to the inspections specified in paragraph 2 of the General Conditions Inspection, meals and storage and transport containers and all other equipment provided by the County for the Project are subject to inspection, inventory, and audit by authorized representatives of the County, State of California, and the U. S. Government. (2) Food delivered by Contractor to Nutrition sites is subject to chemical analysis without notice. If the analysis discloses that the food does not comply with Project standards, as specified herein, Contractor will reimburse County for the cost of the analysis. c. USDA Plentiful Foods and Commodities. (1) To the maximum extent possible in its performance, Contractor shall purchase food designated as plentiful by the United States Department of Agriculture and use food donated for use under the Project by the United States Department of Agriculture. (2) Contractor will use food commodities only for the Nutrition Project for which they are received. (3) Contractor will fully account for all commodities delivered into its possession and return unused commodities or pay to County the value of any commodities which cannot be returned. 00391 (4) Contractor will: (a) Credit the County the fair market value of commodities used at market value shown on State of California a invoice, or (b) Charge the project only for the labor and ingredients necessary for preparation of the commodity foods. (5) Contractor will maintain all County-required records relating to its receipt and use of commodities for a period of three (3) years from the close of the federal fiscal year to which they pertain. d. Donated Food. Contractor will credit County for donated food at fair market value for raw food cost. e. Training. Contractor will provide instruction to County and project staff and volunteers on portion control and serving techniques. 4. Food Specifications. (Subject to revision by Project Director or Nutritionist) a. General. Each meal must contain at least one-third (1/3) of the current daily recommended dietary allowances as established by the Food and Nutrition Board of the National Academy of Science--National Research Council. Food must be attractive, palatable, and appeal to the older person. Heals must include food from each of the SiX following food groups. A food found in one group any not be substituted for a food in another group. Unless otherwise noted, an ounce measure refers to an ounce by weight. Food Group Minimum Amounts to Use Per Neal 1. Heat or meat alternate. Three ounces cooked, edible. 2. Vegetables and fruits, One-half (1/2) cup each of two (2) two different servings, servings. One source of Vitamin C every day. A source of Vitamin A three time a week. 3. Enriched or whole grain One serving (i.e., 1 slice bread, bread or alternate. or one each muffin, biscuit, etc.). 4. Butter or fortified 1 teaspoon. margarine. 5. Dessert. One-half (1/2) cup or equivalent. 6. Milk, low fat. b. Food Group Description. (1) Neat or Neat Alternate Group. This food rust be delivered hot# if ordinarily delivered hot. (a) A minimum of three ounces of cooked edible portion of lean meat, fish, poultry, luncheon meats, eggs, or cheese must be served on each menu. (b) Meat alternates may be used occasionally for variety and may include cooked dried beans or peas, nuts, nut-butter (peanut butter). Meat alternates may not be used more often than once a week. (c) Ground beef (fat content of no more than 20%) may not be served more often than twice a week, one of which must be in a solid form such as meat loaf, hamburger patty, salisbury steak, etc. (d) Roast meat, steak or chops must be served at least one time a week. (e) Poultry must be served at least one time a week. (f) Extender--TVP--ratio to beef cannot be over 30% TVP--701 meat. (g) Usable alternates for the protein per one ounce of cooked lean meat are as follows: 1 egg 1/4 cup cottage cheese 1 ounce cheese 1/2 cup cooked dried beans 2 tablespoons peanut butter /�/� 1 ounce cooked fish W39j 1 ounce cooked poultry (h) Some examples of combinations that meet standards of three ounces of cooked lean meat are: Egg Foo Young--1 egg with sweet and sour pork, 2 ounces Italian Lasagna--2 ounces meat and 1 ounce cheese Cheese Enchilada--I ounce cheese and I cup refried beans Baked Beans--1/2 cup beans and 2 ounces wiener (2) Vegetables and Fruits. (a) Two different one-half cup servings must bo*- included in each meal. Fruit used as a dessert may not be counted toward the required two servings of vegetables and fruits. Fresh fruit must be used at least once a week. Fresh vegetables must be used at least once a week. All vegetable juices shall be full strength vegetable juices. All fruit juices shall be full strength fruit juices. Vegetable soups may be used if the soup includes one-half cup of vegetables per serving of soup. (b) Vegetables and fruits high in Vitamin A must be served three times a week, and preferably not served on consecutive days. Listed below are fruits and vegetables which are high in Vitamin A. Fruits Vegetables Cantaloupe Broccoli Carrots Grapefruit or Chard Collards Grapefruit Juice Cress Kale Mango Pumpkin Spinach Persimmon Tomatoes Sweet Potatoes Winter Squash Turnip Greens other dark green leafy vegetables (c) Vegetables and fruits containing acceptable levels of Vitamin C must be served five times a week. Fortified fruit drinks do not fulfill this requirement. Listed below are fruits and vegetables which contain acceptable levels of Vitamin C. Fruits Vegetables Cantaloupe Broccoli Brussel Sprouts Grapefruit or Asparagus Green and Red Grapefruit Juice Pepper Mango Cabbage Cauliflower Orange or Collards Rale Orange Juice Rutabagas Mustard Greens Strawberries Turnip Greens Spinach Honeydew Melon Tomatoes or Baked Potatoes Tomato Juice Sweet Potatoes (d) Different vegetables must be served each day of the week. Different fruits must be served at least three days a week. (e) One fruit and vegetable serving my be served, each day, in the form of a salad. Gelatin salads may not be served more often than one time a week. When salads are served, salad dressing must be provided and delivered in a separate container. (f) Rice, spaghetti, macaroni and noodles are not vegetables. (3) Enriched or whole grain bread or alternate. Enriched biscuits, muffins, rolls, cornbread and other hot breads may be used as alternates. Bread alternates may include enriched or whole grain cereals or cereal products, such as spaghetti, macaroni, dumplings, pancakes, waffles. These variations may be substi- tuted: ufi, tanniers, yams, plaintains, sweet potatoes and potatoes. (4) Desserts. One-half cup serving, which may consist of fruits, full strength fruit juices, puddings, gelatin desserts, ice cream, ice milk, sherbet, cake pie, cookies and similar foods. Juices may only be served once a meal. Only full strength fruit juices may be used. Whenever possible, enriched or whole grain flour or meal should be used in place of enriched flour or meal. (5) Fortified Margarine. 1 teaspoon, enriched or fortified margarine. 0039.3 (6) Milk. One-half pint (8 oz.) fortified whole, skin or low fat milk, flavored whole or fortified milk, buttermilk, cheese. Milk must be served in indivi- dual one-half pint containers. (7) Contractor shall provide all condiments other than salt and pepper; (i.e., ketchup, m onnaise, so sauce chili sauce mustard salad dressings) which are normally served with the specific menu. (8) Contractor is not responsible for providing coffee, tea, Sank&, (or cream, sugar for use with these) soft drinks, fruit-flavored drinks. c. Food Specifications and Minimum Standards. Only commercially prepared foods may be used. Precooked or pre-portioned foods may only be used with the approval of the County. Meats: All meat wet be fresh or frozen. All meat and meat products shall have been slaughtered, processed and manufactured in planta operated under a USDA inspection program and bear appropriate seal. All meat and spat products must be sound and sanitary on delivery. They must be free of objectionable odors and other signs of deterioration. Minimum grading requirements for all graded cuts as follows: (1) Beef - USDA Prime or Choice - Upon written approval of County lower grades may be used as an exception to above. Grade requirements as follows: Front and Hind Shacks - USDA Good Short Ribs - USDA Good Ground Beef - USDA Good, with fat not to exceed 20% Tenderloin - USDA Good (2) Pork - USDA Number "1" (as defined in SRA Number 171 US Standards and Grades of Pork Carcasses). (3) Lamb - USDA Prime and Choice. (4) Variety Meats - Grade Number "1" from USDA Government inspected plants (5) Poultry - USDA Grade "A" to be used for all graded freesb or frozen poultry or poultry products. Necks, backs, or wings may not be used without the approval of the County. Ground poultry may not be used without the approval of the County. USDA Grad�EW turkeys may be used as exception to above, upon approval of the County. Chicken parts must yield 3 oz. cooked meat per serving. (6) Dairy Products - Following is to be used as minima specifications for all graded dairy products: Eggs, fresh, USDA or State Graded "A" Cheese, USDA Grade "A" Milk, Grade A, pasteurized, homogenized and fortified with Vitamin D--fortified with Vitamins A and D if non-fat milk. (7) Fish and Seafood - Fresh or frozen fish and seafood must be used; provided that frozen fish or seafood mat be a nationally distributed brand packed under continuous inspection of the US Department of Interior. Fish fillets with breading must contain at least 4 oz. raw fish and no more than 1 oz. breading. (8) Canned Fruits and Juices - USDA Grade "A" (fancy) and Grade "B" (choice) are to be used for all graded fruits and fruit juices. Grade "C" (standard) may be used for pie and cobbler production only. (9) Canned Vegetables - USDA Grade "A" (fancy) is to be used for all graded vegetables. Grade "B" (extra standard) tomatoes way be used when tomatoes are used as an ingredient item. (10) Other Grocery Items and Condiments - Products that are acceptable through wide usage may be used. (11) Fresh Fruit - USDA Fancy to USDA Number "1" are to be used for all graded fresh vegetables as minimum standards. (12) Frozen Fruit and Vegetables - USDA Grade "A" is to be used for all graded frozen fruits and vegetables as a minimum standard. 00397 S. Payment for Service. a. Definition of "Unit". For purposes of payment, a unit as specified in the Payment Provisions is a flat rate per meal prepared and delivered by Contractor as specified in this Service Plan. b. Payment Demands. (1) Contractor shall submit County Demand Form D-15 as specified in 2. Payment Demands of the Payment Provisions. (2) Said demands shall be itemized to show the number of meals furnished to each Project site for each delivery day and any credit for the use of commodity foods. (3) A statement shall be attached to the demand to include a breakdown of the per-meal price into the following categories: (a) total raw food cost (b) total labor (c) total overhead costa (d) total profit (e) total credit for use of commodity foods based on fair market value of comparable food items. c. Additional Provisions. (1) The Coun*y_ shall have the right and authority to inspect the meals prepared by the Contractor to determine compliance with the specifications, to reject food not meeting the specifications, and to withhold payment for meals or portions of meals not meeting the prescribed requirements. (2) In the event the Contractor fails to deliver any meal or seals or portions of meals to the County as agreed upon, as determined by the Project Director, the Project may procure a meal or seals or other food elsewhere and charge to the Contractor the additional coat above the bid price of such replace- ment meal or meals or portions of seals or other food, plus any expenses incurred by the Project in procuring such replacement seal or seals or portions of meals or other food. (3) The Project Director shall have authority to determine actual number of meals or portions of meals delivered and his decision shall be final. Initials: Contractor County Dept. 00398 Awk Costa County Standard Fora GENERAL CORDITIORS (Purchase of Services) 1. Compliance with Lev. Contractor shall be subject to and comply with all Federal. State and local law and regulations applicable with respect to its performance hereunder, including but not limited to. licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by lay. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California. mod the United States Government. 5. Termination. a. Witten Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The Canty, 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 ammer it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings. oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing. or regulatory changes. may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements say not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract say be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval. by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00399 (A-4616 REV 6/76) '1' Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees* , dAf- iP 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed is the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments. their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts 6 Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 00400 In the Board of Supervisors Of Contra Costa County, State of California 19 37 1n fire AAotter of Request for Extension of Vehicle Code to Ambrose Park. Supervisor E. H. Hasseltine having advised that he had received a request from the Board of Directors of the Ambrose Park and Recreation District advising that there has been diffi- culty controlling traffic within the boundaries of Ambrose Park and inquiring if it would be possible to have the State Vehicle Code amended to cover the private roads within said park; and Mr. J. B. Clausen, County Counsel, having advised that his office had received a similar request for an opinion from the aforesaid District but that his office had been unable to respond due to the backlog of matters of higher priority; and Supervisor Hasseltine having recommended that County Counsel be requested to provide the aforesaid legal opinion as soon as possible; TT =S By THE BC_D ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on September 6, 1977. I hereby certify that the foregoing is a true and correct copy of an order entwed on the minutes of said Board of Supervisors on the date aforesaid. Wihums my hand and the Sed of the Board of cc: County Counsel Supervisors County Administrator affixed ihisFth day of 19 77 J. R. OLSSON, Clerk eyr /i?ii7L(C fir_l!�t,3Cr}� . Deputy Clerk Jamie L. Johnson H•24 3/76 15m 00401 o�ws o �. dwaiii(� Costa County Standard Form GENBQAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal. State and local laws and regulations applicable with respect to its performance hereunder. including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government. the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by lay. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Witten Notice. This Contract may be terminated by either party, at their sole discretion. upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County. upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable sooner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sus due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases. this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any suss of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. S. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Coat& County Board of Supervisors or, after Board approval, by its designee. subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00399 (A-4616 REV 6/76) '1' Contra Costa County Standard Form `s GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby,estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. 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. (A-4616 REV 6/76) -2- Contra Costa County 4 Standard Fors GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees fro* all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents of employees. mss 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any lose covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States *ail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 00400 In the Board of Supervisors of Contra Costa County, State of California Sejtt• b_r t; . 19 � In the Matter of Request for Extension of vehicleCode to Ambrose Park. Supervisor E. H. Hasseltine having advised that he had received a request from the Board of Directors of the Ambrose Park and Recreation District advising that there has been diffi- culty controlling traffic within the boundaries of Ambrose Park and inquiring if it would be possible to have the State Vehicle Code amended to cover the private roads within said park; and Mr. J. B. Clausen, County Counsel, having advised that his office had received a similar request for an opinion from the aforesaid District but that his office had been unable to respond due to the backlog of matters of higher priority; and Supervisor Hasseltine having recommended that County Counsel be requested to provide the aforesaid legal opinion as soon as possible; TT IS BY THE BC_:�RD- ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on September 6, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Counsel Supervisors County Administrator affixed thisFth day of Cai f�omho�- 19 77 J. R. OLSSON. Clerk Deputy Clerk Jamie L. Johnson H•?d i/lti Ism 00401 i In the Board of Supervisors of Contra Costa County, State of California September 6 .19 77 In the Moth of Approving Inspection Services Contracts for 816 Main Street, Martinez (4050-2310-A10-W89992) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Messrs. J. M. Nelson, Robert G. Grady and Laurel Roderick Cameron for contract documents review and construction inspection'for the remodeling of a County leased building at 816 Main Street in Martinez. The contracts are effective September 6, 1977. PASSED by the Board on September 6, 1977. 1 hereby certify that the foregoing is a true and cornet copy of an order et i an the minutes of said Board of Su cors on the date aforesaid. Originator: P. W. Dep 1Mihwss my hand and the Seal of the Board of Bldgs and Grnds Supervisors cc: Public Works Department affixed this 6th day of_ SPptPmhPr . 19 77 Agenda Clerk Building Projects J. R. OLSSON, Clerk County Auditor-Controller J. Dye By Wputy Clerk County Administrator N.Pous P. Burton Inspector 00402 14-24 3/76 15m CON Special I11f;w!ction 1. Sryecizl Co. These special conditions are incorporated below by reference: a) Public A-ency: _Cpn CO. _tra CO&ta_COMtV b) Inspector's Name & Address: J. N. Marti"I ,-CA-11ftnia 94553 C) Effective Date: Sentenber 6, IV" d) Project's Name- and Location: 816 Ma Street, ftm at C&AtY ha"building (405041111, 11 0 Rate of Compensation: --- 14.64 ow how -2. Signatures. These signatures attest. the parties' agreement hereto. PUBLIC PaJJCv CW1 Cotta C*Aty By. Public Works V,17reFc1orj4,_,, NEEL�Sm 3. Parties. Effective on the above da e, the above-named Public Agency (ownTr_) and the above-named Inspector mutually agree and promise as follows: , 4. General' ons. -Qual4fications & Condit! Public Agency hereby contracts with spector, as one specially trained, experienced, expert and dom- petent to perforn, the special engineering and administrative services of a construction supervisor and Inspector, Including those associated with the continuous construction supervision position co=only known as . Clerk-of-the-Works, in con*nection with''the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers In the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector If it does not Interfere with the duties and hours of wor.1%, required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate It by Giving 30 days advance written notice to the other. 6. General Dutiez & instructions. The Inspector's conztructlon supervizion and Inspection services include the following general duties and instructions: a. Statun & Relationship with Public Agency and Architect. His lndependcontract relationship w1th the Public Agency parallels that which ex1sts between the Public Ac ency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the . desir-n of the pro.lect ansupervision d for general Ision of its construction pursuant to the Public Agency-Architect a.-reenent. Forts Approved by County Counsel 1-77 Microfilmed with board order 0340000 -��L. :�t. a.iu ;, ..'.•_ " _..�.i, i .Ic �' r :vtfir tic .a,:ell ia;a►►Lain a diGnifled�Gut unue r :L._uu:t,;; i t:1:.L .o::::tcip wi l-1t the workmen or► the jot but fie wall cor:duct t,:t:;_r►uJJ olily LI►rouid, l.l:_ euntracLur':.; Job superintendent, tu;d !all not the C0nt2-:1cLo1": dutic-s; and he sY,all not give in::truction:: directly to the Cor►tractor'r, employee(s) or subcoatrscto'r(s); :,::d he --hall Immediately advi::e the Architect of any care where the Public ALency rcpre:;enLaLivea-rive instructions to the Contractor':; cwplo,vcs. c. Public Ixer:cy-Contractor Coordination. Ile shall effectively maintain clo;:e coorciivuLiou uf` the Cuntructor's work and the owner's requirements by frequeuL, regular conference:; or other suitable means, Especially where projects involve alterationu or modifications of or additions,to an cxl::tinL functioning facility, which must be maintaingd as an operating unit during; conduct of construction work., and therefore require special alertness to job conditions which may affect such con- tinuing operations. Ile shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. lie shall become thoroughly familiar with all cut►trucL uocu►acnts including specifications, draw- ings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below). e. Pe:rsonai"Presence & Observation. He shall be personally present whenever work is beinG performed (elven on overtime,,night, holiday or weekend basis when so directed), and shall attend meetings called by the PuLlic Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractors) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice i Suggestions. He shall advise Public Agency on all* construction scatters, such as su6resting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been trade to acco=odate on-the-job probles►s, and report them with recommendations to the Architect; and he shall review and make reeom- riendations to the.-Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by•the Public Agency, he shall perrora in-depth review or the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress os -the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, the local, State, Federal, NFBU, NEPA,'ete., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall naintain a complete file of all drawings, specifications, contracts 2hange orders, directives, etc., which deterc►ine work to be done*, lontractor (see also 6-d, above). s b. Diary aril Renorts . It_- shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall subrait all report:: dL-emed necf!:;::ary by State and Federal agencies, _ Architect and Public Agency, t:hi.ett shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records . He shall maintain records of materials and/or equipment delivered atthe site, showing manufacturers' names, Catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that' all materials used in construction are as specified in contract documents; -and, on completion and/or - installation of each.applicable item, he shall collect and assemble relevant information (including guarantees; 'certifleates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc. , of materials and/or equipment as required); and at the completion of the project,- he shall deliver this information to the Architect for delivery to the Public Agency. . 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the lst through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period 'if a demand billing is received by the County Public Works Depart- ..sent on the last County working day of the period. b. ' Mileage authorized by the Public Works -Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance,-'— - including coverage for owned and non-owned automobiles, with a*minim= . combined single limit coverage of $500,000 for all.dasages due .to bodily Injury, sickness or disease, or death to any person, 'and damage to props", Including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public. . Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The-Public Agency's-, agent for enforcing and interpreting this Contract is the County's Public Works Director or a deputy. 11. AdJustment of Compensation. The rate of compensation may be adjusts, by mutual consent of the parties for good cause shown.' Form prepared by County Counsel's Office . 00405 (CC-61:. :10/76) -3- ' • CUA:;fiACi' Special i:rn ;Ina(,•r7 nr:-hdaini.trative Serviceu Cort Lruct io.j ::tipervl:;lorl & Innnection 1. Special Conditions. These ;;peclal conditions are incorporated below by reference: a) Public Azency: ('e„trCounty b) Inspector's flame b Address:_ Robert G. Gradv, 54 Collins r ve. Dloacant Mill_ rwlifornia 94523 e) Effective Date. Seot r 6 1977 d) Project's Name and Location: 816 Main Street. Martinez na of rnuntg InwcM'Ruilding (4050- 10-A10-YBO992) _ c) bate of Cornpcnsatlon:_ 513.65 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AG CY CdntMCos!& County INSPLCWR By -,-V M7 -Jr_q%,.A k PubliWorks Di ec L- Robert G. Grady 3. Parties. Effective on the above date, the above-named Public Agency towner and the above-named Inspector mutually agree and prosise as follows: $. General qualifications t Conditions. Public Agency hereby contracts -kith Inspector, as one specially ;.rained, experienced, expert and cola- . petent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position ca=only known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily Incident to the services performed for the. Public Agency by architects and enEineers in the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. ' 5. Term. The duration of this contract is the duration or this construction project, but either party may terminate it by givin8•30 days advance written notice to the other. 6. General Duties S instructions. The Inspector's conutruetion supervision and inspection services include the following general duties and instructions; a. Status t Relationship with Publ_c agency and Architect,. His Independent contract relatlo::ship with the Public Agency parallels that which exists between the Public Agency and the Architect; but he is sub- ordinate to the Architect, becau:P the Architect is responsible for the design of the pro.ect and for general supervision of its construction pursuant to the Public Agency-Architect agreement. Form Approved by County Counsel 1-77 #kM ib d with+ boaorder O`�4W++ Z. :J: r"'JILU J* .1,011' He shall 13a.111taln a 'T -'IT . alcoiflod but Una" -W-61C Viorklaen oil the job but 'Ile a!lall'collauct only WiroullA the contracLuriz job supgr1ntendusit, and Wiall not z:.;;uiac the Contractor1y dutivu; and he -shall not ,Give instructions directly to the Contractor'* exployce(a) or subcontractor(s); zti*.d lie shall immcdliLtely. ;AdViuC the Architect of any case where the Public ACency representaLlveu*'give Iftutructions to the Contractor's employees. c. Public Agency-Contractor Coordination. Ile shall effectively maintain close coordination of Lhe Contractorla work. and the owner's requirements by frequent, regular conrereaces or other suitable mans, especially where projects Involve alterations or modifications or or additions to an existing functioning facility, which must be maintained " 'an operating unit during conduct of construction work, and therefore requirespecialalertness to job conditions. which may affect such con— tinuing operations. Ile shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor b4iforehand. d. Familiarity with Contract. He shall become thorouChly familiar with all couW-act documents Including specifications, draw- lugs and addenda; and he shall supervise and check the adequacy and accuracy or required "as built"-drawings prepared by the Contractor's employees (see also 7-a, below)* e. Personal Presence & Observation. He shall be personally present whenever work is beinG performed (even on overtimesnights holiday or weekend basis when so directed), and shall attend meetings called by the Public Agency, Conti-actor or Architect; and he shall make direct personal observations of vork. being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work Is being performed In a skillful manlier and in accordance with the requirements of the contract documents. f. Advice & Suggestions He shall advise Public Agency on all construction matters, such as suegesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job probleass and report then with recommendations to the Architect; and he shall review and make recan- Madations to tho,Contractor an all pay estimates. g. Pre-Construction Review of Contract Documents. when so directed by*the Public Agency, he shall perform In-depth review Or the contract documents before construction begins, and make appropriate recommen"tIoas thereon to the Public Agency. • 7. Special Duties & Instructions. The inspector's duties specially concerning the progress or-the work include the following: &. General Records & Files, He shall maintain a file of, and be aware of contents 01:* the local, States Federal, NFBU, NEPA, etc., ^odes, regulations* directives, requirements, etc., which are pertinent :o this project, and are provided by the Public AGency; and he shall maintain a complete file of all drawings, specifications, contracts :bwge orders, directives, etc., which determine work to be done W07 .;Catractor (see also 6-d. Above). .• v •b. Diary and Reports. 11= shall maintain a bound daily diary, noting therein job prublems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report: • c. Material Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify ,to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or . Installation of each applicable item, he shall collect and assemble relevant information (including guarantees-, •certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project; he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services A Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the lst through the 15th and 16th through the last day of the month. Payment x111 be made on the 10th of the month or on the 25th of the month following the pay period Yf a demand billing is received by the County Public Works Depart meat on the last County working day of the period. b. ' Mileage authorized by the Public Works-Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, Including coverage for coined and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all.damages due to bodily injury, sickness or disease, or death to any person, 'and damage to property Including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public - Agency, its officers and employees as additional insureds, apd requirUg,. 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation or Contract. The.Publie Agency's- agent for enforcing and interpreting this "Contract is the County's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown.' Form prepared by County Counsel's Office (CC-61:. :10/76) -3- } : 00408 CUNTHACT Special i:Aigln,!c,r1n,-Adminlztrat ive :ervicez CanLti•uctiun :'upervision t_ Insuection 1. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency:- Contra Cqsta County b) Inspector'.s Name & Address: Laurel Roderick Carron, a to Qrive. San Leandro. California 94577 c) Effective Date. Se tewber 6, 1977 -`-- d) ProJect's' Name and Location: 816 Main Street, Plartfriez , e■o 0 County eased &rilding (4050-231 - e) Rate of Compensation: per hour 2. Signatures. These signatures attest. the parties' agreement hereto. PUBLIC A ICY Cont Costa County INSPECTOR By . Public Works Dire sletv EL 3. Parties. Effective on the above date, the above-named Public Agency (owner and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and com- . . petent to perform the special engineering and administrative services o0L a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as . Clerk-of-the-Works, in connection with 'the above construction project, which services are necessarily inc+dent to the services performed for the. Public Agency by architects and engineers in the design and,con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions: a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists between the Public Agency and the Architect; but he is sub- ordinate to the Architect , because the Architect is responsible for the design o: the .pro,',ect and for general supervision of its construction pursuant to the Public Agency-Architect agreement. Form Approved by County Counsel 1-77 ftrofilmed with board ordwWAC9 —��L. :L.atr;:; _.u1 L u: a i .I: r•,nLr:ct�,r lit :arall aataintain a d1G Ifled but under :L..culri;rc:1:.L''OnW,ip wit.ti the tirori:tuen on the job- but' obbut' ht :ahall conduct only through the cuntracLur';: Job , superintendent, and shall not ss:uiae the Contl:rctor'w duties; And he shall not live instructions directly to Lhe Contractor':; employees) or subcoutractor(s); :a:d he shall immediately advlse the-Aa•chitect of any case where the Public AGency rcl,resentuLiveu Give instructions to the Contractor's cnnployeas. c. Public Arency-Contractor Coordination. !le shall.effeetively maintain close coordir;Aulon of the Contructor's work and the owner's requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing. functioning facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions.which way affect such con- timing operations. !le shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. kawill:arity with Contract. !le shall become thoroughly familiar with all coaaLraat docwaents including specifications, draw- ings and addenda; and to shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's eWloyees (see also 7-a, below). e. Personal Presence A Observation. He shall be personally present whenever work is being. periormed (even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Public AGency, Contactor or Architect; and he shall make direct personal observations of :cork being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice i Suggestions. He shall advise Public Agency on a11" construction natters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate sunestions or modifications which have been made to accommodate on-the-job problems, and report thew with recommendations to the Architect; and he shall review and wake recom- mendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. Mhen so directed by-the Pu6-1—ic Agency, he shall perform in-depth review or the contract documents before construction begins, and make appropriate recow11endations thereon to the Public Agency. '( Special Duties 3-Instructions. The Inspector's duties specially conoern=6 the progress 017._r he work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, the local, State, Federal, NFDU, NEPA, etc., codes, regulations, directives, requirements, etc., which are pertiaent to this project, and are provided by the Public Agency; and he scall saintain a complete file of all drawings, specifications, contracts, :range orders, directives, etc., which determine work to be dow""" ;antraetor (see also 6-d, above). j. s b. Diary dnd Ptp2z-Ls. fie shall maintain a bound daily diary, -noting therein job problems, conference.. and remarks; and he shall submit all reports d::emed necv:.;Zary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report , c. Material Records . He shall maintain records .or-materiaals and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by.the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees;'certifi_cates, maintenance manuals, operating instructions , keying schedules, catalog numbers, vendors addresses and telephone contacts, ete. , of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. B. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the let through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period -if a demand billing is received by the County Public Works Depart- ment on the last'County working day of the period. b. '.Mileage authorized by the Public Works-Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. - . 9. Insurance. Inspector shall, at no cost to Public Agency, and maintain during the term hereof Comprehensive Liability Insurance, 'including coverage for owned and non-owned automobiles, with a aiaim�us combined single limit coverage of $500,000 for all.da-agea due to bodily injury, sickness or disease, or death to any person, •and damage to property Including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The-Public Agency's- agent or enforcing and interpreting this Contract is the County's Public Works Director or a deputy. 11. Adjustment or Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown.' Form prepared by County Counsel's Office (CC-61:. :10/76) -3- 00411 . i In the Board of Supervisors of Contra Costa County, State of California September 6 , 19 77 In the Matter of Approving Inspection Services Contracts for 3431 MacDonald Avenue, Richmond. . (4050-2310-A10-WB9993) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Messrs. J. M. Nelson, Robert G. Grady and Laurel Roderick Cameron for contract documents review and construction inspection of the remodeling of a County leased building at 3431 MacDonald Avenue, Richmond. These contracts are effective on September 6, 1977. Passed by the Board on September 6, 1977. I hereby certify that the foregoing is a true and aired copy of on order enin an the minutes of said Board of Supervisors on the date oforesaid. Originator: P. W. Dept. yyihmm my hand and the Seal of the Board of Bldgs & Grnds Supe cc: Public Works Department affixed this 6th day of September , 19 77 Agenda Clerk Building Projects J. R. OLSSON, Clerk County Auditor-Controller ), J. Dye BY !! �4`sr� . Deputy Clerk County Administrator N-pous P. Burton Inspector 00412 H-24 3/76.Ism CONTRACT Special Engineering-Administrative Services Construction Supervision A Inspection 1. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: CgotrA Costa County b) Inspector's Name & Address: J_ N_ Nelson lg05 Pacheco Rnulnvard- Martinez California94553 c) Effective Date: September 6 1977 d) Project's Name and Location: 3431 NacDonald Richmond Remodeling - at County Leased Bldg. (4050-23 0-A10-iB9993 e) Rate of Compensation: 514.54 oer hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGENCY PECTOR is r -M. NELSON 3. Parties. Effective on the above date, above-named Public Agency (Owner) an the above-named Inspector mutually agree and promise as follows: 4. General Qualifications i Conditions. Public Agency hereby contracts with Inspector, as one spec a y trallW. experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous can- struction supervision position coneonly known as Clerk-of-the-Works, in con- nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services inc ude the following general duties and instructions.. a. Status & Relationship with Public ftency and Architect. His independent contract re ationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the Aroject and for gen.: .1 E,.pervision c,f const,uction pursuant to the Puttic Rge:l..,r Mcro-sitmed with board order -ae -77 00413 c. :At::tu: i• :.. J i.:o �:a :i Lf; ►,u:►1'1—.vtor. lie .:hall 1.1-Intuin a dir,oiried but unu►•r.;t.:►.e1r►;; re 1 :+i3:v: .:hip uit,h he uorkluen an the job but 1►c ahail conduct L:t:;:1►esu nilly through tl►e contractor':: job Superinterdcnt, and s:,all not ;;u;:,c the Co13L'l•act-or1. elude;;; and he phall not Llve instructions directly to the Cuntrsctor'a elaployee(s) or z;ubco:ltracLoi•(s); :a:d lie shall i„caedlately advise the Architect of any Casa where the YuLlic Agency rel,rcuent•ativeu Live inutructions to the Contractor's c►upluyucs. e. Public Arency^Contractor Coordination. !le shall effectively maintain clone coordination of the Contract(irl s work and the owner's requirements by frcduel►t, regular conference::'or other suitable means, especially where prujcct:: Involve alteratiunu or modifications of or additions to an a isting; functioning facility, which must be maintained as an operating unit during conduct of construction work, and therefore-- require special alertness to job conditions which may affect sueh eon- tlnuing operations. !le shall coordinate necessary Interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. !le shall become thoroughly faoillar with all cw►tr• 'LI 4ocu►aents including specifications, draw- 1Ags and addenda; and 1;e shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's *Vloyees (see also 7-a, below). e. Personal Presence L Observation. He shall be personally present whenever work is being perfor►red (even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being; performed by the General Contractor and subcontractor(s) for certification to Public •Agency-Owner that such stork is bcIn4 performed in a skillful manner and in accordance with the requir MMU of the contract documents. V, Advice i Suggestions. He shall advise Public Agency on all' Construction matters, such as suggesting change orders or reviewing Con- struction schedules; he shall evaluate suggestions or modifications which have been made to acro=odate on-the-job problems,•and report then with recommendations to the Architect; and he shall review and hake reeom- maadatious to the.Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by•the Public Agency, he shall perrora in-depth review or the•eontraat documents before construction begins., and make appropriate recoaaen"tions thereon to the Public Agency. (. Special Duties t Instructions. The inspector's duties specially concerning the progress os -the work include the following. a. General Records t: Files. He shall maintain a file of, and be aware of the contents of, the local, State, Federal, NFBU, NEPA; etc., Codes, regulations, directives, requirements, etc., which are pertinent co this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts$ the :barge orders, directives, etc., which determine work to be done by' :outractor (see also b-d, above. 00414 -4 - b. Diary and Y:enorts, lin shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall swbadt all reports dc-emed nece:;:;ary by State and Federal agencies, Architect and Public Agency, uh.ich -shall be timely and in sufficient . detail to satisfy the purpose of the report.. c. Material Record:.. tic shall maintain records .of materials and/or equipment delivered at the site, showing manufacturers' 'names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. !ie shall certify to Public Agency that all materials used in constructioA are as specified in contract documents;-and, on completion and/or Installation of each.applicable item, he shall collect -and assemble. relevant information (including guarantees; 'certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. ' 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the lat through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period If a demand billing is received by the County Public Yorks Depart- neat epartneat on the last County working day of the period. b. ' Mileage authorised by the Public Works -Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to tine reflecting actual and changing costs. • 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance,-=-- - Including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all.daaages due to bodily injury, sickness or disease, or death to any pdrson, *' d damage to prop*" Including the loss of use thereof, arising out of each accident or occur rence. Inppeetor shall furnish evidence of such coverage, nasing Public Agency, its officers and employees as additional insureds, apd requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The-Public Agency's', agent for enforcing and interpreting this Contract is the County's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusts, by mutual consent of the parties for good cause shown.- Form prepared by County Cou"el's Office 00415 (CC-61:. :10/76) -3- CO;:Tt(ACT Special ii1',11Jn1:e z-J nr-Admini_trat ive Services Conz;Lruct:io;► ::use rvi�ivn t� Insoectloa 1. Snecial Condition. These :;,)ecial conditions are incorporated below by reference: a) Public A„ency: C tra Costa Count b) Inspector's Haut b ,Address: Robert G. Grady, 64 Collfns rive, Pleasant Hill-California 94523 c) Effective Date. .Se tewber 197 d) Project's Name and Location: mi macuonaidvenue, c (County Leased Building), 4050-2310-MO-MM)' e) 050-23 - - e) Efate of Compensation: $13.65 per WUF ..2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGENCY C tra sta C my, SPE OR� ' C t c Wo it or ROBERT G. 6RADY 3. Parties. Effective on the above date, the above-named Public Agency (owner and the above-named Inspector mutually agree and promise as follows: - 4. General Qualifications t Conditions. Public Agency hereby contracts .with Inspector, as one specially trained, experienced, expert and com- petent to perform the special engineering and administrative services of a construction supervisor and inspector, includingthose associated with the continuous construction supervision position commonly known as. Clerk-or-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for. . - the. Publle Agency by architects and engineers in the design and can- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. ' 5. Term. The duration of this. contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Dutlez b Instruction::. The Inspector's construction supervision and inspection services include the following general duties and instructions: a. status 6 Relationship with Public t+;_ency and Architect. His Independent contract relationship with the Public Agency parallels that which exists between the Public Agency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the deli-n of the pro.ect and for general supervision of its construction pursuant to the Public Agency-Architect agreement. Ott°iilmed with b0°id °fes Form Approved by County Counsel 1-77 osis L. M-M-un, ;�r. <<: ,,� i .I C�ml,r:r4�,t Ile. maintain a dig;r,ifim' but t•u1:.L With�ti,c ►:orimien all the job but Ire :r:rall eollducL only through tho-contractur's job superiise dcut, aria :;:,all not a:::;w:Le the Cuntraetor's dutlas; raid he stall not 1;1ve instruction:: directly to Lhe Coritr auLor'r: employee(a) or subcoatractoi•(s);, mad tie --hall iiWilediately udvl:;e the Architect of any case where the Public Agency rc;,re:;ent'aLivc ;; give instructions to the Contractor's employcea. c. Public Grrenct�_Cont'ractor Coordination. Ile shall effectively maintain clone coordination of Lhe Contractor's worl: and the owner's requirements by frequent, regular conferences or other :suitable means, especially where projects involve alterations or modifications of or additions to an exlztinL functioning; facility, which must be maintaingd as an operatinC unit during conduct of construction work, and therefore require.special alertness to job conditions which may affect such con- tinuingoperations. Ile shall coordinate necessary essary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Vamillarit%, tritl, Contract. tie shall become thoroughly familiar with all cciutract documents including; specifications, draw- ings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built." drawings prepared by the Contractor's employees (see also 7-a, below). e. Personal Presence & Observation. He shall be personally present Whenever work is being; performed [even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being; performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being; performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice & Suri estions. He shall advise Public Agency on all' construction matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, and report them with recommendations to the Architect; and he shall review and make recom- mendations to the,,Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by-the Public Agency, he sttall perform in-depth review of the. contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7, Special Duties & InstructiOns. The inspector's duties specially concerning; the progress of-the work include the following,: a. General Records & Files. He shall maintain a file of, and be aware or the contents of, the local, State, Federal, HFbU, NEPA, -etc., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, change orders, directives, etc., Which determine work to be done by the lontractor (see also 6-d, above). 00431 •-2_ i .b. ' Diary and Rena&c. fie shall maintain a bound daily diary, noting therein job problems, conference:. and remarks; and he shall submit all reports deemed neca:;z ary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records. He shall maintain`reeords ofmaterials and/or equipment delivered at the site, showing. manufacturersnames, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect . He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or - Installation of each applicable item, he shall collect and assemble relevant information (including guaranteess 'certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project,- he shall deliver this information to the Architect for delivery to the Public Agency. S. Pay for services A Reimbursement for Expenses, a. Public Agency shall pay Inspector for these services, pit the .above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period If a demand billing is received by the County Public Yorks Depart- ment on the last County working day of the period. b. ' Mileage authorized by the Public Works -Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. - 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a•minimum combined single limit coverage of $500,000 for all..damages due -to bodily injury, sickness or disease, or death to any person, 'and damage to propert including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Inter retation of Contract. The-Public Agency's' agent for enforcing and interpreting this Contract is the County's Public Works Director or a deputy. _ 11. Adjustment of Compensation. The rate of compensation may be adjus*-� by mutual consent of the parties for good cause shown.' Form prepared by County Counsel's Office (CC-61:. :10/76) -3- - W418 CJi:'YltAC'� Special i:n;;im:eL 1���-Ad�ini:arative :crvices - Con:.Lruct ion _'upervlv]on F: Insnc-ct:ion 1. 4pecial Conditions. `!'hese special condi-Lidns are incorporated below by reference: - a) Public A„ency: Contra Costa Count b) Inspector's Na mc 6 Address:_�,aurel Roderick- m75T`VaTi�a California 94577 C) Effective Date: September 6, 197 d) Project's Name and Location. 3431 MCUOnAld Avenue, XT Rggftl (County Leased Building), - e) Rate of Compensation: $11.55 per hour- . -2. Sitrnatures. These signatures attest, the parties• aereeeent hereto. PUBLIC AGENCY a to County INSPECTOR �NP Zublis Workrest LAUREL 3. Parties. Effective on the above date, the above-named Public Agency "(owner) AM the above-named Inspector mutually agree and promise as follows: $. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and cam- . . petent .to perfornL the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position coammonlyknown as- Clark-of-the-Works, in connection with the above construction project, which services are necessarily Incident to the services perforated for the• Publie Agency by architects and engineers in the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of worst required herein.' 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction. supervision and inspection services include the following general duties and instructions: a. Status & Relationship with Public AYenc_y and Architect. His independent contract relationtihip with the Public Agency parallels that which exists between the Public Agency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency-Architect agreement. Mkrofitmed with board order - Form Approved by County Counsel 1-77 00419 - ;I.ZA to; i.,ov , la:-InLain a M-1unifival t;!ju on tha Jot; bUUL 11C b!lUll COut!UCL vnly Lbrotig.13 1.11-:! Job tllc tiutic::;; and he shall not J;ive 1:1:;Lrtluticjn;; directly Lo the Contractor,.; cm-ployee(u) or subcoatractoi,(s); Zti.d lie zhall Isiciiedlately advise-tile Architect of any case %Alcre the Public Agency ruppesentULINVa give InutructlonS to the Contractor's cmploycea. c. Public Arency-Coutractor CoordInation. Ile shall effectively maintain cloz;e co J'aLiQll Of WIC C0141-aCtOl-'u worn: and the owner's requirements by frequeiiL, regular conferences or Other suitable means, especially where projuctu involve alteration:; or modifications or or additions to an existing functioning facility, which most be maintained as an operating unit during conduct of construction work, and therefore require special. alertners to job conditions which may affect such con— tinuing operations. lie shall coordinate necessary Interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Fanillarltv with Contract. Ile :;hall become thoroughly familiar with all —docutic—nta including specifications, draw- ings and addenda; and Le shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-al, below). e* Personai"Presence & Observation. He shall be personally present whenever work. Is being performed (evenonovertime,.night, holiday or weekend basis when so directed), and shall attend meetings called by the Pubic Agency, Contractor or Architect; and he shall make direct personal observations of work. being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed med In a skillful manner and In accordance with the requirements of the contract documents. f. Advice & Sugfestions. He shall advise Public Agency an all- construction matters, such as suggesting change orders or revlewl" con- struction schedules; he shall evaluate suggestions or nodificationA which have been made to accommodate on-the-job problems,, and report then with recommendations to the Architect; and he shall review and make recomp- zendations to the..Contractor an all pay estimates. g. Pre-Construction Review of Contract Documents. Vhcn so directed by,the Public Agency, be shall perrorp in-depth review of the- contract documents before construction begins, and make appropriate recomendations tbereon to the Public Agency. Special Duties & Instructions. The inspector's duties specially concerninG tae progress ai--the wort; Include the following: a. General Records °- Files. He shall maintain a file of, and be . aware of the contents of, the local, State, Federal, UPBU, NEPA, etc., .odes, regulations, directives, requirements, etc., which are pertinent to this project,. and are provided by the Public Agency; and he shall maintain a complete me or all drawings, specifications, contracts, :hAnSe orders, directIvez. etc., which determine work to be done by the Zontractor (see also 6-d, above)* 00420 i b. Diary ani) Pefnorts. Ile shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports aeemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the-purpose of the report. c. Material Records . tie shall maintain records of materials and/or equipment delivered atthe site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or - installation of each applicable item, he shall collect and assemble relevant information (including guarantees-, 'certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc. , of materials and/or equipment as required) ; and at the completion of the project; he shall deliver this information to the Architect for delivery to the Public Agency. - 8. Pay for Services A Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period If a demand billing is received by the County Public Works Depart- ment on the last County working day of the period. b. ' Mileage authorized by the Public Works- Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. • 9. Insurance. Inspector shall, at no cost to Public Agency, obxain and maintain during the term hereof Comprehensive Liability In including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all.damages due •to bodily injury, sickness or disease, or death to any person, •and damage to proper*_ including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiriux _ 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The-Public Agency'*, agent for enforcing and interpreting this Contract is the County's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adfustei- by mutual consent of the parties for good cause shown.- Form prepared by County Counsel's Office J. (CC-61:. :10/76) -3- - 004 In the Board of Supervisors Of Contra Costo County, State of California September 6 19 77 In dw Alonor of _ Approving Inspection Services Contracts for 367 Civic Drive, Pleasant Hill. (4050-2310-ala-WB9994} The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts for Nessrs. J. M. Nelson, Robert 6. Grady and laurel Roderick Cameron for contract documents review and construction inspection of the remodeling of County leased building at 367 Civic Drive in Pleasant Hill. These contracts are effective September 6, 1977. PASSED by the Board on September 6, 1977. I her certify flat Ow fwopoinp b a tno and carred copy of an ado +�Mar+rd an the minutes of said Board of Supavisars on dte deft aforesaid. Originator: Brrd Dept. Bldgs & Grnds Whnea my fond=W dw Sof of ow Bond of cc: Public Works Department affixed this 6th day of_ Septembe_ r 19 77 Agenda Clerk —" Building Projects O�S90N, Clark County Administrator P. Burton By_ f�nc�Q Doty C1'* County Auditor-Controller K PODS J. Dye Inspectors H•24 3176 15. . - CON, TRACE Special Engineering-Administrative Services + Construction Supervision Inspection 1. S ectal Conditions. These special conditions are incorporated below by. re erence: - a) Public Agency: b) Inspector's Ne J.rens: N. avtson_ 1M5 Parlrr„ lWalaward- lkrtim, Califtrala c) Effective Date: d) Project's Name and Location: 367 Civic Drive. Pleasant Hill _ (County Leased buildin) (4050.2310:,10.i�99941 e) Rate of Compensation:$14-54 at how 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGMCY IN By A a'/ Pufflic Morks Dirac ME15011 3. Parties. Effective on the above date, we-named Public Agency (0~) anFW above-named Inspector mutually agree and promise as follow: 4. General Qualifications i Conditions. Public Agency beret► contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services.of a construction supervisor and inspector, including those associated witl the contim pus con- struction supervision position commonly known as Clerk-of-tbe-Works, In con. nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other emplayment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction p aro t, but either party may terminate it by giving 30 days advancewritten notice to the other. 6. General Duties 6 Instructions. The Inspector's construction supervision and inspection services inclide following general duties and instructions. a. Status i Relationship_with Public 6M.Y and Architect. His independent contrac re at ons p with ie c Agency parallels tut which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with boom order Forayed Approved by County Counsel 1-77 0OA99 fir'- He -;hall ilaiitL in d1f;nifled but undt!r,:; III,", I wil.h 4.11C worl:men ou the jolo buL tic shall C011duct LU:; 0111Y WiroUfl.1a the contractor';; Job SLiperInter.actit, and ::hall not the Cri"t'-:let 01"r. clutlez; find he shall not give instructions directly to Lhe Contractor's employee(;;) or uubcont-ractoi-(3); zti;d he --hall lar-ledlately advlue the Architect of any case %-there the Public ACency representativou.,give instructions to the Cont'ractor's employees. c. Public Ar �ency-Coiitractor Coordination. Ile shall effectively maintain clone coordinauion, of tilit Contractor's WWII.' and the owner's requirements by fr'equent, regular conferences or other sUituble means, especially where px-oicct:; involve alterations or modifications of or additions 'to an existing functioning facility, which must be maintainqd as an operating unit during conduct of construction work, and therefore require special alertness to job conditions, which may affect such con- timing operations. lie shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity_wlq�_Cunt ract. fie shall become thoroughly familiar with all couLract docw:ients including specifications, draw- ings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below), e. Personal Presence & Observation. He shall be personally present whenever work is being performed (evenonovertime, night, holiday or weekend basis when so directed), and shall attend meetings called.by the Public Arencys Conti-actor or Architect; and he shall make direct personal observations of work being performed by the General Contractor' and Subcontractor(s) for certification to Public Agency-Owner that such work Is being performed in a skillful manner and In accordance with the requirements *of the contract documents. f. Advice & Suggestions He shall advise Public Agency on all* -construction matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which, 'have been made to acco=odate on-the-job problems, and report them with recommendations to the Architect; and he Shall review and make recom- mendations to the.. Contractor on all pay estimates* . g. Pre-Construction Review of Contract Documents. When so directed by*the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations tbereca to the Public A,-ency. T. Special Duties & Tnstructions,. The inspector's duties specially concerning the progress or.the work include the following: a. General Records ?, Files. He shall maintain a file of, and be aware of the contents of& the local, States Federal* HFDU* NEPA, -etc., codes, regulations, directives, requirements* etc.* which are pertinent to this projects and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, --hange orders 9directives, etc., which determine work to be done by the ;ontractor (see also 6-d. above). 00A9.#1 -2- b. Diary and Reports. Ile stall maintain a bound daily diary, noting therein joroblems, conferences and remarks; and he shall Submit all reports d-emed neces::ary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. e. Material Records. He shall maintain records .of materials and/or_ equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information . thereon and noting whether they are in strict compliance with the plans; shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction► are as specified in contract documents;-and, on completion and/or Installation of each applicable item, he shall collect and assemble relevant information (including guarantees-,"certificates, maintenance manuals, operating instructions, keying schedules, 'catalog numbers, vendors addresses and telephone .contacts, etc., of materials and/or equipment as required); and at the completion of the proje@%L,. be shall . deliver this information to the Architect for delivery to the Public Agency. $. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period it a demand billing is received by the County Public Morks Dqpwtuw • ment on the Zast County working day of the period. b.-' Mileage authorized by the Public Works-Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall, at no cost to public Agency, obtain and maintain during the term hereof Comprehensive Liability Iaaurance,' including coverage for owned and non-owned automobiles, with t miatmuts combined single limit coverage of $500,000 for all.dawages due to Lodi ' Injury. sickness or disease, or death to any Orson, i d damage to ps�opeyt including the loss of use thereof, arising out of each accident os o4et :' rence. Insepector shall furnish evidence of such coverage, namtng Publ3s �-!` Agency, its officers and employees as additional insureds, sad requisrtll�:.' :_ 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation-of Contract. The-Public Agency's' agent or enforcing and interpreting this Contract is the County$& Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation my be ad "*L by wtual consent of the parties for good cause shown.' Form prepared by County Counsel's Offleb , t - (Cc-61:. ;10/76) -3- 0042-4 ` CWITHAGr Special Eiivin•:crlrs; y., `t. :;t:au_ s N '��r1 --cry is :t:.lc +,�,nt:r.:r.t�7r. lie :a+ctll maintain a d1rnificd but titj t!, the worlanen on tile job but he 41a:tll conduct only tttroulls Lbe contractor's fob superinterdcnt, ::nd :;11,,11 not the Contractor'r. duties; and he shall not Cive instructions directly to the Contractor':, employce(s) or subcoatraetoir(s); :u.d he shall 1twWdiately advise the Architect of any case where the Public ACency represcntutives,:give In4tructions to the Contractor'3 employees. ` c. Public Arency-Contractor Coordination. He shall effectively maintain clone coordination of the Contractor's work and the owner's requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions 'to an existing functioning facility, which must be maintaingd as an operating unit during conduct of construction work, and therefore require,special alertness to job conditions which may affect such con-. tinuing operations. lie shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Famillaritv with Contract. hie shall become thoroughly familiar with all contract documents including specifications, draw- ings and addenda; and to shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below). e. PersonalPresenceb observation. He shall be personally present whenever work is beine.performed even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called-by ---� . the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor' and subcontractor(s) for certification to Public Agency-Owner that such work is beim performed in a skillful manner and in accordance with the requirements of the contract: documents. t. Advice i Suggestions. He shall advise Public Agency on all' construction natters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which; have been made to accommodate on-the-fob problems, and report them with recommendations to the Architect; and he shall review and make recon- meadations to thu.Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by•the Public Agency, he shall perforce in-depth review of the contract documents before eonstruction begins, and make appropriate recoMaeadations thereon to the Public Agency. 7. Selcial Duties A instructions. The Inspector's duties specially conceraiag tae progress 01 -the work =elude the following: a. General Records ?, Files. He shall maintain a file of, and be aware of Lhe contents of, the local, State, Federal, NFW# NEPA, .ete-, codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts. =hange orders, directives, etc., which determine work to be done by he 3ontractor (see also 6-do above)- W�3� -2- A. ' b. Diary and Ye►iorts. H^ shall maintain a bound daily diary, noting therein job ornblema, conferences and remarks; and he shall submit all reports deemed nece;;sary by State and Federal agencies, Architect and Public AEency, which shall be timely and in sufficient detail to satisfy the-purpose of the report. c. Material Records . He shall maintain records of materials and/or equipment delivered atthe site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or Installation of each applicable item, he shall collect and assemble relevant information (including guarantees-, 'certificates, maintenance manuals, operating instructions, keying schedules, 'catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or equipment as required) ; and at the completion of the project; he shall- deliver halldeliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services s Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, st the above rate, for semi-monthly pay periods of the 1st through the. 15th and 16th through thelast day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period 1f a demand billing is received by the County Public Works Depart-J- - meat on the last County working day of the period. b. " Kileage .authorized by the Public Works- Director or his deputy shall be reimbursed at a rate- to be mutually agreed upon Trop time to time reflecting actual and changing costs. _ 9. Insurance. . Inspector shall, at no cost to Public Agency, obtaiit and maintain during the term hereof Comprehensive Liability Insurance, Including coverage for owned and non-owned automobiles, with s minimus combined single limit coverage of $500,000 for all.dapagea due to bodily . Injury, sickness or disease, or death to any. person, -and damage to propert; Including the loss of use thereof, arising out of each accident or occur rence. Inspector shall furnish evidence of such coverage, naming Public - Agency, its officers and employees as 'additional insureds, and•requir 30 days' written notice of policy lapse or cancellation. 10. Enforcement_and Interpretation of. Contract. Tbe.Public Agency**- agent for enforcing and interpreting this Contract is the County's Public Works Director or a deputy. . 11. Adjustment of Compensation. The rate of compensation may be adjustei 'by mutual consent of the parties for- good cause shown.* Form prepared by County Counsel's Office (cc-61:. :10/76) "3 OO42 CWTHACr Special i:n;an•.er•J re;;-Ad.-iini:;trative Services Can::Li•uct is;� ::upervi�ion t, Inspection 1. Special Conditions. These :special conditions are incorporated below by reference: a) Public Agency: Contra Costa Count b) Inspector's !`Jame & Addrous: Laurel Roderickaeeron, a rivLeandro. California c) effective Date: Igptember C 1977 d) Project's Name and Location: 367 Civic Dr ve easan . Rewdelina (County Leased Building e) to of Compensation: $13.55 per hour x. S_lpa�s. These signatures attest the parties' agreement hereto, PUBLIC PJMVCY Jet3 Costa County INSPECTOR _ • ey is ub Yorks Dir c o IMIREL K 3. Parties. Effective on the above date, the above-named Public Agency towner and the above-named Inspector mutually agree and protist as follows: 6. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and com- . . potent so perform the special engineering and aaministrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly !mown as - Clerk-of-the-Yorks, 1n connection with-.the above construction project,, : which services are necessarily incident to the services performed for the. Publia Agency by architects and engineers in the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. ' 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions: a. Status & Relationship with Public Agency and Architect. His Independent contract relationship with the Public Agency parallels that which exists between the Public AC,ency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for tae design of the pro.ect and for general supervision or its construction. pursuant to-the Public Agency-Architect agreement.. #&MfibvW with bmd order Form Approved by County Counsel 1-77 00428 4. `•L C;X111:r••:ctor Ile 'Niall m-aintain a -- — - -- _dlCrtifled but undt!rst:::ttitt,,-. I—vIaL ur::;hiP with the trorl:tacn oil the job- but obbut lie :►:tall conduct L:u:_tti:::, only throuith the cuntracLurIc job superinterdrnt, aua :;1,211 not a.;. u;ac the Contractor'-s duties; and he shall not give in3tructlonu directly to Lhe Corttrsctor'a employee(s) or sabcontractoir(s); :u.d hie shrill iumedia Lely advise the Architect of any case where the Pubis ACeney reprczentaLives.:give laztructions to the Contractor's etuployucs. c. Public Ardency-Contractor Coordination. lie shall effectively xaIntain clone coordination of the Contractorlu work and the owner's requirements by frrequcttt, regular conferences or other suitable means, especially where projects involve alterations or Modifications of or additions 'to an existing functioning facility, which must be malotaingd as an operating unit during conduct or construction work, and therefore require. special alertness to job condition& which say affect such con- tinuing operations. Iie shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Coatractor beforehand. d. Familiarity with Contract. lie shall become thoroughly familiar with all coticract documents Including specifications, draw. inks and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor'a employees (see also 7-a, below). e. Personal Presence i Observation. He shall be personally present whenever work is being. periormed even on overtime,.night, holiday or weekend basis when so directed), -and shall attend meetings ealled•by *the Public ACency, Contractor or Architect; and he sha21 make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that' such work is beiei; performed in a skillful canner and in accordance with the requirements of the contract documents. r. L Advice A Sustatestionso He shall advise Public Agency on all- construct on natters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, and report them with reco-m ndations to the Architect; and he shall review and make recam- m9ndat1=3 to the.Contractor an all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by-the Public Agency, he shall perrorm in-depth review of the contract documents before construction begins, and make appropriate recoswendations tbereon to the Public Agency. • 7. Special Duties i Instructions. The Inspector's duties specially concerning the progress or.the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents oi, the local, State, Federal, NFIlU, NEPA, .etc.9 codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall naintain a complete file of all drawings, specifications, contracts, :bange orders, directives, etc., which determin _e work to be done by Ab ;ootractor (see also 6-d. above). b. Diary and Reports. lie shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed nect!:;zary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. e. Material Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction • are as specified in contract documents;-and, an completion.and/or Installation of each -applicable item, he shall collect and assemble relevant information (including guarantees;-certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or equipment as required); and at .the completion of the project.- -ho shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services s Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the lat through the 15th and 16th through the. last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following' the pay period If a demand billing is received by-the County Public Yorks Depart= sent an the last County working day of the period. . ... . b. ' Kileage,authorized by the Public Works-Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to------ time reflecting actual and changing costs. 9. Insurance,;_ Inspector shall, at no cost to Public Agency, obtain and maintain during n the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all.damages due*to bodily injury, sickness or disease, or death to any person, 'and damage to propest including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, noadng•Public - Agency, its officers and employees as additional insureds, apdrequiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The.Publie Agency *, agent for enforcing and interpreting this ontract is the County's Public works Director or a deputy. 11. Adjustment or Compensation. The rate of compensation =Ly be adjustP by mutual consent of the parties for good cause shown.- Form prepared by County Counsel's Office ' OOA-qfl (CC-61:. .10/76) -3- . In the Board of Supervisors of Contra Costa County, State of luifomio September 6 .19 77 In the Metier of Approving Inspection Services Contracts for 2366 Stanwell Circle, Concord (4050-2310-A10-WB9995) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Messrs. J. M. Nelson. Robert G. Grady and Laurel Roderick Cameron for contract documents review and construction inspection of the remodeling of County leased building at 2366 Stanwell Circle, Concord. These contracts are effective September 6, 1977. PASSED by the Board on September 6, 1977. 1 hereby eertiy that the 1* 0 is a tette and carred copy of an ostler atlwad on the minutes of said Board of Supervisors on dw do*aforesaid. Originator: P. W. Dept. yyiyww my hand and do Seal of the Board of Bldgs & Grnds Supervisor cc: Public Works Department aft this__M day of Qnpruehnr . 1977 Agenda Clerk Building Projects J. R. 01.55001, Clerk County Administrator P. Burton BY �Dw� . D",4y Cf.& County Auditor-Controller N.PQUS J. Dye Inspectors H•24 3176 ISm 004-0-11 CONTRACT Special Engineering-Administrative Services Construction Supervision i Inspection 1. .Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name i ress: J. M. Nelson, 1905 Pacheco Boulevard- Martinez, California 94553 c) EffectiveDate: §Mtember 6. 1977 d) Project's Name and Location: 2366 Stanwell Circle. Concord - Remedaline at Countle LeasMwilding L1=_931n_un_un000a) e) Rate of Compensation: S14-FA per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC V I TOR l By f ./ C S 1 ec NELSON 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications i Conditions. Public Agency hereby contracts with Inspector, as one specially tram, experienced, expert and competent to Perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection with the above construction project, which.services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Teem. The duration of this contract is the duration of this construction "I— project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties i Instructions. The Inspector's construction supervision and inspection services incfollowing general duties and instructions. a. Status i Relationship with Public Agency and Architect. His independent contract re ations ip with the Public Agency parallelshat which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with board order Fumed Approved by County Counsel 1=77 00432 .e,_tr: i• ;, ,:c: _ :, i'.!: C:,t►tr::rt• t_ lie Miall maintain a diatificd but under;L:.:u.tie,(; re1:.L:.v,::a,1,, :01.h .he uerlatien on the job but he shall coudwet ba;:uc::, only Lhruurk, Li►a cuntruetur':: job superie►teadceet, :nr►1 Whall not :::::;u:Ac the Coutr:,ctor'N dutle:;, and he shall not rive instruction;; directky Lu the Cur►trautor':; employee(„) or subco:ltractoi•(;:); :,;:i! he --lull iuc:iediatcly advl:;e tl►e IU•clsitect of any cane %-there the Public Ai;eucy rcl,rc::enLuLivc;: 41ve 1nutructions to the Contractor'& employuea. c. Public Coo:•ciination. lie shall effectively maintain clo::e coorciic::L1011 of the: CQntractorla wort: and the owner's requirements by frecluct►L, regular conl•creue::: or other suitable means, especially where project:: involve alteration:: or modifications of or additions to an exluting fwzctioning facility, winch wast be malataingd as an operating unit during conduct of construotioa work, and therefore___ require special alertness to job conditions Khich may affect such con- tinuing operations. 'tie shall coordinate necessary interruptions of normal owner aetivitica with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. tie shall become thoroughly ' familiar with all cut►tract docu:aenta including specifications, draw- lags and addenda; and Le shall zupervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor'•& employees (see also 7-a, below). e. Personal Presence & Observation. He shall be personally present whenever work. is being perfor:tied (even on overtime, night, holiday or weekend basis. when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work: being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements 'of the contract documents,. , f. Advice i Surrestions. He shall advise Public Agency on all' construction matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate sugfiestions or wodificatlons which have been made to accommodate on-the-job problees,.and report thea with recommendations to the Architect; and he shall review and make recasts- seadations to tho'Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. Vhen so directed by-the Public Agency, he shall peri'ora in-depth review of the contraot documents before construction begin:., and slake appropriate recommaadat=ons thereon to the Public A.eneve 7. Special Duties & Instructions. The inspector's duties specially concerning the progress of-the work include the following: , a. General Records & Files. He shall maintain a file of, and be •aware of the contents of. the local, State, Federal, NFDU, NEPA, etc.. irements, etc codes, regulations, directives, requwhich are pertinent to this project, and are provided by the Public Agewhich and he shall zaintain a complete file of all drawing, specifications, contracts, :hange orders, directives, etc., which determine work to be doneAS „oatractor (see also 6-d, above). -2- • _ .b. Diary and R snorts. f!c• shall maintain a bound daily diary, doting therein job problem:;, conference:, and remarks; and he shall submit all reports dt-cm(:d nece:;zary by State and Federal agencies, Architect and Public Agency, t:hich shall be timely and in sufficient detail to satisfy the purpose of the report . , C. Material Records . He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information . thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or - Installation of each applicable item, he shall collect and assemble relevant information (including guarantee s•, "certificates,. maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone. contacts, etc., of materials and/or •equipment as requires:); and at the completion of the project;, he shall deliver this information to the Architect for delivery to the Public Agency. - 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period If a demand billing is received by the County Public Yorks Depart-• trent on the last County working day of the period. b:' Mileage authorized by the Public Works- Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. • 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance,' Including coverage for owned and non-owned automobiles, with -a minimua combined single limit coverage of $500,000 for all. --- a due •to bodily injury, sickness or disease, or death to any •person, i d damage to props! Including the loss of use thereof, arising out of each accident or occur-_ rence. Inspector shall furnish evidence of such coverage, namdng Pub214. Agency, its officers and employees as additional insureds, apd requiriaM_' 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. the-Public Agency's agent or enforcing and interpreting this Contract is the County's Public Yorks Director or a deputy. 11. Adjustment or Compensation. The rate of compensation my be adjuster by mutual consent of the parties for good cause shown.' Form prepared by County Counsel's Office (CC-61:. :10/76) -3- CVi.TRAM! -- Special i:riL;in•:erSn;-Ad:,tiiniatrative ;crvices - Can:.truction ::upervision & Ins"ection 1. Special Conditions. These ;special conditions are incorporated below by reference: a) Public Azency: Contra Co to C nt b) Inspector's Name b Address: _Robert G. Gra v. a ns r ve, Pleasant Hill California 94523 c) Effective Date: r , IM d) Project's Name and Location: 23M Mmli Remodeling (Cauntir Leased Building c} Rate of compensation: 13.65 Per hour •2. Si�r_,ratl s. . These signatures attest the parties' agreomMat berota. PUBLIC INSPECrOR • b,Y . rubuor WbftS Direr s�,- 7iRF 6. awy 3. Parties. Effective on the above date, the above-maned Pull4c Agency " (owner) and the above-named Inspector mutually agree and prMise as .follows: - General Qualifications b Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and com potent to perform the special engineering and a+Balnistrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as . Clerk-of-the-Works, in connection with •the above construction project, which services are necessarily ;ncldent to the services performed for the. Public Agency by architects and engineers in the design and can- structiae► supervision of construction projects. This agreement does not preclude other employment of the Inspector if It does not interfere wLtb .".the duties and hours of work required herein. - 5. Tom. The duration of this contract is the duration of this construction project, but either party "y terminate It by 91VUW 30 days advance written notice to the other. 6. General Duties 6 Instruct Lon.. The Inspector's construction supervision and inspection services include tho following general duties and Instructions: a. Status t Relationship with Public Agency/ and Architect. HIS Independent contract relationship with the Public Agency parallels that which exists between the Public ALency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision or its construction pursuant to the Public Agency-Architect agreement. Fore Approved by County Counsel 1-77 Mkwft rind `At' bmd�crl t. ::4;:LI:: tr�i�rr1 _ 'u:� ,:> :i:.ls C_ur:l:r.;cL��r lie sh:!ll m=aintain a d1&r,1f1cd but urclerr:A::::els,;; ru14L".onzAilp with she ►:orimaen on the fob but he ahall cor►4uct L;is=twJ:. only through the cw►tractur's ,lob superinterdusit, and ;:}gall not r:::;wac the Conti actor'r, duties; and he shall not Cive instructions directly to the Cantractorry employee(a) or subcontractoir(s); .►:;d he shall I"iediately udvlse the 11r•chitect of any'case where the Public ACency representatlycu- give inrtructions to the Contractor':: employces. e. Public Arency-Contractor Coordination. lie shall effectively maintain close coordination of Lhe Contractor's wort: and the owner's requirements by frequent, regular conferences or other suitable means, especially where projectu involve alterations or modifications or or additions to an existing functioning facility, which :Hast be maintaingd as an operating unit during conduct of constrtiction work, and therefore require special alerthets to Job conditions• which my affect such con- tinuing operations. lie shall coordinate necessary Interruptions of normal owner activities with the Public Agency and General Contractor . beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all cuttract documents including specifications, dram- lags and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below). e. Personal Presence A Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or --- weekend basis when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is bean& perforated in a skillful manner and in accordance with the requirements of the contract documents. . 1. Advice & Suggestions. He shall advise Public Agency on all* construction matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-Job problems, and report them with recommendations to the Architect; and he shall review and make recces- taandatlons to the•Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by•the Public Agency, he steal]. per in-depth review of the contract documents before construction begins, and make appropriate recommendations tbergoa to the Public Agency. _. Special Duties 3 Instructions. The Inspector's duties specially concerning the progress or -the work include the following: a. General Records 1 Files. He shall maintain a file of, and be aware of the contents oi, the local, State, Federal, NPBU, NEPA,-etc., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall mtaintain a complete file of all drawings, specifications, contracts, :hinge orders, directives, etc., which determine work to be done 1ty„�c .:ontractor (see also 6-d, above). -Z- b. Diary and Reports. IIe shall maintain a bound daily diary, noting therein job Droblema, conferences and remarks; and he shall submit all reports deemed necv*sary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. c. !Material Records. He shall maintain records of materials and/or equipment delivered atthe site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting- whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees; 'certifleates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of-materials and/or equipment as required); and at the completion of the project; he shall deliver this information to the Architect for delivery to the Public Agency. • 8. Pay for Services i Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the lat through the 15th and 16th through the last day of the month. Payment will be as" on the 10th of the month or on the 25th of the month following the pay . period Ir a demand billing is received by the County Public Works Depart- ment on the last- County working day of the period. - b. ' Mileage authorized by'the Public Works-Director or his. deputy- shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. • 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a sintmua combined single limit coverage of $500,000 for all. due to bodily . injury, sickness or disease, or death to any person, ima damage to propert including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The.Publie Agency's' agent for enforcing and interpreting this ontraet is the County's Public Yorks Director or a deputy. 11. AdJustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown.- Form prepared by County Counsel's Office (CC-61:. :10/76) -3- _ 00437 Special Services Can-ntructian :'upervi=Jon it In:nection 1. Special Conditions. These :;pecial condlitions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name i Address: Laurel RoderICK . 7 Valita . C) Effective Date: snntahnr 6_ 1977 _ d) Pro.4,ccL'a Name and Location: 2366 Stanwell Circle, nco Rsodelina at County Leased Building (4050-2 31U-AIU-kvgm)- a) bate of Compensation:_ $13.65 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLICra Costa County INSPECTOR sy ubl c Works i tor,<,,� LA!lREL pR 3. Parties. Effective on the above date, the above-named Public Aimey (owner the above-named Inspector mutually agree and promise as -follows: #. General Qualifications t Conditions. Public Agency .hereby contracts with Inspector, as one specially trained, experienced, expert and com- . . potent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated 'with the continuous construction supervision position commonly known aa. Clerk-of-the-Works, in connection with .the above construction project, which services are necessarily incident to the services performed for the. Publle Agency by architects and engineers in the design and con- struction supervision of construction projects. This agreement does not: preclude other employment of the Inspector if it does not Interfere with, the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties 6 Instructlan . The Inspector's construction supervision and inspection services include the following general duties and instructions: a. Status b Relationship with Public A;7ency and Architect. HIS independent caritract relationship with the Public Agency parallels that which exists between the Public A-,ency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the design of the prosect and for Ceneral supervision of its construction pursuant to the Public Agency-Architect agreement. Mkmfibvwd with Form Approved by County Counsel 1-77 L• ►.L::L►::: !� :�1.1 ::.�C?:�::.'ii�) :1L�: �.!llll:I' :['_LUT lie IA;_iiltain a OI&Y,iCied but unUvr!AL.,:alit►;; rt;LAL Wi:;hip with he uorkwen oil the job but l►C ahall conc:ucL L:i::_r►c;;:, only Wirougla the contr:actc,r';, job iAuperInterdent, ::u1 :;hall not a:::u:ae the ContracLor'c duties,; .and he shall not give instruction;; directly to the Contractor's employees) or sub coatractor(s); :u:d he --hall iuw•tediately advise the Architect of any case where the Public ACency representuLives, give instructions to the Contractor's employees. c. Public G_r_ency-ContractorCourdination. lie shall effectively maintain close coordination of the Contractors:: work and the owner's requirements by frequent, regular conferences or other suitable means, especially where project:: involve alterations or modifications of or additions to an existing functioning facility, which most be malntaingd as an operating unit during conduct of construction work, and therefore require- special alertness to job conditions• which may affect such coo . timing operations. lie shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Famillarity with Contract. Ile shall become thoroughly ' familiar with all ccu►Lract documents including specifications, draw. Ings and addenda; and he shall supervise and check the adequacy and accuracy of required was built" drawings prepared by the Contractor's employees (see also 7-a, below). e. Personal"Presence & Observation. He shall be personally-present"'' whenever work is being performed even on overtlme,.night, holiday or weekend basis when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of word: being performed by the .General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements 'of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all' construction ]matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been rade to accOMMOdate on-the-job probleassi and report then with recolmndations to the Architect; and he shall review and make recon- mendations to the,Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by'the Public Agency, he shall perfor]m in-depth review of the contract documents before construction begins, and make appropriate recormendatioas thereon to the Public Agency. • 7. special Duties & Instructions. The Inspector's duties specially 000cernlag the progress oz'•the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents oi, the local, State, Federal, 14PBU, NEPA,- etc., codes, regulations, directives, requirements, etc., which are pertinent Co this project, and are Provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, :hange orders, directives, etc., which determine work to be dWWI* ;pptractor (see also 6-d, above). -2- b. Diary and Reports. 1[e shall maintairi a bound daily diary, noting therein fob problems, conferences and remarks; and he shall submit all reports d�cmed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. e. Material Records . He shall maintain-reeords .of"materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting.whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction ' are as specified in contract documents;-and, on completion and/or - installation of each applicable item, he shall collect and assemble relevant information (including guarantees; 'certifl_eates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or • equipment as required); and at the completion of the project; he shall deliver this information to the Architect for delivery to the Public Agency. 8. Par for Services i Reimbursement for Expenses. a. Public Agency shall pay Inspector for these sirvices, at the above rite, for semi-monthly pay periods of the lat through the 15th and 16th through the last day of the month. Payment will be mmede on, the 10th of the month or on the 25th of the month followinj the pay ,period if a demand billing is received by the County Public Varks Depart ment on the last County working day of the period. b. ' Mileage authorized by the Public Works-Director or his-deputy-- shall be reimbursed at a rate to be mutually agreed upon from time to. time reflecting actual and changing costs. . 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, -including coverage for alined and non-owned automobiles, with * mioimua combined single limit coverage of $500,000 for all.disages due to bodily injury, sickness or disease, or death to any person, * dam" to, propert_ including the loss of use thereof, arising out of each accident or occur- rence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Inter retation of Contract. The-Public Apncy's* agent 7or enforcing and interpreting this ontract is the County's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation nay be adjusted by mutual consent of the parties for good cause Shorn.- Form prepared by County Counsel's office (CC-61:• :10/76) -3- �_ 0040 In the Board of Supervisors of Contra Costa County, State of California September 6 ,19 77 In fir Mager of - Review Organizational Structure of the Office of the County Auditor-Controller. The Board having earlier this day accepted the resignation of Mr. H. D. Funk, County Auditor-Controller, and in connection therewith, Supervisor E. H. Hasseltine having recommended that the Internal Operations Committee (Supervisors Hasseltine and N. C. Fanden) review the organizational structure of the office of the County Auditor-Controller to determine if it would be feasible to establish a separate department to provide some of the services currently handled by that Office; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on September 6, 1977. 1 hereby ewdly shat Ow fortpobv b o tnr aad corrod copy of m add tnfertd on*,* minutes of said soard of Supwviwn an Ow dolt aforesaid. cc: Internal operations Committee Woh"M my hand and"sow of the eoa►d of County ?auditor-Controller SuP County Administrator affixed thb Fthday of September _ 19 77 J. R. OLSSON, Clerk by��/ctFlcct.J nzt7�% D*"Clerk Jamie L. Jo nson 00441 H-24 3/76 15m In the Board of Supervisors Of Contra Costa County, Slate ,of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT September 6 ,19 77 M do AAaner of _ Approving and Executing Joint Exercise o Powers Agreement with-City of Concord to Clear Right of Way for the Corps of Engineers Lower Pine Creek Project, Flood Control Zone 3B Work Order No. 8691-2520 The Board of Supervisors of Contra Costa County. as ex.officio.the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, hereby APPROVES AND AUTHORIZES its Chairman to execute a Joint Exercise of Powers Agreement with the City of Concord for relocation and modification of City owned facilities as required for the Corps of Engineers Lower Pine Creek Project. The Agreement provides for the City to perform all required engineering and construction administration work, and for the District to fund all reasonable costs for the relocation and modification work incurred by the City. PASSED by the Board on September 6. 1977. 1 hereby ceMfy the the In onirro is a true and cornu coley of an rider wdered an 1ka rnkman of said Board of Supervisors an dre doh oforesei A Originator: Public Works Department, Warm my bond and dw Sed of dM Board of Flood Control Planning and Design altered this 6 tG day of .v 19 7�7 cc: Public Works Director Flood ControlJ. R. CILSSON• CNrk County Counsel gy - �4w-.�! Deputy Clerk Auditor-Controller City of Concord 00442 H-24 3176 15m ` e JOINT EXERCISE OF POWERS AGREEMENT (Pine Creek Project Concord Sewer Farm-FCA #33) I. PARTIES: On $ temDe_r 6.]977 the BOARD OF SUPERVISORS OF CO%TRA COSTA COUNTY, AS EX�OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA-COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, a political subdivision of the State of California, hereinafter called the "DISTRICT", and the CITY 0= CONCORD, a municipal corporation, hereinafter called the "CITY", pursuant to Government Code Section 6500 and following hereby MUTUALLY AGREE: 2. PURPOSE AND SCOPE: The "DISTRICT", in conjunction with the United States Department of Army Corps•of' Engineers, proposes to construct channel improvements in Pine Creek between Willow Pass Road and the Walnut Creek junction. Said improvements will require the relocation and/or modification of CITY owned facilities located on CITY property, more specifically: a. Relocate gas and electric lines located behind the service point to clear channel right of way; b. Relocate diesel dispensing line to clear channel right of way; c. Modify pump house to provide clearance for channel maintenance equipment. 3. PLANS AND SPECIFICATIONS: Plans and specifications for.the relocation and/or modifications will be prepared by CITY. CITY will obtain DISTRICT'S written approval or plans and specifications and authority to solicit bids prior to obtaining gids for the work. Any changes to the plans must be approved in writing by both the CITY and the DISTRICT. 4. :•:ARD OF CONTRACT: CITY will obtain at least three bids for each phase of he work. Prior to award of a contract for all or a portion of the work, CITY will proviee DISTRICT with copies of the bids and any related bid documents and will obtain written approval from DISTRICT to proceed with the award. ?r;O.- to cx.-=_. _e sny work qv -ne contractor after 'he cc-trgct is =_.carded. CITY will submit to tree DISTRICT certificates of insurance ..--s .,,-.i::�, .:, ...0 'Er-, of , .�-;r-c'. - poliCY •,:Tidies of Co:,prehe;si•:e Liability lrsu'ince, including co,icraqe for o.,ned :nd -c. ed .❑t i !c .with a c_ Sired Si--le limit -ovE, -_4 of es ') l.di !v ir_ _ ._ ss cr - ' - 00443 MIM"mW.will,;dila unlMt 5. INSURANCE: (Continued) to any person, and damage to property, including loss of use thereof, arising out of each accident or occurrence. Said certificate of insurance shall provide that DISTRICT, its officers and employees are additional insureds and that DISTRICT will be given 30 days' written notice of any policy lapse or cancellation. e. COMPLETION OF WORK: The work shall be completed within 90 days after the DISTRICT has given the CITY written authority to proceed with the award. 7. STAKING. INSPECTION AND CONTRACT ADMINISTRATION: DISTRICT will provide right of way stakes indicating.the ultimate channel right of way. CITY will provide all other survey control, construction inspection, and contract administration. B. COST OF WORK: DISTRICT will bear all necessary costs associated with the relocations and modifications including reasonable engineering and administration costs incurred by CITY, less any liquidated damages received by the CITY. In addition, DISTRICT will pay CITY $1.695.75 for engineering costs incurred by CITY prior to the signing of this Joint Exercise of Powers Agrement. 9_ PA1?1ENT: CITY will submit all invoices for p3yxent to the DISTRICT with supporting data as necessary to justify the claim. DISTRICT will make payment to CITY within 60 days after the receipt of said invoices. 10. JOINT INSPECTION: Prior to acceptance under Paragraph 11 hereof, DISTRICT and CITY shall make a joint inspection of the work performed hereunder. 11. ACCEPTANCE: Acceptance by the CITY of the work performed by the contractor shali also constitute acceptance by the DISTRICT, provided any deficiencies found at the joint ins?ection are corrected, and shall aiso release the DISTRICT from any responsibility for the work performed under the contract. 2 - ON44 12. ATTORNEY FEES AND COURT COSTS: In the event it becomes necessary for the CITY to initiate any litigation against the contractor who performed said work, the DISTRICT shall be responsible for all litigation costs incurred prior to the acceptance of the work by the CITY. All such litigation costs incurred after acceptance by the CITY shall be borne by the CITY. BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CO ER ION DI Cr CITY OF CONCORD By By James P. Kenny,'ChairMiln Board of Supervisors ATT1E03&-,.AA City Clerk ATTEST: J. R. Olsson, County Clerk APPROVED AS TO FORM By . Qt,*A Deputy = � .0 Cit tt *Ylf Recommended for Approval: Vernon L. Cline Public Works Director By ief Dep �c s erector Form Approved: John B. Clausen, County Counsel By Deputy 3 - 0044= In the Board of Supervisors of Contra Costa County, State of California September 6 ,19 77 In the AAdter of Acceptance of Instrument for Subdivision 226-76. IT IS BY THE BOARD ORDERED that the Offer of Dedication from Stewart . Enterprises Inc., dated August 16, 1977, for roadway purposes, is accepted for recording only and that Section 922-4.602 of the County Ordinance Code requiring that owners of easements within the dedicated area consent to the dedication and subordinate their rights to the rights of the public be waived. PASSED BY THE BOARD on September 6, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order snhred an the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Sed of the Board of Originating Department: PW (LD) Supervisors affixed this 6th day of September 19 77 cc: Recorder (Via P.W.) Public Works Director Director of Planning a J. R. OLSSON, Clerk By Deputy Clerk POUS H-24 3/76 15m 00445 t In the Board of Supervisors of Contra Costa County, State of California September 6 ,19 .77 In the M 1 of - Agreement with the Southern Pacific Transportation Company for Traffic Signal Installation, Danville Area. Work Order 4385-661 As recommended by the Public Works Director, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an Agreement with the Southern Pacific Transportation Company to permit the County and Southern Pacific Company to perform certain traffic signal Improvement work within the Railroad right of way on Sycamore Valley Road in Danville; IT IS FURTHER ORDERED that the County Auditor-Controller is AUTHORIZED to draw a warrant for the agreement fee, in the amount of $150.00, payable to the Southern Pacific Transportation Company, 1707 Wood Street, Oakland, CA 94607, to be delivered to the County Traffic Engineer for payment. PASSED by the Board on September 6, 1977. 1 hereby certify flet the foregoing is a true and cornet copy of an ado entwad on the minutes of said Board of Supervisors on the dote aforesaid. Witness env hand and the Sed of the Board of Originator: Public Works Department Supervisors Traffic Operations Divisiorblgxgd this 6th day of September _ 1977 cc: Public Works Director Southern Pacific Transportation Co. �! J. R. OLSSON, Clerk County Auditor-Controller ByDeputy Clark N. Pous 00447 H-24 3/7615m RAF - VI - 7/29/77 Ii .... ....... Mile Post: BO-55.50-X(N) THIS INDENTURE, made this 6th day of September , 1977, by and between SOUTHERN PACIFICTMS RTATION COMPAIL O a Delaware cormoration, herein termed "Railroad*, and CONTRA COSTA COUVT7C, a body politic of the State of California, address: 6th Floor Administration Building, riartinez, California 94553, herein termed "Grantee"i WITNESSETHt 1. That Railroad hereby grants to Grantee, subject to the reserva- tions, covenants and conditions herein contained, the right to construct, reconstruct, maintain and operate 118 LF of-electrical conduit, herein- after termed "structure", in, upon, along, across and beneath the property and tracks of Railroad, at or near Danville, County of Contra Costa, State of California, crossing the center line of said tracks at Engineer"s Station 913+83, Mile Post 55.50, in the location shown on the print of Railroad's Western Division Drawing 312, dated April 13, 1977, attached and made a part hereof. Said structure shall be installed in accordance with minimum requirements of Form CS 1741, also attached and made a part hereof. As a part consideration for the rights herein granted, Grantee shall pay to Railroad the sum of $150.00. U044S Form c-2., - Octobpr 1976 't 2. Project markers in form and size satisfactory to Railroad, identifying the facility and its owner, will be installed and constantly maintained by and at the expense of Grantee at Railroad property lines or such locations as Railroad shall approve. Such markers shall be relocated or removed upon request of Railroad with- out expense to Railroad. Absence of markers does not constitute a warranty by Railroad of no subsurface.installations. 3. This grant is made subject and subordinate to the prior and continuing right and obligation of Railroad, its successors and and assigns, to use all the property described herein in the perform- ance of its duty as a common carrier, and there is reserved unto Railroad, its successors and assigns, the right (consistent with the rights herein granted) to construct, reconstrnet, maintain and use existing and future railroad tracks, facilities and appurtenances and existing and future transportation, communication and pipeline facilities and appurtenances in, upon, over, under, across and along said property. 4. This grant is made subject to all licenses, leases, ease- ments, restrictions, conditions, covenants, encumbrances, liens and claims of title which may affect said property and the word "grant", as used herein, shall not be construed as a covenant against the, existence of any thereof. 5. The rights herein granted to Grantee shall lapse and become void if the construction of said structure upon said property is not commenced within one (1) year from the date first herein written. 6. Grantee shall bear the entire cost and expense of constructing, reconstructing and maintaining said structure upon said property. Grantee agrees that all work upon or in connection with said structure shall be done at such times and in such manner as not to interfere in any way whatsoever with the operations of Railroad. The plans for and the construction or reconstruction of said structure shall be subject to the approval of Railroad. Grantee agrees to give Railroad five (5) days' written notice prior to commencement of any work of construction or reconstruction. Grantee agrees to reimburse Railroad for the cost and expense to Railroad of furnishing any materials or performing any labor is connec- tion with the construction, reconstruction, maintenance and removal of said structure, including, but not limited to, the installation and removal of such falsework and other protection beneath or along Rail- road's tracks, and the furnishing of such watchmen, flagmen and inspec tors as Railroad deems necessary. 7. In the event Railroad shall at any time so require, Grantee, at Grantee's expense, shall reconstruct or alter said structure or make changes in the location thereof upon receipt of written notice from Railroad so to do. 00449 yorm C-2 . October 1976 S. In the event of leakage or spillage from said structure, Grantee shall, at its own expense, promptly clean Railroad's pre- mises to the satisfaction of Railroad, the Environmental protection Agency and/or any public body having jurisdiction in the matter. Any expense of required compliance with federal, state or local environmental regulations incurred by Railroad or Grantee shall be borne by Grantee, including any fines and judgments levied against Railroad or its property. 9. As part consideration, Grantee agrees to pay Railroad an amount equal to any and all assessments wbieh may be levied by order of any authorized, lawful body against the property of Railroad (and which may have been paid by Railroad) to defray any part of the cost or expense incurred in connection with the construction of said structure upon said property commenced within one (1) year from the date first herein written. 10. Grantee, its agents and employees, shall have the privilege of entry on said property for the purpose of constructing, recon- structing, saintaining and making necessary repairs to; said structure. Grantee agrees to keep said property and said structure in good and safe condition, free from waste, so far as affected by Grantee's operations, to the satisfaction of Railroad. If Grantee fails to -keep said property and said structure in a good ,and safe condition, free from waste, then Railroad may perform the necessary work at the expense of Grantee, which expense Grantee agrees to pay to Railroad upon demand. 11. In the event. any work upon or in connection with said structure or its appurtenances, to be done upon or adjacent to the tracks and property of Railroad, should be let to a contractor by Grantee, such work shall not be begun until such contractor shall have first entered into an agreement with Railroad, satisfactory to Railroad,-and indemnifying Railroad from and against all claims, liability, cost and expense growing out of the performance of the work to be done by such contractor. Such contractor shall furnish, at the option of and without expense to Railroad, a reliable surety bond in an amount and in a form satisfactory to Railroad guaranteeing the faithful performance of all the terms, covenants and conditions contained in said agree- sent. 12. Grantee shall assume all risk of damage to said structure and appurtenances and to any other property of Grantee, or any prop- erty under the control or custody of Grantee while upon or near the property of Railroad incident to the construction or maintenance of said structure caused by or contributed to in any way by the construc- tion, operation, maintenance or presence of Railroad's line of railroad at the above-mentioned location. 00" Form C-2 October 1976 13. Should Grantee, its successors or assigns, at any time abandon the use of said property or any part thereof, or fail at any time to use the same for the purpose contemplated herein for a continuous period of one (1) year, the right hereby given shall cease to the extent of the use so abandoned or discontinued, and Railroad shall at once have the right, in addition to, but not in qualification of the rights bereinabove reserved, to resume ex- clusive possession of said property or the part thereof the use of which is so discontinued or abandoned. Upon termination of the rights and privileges hereby granted, Grantee, at its own cost and expense, agrees to remove said struc- ture from said property and restore said property as nearly as practicable to the sans state and condition in which it existed prior to the construction of said structure. Should Grantee in such event fail, neglect or refuse to remove said structure and restore said property, such removal and restoration may be per- formed by Railroad; at the expense of Grantee, which expense Grantee agrees to pay to Railroad upon demand, or Railroad say, at its option, assume ownership of said structure. 14. This agreement is subject to the rights of Southern pacific Pipe Lines, Inc. , hereinafter termed "pipe Line Company", to con- struct and maintain a petroleum, natural gas and related products pipeline, a portion of which is located as indicated on the attached punt. Grantee agrees to reimburse Railroad for all expenses incurred by Railroad and for all amounts which Railroad say expend in rein- bursement to the owner of the said pipeline, which expenses or amounts would not have been incurred except by reason of the use of the pro- mises by _Grantee, its agents, employees or invitees. Said structure shall be installed beneath the said pipeline with a minimum clearance of two (2) feet. Grantee agrees to: (a) expose the said pipeline- by hand at the point of its crossing with said structure is the presence of a 'Pipe Line Company representative; (b) notify Pipe Line Company's District Superintendent at Roseville, California , at least one (1) week prior to commencement of work in the vicinity of said pipeline. 15. Insofar as it lawfully may, Grantee agrees to indemnify and save harmless Railroad and/or Pipe Line Company, their officers, employees, agents, successors and assigns, from all claims, liability, cost and expense howsoever same may be caused, including reasonable attorney fees, for loss of or damage to property and for injuries to (W451 SLATE OF CAUFOAMA City and County of Saw fraacisce Da this il)t 41 der of Aurnst in the year One Thousand Nine Hundred sad before me.GENE H.ELLINGER,a Safety Hubtic in and far the City and County of Saufronc&ca,State of Cefifontiy!may o j'wwd One Market Masa L. D. Blake and E. A. FiaMeneo GENE H. ELL;?� ER &mown tone to brthe Managers Qpnttract (ka�tment and i.OTdRY !'lid!1C,'^ I C?;:lk Aasia ant NViC'PAL PLACE CF 41 of the cur fwration_•..•,dewibed in and that executed the within instrument,sad she Amnon _lCITY AND COUNTY OF to me to be the penon$_seho executed if on boWl of the eorporation_lherein named :;.tt Fi;A::C;SCil ` and-"ey—acknowledged to sere that such awPorsticn_exeeuted the sante. L;y'Cc�a;nLsian Ev,;rtt9 Jul; 11,1979 IN WMIVESS WHEREOF,A hew hereunto salsq hand sada nal/road wl o0icial at my odite in the City a/aTy Saw frawcitce,the doy and year in thin verti/a sk Ad above written. corporation Notary puhiic in and for County d Son Faatiew State d My Commissioa Expires July 11,1919 Q(�` 5 2`. Form C-2 . Obtober 1976 or death of persons &rising out of the construction, reconstruction, maintenance, presence, use or removal of said structure, regardless- of any negligence or alleged negligence on the part of Railroad and/or Pipe Line Company employees. The word "Railroad", as used in this Section 15, shall be construed to include, in addition to Railroad, the successor*,, assigns and affiliated companies of Railroad aad any other railroad. company that may be lawfully operating upon and over the tracks; crossing said structure and the officers and employees thereof. 16. This indenture shall inure to the benefit of and be bind- ing upon the successors and assigns of the parties hereto. IN WITNESS NKRDOF, the parties hereto have caused these pre- sents to be executed in duplicate the day and year first herein written. SOUTHEP11-•PACIPTCW. TP.A.NSPORTATION COMPANY ��COS 8099 By Tat a T1t.,a.--Er,Contract Dept_ g Board of SupezvIA63irs Attest �y . p Ass stent Secre%Ar.v Clem, Board of snpesvisor-s 0045,24 f COUNTERSIGNED { Q L. PRAEGER tx ra W. , Gam A ttora i�[�71d"I r _ r r t•1. daekle: { 'Attnched 2104 s ation Aptiroved for Engineering Details, per Drawing .3laZ ' S�o37 • (Dated) (Revised) e— all ?7 i Corporate Owner (9) Southern_Pacific Transportation Co. * ( ) Northwestern Pacific Railroad Co. { ) San Diego do Arizona Eastern Railway ��, a n •'ngineer ( }} Description Correct. r v o �rS` ac ti a� . Z ,p 46- .os Ia d E- a obz OS " O► c � `o ? _ U. � Q. i t° y tY * 4 �►;y \ 4-0 1'Y L � � i • p I"1 U u G 3 141 ✓ r �� � � ~ iii V 1^ (� i o N a 6, V1 .. • .I _ 1� y cs Ri - _ V 4 r .o N � C .Z s rs w S Y!.�O d Y in; m o a o ai C p Q u CJ • N. r ..• u+ « _ v E o L1 O t tEe > o"-1 t M> M o v Ca _ V m v L iA AtM (''y M (� {(•.'.�� �( ,1 _ a� t = u tr ,� b K f+3 c.f Y M Y M V ,•I • A h �C c o N _ � v .ten .`� ._ ,.. .� n = - .- • r; �. w c�•L « ._ .. .p « Q d « E • • O. a. C CL a. Z uuo j ;o wows6uaioay flld 19-ZI wioj ;o 4uawabuoamaa Z A 61 arm a 711 d 9-8 'bow jum A- ;Ar u0sorli3san tu it U ' <4 Wit • t4 '�. '` 41�.Z d w sp IL 16 IL IF SA d s F+ � Z. �i s� M V ` ` •�•6 • �S . VL =s s .� Wix _ a tall iAsa 3. »E• t 4 N .v In the Board of Supervisors of Contra Costa County, State of California September 6 ,1977 In the!Natter of Releasing Deposit for Subdivision 4477, San Ramon Area. The Board on June 21, 1977 having accepted as complete the improvements for Subdivision 4477, San Ramon area, with the exception of minor deficiencies for which $1724.00 (Deposit Permit Detail Number 147560, dated June 15, 1977) was deposited as surety for completion of said deficiencies; and The Public Works Director having reported that the first portion of the aforesaid minor deficiencies have been corrected and recommends that he be AUTHORIZED to refund $1500.00 to Shapell Industries of Northern California; IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on September 6, 1977. I hereby certify that Ow foregoWS is a true and corned copy of em order eslard em dw minutes of said Board of supervisors an the dots afaresafd. Originating Department: PW (LD) Vfto a rny Immld osd do Seo1 of fie Ill— of supervis— cc: Public Works Director - LD affixed this 65-aoy of_ September . 19 77 Shapell Industries of Northern California P.O. Box 9020 Sunnyvale, CA 94086 J. R. OLSSON, CIMk By /�: Deputy Clerk IL POUS H•24 3/76 ISm 00456 In the Booed of Supervisors of Contra Costa County, State of California September 6 .19 77 In the Manor of Approving Annexation Agreement for Subdivision MS 202-76, 0. Knightsen area. The Public Works Director is AUTHORIZED to executes Annexation Agreement with John Rebeles, et al, providing for annexation to any future drainage area, district or zone formed in the area to construct and main- tain local drainage improvements required as a condition of approval for Subdivision MS 202-76, Knightsen area. PASSED BY THE BOARD on September 6, 1977. x t\ rn .-r d W f!! �3 o� d 1 hsrsby osrtify that the forsgabq fs a Uas and comet aopp of as wdw a twod an dw minutes of solid Hoard of Supervisors on the dwe aforesoid. Originating Department: PW (LD) Whnsm mY hand and dw Seal of the bard of S wwvuas cc: Re\or�er (Via P.W.) affixed this 6 "day of September , 19 77 Pub'106 Works Director Director of Planning County Assessor J. R. OLSSON, Qwk John Rebeles gy_ DqK"Cork 169 Alberts Avenue, Apt. C N.POUS Pittsburg, CA 94565 40457 H-24 3/76 15m { a In dw Board of Supnrvhm of Contra Costa County, Stat of California September 6 . 1977 M die Ald w of ` Contract #29-207-2 with Doctors Hospital (Pinole Hospital, Inc.) The Board having authorised negotiations for the below-named contract by its order dated August 9, 1977, IT IS BY THE BOARD ORDEMM that its Chairman is AUTHORIZED to execute-Contract /29-207-2 with Doctors Hospital (Pinole Hospital, Inc.) for the provision of public health nursing and social worker services by the County Health Department for patients of Doctors Hospital from July 1, 1977, through June 30, 1978, with Doctors Hospital to pay the County up to $8,610 for said services and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on September 6, 1977. 1 hereby arWy that the In on'xx9 Is o true and corner espy of an order aNermd on dr mimdas of said Roord of Superriroa an the dare aiwewid. Orig: Human Resources Agency Wilma my hmW mad the Seo{of d1s Board of Attn: Contracts & Grants Unit Sup-vi— cc: County Administrator affixed this6th day of September . 197 County Auditor-Controller County Health Officer Doctors Hospital (� J. R. alb• Clerk �1L i Dqxft Clwk 1,19xine a,- NeUrpid RJP:dg 00458 H-24 3/76 15m c��im�scT 00 - 207 - 2 w "' �-�ber 1. rarties. The County of Contra Ccsta, Califcrnia (County), for its Department of Nenith, and Doctors Hospital, Pinole, California (Hospital), do hereby mAtually agree and promase as follows: 2. ^e:-n. The effective date of this contract is July 1, 1977 and is terminated Tune '140, 1978 unless snorer te:ini.ated as provided herein. 3. Termination. This contract may be terminated by either party, at their sole discretion, upon thirty—day advance written notice thereof to the other. 4. Payment Limit. The -total amount to be paid under this contract shall not exceed S 8,610. 5• County's Obligations. The County shall provide approx;J-nately seven hundred eighty (780) hours of Public Health Nursing and/or Public Health Social Worker's service for the purpose of facilitating and coordinating discharge planning and medical social service for patients of Doctors Hospital. 6. Hcsnital's Obl.ipations. The Hospital shall pay the County the sum of Two Thousand Eight Hundred Seventy Dollars on each of the follawing dates: September 30, 1977; December 31, 1977; March 31, 1978. 7. Procedures of Service. There shall be a letter of understanding signed by a designated representative of Hospital and the County's Health Officer Which will establish the schedule for the provision of the County's services. DOCTORS HOSPITAL (Pinole Hospital, Inc.) COUNTY OF CONTRA COSTA, CALIFOMMA 2151 Appian Way Pine Street Pinot` forma ?fa nez, forma ' tlit V W. ft /I/ BMM airman, Hoard of 'sots :boecutive OffLxr t3c:aigi;+;e official ca uacity in Attest: J. R. Olsson, County Clerk businJsr� and affix corporation seal) State of California County of Contra Costa ) ss' De t P'u Y ACKNCULEDGE ENT (CC119O.1) Recommended by DepartmR nt The person signing above for Hospital ' known to me in those individual and li ' -business capacities personally appeared By before me today and acknowledged that Degignee hep,,hey signed it and that the corpora— HHk..Contracts Administrator tion or partnership named above executed Form Approved' the within instrument pursuant to its bylaws or a resolution of its board of directors. By ate , � � Design Dated- RO "T J. PRr?CT02 iiiTl' CC•'J.'.Y C_E' AGaaf ted with board orfd�e/r�// tl . ., tt_ � . . .- .• G•�i:a:ria / A J`�5$n . 1 � M the Board of & wWsas Of Contra Costa County, Sk tr of CoNernio September 6 .1977 b do At~of Granting Extension of Time in which to File the Final Map for Subdivision 4872, Martinez area. On the recanwendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the request of Louis H. Martin for a one-year extension of time it which to file the Final Map for Subdivision 4872, Martinez area, is GRANTED, thereby extending the final filing date to October 5, 1978. PASSED by the Board on September 6, 1977. I hweby aufify that NN fang i.a Uw ad comma cW of w air emmnd an dw mir""of raid-said of supaviw s as Nio daa.darwaia MO.: Planning Department1 an my hand awl Ngo Sodof do Hard of Supvri,ms cc: Louis H. Martin mead"ALA day of September , 19 77 Director of Planning Public Works Director J. R. OLSSON. Cork County Counsel County Administrator r.sq- CIL (114 .Dq Ay Cfak Supervisor Fanden a ricia'7[: 3 H-24 3/76!Sm 00459 t BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 In the Matter of: ) September 6, 1977 Hearing on Specification ) Protest, Collector System ) and Wastewater Treatment ) Facilities, Sanitation ) District #15 ) The Director of Public Works, in his capacity as Chief Engineer for Sanitation District *15, received a protest from Armco Steel Company, the manufacturer of a type of composite plastic pipe, regarding the project specifications for the proposed collector system on Bethel Island and parts of the Hotchkiss tract. The basis for the protest is explained in the letters from Armco dated August 5, 1977 and August 25, 1977 and the attachments to them. Copies of both letters and their at- tachments are on file with this Board. Upon receipt of the protest the Board scheduled a public hearing for September 6, 1977. Prior to the hearing the Board received a memorandum dated September 2, 1977 from the District's Chief Engineer. Included with this memorandum were: 1. A legal opinion from County Counsel regarding the protest; 2. An engineer's report from the Public Works Director, as Chief Engineer for the District; and 3. A report from CDM, Inc., the District's Design Engineers for the project. On September 6, 1977 the Board held a hearing. The following appeared and presented their positions: 1. Howard Blower, District Engineer, Metal Products Division, and Paul Jacob, Sales Engineer, represented Armco. They summarized the material in their protest letters and filed with the Board their proof of mailing to all interested parties of their August 25, 1977 letter. 2. John Clausen, County Counsel, explained the hearing procedure. 3. Michael Walford, Chief Deputy Director of Public Works,_ presented the Staff position. Bob Jackson summarized the engineer's report which was already on file with the Board. 4. Marvin R. Lindorf, Executive Vice-President of CD0'1, Inc. , discussed his letter which was already on file with the Board. 5. B. J. (Bill) Hart and Ted Andror.ico, concerned citizens of Sanitary District #15 presented their views on the sewer Droject. W460 -- r Having heard all persons who wished to speak and having reviewed the above-noted documents on file with the Board, Supervisor Hasseltine moved to deny the protest. The motion was seconded and the following actions taken: A. THE BOARD HEREBY DENIES the protest as being without merit and directs that the existing project specifications not be changed. B. The Board directs that Vernon L. Cline, Director of Public Works, or his designee promptly deliver this order by certified mail or personal service to Armco, other participating parties and the Environmental Protection Agency. C. The Board further directs that copies of the documents before the Board be attached to the copies of this order to be delivered to Armco and the Environmental Protection Agency. PASSED by the Board on September 6, 1977 by the following vote: AYES: Boggess, Fanden, Hasseltine and Kenny NOES: None ABSENT: Schroder I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Super- visors on the date aforesaid. (it• t Clerk of the B rd U Originator: Public Works Department Environmental Control cc: Public Works Director Environmental Control County Administrator County Counsel Armco Steel via P.W. Environmental Protection Agency via P.11. GGB:g 00461 1zt viol Wl� o40 .:; RECEIVED iD 'sJ. a � .R+P rc o w =G E GO. BETHELOLLECTION SYSTEM AND WASTEWATER TREATMENT FACILITIES PLAY HOLDERS LIST Ambrosini & Chalmers Peter Kiewit Sons Co. Attn: Mr. James Chalmers *Attn: Mr. Jerry L. Pruett 2075-Pioneer Court * - 1433 Arnold -Ind. Highway San Mateo, CA 94403 Concord, CA 94520 MGM Construction Co. P.E. O'Hair $ Co. PO BOX 5757 Attn: Mr. Roger Bybee Concord, CA 94524 2112 Loveridge Road Pittsburg, CA 94S65 C. W. Roen Construction Co. E. C. Cooley Company Box 4 1186 Folsom Street Danville, CA 94526 San Francisco, CA 94103 Engstrum 6 Nourse Ernest E. Pestana Inc. Attn: H. K. Nourse, Jr. 2225 Old Oakland Highway 1303 Unuerwood Avenue San Jose, CA 95131 -San Francisco, CA 94124 Monterey Mechanical Co. Jay Forni Inc. 8275 San Leandro Street 2449 Bates Avenue Oakland, CA 94621 Concord, CA 94520 Pacific Mechanical Corporation Fred J. Early, Jr. Co., Inc. PO BOX 1007 369 Pine Street Richmond, CA 94802 San Francisco, CA 94104 Thomason, W. R. Inc. Bethlehem Steel Corporation PO BOX 2249 100 California Street Martinez, CA 94553 San Francisco, CA 94110 Pacific Clay Products McGuire and Hester 890 Commercial Street 796 66th Avenue San Jose, CA 95112 Oakland, CA 94621 Valley Engineers, Inc. R. H. Baker $ Co., Inc. PO BOX 12227 2929 S. Santa Fe Avenue Fresno, CA 93777 Los Angeles, CA 90058 Kirkwood-Ely, Inc. Baldwin Contracting Co. PO BOX 3339 :Ninth 6 Yuba Streets Santa Rosa, CA 95402 Marysville, CA 95901 -1- 00463 - l � Water {forks Supply Fi Mfg Co. Fischback and Moore Inc. 3387 Plums Arboga Road 600 Bryant Street PO BOX 2480 San Francisco, CA 94107 Marysville, CA 95901 Attn: E. F. Smith, Project Manager Del 1bnte Electric Co. Hanson Concrete Products 2159 National Avenue 999 North Main Street Hayward,-California, el Milpitas,Milpitas, CA 95035 Orrell-Keefe, Inc. Coast Pump Associates 119 Third Street 1201 Park Avenue Oakland,. CA 94607 Emeryville, CA 94608 E. H. Abrrill Co. Winton Jones 999 Antony Street 1949 Arnold Industrial Highny Berkeley, CA 94710 Concord, CA 94520 Solano-Napa Builders Exchange Howard P. Foley Co. RPO 42400 Attn: Mr. Rick Erwin 135 Camino Dorado S5 Howe Road Napa, CA 94558 PO BOX 1071 Martinez, CA 94553 Sully-l'-filler Contracting Co. Hood Corporation Attn: IMichele E. Drakulich Attn: Dottee J. Borgens 3000 E. South Street 8201 S. Sorensen Avenue Long Beach, CA 90805 i1bittier, CA 9%W W. H. Ebert Corporation Henry Pratt Coq*w 1620 S. 7th Street Attn: G. W. Toussaint San Jose, CA 95112 401 S. Highland Avenue Aurora, IL 60507 W. M. Lyles Co. Morris Sand Pit Attn: Sharon Ann Oliver Attn: William G. McCullough Co. 1013 Shaw Road PO BOAC 426 Stockton, CA 95204 Antioch, CA 94509 Constructors Pamco J-til Squared Equipment 700 No. 36th Street Attn: Ed Wilkinsotn, P.E. Seattle, WA 98103 PO BOX 2401 South San Francisco, CA 94080 C. K. Pump $ Dewatering Corporation Subgrade Construction Corporation 1411 hest 15th Street Attn: Joseph E. Nyhren, Jr. Long Beach, CA 90813 2751 Kilgore Road Rancho Cordova, CA 95670 ~Airco -steel Corporation- Homer J. Olsen, Inc. Attn. dike i�haley: 2726 Lynch Way Metai-*oducts —Sion PO BOX 993 Village Center Union City, CA 94587 - Lafayette;CA - 9454,9 00461 Dorfman Cons. Co., Inc. Bay Cities Panning $ Grading, Inc. Attn: Charles J. Dorfman 5124 Huntington Avenue 124 No. La Brea Avenue Richmond,-CA 94804 Los Angles, CA 90036 _ James S. Hill, Rep. Account Process Equipaettt Co. 1156 W. Mariposa Avenue Attn: Stuart Bass Stockton, CA 95204 1000 Detroit Avenue/Suite P Concord, CA 94518 19alton-Hayes Assoc. Inc. Pacific States Steel Corporation PO BOX 10022 Attn: Fmette B. Huckstep Palo Alto, CA 94303 35124 Alvarado=Niles Road Union City, CA 94587 Wells Kelly Haatoan, Inc. Ameron Pipe Division 3093 Citrus Circle 29901 Itdustrial. Parkway S.W. Walnut Creek, CA 94598 Hayward, CA 94540 Conduit Fabricators Inc. Gladding, McBean 6 Co. Attn: Clifford R. McCormick, Pres. 152 Utah Street PO BOX 237 So. San Francisco, CA 94080 Fairfield, CA 94533. BIF Dutra Construction Co., Inc. 1893 Nit. Diablo Boulevard PO BOX 338 Wainut Creek, CA 94596 Rio Vista, CA 94571 1%WD Earl D. Harper " PO BOX 6124 615 W. Hillsdale Boulevard Concord, CA 94524 San Mateo, CA 94403 Leonard Chalk Engineering-Constrlictioi AFB Construction Co. 1020 .Second Street 9540 Cole Drive Lafayette, CA 94549 Stockton, CA 95212 Lee 1%hite Paving Co. East Bay Sheet Metal Works 680 Janopaul Lane 2914 Poplar Street PO BOX 2235 Oakland, CA 94608 :bdesto, CA 9S3S1 00465, ARMCO STEEL CORPORATION METAL PRODUCTS DIVISfON 0 �onR[ss waw To V023 VIL K CZ-19W t.APAYCTTX.CA40FORNM 1.900 September 2, 1977 P MICE TO ALL BIffTE MING TO BID ON: Collection,System & Wastewater Treatment Itcilities Contra Costa Sanitation District u15 Bethel Island & Portions of Hotchkiss & Holland Tract As explained in the attached letters, Armco Steel has ;o►_aa13y protested portions of this projects specifi- cations. Copies of this protest have Leen mailed to you in accordance with directions from Contra Costa County. It is hoped this matter will be resolved quickly with little dem to start of project. REcLi ]�D ,. :.ocS. 14 E 00466 . ARMCO STEEL CORPORATION METAL PRODUCTS DIVISION BCC: R. H. Akers H. E. Blower ARMCO S. F. Sales Engineers V01!oV11V-L^ K.4�GR C<N/tR LJW^VXVM CALWCOVAN, 0400* August S, 1977 CERTIFIED MAIL-RETURN RECEIPT REQUESTED Contra Costa•Countr•Departvmnt of Public Works Contra Costa County Administration Building 6S1 Pine Street Martinez, CA 94553 Attize Mr. Y. Cline, Director of Pub;Iic Orki Subject: Collection System i Wastewater Treatment Facilities Unit it Contra Costs Sanitation District f1S Betbef Island i Portions of Hotchkiss S Iblland Tract ' Project C-06-1004-110 US EPA 3=5 Gentlemen: Asoco Steel Corporation, in accordance with EPA Procedure Booklet, No. N.C.D.-04, Section No. 7.4., hereby submits a protest with respect to material specifications for "act C-06-1004-110. This protest is based on our opinion that the material specifications are proprietary and discriminatory; are not in the best interest of the taspsyers; and are mon-competitive. In accordance with EPA rules and regulations (Federal Register Vol. 40 No. 243) Section 35.939, it is respectfully requested that a hearing be arranged with representatives of your agency, EPA, SMRCB, and the con- suiting engineer fire (COM. Inc.) to afford Armco Steel Corporation the opportunity to discuss this protest in more detail. Thank you in advance for your attention to this matter. Ye ®r- R. N. Myatt strictr jb ff • cc: Mr. N. Landis, CDH, Inc., 710 S. Broadway, Walnut Creek, CA 9459& Mr. H. German, State Water Resources Control Board P. O. Boz 100, Sacramento, CA 95801 Mr. J. Sebive, U. S. Environmental Protection Agency 100 California Street, Son Francisco, CA 94111 t , { PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY DATE: September 2, 1977 TO: The Board of Supervisors _ h fi1KI&P FROM: Vernon L. Cline,.Public storks Director SUBJECT: Information for Protest Bearing Scheduled for 11:25 a.m., Tuesday, September 6, 1977. Enclosed for your use and information are: 1. Legal opinion from County Counsel relative to subject protest. 2. Engineers' Report from the Public Works Director. 3. Formal letter of protest from Armco Steel Corporation. 4. Letter report from CDM, Inc., Design Engineers. The hearing is being held in accordance with regulations published by the U.S. Environmental Protection Agency in the Federal Register. A determination by the Board will be required. VLC/RbU/hl Attachments 7SEP C,[iE T T v QED cc: CDM, Inc. l Armco Steel Products -� (� 1977 anlK J. ,ym mon to 00968.. COUNTY COUNSEL'S OFFICE CONTRA COSTA COUNTY MARTINEZ,CALIFORNIA ' Date: September 2, 1977 To: Board of Supervisors ron: John B. Clausen, County Counsel �9A By: Georgene G. Barnes, Deputy County Counsel Protest of Armco Steel Corporation; Collection System and Re: Waste dater Treatment Facilities Unit N1; Contra Costa Sanitation District #15; Bethel Island Project C-06-1004-100. This is a protest to the materials specification for a sewer system to be constructed primarily on Bethel Island by County Sanitation District No. 15. Over eighty percent of the funds for this project are being provided under grants from the State of California Clean Water Grant Program and the U. S. Environmental Protection Agency. Providing this opportunity to protest the bid specifications is a requirement of the federal grant. A copy of the regulations gov- erning protest hearings is attached as Exhibit A. This hearing would not be necessary if these sewers were being constructed entirely with state and county funds. The Public Works Department will be making a written presentation which explains the kinds of pipe and number of manufacturers who can bid under the present specifications. Their report will in- • clude an explanation of the technical reasons for the plastic pipe specifications. They will also explain how prospective maintenance costs affect design standards. A report from the project engineers will also be included. Calling for bids on this project was authorized by the Board of Supervisors on July 26, 1977 and formal bid notice has been published. A general letter of protest was received by the Sanitation District on August 8, 1977. At the request of the District, Armco presented a more specific protest dated August 25, 1977. The protest appears timely. The Public Works Department has notified all potential bidders that the bid opening date has been postponed. The federal regulations require Armco to concurrently transmit its protest together with attachments to all other parties with a direct financial interest which may be adversely affected by the protest. We do not know whether Armco has fulfilled this procedural requirement. However, the District will reserve this issue and proceed with the hearing in the interests of time. The EPA regulations require the Board to make a prompt written determination of this protest. The bids cannot be let, and the :;ork on the sewer project cannot proceed until this protest is resolved. According to the Public 1•:orks Department, each :•reek of delay increases the project cost by approximately $10,000. oo4ss Board of Supervis;l ; -2- ! eptember 2, 1977 Protesters are required to have a direct financial interest adversely affected by the project specification. Armco is the manufacturer of ABS composite pipe, a type of plastic sewer pipe which does not meet the project specifications. There is no indication that any contractor has approached Armco to solicit a bid from them, or that any potential contract bidder would request a bid from Armco if the specifications were changed as they request. However, pipe manufacturers have initiated protests on other occasions. In the interest of time it would appear that the District should reserve any possible standing argument and permit this. hearing .to be held. The Sanitation District intends to award this construction contract to the lowest responsible and eligible bidder (speciftcations, p. I-4). Accordingly, the burden of proof is on Armco, the pro- tester (40 CFR Section 35.935(g)(i).) Armco has protested the "specifications governing Unit I, gravity sewers". We assume that this objection refers only to the pipe mentioned in items 1 through 12 of the bid schedule. A copy of the bid schedule is attached for your convenience as Exhibit H. You will notice than items 1 through 12 on the bid schedule refer only to certain numbers of liner feet of 8-inch and 10-inch gravity sewer pipe. No material is specified. The specifications permit four types of gravity sewers - vitrified clay pipe, ductile iron pipe, cast iron pipe, and plastic pipe. The specifications for all four types of pipe are cast in terms of performance. The relevant parts of the specifications are attached for your convenience and lettered Exhibit C, Vitrified Clay Pipe, Exhibit D, Ductile Iron Pipe, Exhibit E, Cast Iron Pipe, and Exhibit F, Plastic Pipe. Armco appears to be complaining that the plastic pipe specifica- tions are discriminatory because he does not manufacture a pipe which meets the standards. He also claims that it would not be commercially feasible for him to manufacture plastic pipe :which meets the standard of our specification. Armco claims to be protesting under two sections of the EPA regulations. However, Armco is at most the materials subcontractor of a general contractor. As such his protest is limited to the alleged violation of the nonrestrictive specifications requirement set out in 40 CFR §35.936-13(a). This section is set out in full In Armco's protest letter. We would like;;to direct the Board's attention to the first clause of the first sentence. It reads: "No specification for bids or statement of work in connection with such works shall be written in such a manner as to contain proprietary, exclusionary or discriminatory requirements other than those based upon performance, . . . ." (Ei`,r 2asis added. 90470 -Board of Supervi5•. s -3- 3eptember 2, 1977 In other words specifications based upon material performance appear to be permitted even if they exclude a manufacturer. Here specifications, as has already been observed, are based on performance. If Armco manufactured a pipe which met the performance standards it would be able to bid. This regulation does not require that all possible materials ' be priced competitively. It does require that there be a choice of materials, so that the prospective general contractor can make his best deal with the manufacturer of one of the specified materials. The Public Works Department estimates that the pipe cost. will be less than seven percent of the entire project cost. Accordingly, the price of the pipe is not a significant factor in the total cost of the project. We have reviewed the project specifications in the light of the applicable federal reguliiations. In this office's opinion these specifications do not violate any federal standards, nor do they violate any state law. GGB:g Attach. 46' 00471 1 , , • • 1 ` • • •� :• iil.�. � RULES AMP RcGUi:lTlONS 1 C.,=r:ore cls_ailed tit 1te_ment.of the b.s!s Administrator for his.review of such de- GO-Publsned decWons of the Comp- far ilia Prot-.moi'.7eleplsonic pratest_s�i!l tenn"InzWon. .^y sack request be troller General the 17.^fted states or- not he censleared. In writhe: must adequately-state the of lite Federal courts add-u-m-ing Fec:eral - t (c) 0!ker Mitral requirements- (1) rases for the protwet (including refer- requirements comparable to procure. er_ce to the specific sect!on(s) of this mentrequirementsofthis subparL !:tate the bass for the protest,and should subpart allei:ed to pro;noit the procure- (3) The Regional Counsel may estab- (i) r:Ie:W t"e tip?,is a sec!fou(s) of this went action), and mut be received by lish additional procedural requirements sct•r+:i: y BIDDING SCHEDULE UNIT 1; COLLECTION[ SYSTEM- SCHEDULE A Description of Work Lump Sum 1. Furnish and install 613 LF 10-inch gravity sewer pipe, 0 to 6 ft. depth, complete in place at $ per linear foot, for a total price of $ 2. Furnish and install 305 LF 10-inch gravity server pipe, 6 to 8 ft. depth, complete in place. at $ per linear foot, for a total price of'.. .................... ......... 3. Furnish and install 270 LF 10-inch gravity sewer pipe, 8 to 10 ft. depth. complete in place at $ per linear foot, for a total price of .. ......... ........ ..... ....... .. $ 4. Furnish and install 498 LF 10-inch gravity sewer pipe, 10 to 12 ft. depth, complete in place at $ per linear foot, for a total price of . . . .. ...... ....... ...... ......... $ 5. Furnish and install 150 LF 10-inch gravity sewer pipe, 12 to 14 ft. depth, complete in place at $ per linear foot, for a total price of .. ........................... .... $ 6. Furnish and install 14,470 LF 8-inch gravity sewer pipe. 0 to 6 ft. depth, complete in place at $ each for a total price of ..... .... $ 7. Furnish and install 19,171 LF 8-inch gravity sewer pipe, 6 to 8 ft. depth.'complete in place at $ per linear foot, for a total price of . .... ..... ... ..... . .. ..... ... .... $ 8. Furnish and install 16,888 LF 8-inch gravity sewer pipe. 8 to 10 ft. depth. complete in place at $ -.,. per linear foot, for a total price df . . . . . . .. .. .... .. .. . ... . .. .... .... $ 9. Furnish and btstall 15.328 LF 8-inch gravity sewer pipe, 13 to 12 ft. depth, complete in place at $ linear foot, for a total price of . . . . .. . . . .. . . . . .. . .. . . .. . ...... . ... $ P-3 004.3 t�1LNIR i� - I i O\IT 1: COLLECTION SYSTEM (Continued) Description of Work Lurnp Sum 10. Furnish and install 6,023 LF 8-inch gravity surer pipe, 12 to 14 ft. depth, complete in place at $ per linear foot, for atotal price of . . ... ...... .. . .. . . . . . .. . .. . ....... $ 11. Furnish and install 1,362 LF 8-inch gravity sever pipe, 14 to 16 ft. depth, complete in place at $ per linear foot, for a total price of .. ...................... .. ... $ 12. " Furnish'and install 65 LF 8-inch gravity sewer pipe, 16 to 18 ft. depth, complete in place at $ per linear foot, for a total price of . ....................... .. ....... $ 13. Construct 238, 4-ft. diameter precast concrete manholes at $ each, for a total price of ............................... $ 14. Construct 3 drop manhole connections, at $ each, for a total price of .. . ...... $ 15. Construct 5 flow meters in metering manholes, at $ each, for a total price of ...... $ 16. Furnish and install 1,168 lateral server connections, complete in place at $ each, for a total price of. .. ............. .... .... . .. ....... $ 17. Furnish and install 2,370 LF underground 8-inch force main, from Main Pump Station to Interim Treatment Facilities. complete in place at $ per linear foot, for a total price of ... $ 18. Furnish and install 8-inch force main across Bethel Island Road Bridge, complete in place for a lump sum price of ............. ............ $ 19. Furnish and install 2,815 LF 6-inch force main, complete in place at $ per linear foot, for a total price of ........ .. . . . .. ... ....... $ 20. Furnish and install 20,345 LF 4-inch force main, complete in place at $ per linear foot. for a total price of ... . . .. . . . .. . .. . .. ....... $ 21. Furnish, install, and rernove, except where other- wise directed, 100,000 square feet of sheeting and bracing on trenchwork over 5 feet deep at $ per square foot, for a total pricy nf. .. .. . ..... ..... $ PA 00474 SECTION 2K VITRIFIED CLAY PIPE 1 PART 1. GENERAL �. 1.01 SCOPE OF WORK Furnish all laboi'.'Materials, equipment and incidentals required and install. and test all vitrified clay pipe and appurtenances for gravity sewers as shown on the Drawings and as required by these Specifications. 1.02 WORK SPECIFIED IN OTHER SECTIONS _l A Excavation and backfill is specified in Section 2B. B Bank-run and screened gravel is specified in Section 2D. C Paving is specified in Section 2G. D Loaming and seeding is specified in Section 2J. E Mortar for joints is specified in Section 4A. 1.03 SHOP DRAWINGS A The Contractor shall submit to the Engineer for approval. six (6) sets of completely detailed working drawings and schedules of all vitrified clay pipe and fittings required. `` PART 2: PRODUCTS 2.01 VITRIFIED CLAY PIPE A Vitrified clay pipe and fittings shall be unglazed extra strength with full diameter dimensions and shall conform to the tentative specifica- tions for Extra Strength and Standard Strength Clay Pipe and Perforated Clay Pipe, ASTM Designation C700, except that the crushing strength 1 (3-edge bearing method) shall be as set forth in the NCPI Spec ER 4-67. 9' All pipe shall be be thoroughly inspected by the Engineer upon delivery. and the pipe that does not conform to tfie above requirements will be -1• rejected and shall be removed immediately from the site of the work by the Contractor. The Engineer will apply all standard tests of the pipe necessary to assure conforinity with the specifications. All such _ tests shall be made in accordance with the methods prescribed by. i, and the acceptance or rejection of clay pipe shall be based upon the J ASTM and i\CPI Standard Specifications referred to above. Vitrified clay stoppers shall be furnished for use in the stubs, veyes and else- where as required. - 21{-1 00474 B Pipe which is classed as second due to being out of round, or defective otherwise will be rejected even though it meets the strength require- ments of the specifications. Rejected pipe shall be removed from the site at once. C The Contractor's attention is called to the proper method of stacking premolded watertight joint pipe. To avoid a perrrianent.set in the plastic material on the spigot due to a pipe resting thereon, the pipe shall be stacked with spigot ends projecting from the stack in opposite directions for alternate rows. The bottom row of pipe shall be siupported free of the ground. 2.02 JOINTING VITRIFIED CLAY PIPE A .Premolded joints,for vitrified clay pipe shall conform to the specifi- cation for vitrified clay pipe joints, using materials having resilient properties ASTM Designation C-425. All joints shall be flexible and made in the trench. B Laying instructions of the manufacturer of the pipe and joint shall be followed explicitly. The Engineer will examine each bell and spigot end to determine whether the preformed joint has been damaged prior to installation. Any pipe having defective joint surfaces shall be rejected. PART 3: EXECUTION 3.01 LAYING VITRIFIED CLAY PIPE A As soon as the excavation is completed to normal grade of the bottom of the trench, the Contractor shall immediately place a bed of screened gravel conforming to the requirements specified under Section 21). The pipe shall then be laid accurately to line and grade. Bell holes shall be excavated so that only the barrel of the pipe shall bear upon the gravel over the trench bottom. Blocking under the pipe will not be permitted. Gravel shall be placed to mid-diameter and thoroughly compacted to give firm support of the pipe. The spigot shall be pushed home into the adjacent bell to form a closed joint. The interior of each pipe shall be inspected while being joined to see that the align- ment is preserved. The pipe having been joined and tested, the back- filling shall begin and shall be carried out as specified in Section 2B. B Unless otherwise specified by the Engineer, gravity sewer invert line and grade elevations shall be established using batter boards or a laser instrument. C All vitrified clay pipe sha'51 be installed according to ASTM C12 unless otherwise stated in the plans and specifications. 3.02 WYE BRANCHES, SADDLES, CHIMNEYS AND STUBS A Vitrified clay ayes and saddles shall be extra strength with watertight preformed joints suitable for use with vitrified clay pipe. Each wye Branch shall be provided with a clay plug. The wye branches or saddles 2K-2 00476 i 1 DUCTILE IRON PIPE g FITTINGS inspections. The cost of foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe, will be borne by the Owner. v C Shop Drawings including piping layouts within, under, or between struc- tures shall be submitted to the Engineer for approval;in accordance with General Conditions and shall include dinlensioning,:methods and locations of supports and all other pertinent technical specifications for all piping to be furnished. PART 2• PRODUCTS 2.01 MATERIALS A Buried ductile iron pipe for gravity sewers or force mains shall meet the following requirements: 1. Ductile iron pipe shall conform to ANSI and AWWA standards. 8-inch diameter pipe shall be Class 50 as per ANSI A21.50 and AWWA C150, with a minimum wall thickness of 0.27 inch, and 4-inch diameter pipe shall be Class 51 with a minimum wall thickness of 0.26 inch. 2. The pipe shall be supplied in standard lengths as much as possible. Pipe shall have rubber-ring type flexible push-on joint when buried j unless otherwise shown on the Drawings. Fittings shall be ductile iron Class 150. Fittings shall meet the requirements of ANSI, NEWWA and AWWA specifications as applicable. Rubber gasket joints shall conform to ANSI A21.11. .All pipe and fittings shall have a cement mortar lining and bituminous seal coat on the inside, in accordance with ANSI A21.51, except that cement mortar lining shall be 1/8-inch in thickness for pipe 10-inch diameter with a plus tolerance of 1/8-inch. Buried pipe must have a polyethylene l encasement:. The materials and construction practices for the centrifugal encasement must be in accordance with ANSI A21.5 and AWWA C105. Ductile iron pipe not buried shall have a coal tar enamel coat on the outside in accordance with ANSI A21.51. B Ductile iron pipe for mechanical piping shall meet the following requirements: A 1. Flanged ductile iron pipe shall conform to current ANSI Specifica- tion A21.51 with factory applied screwed long hub flanges except as otherwise specified hereinafter. Flanges shall be faced and drilled after being screwed on thr,)pipe. with flanges true to 90 degrees with the pipe axis and shall be flush with end of pipe. Drilled flange boles at tither end of the finished flange pipe shall also be in true alignment with each other. 1 2. Mechanical joint ductile iron pipe shall be as specified for the _ flanged pipe except the joints shall conforin to ANSI Specification A21.11 as applicable. Mechanical joint pipe shall be furnished jwith sufficient quantities of accessories as required for each joint'. r `� 2L-2 00477 CAST IRON PIPE & FITTING& with these Specifications by an independent testing laboratory setected } by the Owner. The Contractor shall require the manufacturer's co- operation in these inspections. The cost of any additional foundry inspection of all pipe approved for this Contract, plus the cost.of inspection of a reasonable amount of disapproved pipe,.}will be borne_ by the Owner. C Shop Drawings including piping layouts within, under, or between structures shall be submitted to the Engineer for approval in accor- dance with General Conditions and shall include dimensioning, methods and locations of supports and all other pertinent technical specifications" for all piping to be,furnished. PART 2: PRODUCTS 2.01 MATERIALS A Cast iron pipe and fittings for buried pipelines (gravity sewers and force mains) shall meet the following requirements. .� 1. Cast iron pipe shall conform to ANSI Specification A21.12, A21.6 or A21.8. Pipe shall be supplied in lengths as shown on the Draw- ings, and shall have a minimum wall thickness of 0.2?-inch for 8-inch diameter pipe and 0.26-inch for 4-inch diameter pipe. Z. Pipe and fittings shall be furnished with flexible push-on joints unless mechanical joints, flanged joints or caulked joints are shown on the Drawings. Rubber gaskets and details for mechanical joints and push-on joints shall conform to ANSI Specification A21.11. 3. Cast iron fittings shall conform to ANSI Specification A21.10. Solid sleeves, plugs, and caps shall conform to AWWA Specifica- tion C100, Class D. Caps may be furnished without lugs. 4. All pipe and fittings shall have a cement mortar lining and bitumi- nous seal coat on the inside in accordance with ANSI A21.4, except that cement mortar lining shall be 1/8-inch in thickness. Cast iron pipe buried shall be polyethylene encased. The materials and construction practices for the centrifugal encasement must be in accordance with ANSI A21.5 and AWWA C105. Cast iron pipe not buried shall have a coal tar enamel coat on the outside in accor- dance with ANSI A21.4. s 5. Flanged joints shall be 125-1b standard with ring gaskets of rubber with cloth insertion. All bolts and nu`5 shall be cadmium plated. 6. Bolts and nuts for mechanical joints or flanged joints shall be cadmium plated or galvanized. B Cast iron pipe and fittings for mechanical piping shall meet the follow- ing requirements: 00478 ZM-2 - _i PLASTIC PIPE 6 FITTINGS j. selected by the Owner. The manufacturer's-cooperation shall be re quired in these inspections. The cost of factory inspection of all pipa ' approved for this Contract, plus the cost of inspection of disapproved pipe, will be borne by the Contractor. C The Contractor shall submit to the Engineer for approval, six (6) sets of completely detailed shop drawings and schedule of all plastic pipe and fittings required. PART 2• PRODUCTS a2.01 MATERIALS 4r.' A PVC pipe used for pressure lines shall meet ASTM Specification D-1785, Schedule 40, with flexible joints as specified under ASTM D3139. B PVC plastic pipe used for gravity lines shall meet ASTM Specification 1 D-3034, or D-1785, with flexible joints as specified under ASTM D-3139 a or D-3212. 3 ' C Composite pipe (gravity sewers only), shall conform to ASTM Specifi- cation D-2680 with type OR joint assemblies. i' D Deflection analyses for plastic gravity sewers shall be calculated by ASTM D-2412. At twelve (I Z) feet of cover, the maximum allowable deflection shall be one (1) percent of the average pipe diameter using the following constants; K °( DI = 1.5 {� E' 300 psi - We (811) 90 Win. We (1011) = 100 Iblin. We (1211 -) 120 lb/in. t The manufacturer of any plastic pipe proposed for installation shall submit to the Engineer under 1.04B, test data on the pipe's stiffness fi factor (S.F.) at 23 deg. C and at 38 deg. C. E All pipe shall be bundled or packaged in such a manner as to provide 'y adequate protection for the ends, bell and/or spigo( during transporta- tion from the manufacturer to the Contractor. :z F Standard lengths shall be as supplied by the Manufacturer. At least 85 percent of the total footage of pipe of any class and size shall be . furnished in standard lengths. The remaining 15 percent in random lengths. 2 N-2 00479 -m 8 or J;i ENGINEER'S REPORT TO THE GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 RELATIVE TO A BMITTEN PROTEST RECEIVED FROM ARMCO STEEL CORPORATION The question before the Board is whether the specifications prepared ' for the Bethel Island Collection System are "proprietary and discriminatory." The past performance of'truss pipe is not an issue. The specifications currently allow the use of vitrified clay, ductile G-4t,.K.E iron, cast iron and PVC pipe (see Exhibit Hl attached to County Counsel's memo). It is the recommendation of CDM, Inc., Environmental Engineers.of Walnut Creek, that flexible pipe, such as that manufactured by Armco, should be allowed if deflections ( deformation) can be held to a minimum. In addition, the soils consultant hired by the District has recommended the use of flexible joint pipe instead of allowing solvent weld joints (See Exhibit 1). Armco Truss only uses solvent weld joints. Flexible pipe relies on lateral support from the backfilled trench to minimize deflection during the expected lifetime of the pipe. It is the professional opinion of the District's engineer that this lateral support would not be present in the soil conditions encountered on Bethel Island. PVC pipe has been specified as an acceptable alternate, assuming the pipe wall thickness is sufficient to allow less than 1% deflection under accepted loadings. According to the manufacturers' literature, Johns-Manville and Certainteed, suppliers of PVC pipe, can meet the specifications with pipe currently manu- factured for use in high pressure water systems. Phone conversations between CDM and the suppliers of ductile iron, cast iron and vitrified clay pipes indicate that all suppliers are being asked to grgte prices to contractors. Excessive pipe deformation would cause problems with regard to passing pipe cleaning equipment through the deformed sections and could ultimately -1- 404W result in premature replacement of the deformed segments, thereby increasing the maintenance cost burden of the homeowner. Armco's protest seems to be based more on the fact it has been their corporate decision not to manufacture a pipe that minimizes deflection and. only manufacture one type and strength of pipe (they are in fact the only supplier of truss pipe) which cannot meet the current specifications. It is estimated that the one-week delay in receiving bids caused by Armco pipe has already caused an increase in the project cost of about $10,000. If the Board determines that the specification should be rewritten to -include Armco truss pipe, a delay of approximately six weeks could be expected before bids are received and the District would be taking over any liabilities related to inadequate performance of the pipe. It is recommended that since the District's engineers have recommended against the use of flexible pipe, and that four types of pipe are currently able to meet the specifications, this constitutes free and open competition under the EPA guidelines, and the protest by Armco Steel Corporation should be denied. -2- 00401 11 SUMMARY Our investigation deLerm_i.nc:d that throughout L•he planned alignment. the ground--%•rater table is at or near the surface and *soi.l.s consist .of loose sands and soft, compressi.bl.e peat deposits. These adverse conditions will pose sevr_re problcros during construc- tion. Therefore, in consultation with CDM, Incorporated, a pilot 1 construction program, was planned, which involved the installation of a test section of pipeline. Ile observed and recorded the per- formance of this program, which was successful in demonstrating that dewatering hells and a moving shield can be used to install \the pipeline satisfactorily. The major recommendations that we believe will help minimize the effects of the soil problems include 1. Dewater the alignment by means of wells prior J. excavation. 2. Use a shield or strong bracing system to prevent caving of the loose sands and soft peat. 3. Excavate peat below pipeline to reduce porstcon- structi.on settlement (maximum depth of peat below pipeline should be about five feet) . 4. Dewatering can cause settlement of soft peat. Therefore, existing structures near the pipe- line :should be surveyed prior to construction and the performance monitored during and after construction. S. Use a graded filter material as pipe bedding and cover to reduce the flow of the natural sand into the pipe in the event of a leak or break. r.� 6. Design the pipeline to accept minor aRZunts of � differential movc::ient which may occur due to consolidation of the peat or loose sand or during earthquake shaking. Surround the pipe (bedding and cover) with granular material to. pxovide some confineiTent. Flexible pipe joints should be used to help minimize damage to the pipeline. 4 W`'8 AI-MCO STEEL— CORF14DIRATION METAL PRODUCTS DIVISION A00Hr_3:3 REPLY TO 0 •i VILLAGE GVKTEq t,AF:tYI�[TE,C:.L11-01t Nth U4.3np August 25, 1977 Contra Costa County Department of Public lt;orks Contra Costa County Adini.nistration Building 651 Pilie Street Martinez, CA 94553 Attn: Mr. V. Cline, Director of Public Works Subject: Collection System & Wastewater Treatment Facilities Unit .l Contra Costa Sanitation District i#15 Bethel Island & Portions of Hotchkiss E Holland Tract Project C-06-1004-110 US EPA SitTtC B Gentlemen: This letter is in rc_,oiise to your request for wore specific information regarding our letter of protest dated S/S/77. it:o are protesting this project specifications, governing Unit I, gravity sewers, because these specifications do not meet all of the requirements of the following sections of EPA Federal Register, Vol. 40, No. 243: 35.936-3 Competition "It is the policy of the Gnvironinental Protection Agency to encourage free and open competition appropriate to the type of project work to be performed." 35.936-13 Specifications (a) Nonrestrictive specifications. (1) "\o specification for bids or statement of work in connection with such works shall be written in such a manner as to contain proprietary, exclusionary, or discriminatory requirements other than those based upon performance, unless j such requirements are necessary to test or demonstrate a specific thing or to provide for necessary interchangeability of Darts and equipment, or at least two brand names or trade names of comparable quality or utility are listed and are followed by the words "or equal". The single base bid method of soli- citation for equipr,ent and parts for determination of a low responsive bidder may not be utilized. With regard to materials, if a single material is specified, the grantee must be prepared to substantiate the basis for the selection of the material." 00483 -2- Armco Steel Corporation contends that "free and open" competition as regards sc*ter pipe does not exist on this project because in effect the specifications specify VCP only. Alternate materials are involved but :in such a manner tfiat they are either non-competitive or cannot meet the project design parameters. 'Therefore, bid prices ::i.il be higher than they i:ould under true competition, to the detri- ment of the taxpayer and EPA interests. Ile base this position on the following: 1. The specified cast iron and ductile iron pipes. list at $5.90/l.f. for S" pipe. The S" VCP specified has a list price of $2.35/l.f. Further, the iron pipe is furnished in 1S' lengths weighing SOS lbs/ca. making installation in- shored trenches costly if not impractical. Contractors must always put more money in their bid for installation of iron pipe. Compound this with the purchase price of iron pipe and it is a certainty no contractor will select it. 2. ABS Composite ('TRUSS PIPE) and PVC are two plastic pipes specified as alternates, but the requirements placed on the pipes are beyond what plastic pipes now available can meet. The specifications restrict deflection to only 1% requiring the pipe to have a wall thicker than is currently available. (See Exhibit "A".) Inquiries with other pipe manufacturers have confirmed this. Even if such a pipe were available it would easily cost pore than $7.00/l.f. for 8" pipe. This requirement alone rules out plastic pipe for gravity serer. (Plastic pipe can meet the specifications for pressure pipe which for some reason allow a thinner-wailed schedule 40 pipe.) 3. With few exceptions sewer contractors we talk to say VCP prices would be reduced approximately 1S% with valid Arinco TRUSS PIPE competition. TRUSS PIPE is included as an alternate, Section 2N, by reference to the appropriate ASTM specification, but these additional requirements are introduced prohibiting us from bidding: 1. 1.048 Plant testing of TRUSS PIPE by an independent testing laboratory may be required, instead of accepting Armco test certifications. \either plant testing by an outside firm nor test certifications are required for VCP. 2. 2.01C 0-ring joints must be provided. TRUSS PIPE is available only Tri h solvent gelded joints. 3. 2.011) Deflection requirements are impossible to meet with TRUSS PIPE. A to maximum allowable deflection has never before been specified for TRUSS PIPE. Three percent is Ne minimum initial value specified by a few engineers with 4 to s% the more generally recognized national values. 4. 3.0111 PVC nye fittings are required for use with "TRUSS PIPE. These fittings are not compatible with TRUSS PIPE. 00484 / ARVl -3- Thus, the project specifications are discriminatory, calling for TRUSS PIPE and other pipes on one hand but then introducing criteria that rules out their use. From the standpoint of restricting competition we believe this is equivalent to a proprietary specification. EPA requires (Sect. 35.936-13), that when a single material is specified the grantee must substantiate the basis for selection. We contend that because CD,%f engineers declined to contact other TRUSS PIPE users throughout the nation to verify or refute our claims that TRUSS PIPE will perform equal or better. than VCP in Bethel Island-type underground environment they have not ret the intent of this require- ment. Enclosed are copies of past correspondence to your agency and CDN including support ing data. Also enclosed is a detailed specification recommendation (Exhibit "B") covering. all proposed changes to permit Armco TRUSS PIPE and Solid Ball ABS Pipe (411) to be bid on this project as an equal alternate. Another consulting firm now designing a private development project on Bethel Island has decided, after extensive investigation,to specify TOSS,PIPE, not VCP, because of the unstable soil conditions. TRUSS PIPE is included in all nation-gide building codes. It is fully approved by the Corps of Engineers, Army, Navy, Air Force, HUD, Caltrans, etc. Over 200 million feet have been installed since its introduction in 1962 with outstanding performance records. Your onn County Public Works Department investigated TRUSS PIPE;& few years back and have approved this product,including. for use in rountr Sanitation District IlS, as the attached letter from Vic Sauer documents. Central Contra Costa County Sanitary District has been using 'TRUSS PIPE in all soil environments for over 10' years with excellent results. Our recommended project specification changes are in accordance with CCCSD standards. Armco Steel Corporation will be denied the opportunity to sell our sewer pipe on:_ this project, thus losing potential profit, if our request is denied. Wethus have a direct financial interest -in this natter. We respectfully request that a'project addendum be issued to incorporate, our recommendations. Very. truly fours, 1, 11,,f. -,( r Z / q I R. N. Wyatt i.Dri.s6ict; Sales 114ha ger jb Att. _ Alternate: H. E. Blower, District Engineer' cc: Mr. N. Landis, CDN, Inc. Arr.co Steel Corporation Mr. H. German, Sti:RCB 925 Village Center Mr. J. Schive 1a.a,-ctte, CA 94.549 415/233-6200 P.S. Attached - OOHS) P.S. Seven employees of Armco Steel's Lafayette office are Contra Costa County property owners and have direct financial interest in thi.s,project as individual taxpayers. j1 00A$J E\IIiBIT "A" The Engineer states that plastic pipe is commercially available that will comply with the specification requirements; however, we have been unable to verify his. claim. The project specifications on page 2:u-2,' Section 2.01, establishes design criteria that when resolved to pipe stiffness requires the following F/L y. For 8" diameter F/^..y = 860 minimum For 10" diameter Fl,,y = 791 minimum For 12" diameter F/iy = 836 minimum The maximum commercially available stiffness for all gravity sewer pipe is 200. it is not commercially feasible to re-design our standard product to meet these stiffness values, values never before encountered in our experience. 00487 EXHIBIT "B" I. Page 2N-2, Para. 1.04-8. Delete last three sentences. 2. Page 2N-2, Para. 2.01-C. Delete: ...with type OR joint assemblies. Add: ASS Solid ball Pipe for house laterals shall meet ASTM Specification D-2751. 3. Page 2N-2, Para. 2.01-0. Change maximum allowable deflec- tion from one percent to three (3) percent. 4. Page 2N-3, Para. 3.01-D. Delete: Pipe stored in the field longer than three weeks shall be covered with an opaque material to shield the pipe from sunlight. S. Page 2N-3, Para. 3.01-H. Delete complete paragraph and replace with: "Thrust blocks shall be shown on the drawings at all elbows and valves on the force main." 6. Add to Part 3.02 the following: "After installation, all plastic pipe shall be tested for overdeflection. A solid nandrel 3% less than the diameter of the pipe shall be pulled through all main Iines. Any pipe through which the mandrel cannot be pulled will be considered to have failed. The contractor shall at his expense correct the failure to the satisfaction of the engineer." 46, �V7 V11-aR Vi. sruse PUBLIC WORD 's OF?ARTr•1FId1 P. 0. rnearetf rvN-_-= \•:O'•r;$nr-:cfoi DEPUiV-011. t.C!.•. .Irp:�11410ES• 1. (41�1 ]7:•n1D] ` CONT-RA COSTA CGUNTY VZRNO\ L.CLIV= _ cwz, oe,urr r6,.L•C r�On+-S WRr CTOM - 6711 ri.OUA• ADIWN.STOA::GN PUMOING A. .-_ i'tGli _ acrin_xlcm•.ws A.ti7 G^!+b.'.3s •I< sT 37 -Y o= MARTINEZ. CALIFORNIA 94553 R40:a a>,tnvdr/eoPSL MARK L. r;_:txlr - l:ls3 7T2-C7►4 pt rvrY.7wn:•SPc:•N not{ .f, E_TA'fLG;t 1<1 St -'72.210: December 19, 1975 DIPbrr.o?(9Ar10N%ANI fLAOp CQ%=_-_ CLAC,fn ZhI.1C. (AIS) 31Z."70 Our File: SD 15/16 SD 19115 Mr. Paul Jacob, Sales Engineer _Q'C:_ 1�7.5 Armco Steel Corporation O�SLJYL_ - 925 Villave Center ni �ri! Lafayette, CA 94549 Dear :`-;r. Jacob: In iesponse to your request-of December 5, 1975 for District ann_-a!al o: the use of ABS Composite Pipe and ABS Solid mall Pipe ' for gravity sewers, I arazeased 4o i=i orm you That•such use is approved. Such_approval is -conditioned ttpon full conpliance with _ Central Contra Costa Sanitary District's Standard Specizications latest edition. Sincerely, Victor W. Sauer Engineer Ex Officio Contra Costa County Sanitation • Districts .dos. 1S 6 19 VWS/hl cc: _;:,Cr4ard Eru, Vice Presidcret, Discovery Bay Corp. Jack Port, Assistant Public i:oris Director, ,'.' Environmental Colitkol George Dornier, dater Quality Control Supervisor _ fife . . -? DO NOT FILE r v aid l 'CEN.?DRAkY YEARS FOLLOW e el Mr, Utica Lard-TS March P-.5' :Lq�rf Cid MgireCrs 710 woUtIl Brcrsc:uay :7a]atut cro--%,c.1 6+596 Subject: A=ce s`"BTSS Pl.'s F.ett-A 1811 l Ees.e3r' D^a�t Mr. I,ae+di112 I Irish to tbunk rau for allvving tine for?fir. Dick f+jyatt and me to reet v-Ub ym to discuss 97ZW PIM. As you exmU':ned, the Betbal Islam Inject, at test, is going to be vmy dM-IccLlt because of tbm combination of mxtrece7y uas--ble soils.r A high SToun * iter. It 3s In such situations that TWWS PIPE excella above all other picas. This is not on idle clans, but is based on xIwV years of experience in such e+-eas with siailar cwAltions as those found at -athel Wand. Places such as tis City of I'aw Orleans tu.d the la'_cs carers of Y irmesota babes laaig used iT;3,`'iS D-TIPS nrA tcstify to its urmitc2ed abilitY to rstaia line :end(Fade and rest laJU t=•atica xiben.-buried in "coagy" aoi.7b. Yi isn can arA Hi].2.document tbv--sa cul=q. s'3a --.e_-son ' rg^a Fes'�= o:�-`s so 2.1 33 readily seen. First, because ;-4 . jot--ts ars solvent tr 2a d, tcbs 21M 3a as intewma unit r..aahale to-Zisa- 1aa1e. ming nater a~.d Pine sand have to war of entasl.ng th• atmos the Soinxts. Such in not the case v►it h a ,!^�etcct'point vbIch can flex-=d slip with the settling et the reach.* Moes off soil,asomd the pips th c,.ngh the joint c�=- --s var anees in the support;..a-q roil and the ptm line be-Luz to ;t---sa I a nod gmda causing the JoWlo to c_caa even further. 4-acrtba r--isan for I-:1TSS •o cutsta5ding jazzarmax= Is that it bas sur f icir t ira i sftc:gth to Insane dalections less than 5%, the nations]. a'„ana- ard, � to V=eldo great ta-- a streneh. '1rjW F=.a superior team st reng'� i :A Fasitive velded joints torp ;t nasiutada lira and grata In a manner that is secw& to now. Seo MI it "e Xw verification. ' Fias22y, since ]USS PI�'E is rode pa rKaLV y of pUst:ie, the pipe bas resilience. end tb-cu*t slight cr;ss-sectioaA deflection distributes tine lord Omand its aaaa-tta tlsi"tCa ca'c . A real plus in tuwtab2a G' Fy'cae:.e m SS i' 3 ha-3-•Lett ao waU px crat-ti by cn,irccra ra:d coat:rcctors in ort,a- r parts cd' th o Coantt.y wiza a g---c�nzd cc.a-AiUcpw are sinusr to bouo est ,A':uu I :n-A e•.ert c_�;�r�r�e:niL,( Llzauld be tukcn to itsswn that you- u_d Coa*_a Cc-.; . Cci:^_tf ham a 4h:orrugh und-axatet:dird of the pine. I uould li' to gest t-bjt a •ti.ns be a n-ozZel for yvi, IN,. j4ek P=t, Dict ti,—tt, vjA r to n^ et arA xueter discuss the aspects of this project and=SS'PSE.- 13Y copy of this letter, I would like to directly invite Mr. Port to such a meeting. 0044 . DO NOT FILE AR ACO v TEMPORARY m r,.•T•'2•IZ�dia" 1,Pi ch 25, I_cjTr YEARS -2- f'ER.4.3tfE:i'f FOLLOW I L-ttOt O it 1333ht a3ZO be I--Irft . tO eCOL-Ma: COMO of the r_o�i';x:tcTtotta 3n iu3s, area III-to hzoa I.ad a,!p. rlvmca both (dib ZISS .l':ti',: arct likipe ins7LCLL.atians v±.u'.r r conditions expeeted ut Betbel-Ir.izind. ():O curt r�ctor't x zicxtld hm mdU ly ecay erd, Srt�y hecausa 'grey 3nstslied the test seC$ion It 3:ethe). X:,7mrd� 3s =44 Cnvstrue- an CCrapazw. sW cosy or this let-UX., I Um"A lake to inv;te JaR' Laz.-k to also attend onr suggested rmeet3ag. I reel the pateatita riv slens:It or this project vase n 3rpccrtant ttsat ail Dos» sihT* a2;Lexmt3ves Is.thoroughly evaluated, and all pousj.L-2.e ;..rs-,Sut ccs,3ictsxad. I irM ccutact you sdthin the next fess days to sea.3t the suggested nwtigs might be cr=aned soma. PJ.i-t 9 •. t''.-u1 .ThCab i cc.* Cctitz-a Cos'`,a. Coftaty Pubilic i=oens Dc.4t. iS/32'07" ��It'�31 Control Di:331an P, t1. POx A. Nax'ires., Cel 94553 Mr. Je�Y Lime 1��+! Ccr_stxucticn Ccrr_ca�y . 1185 Ar-ndid'Indusilm-Jnl r.ray Cmcm-d, CA 9 jr2tF , G' • TRUSS PIPE SPANS .1;�"SHOUT Fict.Shect -.Crestline Sanitation District, San Bernardino County. Date: 9/10/?6 Washout Location - assessment District 18, Easement SA - Corner of Cresta Drive and Lakeview Drive Contractor - Harich Construction Company. Running Springs, California Rainfall of 11" in two-day period caused washout. Culvert plugged up with debris and mud.. Result of plugged culvert - embankment surrounding and immediately below culvert washed exposing 8" diameter TRUSS PIPE. 8" TRUSS PIPE suspended 100' to 200' in various sections of sewer line. Approximately 4' - S' of bedding washed out under TRUSS PIPE. 8" TRUSS PIPE line loaded (carrying raw sewerage). Contractor and Crestline Sanitation District observations: - 1. 'TRUSS PIPE maintained line and grade for unsupported lengths of almost 200 feet. 2: House connection in center of photo stayed intact. 3. Contractor (Harich) walked top of pipe before backfilling - did not affect line or grade of T/P. 4. Harich quote: "\o other sewer pipe could have survived the conditions TRUSS PIPE was subjected to during this stores -- it's phenomenal. I would have lost untold thousands of dollars due to debris and mud plugging up'the' failed pipeline for thousands of feet. . "With TRUSS PIPE all I had to do was re-coi;lpact under . the pipe, shade and backfill. ' "Large rocks which washed over the embanknent and fell on the pipe did po damage. I don't know why every contractor doesn't use TRUSS PIPE_" S. Crestline Sanitation District ,tanager - Smitty. Quote: "It was incredible_ We had other types of pipe fail but not TRUSS PIPE!". Photo: Description - upper right house foundation - ;. s. .... Center - lateral connection ,: .,:- r? :,:�;: '�rr.v`via;- Z: Pipeline S• dia�eter TRUSS PIPE '�-` " -=�:: w�•mow :r__:. 1 ""- rr,�.- _w; ;sc�^� :r•c`r�'- i:-��r:•-:•<c' ••J:r:-v..c�: loaded line. Contractor has re-compacted under pipe andi� ' 'shaded pipe l ipe in tipper er right portion of the photo. Lower left of photo - large rocks did no damage to TRUSS PIPE. : �:\ t' :. • .. e i ^f ;= 's ''+-1 . TRUSS PIPE spanned uas�:pportcd 2e:egtt;s '" � _ 3.• '` ' up to 200 feet. ii ti.titi•j r�• FV� � .�•J'. _�� ' . N .. v .�.:ti tom-.::i�.. .a•- S��'•�'►:-. �+ ,:•c- r FCI.LC':)ItdG IS UPDATED LIST OF IwDIVIDUALS WHO REPRESENT. MIER. AGENCIES W''HIC}: 111A'V1 UfiJ.D FROM 100,000' TO 2 NILLION LINEAL Vr E-F-T OF TRUSS PIPE FOP. AN EXTENDED TIME PERIOD, UP T0 .12 yEARS. l t2(iZ„EERING AS r ;.'ELL AS VAII)TENANCE OPERATION ARE UNDER THEIR (DEPARTNFW-fS') JUIiIS- DICTI01: GERALD SNYDER - WYOMING P1ICIi. 616/534-7671 - �- _DAVIC A. KII:Y.,, 1BUTLER's PA 412/287-4248 JEPRY GARDNER LITTLE•ROCK, ARK. 501/375-3293 WESLEY BUSHY - NEU ORLEANS, LA. 504-737-4138 - GEO. VILLIPn - LAWRENCE, MAn 913/841-7700 EARL HOENIGS - TOPEKA, KAN 913/295-3842 JACr, SCHNEIDER90SHKOSH7 VISC. 414/424-0296 BO3 MLLER- APFLEfOp), MSC 414-734-4556 C DON ASVUS - PlIONETONMA, MINN. 6.12/933-2511 . RICHARD. ,DICKHA US- FRAVXLIN COUNTY OHIO 614-462-3940 . JACK A KU,RLBERT - ANNE ARUNDEL COUNTY, ?19. 301/224-01 13._ CLI NT STEWART - DEKALS COUNTY, GEORGIA 404/934-0400 - - "WILSON WENDELL - FOUSTON, TEXAS 713/468-7901 -; MORTS MITCHELL -- QUIL'VALLEY, IX 713/437-7456 CALVIN VORGAIN HOUSTON, TX 713/623-8750 MILL 019L704 _ CONTRA COSTA COUNTY, CA 415/934-6727 DICT EIFLER- EVANSVILLE, -IND. 812/426-5454 ED BOARD - 113DIAVAPOLIS3, IND 317/633-3596 W. M. ALLEV - CH ESAPEAI;E, VA 504/547--5489 L. R•. XIMALL - CONS. FOR ROBINSON Tl)P. , PENNA 131/1/472-7700 •' CAL L£'.aS, HUTH it)GRS., CONS. FOR LANICASTER SEW. AUTIf.3, PENNA 717/559-702-1 _ _ ,.'EEPWI N AT'aCCD - BETHLEHEM, MY. 51$/739-2125 • . :9049a . SYEEL_ GOnP0'r,Ar1C)N METAL PRODUCTS DIVISION • A0IlRR5S I&F.-LV To 025 W.LwGK CEN76q ' Lh1AYl?7Tf!•C..4F0.31VIA O.1'j a0 April S,, 1971 Mr. Mike Landis CDM Engineers 710 South Broadway l:alnut Crcek, CA - 94596 _ Subject: Arnco TRUSS PIPE Bethel Island Sewering Project Dear Mr. Landis: - Last andis: -Last Friday, April 1, I had an opportunity to meet with Mr. Gary Underdahl of Harding--Lawson Assoc- to discuss their work- on the Bethel Island Project. I had asked for a chance to talk with tar. Underdahl in order to learn more exactly what the soil conditions were at Bethel Island_ In particular, I. was interested. in the expected bearing capacity of the trench bottom and. the trench loads. I asked Mr. Underdahl if !larding-Lawson expected subsidence-or loss of pipe grade more.than 7 or 8 inches in 20 feet: I tie stated that they did not anticipate settlement quite so severe and he confirmed my opinion that such settlement would seriously hamper the flow of selvage. Since ON had expressed concern about what could happen to positive fixed joints such as TRUSS PIPE's welded joints when-the pipe began to settle, I wanted to cover this point very carefully with Mr. Underdahl. Though TRUSS PIPE has welded joints, the pipe itself has enough flex such that pipe settlement of well over 15" in 20' would not cause damage. Further because TRUSS PIPE with its welded joint is in effect one pipe front rnamhole to manhole and because it has superior beam strength, you would experience less pipe settlement with TRUSS -PIPE than you would with clay. hhenever the support beneath clay pipe becomes anything less than the load on top of the pipe, the pipe will settle. The clay pipe slip joint offers little support. TRUSS PIPE, however, will remain in place with little deflection until the difference in trench bottom suin ort 2nd til-:ficin load 5eco•:;es suite great. Only then will it begin to flex_ Mr. Underdahl said that he did not believe there would be eatrene pipe settle-ment, certainly the deflection ti:ould riot be in the range that -would threaten a TRUSS PIPE installation. Ile did yonder what might happen 'during an earth tremor when the fine sand uiEht tend to liquify. .I•ex- plained that in such a situation TRUSS PIPE :kith its non-slip joint again would be the superior perforrier because the pipe would tend to "float' as a unit. • 091 r /`!• ;: AR11i,._;0 STEEL_ CORPORcATION ' METAL PRODUCTS DIVISION • ��'•�"'1 /lbr�Nt675�rKVLY YO • _��• - 025 VNLLAO!cFNTrle LAF•AVF.TYF..GALWOMMA, W43A'J Julie lel, 1977 mr. Robert Jackson Contra Costa County Public Ilorks Department ' Fnvironmental Control Division ' P. o. Box 31 Martinez, CA 94553 Subject: Armco TRUSS PIPE Bethel Island Sewzring Project Dear lir. Jaekson: ' I wish to express my appreciation for the time you've taken to review the materials on :'Buss PIPE I have sent you thus far. I, in turn, will do all I can to LgAe sure all your questions are answered. In our last phone conversation you voiced some cuestions regarding some of the aspects of TRUSS PIPS. I'd like to take the oppor- tunity to go over these now. 1. Efi:ects of Lied-anical cleaning equipment. This is a very-easy ;uestion to answer becae;e so ::.uch testing has been done on this subject. 1,71.ien Armco first studied T?JJSS PIPE to determine if it should adopt this product, they ran several tests :with cleaning equipment to see what the effects were. Included in the tools that were tested on our pipe were saw knives and blade cutters of the type used.for cutting out roots_ Since that tine, hundreds of communities around the country have also run their own tests. I have attached a couple of letters from some omm- _ munities explaining the tests they ran and the rest-Its. Wotice again that the root cutters you were concerned about were part of the inventory of tools-used on our pipe. Only the slightest surface scratches were ever noticed, even when the tests were run to the equivalence of 100 years'. life. I can say positively that nechani cal cleaning equipment including root cuters is no problem with Arnico 12USS PIPE.' 2. Concrete filler. The concrelue filler is used to prevent buckling in the-truss, inenibers. It is essentially nothing more than a filler. Loose :and poured in the voids would work just as well if there was sone way to prevent it from running out during :candling. The filler does not have to remain permanently attached to the tip plastic. As to.g as it, proviOes soma 'volume 1:6 illi tine •vbiCZ, it Las 1':u11 Med its . •purpose. hundreds of specimens have becti t'nsted in an e£Port to rletei:nine if the strength of the Pipe is affected ,.hen fil.?.ar is soaked in strong chem;.cals. Test results short that the i?USS PIPr.., strer9L-h never dropped balo:v the inininr.is set by ASTA D-2600. This sp_cificatioa requires that the stiffness factor for TRUSS P1PF. be-a minilaiim of 7.00. For comparison you should know that PVC zew;_r pipe ztiffness factor is only 46. Even without any filler whatsoever, TRUSS PIPE retains 60% of its full strength. :This is still well over twice the strength of PVC plastic .!;ewer pipe. . (*4943 Lab test results on beam strcngth, joint strength, beano flexure, etc., all su; o.z TRUSS PIPE as the only suitable pipe to use under such conditions. llo:;ever, the evaluation of test data can still end np being a natter of opinion. The irce[utable proof is that TRUSS PIPIT has h--(-1 years of experience in :installations of this nature. The conditions at Bethel Island are not new to TRUSS PIPE. TRUSS PIPE ' has so oat aerformed traditional sewer pipes that many communities throughout the country specify TRUSS PIPE only for these types of installations.' TRUSS PIPE's value is not just speculation. Sincerely, P. J. Jaco3 Sales E glineer jb cc: Mr. Jack, Port Contra Costa County Public Works Dept. L•nrironraental Control Division P. O_ Box 31 Nartinez-, CA 94553 qtr. Gary Uneerdahl Harding-Lawson Assoc. 2430 Stan,.;ell Dr., Suite 160 Concord, .CA 94520 00496 . AFR CO STEEL CORPd- _AmON . ME-rAl. PRODUCTS DIVISION d A9:11:•:^.11F MM T1� N.?S v141-AGf.CI'NTER • 6AwpvET'rrv.4':JJFu:cnlw as Sag April 11, 1977 Mr. Mike Landis- CDM engineers 710 So. Braradway ' Walnut Creek, CA 94596 Subject: Armco TRUSS PIPE Bethel Island Sewering Project Dear 'Mr. Landis: In rly letter of April 5 I emphasized that TRUSS PIPE has been used through- out the country for projects similar to the Bethel Island project. In fact, Many times TRUSS PIPE has been used exclusively bacause of its.unmatched performance in unstable, fret soils. I have contacted Ar co headquarters is Middletot,n, Ohio for a list of areas similar to Bethel Island and the n-,mes.of individuals connected with the design pnd installation of sewer pipe in those areas. 1 hive received back several references that should be quite helpful. . I ui.11 contact you within the next fee; days for an opportunity to meat with you at your office at which time I could pass along the names of these references and their phone numbers. Perhaps we could contact these individuals together during that meeting. I 1ould like to restate what I said before regarding a p•/aper evaluation of TF. "S PIPE. Though lab test results show TRUSS PIPE. has sup ar.ior wall st, c;ngth, bean strength, joint strength, etc., the only real proof of the pipe is ho:,r it performs in actual' 'instal lotions. Mese is plenty proof of this type around and there are plenty of people who will testify to it. Sincerely,. P. J. Ta cob S yes Engineer jb cc: i•!r. Jac: Port Contra Costa County Riblic L'lorks Dept. Environ.mental Control Division P. 0: Box 31 _ . ;fartinez, Ca 94553 - - 0049`7 ' - t•;r. ::�'_;.'rt J:tc::sot -2- ;June 14, 1977 Questions reg_rding the grout "filler and the effects of rodding equipment are questions that: naturally arise in any discussion of TRUSS•PIPE because everyone scants a sewer pine that will not hav4 to be replac(sd_ Xld l.- e to take the oplior- tus.ity to ,o over such clitestions with you so that you will feel completely con- f3dr,n t yourself in the pipe. Itowever, at the.: same tithe, I hopc I can keep the County from slipping back a little bit in its evaluation. Two years ago TRUSS PIP, ::as fully accepted by the County for uses in the sanitation district of )3ethel Isl4nd by Vic Sauer in a letter to me. The County has already offically accc,pted TRbSS PIPE as an alternate pipe for sanitary sewers_ The important question to ask now*is "Is TRUSS PIPE suitable for the particular conditions that will be encountered in the Bethel Island severing project?" The biggest objection that Mike Landis of CDX Engineers has had regarding TauSs . PIPS is the solvent gelded joint_ Armco bas repeatedly made the statement that solvent-welded joust is not only a good joint, but it is the best joint for use in areas of unstable soils and high ground water. Mr. Landis believes that we are wrong. I can't heap but feel that his beliefs are based on speculation_ millions and millions of feet of TRUSS PIPE have been installed in areas similar to Bethel Island throughout the nation. We have never heard any negative:reports, only overwhab-ningly favorable reports_ User-owners throughout the country tell its that our pipa is a progressive step beyond clay, but Mr. Landis says ware sarong. I inc!ntl oned to :•:u in our phone conversation that I had talked with Mr. Underdahl of Iiarding--I.--son Engineers. I have again spoken with Mr. Underdahl to make sure I correc.`_ly usudeastood his first's feelings on the subject. Ile expressed to me that they felt ::here would be neve^-•nt in the pipe trench and that whatever pipe was used :could ]:ave to have cello,;ance for some giving or yielding_ TRUSS PIP£, of course, with the solvent-welded joint does not yield in the joint, but does have the flexibility to yield throughout the pipe length_ This is not the case of vitri- fiod clay unicz can yield in the joint only, and is rigid ceramic material through- out the rest of the pipe_ Mr. Underdahl thought that the pipe would never have to deflect more than 5 degrees in 3.0 feet. Ile said it was unlikely that it would ever Lave t:o yield more than 5 degrees in 20 feet_ TRUSS PIPE can easily absorb this type of de 'lection without da.•age. he point to be made, however, is that unlike pipes with sl.ipjoints, TRUSS PIPE offers some resistance to this movement_ 17hough TRUSS PIPE can absorb deflections, deflections fere far less likely to happen than with rigid pipes that have no restraint at the joint at all- TRUSS PIPE will bold line and grade far better thaws clay p pe which is i;aportant in a gravity flora system. The case- for this has been proven hundreds of-timas over in actual field conditions throttghout the United States. :'he 1::st item discussed in our phone con+er:;at.ion was hqd nuc:h ovaling c� a flexible pipe should be considered acceptable. A national :standard Rix flexible pipes, both steel and plastic, has bean 51;_ Armco has al::ays int.e_•pretecl this to be an ultimate d2ficetioa so that initial deflection testing must be for so:sething less than that. r.ic•ld tF•;ts hava shown that initial test litq of 42 will l ru.trantee that 111.tAmate de- fl,itc:Acjn will not exceed 5v_ Contra Costa County .rc.:!Pt<-d TRUSS PIPE With this cri- teria since th_y stated at t.hc tine they relied on Ce;utral Contra Costa Sanitary �jecifications- cccsD requires that :Ic-vible pipe nest pass a 5% test. • OU49"S AtitiCO ' v i Rohart .larnson -3- .Tune 14, 1377 The l4 deflection lk-r t as no"' r-f-aCtfil!d in the larojcct's wgeciJ:ic.cttona is peohibitiva t:ud clearly unfair since clay.pipe cannot. meet such a tolerance. . The latest ASWI sp_:ifi.cation for clay pipe, C700••75, shows that clily --,all this ni ess can vary by as such as lj0t:h of -in in-Ii. 'Phis Un-ans-thaL- the inside diam-ter can vary by over 33. Actually a comparison b_tc-reen clay pipe and flexible pipe is an apples and Oranges cc-aparison. The L%-.o pipes are cc,tirely different 3n their metbod of support iia% trench load_ Iftrm much deflection to be allowed for plastic pipe Should- not be determined by clay pipe manufac ur3ng tolerances. concerns such as future latex-al connect-ions, ability to pass cleaning egnipaye:nt, overstressing of naterial, etc., are the legitimate reasons for setting a lora deflection 1?vait.' The case has been well studied by engineers for years, and 5% ult:i-n�ate vleflect:ion'has zesulted as the standard. ' I hope this informatloa will he of help to you in your evaluation. Again, let me say that I'st grateful for the tizme you have been giving to the question'of altar-- xzate pies on the B thel Island project and that you bave Kept an open i im4 on the subject. ti Sincerely P. J. aacob Sates Er_g3neer tib bc: R. N. Wyatt tt • Q0499 Iii iA ;:aa • .•�1 �� O� POS tt�� MICtIlGAN , ' CITY :ihL4 • April 12, 1966 Mr. Don%varmis Metal P.•oducts Division "+rmco su=et Corporation ' 17360 W. Eight htile P..,,:d � south field,Michigan - Dan: - acre is the dcscrilption of the test of;our trussnipa which we conducted a few wesles .so, 4nd which 1promised to furnish you, I trust this is the type of thing you w6ated. ` "Un hRarch 16, 1966, taus were car Aided by the Department of Public 1"la:tics,-City of Per;icc, Mich73en, to clzte:nine the affect which sewer cleaning.tools tivould have on Armco Truss Pipe. Fortesting purposes,two,12'•out sections of 3 inch Armco Truss J 1po•w'ero to=ned by a stcndard coupling and the entire 24'root Inagth was secured horizontally to the - surfoceof The ground. Various,types of€araign tnaterlaJ, Jnelurl ng earth, pieces of. Uroren concrete,and ston,s(fe-e of 2he loiter two types being six inches in largest 4nensier)were introduced into one end cad ra.•r,ned approximately eight faet u? ;i.0 litre. j The int test consisted of on eight inch sewer eleanin$bucket bring pulled throe_%% 'Ibs line. The bucket was fastened to the end of a power sewer rodding machine rod -which had been threaded through the lira. After the bucket hcd travelled app rorirwtely to the cantor joint, it was noted that • progcessiveiy mora power was re�iviced to'�;eji it rtovinr�. Jt fi:tplly s;o,yptrd completely offer trovaling obaut 16 r:et. Fu!I psw_rvras u?plied to the rad, at which point the piFa wos pulled to. 1-m-t its cschor on ti=e g:cu:ed. The pipe tuns separated, the• pirce aorta' incl:he cauc:c::t v: lifted by one end, us,-jt a chain and front and Iooder, • crd on ot:er:,n.%as dada to disloet:c lt:e•r+«r!;ut!:y vI'0 ir'q the Pipe and by pounding. as it:rte's r+a!ts•.•i:n:tr:d s� tats_ The buezet re::alnod stuck tn!!+ i oltiat,ss t'tir fo:eiga c.:rtsriol slid cut Aflar re•-a.-ic_1 er;ng the pipe, the bucket was lle • pud frac t=.a Digo V,.;,%.r,-rrat d;f:icu:ty. - . C CSTV MALL ,•Upon exa:aination we found that the boil as Ae srtver buAct'/cs oversized;the bail had actually bean distorting the pipe as it was forced through. 'Chis pro— duced, however, no noticeable effect on'fie pipe oti:er than two minor scrape Ynorks on the inner side walls where the boil had r.:•Ade contact. - i'ext a sp:Ing Mcde type root colter was ntteched to the rod and pushed through•• tie;ip3 to a point Haar the opuositr rno. This cutter teas then related for soma tine at high speed fa datarnine what Offact it night have on the pipe. 'liter cp proxir..a:efy c0 to 80 revolutions the cutter was Withdrawn and the pipe walls We found only a si i got visible Mork at the point of contcct v hich could barely ha raft•mean -IIAA•ed with a fingee rep. •. From the resuft5 or t.',^se tests,as well as line ex Lir Nice a-Qined frL the constcur-fi,on at about 175 feet of 3 mach sanitary sevmr using Arnica,Truss Pipe, Nve have concluded thci:.on both a cad taain2c;,cace slur joint, this pl.a Los been found be sctisfac;ay for L•53 for SO-.11"Cly: .1t•ers.l' Sincerely yours, . C.Christian, f unfic Vtorks Superintendent cn �. - 00501 Ij 0 U, f, P.. I 1111TA P I d �s 7 F.r::al Ra:.-opo.S -Sprin,¢f•-:1c(a rljir:pis f27.iJ' ' Oa".'.•.ta sr nG..•.sra+..aT••f•Trac:r•+ys�..<�1ru.v.Lf}e- .01•lll...;vs r:a;a rur nf•:•'+war•Ta.�Meo-.ia Lf1�� . July 16, 1965 • - '!r. �. �. looks - - - -. Armco Ye'nl• Froiucts Division P. 0. Box 1503 Sprinr�field, I11iuole - Pear Yr. F ooks: We recently ran tests on the effect of sever clea,in;, tools an Armco Truss Pipe. We were sora-svhat concerred with the abrasive effect of theses tools on the ABS elastic from which the pipe 'was fabricated. The test ras run on a 10 Soot section of 8 inoh pipe with a couvling made up In the middle. ri A Flexible three bladed steel root .utter was a t shun back ani ford: through thLr pipe fifty tires. . - ?h?r. x Flexib3e pull type -9o.tcupine was nulled back and forth through the oipe :ifty t7.,:.es. lie feel .that this nice use of sewer clenning equipment might- represent 700 years of sewer elcaning. After the test the pipe was out apart to observe the abrasive effect of the sewer tools on ,the plastic. Only the sliotest. suYface scratches were evident In the plastic. For all practical purposes the sewer clean- i—i, tools had no apprnecisble effect on the ABS Plastic fzom which the.•pipe :gas fabricated. Very truly yours, aul ixoerrs Eu Kine a r--Mann scar • 002 ARMCO STEL CO,�POtTATIO1V cC: R.Ir. UYAT2 Ait_TAL r::oDUCTS DIVISION( - • r Yi :L:0 n..x:eE:l::rsrtl'Lr YP Pr • LAE 06y" r.CA41Y6It141A OaYaR Ur. Vern Cline July 23, 19yJ . D.iz4ctor of Public Works CLra ra Costa County • 6th X100r, A "l leis VZaation Buils 3 ug I.,artinez, CA 94553 - 'Pi=r Hru Cline: Subject: Bethel. Island saveriug Project Attached are the sample references for zaraS PSR which I promised to send ycna. Rpotice in all these letters and articles t-hat Una carman exuin is that L'KtJSS h'jpP' solves the p7•obl en of infiltration ra tion and brdken pipe In arras of higts:eater i:a1:1e r.. d :.-isi;able sail. Uutil't.mse areas begvi using TRUSS P.UR R clay pipe . was •tbe m ter ial :Always installed for se-aers, and the severs alyrarys 21ad pxob- ' tt35 P--Lvz Is resilient, so pipe sherg •rnd b3•taski:U is elireinated. While r.�?-J:3S k'1a3 ••;rrs .resi iantj,.It Is also stLro�.-� ci:otgU to _resist .re:�ch ono:�z-it. • _• .Lt {eta,ns .l ne :end grade far et er tl3a l C�:=V �Apew - - Tne sp:.clllcalzi.ozs for Belelwl._1rslar-A now proV.de,for ataxy pip°. Also included :Ere the s_rsc aha TWSS PXPE and PW, tut the specs are written such that,neither • '.TRUSS RLPE r-; r Y%C cnun be 'hid. Ttwxe are two problems frith tbis. First, clay . })ip,- 'is the ice st =L•sc;•ie able pipe to be used ift such in axe$ as Bethel Islan=d. . __ ... •- M!cond, �,i4 project Is subcet to protest beeue:,e only one pxoluct is in re.7.i t f p= ded for. Sir.cz t-t-,r Job i s largely by an WA-gr--nt, any __..._. zl�nufaaCurers of se=rer pipe can protest. . A rec.�n; BPr1 decision involving the City of Detano has set a preced`nt for this klind or action. - _.... _ .Ars co w-ould like.to request t1i4L two changes be each in the specification. - - - 1. J}.;'3ec::ion alla:,ance be changed 1ro3 ld to at least 4%, the national _._..- • _-- _... sea-- -,d_ %Also that lnstead,.of.mzrely requiring a supplier to show calculations suglsportiug the capability of ebe pipe, a contractor should prove•hiq uor.-awu3hip by pilling a solid test mandrel -through the pipe . after inetallation. • A mandrel test is the only vaj to assure that the p1pe has xetaiaed its design shape and the test :,hould be done wbile the contractor is still liable for his.work. This test is st-EMLIard in u1nnSt. .^-11 0r t?:e ".Syme+e3 In ''ha? United usir- g f)l.::a'tiC :;i.rer ripee. It pr:v='k s pro'--lens such as the one the Cot nti experi.cnc-ed recently ua-th PVC. 2. Allo;: for 1id1'3S 111M to be installed ir-it?: a vcO.-e zt joint. 'ABS solve-a'" waldirg can 'cc done z:ell un ez the V:orst of co:niitions� even - - belo:r tba-. r7be velderl Joint is ,prc.ciz;0y Ow TRUSS PIPZ is 'used so eW:ensireZy and :;o:Matiues exrJusire3y in other arc-as with soupy souls. ' i•!r: Vern Cline f July 28, 197T _ -2- - CDM has recomend_d against both of these changes, but they have never cited any evidence supporting their o.,jections. Clxt has not .had.any ox= perienee with 'j%SS PIPE,..and the cornclusiOns therefore are partly based. on assumptions they corned themselves. On the other hand, all those Who have used -MUSS PIPS in areas like Bethel Island have always told us It is far better than clay pipe. We Mice claims for TRUSS PIPS based on the re- pots from these many agencies, but-yet CIX4 vithott any actual experience tell's.us ue're wrong. You can urdeistund V11W we have felt so f rustiai6d, and desperate about this. project. I wish to the& you for offering to,review the attached information. I - would certaln4 appreciate it if you vould permit ter.:Dick Wyatt, Armco's District Maer, and we to meet with you and, discuss your reactions. - Slwere]y yours, - PdJ Paul Jacob . . . . .. .._. ,ajs._ ._ - - --•------ -- •--• . -- • - sales �._r -,-••-- •--......_. :. ---• -- -• - .. 40 -� ._,.=•moi '•• • , - • - _ - -� - - ', - 1i' • •.'J�7[f�- -icu, Pres:e( �i; �r 0l;. �..ii?�. •�' �*;tlUSS�ri,l:O��+r Frr::c''c�cPio•#rn:,,, � R•//.•. ,��r�� rr. -\,•/,f•!•`� • j•,r�-tr {'./ �s*y �-rq•' `'i/. /'.'/...�! r C' �),f f•!I n a�;,► �tv �f►Jl�l,�ilt� + r k_f 1 V�GR:,=1! P•d elf �t i:l it s/ L}.".`r.._.Y:• :�'c�r - C1rY 11.•„CL - CIVIC C IE::iE. _ • •• NEW O•'•UAPIS„ LA. 20117. 525--,- ' •EO._U�r�F_r;✓moi: x • • ._ . . _ • * • Cc.ur�rS.�Nin:cnjtr.� _ r • _ ci";v or 'Fe:-3a . _ .•' * -• - .. ;.r •t 1, %. ic..i:or'lks .Department 0 Temne,` Arizona 8 20 s. - * , Dear ::r i +- •rte - • ` _ .. . :»• "-=� *'.- *• . ' : _. i e.:sor.: J . . s �• • : * his is in reply•to your letter of day ll r;hues ti - inyorma;„c� rz ar3i:i , A;B.S: sealer systerms. Tne A:B.S. •seise: • -pipe is-in all cases* 61' --olid wall: (o.28"-) _and 811 -- 151, -t3uss she xollocring data is in reAy to the question-, as 32't-mereted, ir: your letter: . _ • -� • * ' 3_. • -.B.S. pipe installed in ]°64. - *- L.B.S. papa an serer s}-stem 336,39b linear= eet. _ -- ,. -•3: A.B.S. serer systeri 2,rt`r - l;294 l f.,* 321= :-'lS;04 � •i'- • - - .- '1011 -- 22,-229'1.6, 1-�., '611.—:Iogj?' ^-_- •* - (-twase connections). - 's .• r: tii - • -4 i•V-o, ,o"'the cor_tr'ary, this pipa is'insual?ed :•rich case z '', in cim.-arlson .to pipe of otner nateraals-. -:- •- + - .� •Secret tais have rot presentee a 5:•o;,leri. r Vic?- s aia peLr c%i.%. Gt 2TICi �I'e ,:�G�e f; e.�1T1 '#.I tc:.C"a.t�ic^.d -'1i+t?:lamSi �'Ctiaa: 4C.•J3 ^re rl7Ce i'iei!� f'f=`�c?n i� i ♦ •I :-�ji4�'.1. a:4�Cil 'Lia�,rC `i; Gist somite .L:.L4'.LQ taps �- " ; +" 'j`• "have j• Fj ► :rte_ •. ��-` i r 'i —"S are " Gasl.2't�Ci t�� • b•+'�.CT_.wq—rr'_ �wic ':1i"Ce - - _ _ _i.s a.a.��•�_�.1G_c �___c �:_ r_ _ is:.�.�.. :..� z'erii:_re . • a S~ctiCi`'{ fry i►-Z—!=- 7oj! a7;. J•�1�J.�.L t��l •yy� Y~?ISI• - - f • • • ••• .• r • • - AIiZ . - 7• ' 1;�a r.: .S. pipe in One •syste.;i has not required _ any maintenance. - t O" the s_,.o types of pipe, A.H.S.- is ;'re easier -o is sual?; as to coot, -"OtZ ty yes ar a "ai.riy co,;:ul. • .Because -of our ins iltrAt mon test ra a of 25Q , al.l • • • in jni?e j2t;`_^_rs., most Contractors elect A .B.S. s� is nifiN cu?t Oo 'co.:tnare cos:. of riaiztenan. ce as - ane V.C.P. was ins:abed xazny 'rears aro -rhereas • • One A.B.S. pipe is rela<ively new (1991;.). - 9. . Ile 1►a v a r_ot experienced any proble►as with hy�+;dro;en r .. - sulfi.ele. :'.e recently removed 2'seet'ion of Q" 1.3•3. • - tr:+ss pipe, includirt g, joint, ir_stzlled in 1961r and •for:c no sign of 4eterio:aOion• - • ; 0♦ Since this aipa Inas first used in our spmit try system*, vie fsave had -very favorable results; vie, thexe-- _ _ !rora, pr oyose to continue* its use Mr-erever it tt it . se:`,e One purpose. Of course, all of our c&ntraeus ` • ?Flo both A.H.S. truss pips and viuri ied clay pipe. N. • o:' v l 1 note I rota t)---.e above ori--ia"on that is are Zell sa`vis=?ed 3'P th the A.H.S. se-filer pipe in our system. : .he :o"i .;�Tt ur S area ;is v rcv unstable and causes su'osidence to fiat& - `='Ll� ri.�.S• pine uritis t- e solvent loi'"_t 'has r e{iained intact., - i;:ezreas ci.seer types of ioints have nailed and restzlzea in consMerzole -In-- f lO.:at•►on c e :.o our hi •n nater table, _ajproximately 31 belm-1 sur,.ace. - z - - •=- - 1.--Who-aa that tfhis:da4a- trill provide you v.£th inzor;Dation to evaluate One A.B.S. pipe_ - •,,: • �` • - - • - ; -Very. truly ydurs,. ' J. Raney . - . Px~znciw.l Asst.:- %nni.near _ ..' Setter artd.:f,ter'- _ . • . , : - : " - _- �z � • � •.-- � ;. -. : 1.1 ji ;�V -* ' •~` :.•, +:ice`•'-rt• �._ • -+- w r7'-JM•. -,~ • Y�- .! -'� • s PA - BVT c a Ch :2 PLndnted Fath partassion from foa SarLe-alhar 1973 issue of WATER SEWAGE-V-IO r%S 00507 _ r. The City of Chesapeake, Va., is installing pipe with chernically welded 'joints to re- , ' sist infiltration of sand end water and to ease installation in the unstable swompy soil of the area. . ii L ` ti..✓�Li.: _ot::-1��_�:�.��_:::.�...'-}G?rte,,.,., Author (!eft) and George Keen, Arnca soles representofioe from Virginia leach, -Surto pipe imlatlafiea of Chosopeaho, so vier flee upgraded filration significantly reduces pumping station One example of how much infiltration is actually maintenance and operating costs. received from sanitary sewer lines is the only treot- HOW MUCH INFILTRATION?There are three ma- m_nt plant owned and oparoted within the City of jor infiltration cspects: the amount permitted by Chesapeake, in the community of Great Bridge- An specifications;the quantity that is actually received; examination'of this older sewer system showed and the desired volume of limitation.The amount of that the treatm-znt plant received about 300,000 gpd. infiltration permitted in sanitary sewer installations The plant is rated at only 240,000 gpd. The adck- for Chesapeake, typical for the entire Tidewater tional Pow come from a number of major infiltration area,is 500 gol/in.diam/mi/day.Some installations points in the sanitary sewer main which were duo just pass these specifications-However,Chesapeake's primarily to line failures, experience indicates that such infiltration rates in- INFILTRATION AT ONE-SIXTH. These infiltration crease with time. Joints open more because of shift- conditions contributed to roughly 55,000 gpd of the ing underground soil, and crocks occur in the pipe. 300,000,about one-sixth of the excess.This condition It should be noted that exfiltration problems do had to be proved to the State Water Control Board not exist in Chesapeake sewer installations. There's to obtain approval for additional connections. more often a head an the pipe, particularly since Naturally,correct(vd measures have since been taken most of these lines are about S to 10 ft deep and the to M down this rafb of infiltration. But the pant is water table is usually inches below or above that that at least one-sitth of the treatment pfant's ca. elevation. pacity was being wasted in processing something LOWER INFILTRATION SPECIFICATIONS.The 500- other than sanitary sewage. Zero infiltration is not gal specification is now in force,but the limiting in- a reasonable goof, but it can be substantially cut. filtration specification may be dropped to 200 gal/ Without specifying gallonage, It Is baliovod that In. in.dicim/mi/day.The Hamplon Roods Sonitatton Dis- filtration in the now sowers Is insignificant. For ex- 11ict Cornmision has notified municipolities that un- ample, one opportunity to check a new Truss PY;h less some specific effort is made tai•:arcls minimizing sewer not yet in service (where it was thought the the infiltration toad on the treatment plant capacity, material had been damaged during installation) they witl have to increase treotment charges to indi- found the manhole dry,there being no apparent in- vidual customers. Thus, Chesapeake looks to Truss filtration, Pipe,hoping that its chemically welded joint will ma- Since the pilot project in 1967 with Truss Pipe, terially cut down infiltration and thereby ploy a key about 40 mi of it hove been installed. Plans to con- pmt in curtailing o possible rate increase. tinue using it,installing some 30 more miles this year, The Hamplon Roods Sanitation District Commis- are sin as tb_ onswer to costly infiltration prob- sion is also compelled to take this position to curtail f*rns, It provides excellent infiltration resis!ance, is_ the possibility of overloaded plants dumping over- easy to install and is flexible enough to give with board sewage fluids that have not undergone proper swampy conditions while retaining its tight p treatment.And costs for tertiary treatment are grow- will hopefully solve a very costly problem fav ing tremendously.Every golfon is an added problem. of Chesopwke.• TRUSS PIPE SPANS WASHMIT Vact Sheet - Crestline Sanitation District, San Bernardino County. Date: 9/10/76 Washout Location - Assessment District n8, Easement SA - Corner of Cresta Drive and Lakeview Drive Contractor - 11arich Construction Company, Running Springs, California Rainfall of 11" in two-day period caused washout. Culvert plugged up with debris and mud. Result of plugged culvert. - embankment surrounding and immediately below culvert washed out exposing 8" diameter TRUSS PIPE. 8" TRUSS PIPE suspended 100' to 200' in various sections of sewer *line.- Approximately 4' - 5' of bedding washed out under TRUSS PIPE. S" TRUSS PIPE line loaded (carrying raw sewerage). Contractor and Crestline Sanitation District observations: 1. TRUSS PIPE maintained line and grade for unsupported lengths of almost 200 feet. 2. House connection in center of photo stayed intact. 3. Contractor (Harich) walked top of pipe before backfilling - did not affect line or grade of TIP. 4. Harich quote: "\o other sewer pipe could have survived the conditions TRUSS PIPE was subjected to during this storm -- it's phenomenal. I would have lost untold thousands of dollars due to debris and mud plugging up the failed pipeline for thousands of feet. "With TRUSS PIPE all I had to do was re-compact under the pipe, shade and backfill. "Large rocks which washed over the embankment and fell on the pipe did no damage. I don't know why every contractor doesn't use TRUSS PIPE." _ 5. Crestline Sanitation District Manager - Smitty. Quote: "It was incredible. We had other types of pipe fail but not TRUSS PIPEV' Photo: Description - upper right house foundation -r-- Center - lateral connection ' ' ti,i �, ,• Pipeline - 8" diameter TRUSS PIPE - 7-� loaded line. Contractor has rf, re-compacted untr pipe and shadedPP P P i e in upper right ;{ ` g �..., - .. portion of the photo. Lower left of photo - large rocks did no damage to TRUSS PIPE. _ TRUSS PIPE spanned unsupported lengths !! _ .t•. �-wr �1 ,�,- up to 200 feet. ='.:�.K'is•jiral�S7t'..`x��iG:'Ly 6.��.�;.:i 03 R4 Ir. ENVIRONMENTAL ENGINEER WATER RESOURCES SEWERAGE AND SEWAGE TREATMENT SOLID WASTE MANAGEMENT WATER SUPPLY A'D TNEANVENT INDUSTRIAL WASTES RESOURCE AECOYERV DRAINAGE AND FLOOD CONTROL E.NVIRO.%UENfAL IVPACT ASSESSME%r WATER ANO AIR POLLUTION CONIROL RESEARCH ANO OEVELOPNENr REPORTS DESIGN SERVICES DURING CONSTRUCTION FRANK R. BOWERMAN. ?RES. MARVIN R. LINDORF. EXEC. V-P. ROUERT N. UORN. EXEC. V.P. 710 South E•oad..ay 253 Sc.1h Lale„venue LValnut CIee4,California 96596 Pawdena.California 91101 Telephone-.(415)933-2970 Telephone:(213)693-2126 August 31, 1977 Mr. Version Cline Public Works Department County Administration Building 6th Floor Martinez, California 94553 Dear Mr. Cline: This letter is in response to the Armco Steel Corporation letters of August 5, 1977 and August 25, 1977 in which they formally protest the material specification for the Contra Costa Sanitation District 1S project. In the August 5 letter Anico bases its protest on "our opinion that the material specifications are proprietary and discriminatory; are not in the best interest of the taxpayers; and are non-competitive". We do not agree with this statement. lVe are very familiar with the applicable Environmental Protection rlbency (EPA) and State Water Resources Control Board (.11>hRCB) regulations or materials specifications. It uas our intent and is our belief that the specifications as issued comply with both tine spirit and the letter of the regulations. In their letter of August 25, Armco, -in response to the District's request, put the bases of their protest in terms of specific references to EPA regulations, "35.936-3 Competition" and 1135.936-13 Specifications (a) Nonrestrictive specifications (1)". These regulations are quoted in their letter. The quoted regulations are followed by a discussion in which Arnico concludes that "in effect the specifications specify VCP only." (VCP is vitrified clay pipe). This is based on Arrlco's assertion that the pipes other than VCP will be more expensive and therefore are more competitive, and their statement that Truss Pipe and PICC cannot meet the specifications as written because "additional requirements are introduced prohibiting us from bidding". b'e do not agree with Armco's interpretation of the regulations as applied to this project. Our understanding of "35.936-3 Competition" is not that the specifications rout be opelYed up to every supplier with a potentially applicable product but rather, that the grantee (the District) must satisfy itself that there is sufficient competition to ensure that competitive prices will result. 00.51 A Subsidiary of Camp. Dresser b McKee. Consulting Engineer. One Center Plaza. Boston. Mass. 021% GSM rIMAM Mc. fir. Vernon'(line August 31, 1977 Page 2 Regulation 35.936-13 Specifications (a) (1) states 'No specification for bids ...... shall be written in such a manner as to contain proprietary, exclusionary, or discriminatory requirements other than those based upon' performance,". It is our belief that the specifications comply fully u ith this regulation. The following paragraphs present discussion of issues raised by Ansco and the basis for the performance requirements incorporated in the specifications. . Cost Considerations The lowest cost of the pipe in place, not the materials cost is the determining factor in the competitive procurement of the contractor and the material to be used. You will recall that a specific exploratory construc- tion program was performed on this project to evaluate the in-site conditions that the contractor will encounter and the conditions in which the pipe will be placed. Based on this actual experience it was determined that the cost of pipe in-place will be 10 to 16 times the cost of the pipe material, the balance is the contractor's cost in placing the pipe. This cost is substan- tially greater than that nor-ally experienced in sewer construction. Considering the poor soil, stability and working conditions and the high cost of installation, it was, and is our opinion that contractors may develop installation procedures that will warrant the differential cost of the specified pipe materials other than VCP. If not, then VCP will be the most competitive, only the actual bids can determine that. Performance Requirement of the four types of pipe materials specified two are rigid pipes and t two are flexible pipes. The rigid pipes, VCP and ductile iron, develop ;,v�LY�' their strength without deforming and without consideration of lateral support { from the soil. The flexible pipe_, PVC and ABS composite pipe (Armco), deflect in developing their strength. The degree of deflection (out-of- round) is a function of tall thiclmess and lateral soil support. Based on observations during the exploratory construction it was our judgement that the very poor soil and trench conditions warranted a more stringent than normal specification for the flexible pipes. The value of one percent deflection was selected to ensure that if either flexible pipe were supplied it would have a wall thickness sufficient to limit pipe deformation even with poor lateral support. It is true that PVC sewer pipe, as defined by industry, cannot meet the one percent deflection requirement. The PVC suppliers can, however, meet the requirement by using a heavier galled pipe routinely manufactured for use in high pressure tater mains. This was the intent of the design. The reference to Sclhedule 4'0 PVC is irrelevant to this discussion as it applies to force rains. ll►ese force mains are sufficiently shalla.,f that deformation is not a problem as in the gravity sewer lines and the requirement was not applied. 00511 c_ Inc- Dir. Vernon Cline August 31, 1977 Page 3 The specifications for plastic pipe is based on an ASTDE specification which clearly states that the allowable deflection is to be determined by the engineer. This indicates that the pipe can be available in various stiffnesses and it was on this basis that it was included in the specifica- tions. The favi that Aimco, the only manufacturer, of ABS composite pipe, has elected to produce only single grade of pipe and considers it not feasible to produce a �.:ipe which will meet the performance requirement of the specification is not, in our judgement, a justification for lessening the requirements of the specifications for the Bethef.Island project. lie could certainly not recogcaend. it. To further put.this 4iiestion in perspective we refer to Armco's letter of August 25. They state that "%CP prices would be reduced approximately 15 percent with valid Armco Truss Pipe connection". Ofe interpret valid to mean their standard pipe).,-, If true, this would represent a reduction of approximately six-tenths of one percent of the total project cost. We believe this confirms our judgement that the heavier pipe is warranted. Specification Sections The following are comments on the specific items of the specifications that were questicned by Armco. 1. 1.04-8: It was considered necessary to provide for testing because . ht-Tere is no experience with ABS composite pipe meeting a one percent deflection. If supplied, there would have to be testing to ensure compliance with the specifications. 2. 2.01-C: The entire project was designed based on flexibility at the join to minimize stresses in the pipe. The ASDI specification for ABS conposite pipe has provisions for an 0-Ring joint. The decision to provide only solvent weld joints is a manufacturing decision by Arco. 3. 2.01-D: As discussed previously, the deflection requirement of one *percent maximum for plastic pipes can be met by the PVC pipe. The reason for the limitation of deflection and the ability of Armco to meet it have been discussed previously. 4. 3.01-H: lliere is no intent to require PVC type fittings for the Armco Truss pipe. Ilic kSTM specification for composite pipe has provisions for the fittings to be used for that type of pipe. In sumnary, the protest requests that the engineers performance speci- fication be lat:ered to a level that can be mt by a specific product of one manufacturer. If, on the basis of protest, the specification has amended to allow three percent deflection, on ghat basis could a protest be denied for a four or five percent deflection for a even lighter grade of pipe. The purpose of the specification is not to buy the cheapest material but 00512 ( ( :,C; Mr. Vernon Cline August 31, 1977 Page 4 to provide a complete in-place system which will be most cost effective for the design life of the project. Considering the unique conditions of the Bethel Island project, we believe the specificationPas.published are: (1) appropriate; (2) comply with EPA-and St%RCB regulations; and (3) should not be changed. We hope that our coinnents clarify the reasons the specifications were prepared as they were. In preparing your submittal for the Board of Supervisors, should you have any questions or desire additional`infomation please do not hesitate-to call. Very truly yours, CDI►f INC. -chael J✓Landis Vice President MRL:md cc: R. Jackson :l ©0513-. ARMC-%3 STEEL CORPORA,,'ION Y METAL PRODUCTS DIVISION BCC: R. H. Akers H. E. Blower S. F. Sales Engineers - ^00"905 uirn_vTo Y25 VUA.AGK C<MT6R - - u►rwr�rrr.-cwurown�� o�s�s - August 25, 1977 Contra Costa_Cosinty Department of Public Forks Contra Costa County Administration Building 651 Pine Street Martinez, CA 93533 Attn: Mr. V. Cline, Director of Public Yorks RECEIVE E C�I VE D Subject: Collection System Wastewater Treatment Facilities Unit 91 `J F Contra Costa Sanitation District 315 `p �. 1377 Bethel Island & portions of •.�. R. assor�_ • Hotchkiss € Holland Tract CLERK 50^W W surzRv " Project C-06-1004-110 L__._.=;*,:osTA Co:. US EPA _ S1%XB Gentlemen: This letter is in response to your request for more specific information regarding our letter of protest dated 8/5/77. We are protesting this project specifications, governing Unit I, gravity sewers, because these specifications do not meet all of - the requirements of the following sections of EPA Federal Register, Vol. 40, No. 243: 35.936-3 Competition !'It is.the policy of the Envirommental Protection Agency to encourage free and open competition appropriate to the type of project work to be performed." 35.936-13 Specifications (a) Nonrestrictive specifications. (1) ",No specification for bids or statement of work in connection with such works shall be written in such a manner as to contain proprietary, exclusionary, . or discriminatory requirements other than those based upon performance, unless such requirements are necessary to test or demonstrate a specific thing or to provide for necessary interchangeability of parts and equipment, or at least two brand na-mes or trade names of comparable quality or utility are listed and are followed by the cords "or equal". The single base bid method of soli- citation for, egaipment and parts for determination of a low responsive bidder may. not be utilized. With regard to materials, if a single material*is specified, the grantee must be prepared to substantiate the basis for the selection of the material." ' 00514 ARMCO ' V -2- Armco Steel Corporation contends that "free and. open" competition as regards sewer pipe does not exist on this project because in effect the specifications specify VCP only. Alternate materials are involved but in such a manner that they are either non-competitive or cannot meet the project design parameters. Therefore, bid prices will be higher than they would under true competition, to the detri- ment of the taxpayer and EPA .interests. We base this position on the following: 1. The specified cast iron and ductile iron pipes list at $5:90/l.f. for 8",pipe. The 8" VCP specified has a list price of $2.3S/l.f. Further, the iron pipe is furnished in 18' lengths weighing SOS lbs/ea. making installation in- shored trenches costly if not impractical. Contractors must always put aore money in their bid for installation of-iron pipe. Compound this with the purchase price of iron pipe and it is a certainty no contractor will select it. 2. ABS Composite (TRUSS PIPE) and PVC are two plastic pipes specified as alternates, but the requirements placed on the pipes are beyond what plastic pipes now available can meet. The specifications restrict deflection to only It requiring the pipe to.have a wall thicker than is currently available. (See Exhibit "A".) Inquiries with other pipe manufacturers have confirmed this. Eben if such a pipe were available it would easily cost more than $7.00/1.f. for a" pipe' This requirement alone rules out plastic pipe for gravity sewer. (Plastic pipe can meet the specifications for pressure pipe which for some reason allow a thinner-walled schedule 40 pipe.) 3. With few exceptions sewer contractors we talk to say VCP prices would be reduced approximately ISk with valid Armco TRUSS PIPE competition. TRUSS PIPE is included as an alternate, Section 2N, by reference to the appropriate ASTM specification, but these additional requirements are introduced prohibiting us from bidding: 1. 1.048 Plant testing of TRUSS PIPE by an independent- testing laboratory may be required, instead of accepting Armco test certifications. Neither plant testing by an outside firm nor test certifications are required for VCP. 2. 2.01C O-ring joints must be provided. TRUSS PIPE is available only with 'soltent welded joints. ' 3. 2.01D Deflection requirements are impossible to meet with TRUSS PIPE. A ib maximum allowable deflection has .never before been specified for TRUSS PIPE. Three percent is the minimum initial value specified by a few engineers with 4 to 5k the more generally recognized national values. 4. 3.01H PVC wye fittings are required for use with TRUSS PIPE. These fittings are not compatible with TRUSS PIPE. 09515 Jc. l.V 1 V -3- Thus, the project specifications are discriminatory, calling for ITUSS Prn- and. other pipes on one hand but then introducing criteria that rules out their use. From the standpoint of restricting competition we believe this is equivalent to a proprietary specification. EPA requires (Sect. 35.936-13) that when a single material is specified the grantee must substantiate the basis for selection. We contend that because CMJ engineers declined to contact other TRUSS PIPE users throughout the nation to verify or refute our`glaims that TRUSS PIPE will perform equal or better than VCP in Bethel Island-type underground environment they have not met the intent of this require- went. Enclosed are copies of past correspondence to your agency and CDM including support- ing data. Also enclosed is a detailed specification recommendation (Exhibit "B") covering all proposed changes to permit Armco TRUSS PIPE and Solid Wall ABS Pipe (411) . to be bid on this project as an equal alternate. . Another consulting firm now designing a private development project on Bethel Island has decided, after extensive investigation,to specify TRUSS PIPE, not VCP, because of the unstable soil conditions. TRUSS PIPE is included in all nation-vide building codes. It is fully approved by the Corps of Engineers, Army, Navy, Air Force, HUD, Caltrans, etc. Over 200 million feet have been installed since its introduction in 1962 with outstanding performance records. Your own County Public Works Department investigated TRUSS PIPE a few years back and have approved this product,including for use in County Sanitation District #15; as the attached letter .ft Vic Sauer documents. Central Contra Costa County Sanitary District has been using TRUSS PIPE in all soil environments for over 10 years with excellent results. Our recommended project specification changes are in accordance with CCCSD standards. - Armco Steel Corporation will be denied the opportunity to sell our sewer pipe on this project, thus losing potential profit, if our request is denied. We thus have a direct financial interest in this matter. We respectfully request that a project addendum be issued to incorporate our recommendations. Y � , R. N. Wyatt trict nager jb Att. Alternate: H. E. Blower, District Engineer cc: Mr. M. Landis, CDM, Inc. Armco Steel Corporation Mr. H. German, SIRCB 925 Village Center Mr. J. Schive Lafayette, CA 94549 _ P.S. Attached 415/283-6200 00516 P.S. Seven employees of Ariaco Steel's Lafayette office are Contra Costa County property owners and have direct financial interest in this project as individual taxpayers. 00517 EXHIBIT "A" _ The Engineer states that plastic pipe is commercially available that will comply with the specification requirements; however; we have been unable to verify his claim. The project specifications on page 2N-2, Section 2.01, establishes design criteria that when resolved to piPe stiffness requires the following F/py. - For 8" diameter F,(V = 860 minimum For 10" diameter Ffiy = 791 minimum For 12" diameter F,&y = 836 minimum The maximum commercially available stiffness for all gravity sewer pipe is 200. It is not commercially feasible to re-design our standard product to meet these stiffness values, values never before encountered in our experience. 00518 EXHIBIT "B" 1. Page 2\-2, Para. 1.04-B. Delete last three sentences. 2. Page 2N-2, Para. 2.01-C. Delete: ...with type OR-Joint assemblies. Add: ABS Solid Mall Pipe for house laterals shall meet ASIN Specification D-2751. 3. Page 2h-2,.Para. 2.01-D. Change maximum allowable deflec- tion from one percent to three (3) percent. d. Page 2N-3, Para. 3.01-D. Delete: ripe stored in the field longer than three weeks shall be covered with an opaque material to shield the pipe from sunlight. S. Page 2N-3, Para. 3.01-H. Delete complete paragraph and replace with: 'Thrust blocks shall be shown on the drawings at all elbows and valves on the force main." 6. Add to Part 3.02 the following: "After installation, all plastic pipe shill -be tested for overdeflection. A solid mandrel 3% less than the diameter of the pipe shall be pulled through all main lines. Any. pipe through which the mandrel cannot be pulled will be considered to have failed. The contractor shall at his expense correct the failure to the satisfaction of the engineer." 90519 F J _!J 1' p ppi CO STEEL CORPORATION AUG 197% METAL PRODUCTS DIVISION is AD�gES$RCPI.Y Tp \1J) - 425 V!LL.1:k CVNTEN LAIAYCTTE.CwLlcgq,lA 4a6a9 August 5, 1977 CERTIFIED 10611.-RETURN RECEIPT REQUESTED Contra Costa County Department of Public Works RECEIVED Contra Costa County Administration Building 651 Pine Street Martinez, CA 94553 1-21ASO 3O 197 J Attn:,- Mr. V. Cline, Director of Public Aorks- 'J osso~I CLUX EGAM G:SUPERVIS O Subject: Collection System 6 Wastewater to Treatment Facilities Unit #1 - Contra Costa Sanitation District i15 Bethel Island & Portions of • Hotchkiss 6 Holland Tract Project C-06-1004-110 US EPA SWRCB Gentlemen: Armco Steel Corporation, in accordance with EPA Procedure Booklet, No. M.C.D.-04, Section No. 7.4., hereby submits a protest with respect to material specifications for Project C-06-1004-110. This protest is based on our opigion that the material specifications g�{�'� are proprietary and discriminatory; are not in the best interest of the taxpayers; and are non-competitive. In accordance with EPA rules and rejulations (Federal Register Vol. 40 - No. 243) Section 35.939, -it is respectfully requested that a hearing be arranged with representatives of your agency, EPA, SKRCB, and the con- sulting engineer firm (CDM, Inc.) to afford Armco Steel Corporation the opportunity to discuss this protest in more detail. Thank you in advance for your Ittention to this matter. Ver,trulyf;Nours, R. N. Wyatt toistrict Sales Manager j b cc_ qtr_ M. Landis, CDM. Inc., 710 S. Broad;,•ay, Walnut Creek, CA 94596 Mr. H. German, State [rater Resources Control Board P. 0. Box 100, Sacramento, CA 95501 Mr. J. Schive, U. S. Environmental Protection Agency oo520 100 California Street, San Francisco, CA 94111 Vtt11//GGVV f a In the Board of Supervisors Of Contra Costa County, State of California September 6 .19 77 Report of the*Planning Commission on the Request of George Damico (2131-RZ) to Rezone Land in the Crockett Area. Dominic & Clementina Pallotta, rk.,r,rsre The.Director.of Planning having notified this Board that the Planning Commission recommends approval of the request of Mr. George Damico (2131-Rt) to rezone approximately .155 acres fronting 50 feet, more or less, on the north side of .Francis Street, approximately 50 feet west of Second Avenue, Crockett area, from Single Family Residential District. (R-6) to Two Family Residential District (D-1); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 4, 1977 at 11:10 a.m., in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of sante in the SAN PABLO NEWS and give notice by mail to all persons shown on the last equalized assessment roll as otming real property Within.300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 6, 1977. I hereby certify that the forepainp L a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforeWxL C.C. Mr. George Damico IWitrim nay hand and the Sed of the board of List of Names Provided Supervaors by Planning aWimd this 6th clay of September 19 77 Director of Planning_ J. R. OLSSON, Clark By Aileen Elder . Deputy Clerk 1-1.24 3/76 ISm - 09521 a 1 RECEIVED CONTRA CORIA COUNTY MANNING DWARTMENT AUG-2y 1977 J. R. OLSSON CLERK 80ARD OF SUPERV15M �a 7A CO. TO: Board of Supervisors DATE: 18 August 1 -� fl. Attn: Clerk of the Board FROM: Anthony A. DeP1SUBJECT: REZON M: Geo. Damico (Applicant), Director of Pl Do dnic 4 Clementina Pallotta (OWners), 2131- RZ, R-6 to D-1 - Crockett Area. (S.D. II) Attached is Planning Codaissfan Resolution No. 64-1977, adopted by the Planning Comiss- ion on Tuesday, 16 August 1977, by unaniaous vote of the Camission (All members Present). This application was reviewed by the Planning Ca fission an Tuesday, August 9, 1977, and was approved at that tine for change frau R-6 to D-1, by a vote of 6 Ayes - l Absent (Carolyn D. Phillips). The property is described as being approximately .155 acres fronting approximately 50-ft., on the north side of Francis Street, viv it mately 50-ft.,west of Second Ave., in the Crockett Area. The following people should be notified of your Board's hearing-date and time: Mr. & Mrs. Dominic Pallotta (Owners) . 635 First Avenue Crockett, California 94525 Mr. Geo. Dmico (Applicant) 1 Stephens Court Crockett, California Mr. Darrell Bolognesi 1215 Lillian Street Crockett, Calif. AAD/v Attachments: Resolution, Findings Map, Area Map, Neg-EIR, Staff Report, Minutes. cc: File 2131-RZ Mr. Dtrs. Dominic Pallotta Supervisors, District: I. II, III, IV, V. 00522 mkmf ned with board acdw . RESOLMION NO. 64-1977 RESOLUTION OF THE PLANNING W*USSICN OF THE OOlN1Y OF CONTRA COSTA, STATE OF CALIF- ORNIA, DUORPORATING FINDINGS AND MMOWENXTIONS ON THE RBWESTED (MANGE IN ZMM $Y GEORGE DAMIO0 (APPLICANT), DO"IC 6 CL ENrINA PAUMA (OiOO;RS), (2131-RZ), IN THE ORDINANCE CODE SECTION PERDUNING TO THE PRECISE MGM FOR THE tROCWT AREA C SAID COLM Y. 1MREAS, a request by GEORGE DAMOD (Applicant), DOMINIC 4 C:LEMERM A PALLGn (Owners), (2131-RZ), to rezone land in the Crockett area from Single Family Residen tial District (R-6)•to Two Family Residential District (D-1), was received by the Planning Department Office on April 20, 1977; and WiEREAS, a Negative Declaration of E - LON ectal Significance was posted on this application an June 29, 1977; and *EtEAS, after notice thereof having been lawfully given, a public hearing was held an Tuesday, August 9, 1977, whereat all persaas interested therein might be heard; and * RFAS, the Planning Commission having fully considered, evaluated all the testimony and evidence submitted in this matter; and NOW, TIDE, BE IT RESOLVED that the Planning Commission recd a ds to the Board of SLTervisors of the County of Contra Costa, that the rezoning request of GEORGE DAPHOD (Applicant), DOMINIC $ CLHK-NTINA PAU01TA (&miens), (2131-RZ), be APPROVED as to the change from Single Family Residential District (R-6) to Two Famil, Residential District (D-1), and that this zoning change be made as-is indicated on the findings map entitled: A PORTION OF TIE DISTRICTS MNP FOR THE GROCK TT AREA, CONTRA COSTA OOUMY, CALIFORNIA, INSERT MNP NO. 49, which is attached hereto and made a part hereof; and - BE IT RWIHER RESOLVED that the reason for this recamerdation is as follows: (1) The proposed rezoning is consistent with the existing General Plan and with the surrounding area. Proper design could contribute to enhancement of the area. BE IT RlEMM RESOLVED that the Chairwan and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, August 9, 1977, by the following vote: �I 5 IMjcWiw wd with bowd ondar Resolution No. 64-1977 AYES: Commissioners - C Vaglia. Young, Stoddard, Anderson, ftlton, [Milano. NOES: Commissioners - None. ABSENT: Commissioners - Carolyn D. Phillips. ABSTAIN: Cowmissioners - Now. I, Williams L. Milano, Chaiman of the planning Cammissian of the Comty of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law an Tuesday, August 16, 1977, and that this reso- lution was duly and regularly passed and adopted by the following vote of the Flam- ing Commission: AYES: Comissioners - Yamg. Walton, Anderson, iia, Phillips, Stoddud,X11ano. NMS: Casaissioners - None. ABSW: Camissianers - Now. ABSTAIN: Canissioners - None. -Clialrom of the F sion Of the Canty of Contra Costa, State of California ATTEST: r o nrng non o RECEIVED T a j �County rets ro Contra CO;sta, State df California 1 Y E D nL uI�77 CLE21 S&Z6 OAF SON CONT TA C2Vi50R5 TA CO. OOWA -2- Micrafilffod whh board order CaMTN• MCOUNTY cosr� 0 oa its U H-1 b 1 Iiigas +•� r .�, 1L-I 1 L-f j'-/, y:fr r�` s A 2 Rezone E .. •--��.� from W---L70 9:L I, Wri'l Ms ►ei , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copyof eek As ti indicating thereon the decision of the Contra Costa County P arming Commission in the matter of&afteeA.* dw%E'ft 74 jChairman of the 06ntro Costa County j' Planning Commission, State of Calif. ATTEST' Secretarysaf the contra Costa County �/� Plonding Commission, Stote cid Colif. Findinnogs MapR. 00dim" wuh board ,40vdw ' CONTRA COSTA COUNTY PIANN1NG DEPARTMENT NOTICE OF Completion of Environmental Impact Report XX_ Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.Q. Box 951 Martinez, California•94SS3 Phone (41S) 372-2091 Phone EIR Contact Person Martaret ter Contact Peron PROJECT DESCRIPTION: GEORGE DAMICO(Applicant)-D.do C.PALLATTE(Owners). County File 2131-R7- The applicant requests to rezone approx. .113 acre from Single Family Residential District R-6 to Two Family Residential District D-l. Subject property fronts approx. 30'on the north side of Francis Street,approx. 30' vest of Second Avenue in Crockett. The Project Will Not Have A Significant Effect On The Environment The primary impact associated with this request is increased traffic.hazard in an area of poor circulation. This can be addressed in the staff report. It is determined from initial study bMCoWter of the LX Planning Department that this project dopes not have a significant effect on the environment. —J Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor. North King. Administration Bldg. Pine & Escobar Streets Martinez, California fte Post QkM23 1077 Final date for reviewlappeal c, 1157 1 00526 arming DepaltT Representative OCFOfihnad wah booed a4K APQ 1/7s In the Booed of Supervisor: of Contra Costa County, State of California September 6 iv 77 in do Manor of Approval of Ambulance Contract Extensions Service 7/31/77 to 10/31/77 IT IS BY'TRE BOARD ORDERED that Its Chairman is AUTHORIZED to execute Extensions to Contracts for purchase of services'uith the following ambulance companies for continued provision of ambulance services_to the County for the period 7/31/77 to 10/31/77 with payment to be at rates previously set by the Board. Contract #22-080 Contra Costa Medical Systems, Inc. (dba Michael's Ambulance Service) Contract #22-074 Cadillac Ambulance Service, Inc. PASSED BY THE BOARD on September 6, 1977. 1 hereby om*fy foot the forspoing b o hum and corrod copy of an order, smhred an fhs minuMs of sold Soard of Supsrvbm on the dots oforsoWd. Orig: Human Resources Agency W*NM my hand and Nn Sosf of the hoard of Attn: Contracts 6 Grants Unit SupsrA-M cc: County Administrator affixed this 6th day ofSeptetnher ig 27 County Auditor/Controller County Health Officer County Assistant Medical � / J. R. OLSSON, ck* Director ; :j O�7 Clark M ins tr. Neu . d EH:sh H-24 3/7615m 00-527 CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency)22 Q `' 1. Contract Identification: Number _0 8 U Department: Health Subject: Ambulance Service Effective Date: December 4, 1973 (Extension 1/1/77 to 7/31/77) 2. Parties: The County of Contra Costa, California (County) for its Department named above anTthe following named Contractor mutually agree and promise as follows: Name: CONTRA COSTA MEDICAL SYSTEMS, INC. Ube Michael's Ambulance Service) Capacity: Corporation Address: P.O. Box 136, Concord, California 94522 3. Extension of Term: The term of the above described contract between the parties hereto is e y extended from Jul 31 1977 to October 31, 1977 , unless sooner terminated as prove ed in sa contract. 4. Payment Limit: As to the extended term of the contract, the maximum amount payable by the county is increased by the following amount S NOT APPLICABLE. 5. Other Provisions: As to the term during which the above described contract is exten ed, t e part es mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. CO NdY OF T STA CALIFOW CONTRACTOR �,� K Boppes- G i%G��= By ?���i.C�u w• Chairman, Board of Superviso Attest: County Clerk s grate official capacity in business' and affix corporation seal) De By 1�e.re/ ty M.Neufeld State of California ) ss. County of Contra Costa ) Recommended by Hunan Resources Agency ACIDi0MLE06ElIENT (CC 1190.1) By G/ 'I The person signing above for Contractor known to me in those individual and Designee business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- tion 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: FORM APPROVED By MRA Contracts Ad 'nistrator eputy ' y0rt Notary Public 1 NOT Rr VU`.UC C IF:�RNa "! C:..-T_ . _CUNTY IJL 7. 1921 00528 W=f&d wdh board order CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) C� 1. Contract Identification: Number 2 2 _O ir7� Department: Health Subject: Ambulance Service Effective Date: September 24, 1975 to September 24, 1976 (Amendment 9/24/76 to 12/31/76) (Extension 1/1/77 to 7/31/77) 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: Name: CADILLAC AMBULANCE SERVICE, INC. Capacity: Corporation Address: 4601 Nevin Street, Richmond, California 94805 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from Jul 31 1977 to October 31. 1977 , unless sooner terminated as prov ded n sa contract. 4. Pavnent Linit: As to the extended term of the contract, the maximum amount payable byte County is increased by the following amount SNOT APPLICABLE. 5. Other Provisions: As to the term during which the above described contract is extended, the part es mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COU!i 0 NTRA OS`A CALIFO' CONTRACTOR N. Boggap _ " hairs oard of Supervis - Attest: County Clerk grate o c a capic ty In.busi;WFS and affix corporation seal) gy Deputy "Wine ine M. State of California ) ss. Ne +d County of Contra Costa ) Recommended by Hunan Resources Agency ACKIIOisiEO6EMEMT (CC 1190.1) The person signing above for Contractor gy ( �__" known to me in those individual and Designee business capacities, personally appeared before me today and acknowledged that be/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Fora Approved: County Counsel Gated: FORM APPROVED � By HRA Contracts Administrator ,eputy - Kota" Public •wmw—fti i W..f-&Ad with board order In the Booed of Supervisors of Contra Costa Country State of Cd&rnia September 6 ,It ZL M the#A~of Executive Session. At 10:10 a.m. the Board recessed into Executive Session in Room 108 of the County Administration Building, Martinez, California, to consult with its representatives on salary matters. At 10:35 a.m. the Board reconvened in its Chambers and continued with its regularly scheduled item. A MATTER OF RECORD I hereby coMfy that the forpoiwo k a*w and correct a"eNJU ii mumed ow do minutes of said fused of Supervisors on the date ofonsoid. women my bawd ewd the Sod of tb inward off alb 6th dwoff September 19 77 J. R. OLSSON. Ciok r D wly Ckrk Maxine M. Neureld �0 H-24 4177 15m - In the Board of Supsrvbors Of Contra Coda County, Stota of California September 6 ,It Repayment of Loan to the Alameda-Contra Costa Health Systems Agency. The Board on March 8, 1977 having approved a loan of $14,000 to the Alameda-Contra Costa Health Systems Agency to help with the initial expenses of said Agency pending receipt of federal funds; and Mr. Richard Cabin, Acting Director of the Agency, having transmitted a $14,000 warrant to the County as full repayment of the loan; IT IS BY THE BOARD ORDERED that receipt of same is ACKNOWLEDGED. PASSED by the Board on September 6, 1977. 1 bweby coa fy do*** talo b o ww ar arnad a W of an ar w aafwad ee do WAN"of MW lewd of Srprrb«a am dw dab afwwaid c.c. Mr. Richard Cabin VANno my Iw d ad do SMI of do Mrd d County Auditor-Controller3upg,rbm County Administrator dfird IAb 6th dW o`f, SSeppptemmbber . 19 77 [�A _LSiON. CMdc b Geraldine Russell .p@y CWJ 00531 H-24 3176 ISm In the Board of Supervisors of Contra Costa County, State of Califomia September 6 ,19 77 in the k%"w of Report of Planning Commission With P.espect to Proposed Amendment to the County Ordinance Code Pertaining to Regulating Parking in Single Family Residential Districts. The'Director"of Planning having notified this Board that the Planning Commission recommends approval of a modification of the existing regulations for off-street parking in Single Family Residential Districts, and that this change be made by amending the County Ordinance Code (Section 84-4.1202); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 4, 1977 at 11 a.m. in Room 107, County Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in THE INDEPENDENT, ANTIOCH DAILY LEDGER and CONTRA COSTA TIMES. PASSED by.the Board on September 6, 1977.__ 1 hereby rtnify that fht foregoing b a true and cornet ropy of an order adored on fht minutes of said Board of Suiumvison on dw daft ofmtssid. c.c. Director of Planning Waw any hand and do Std of the Board of County Counsel Supervisors affixed this 6th day of September_ 1977 OLSSON. Clerk By e e Deport Clan 00532 H-24 3/7615m EEEED `CONTRA COTTA CO�NII N %R.MrIUM DEFMTNENT SO;M . TO: Board of Supervisors DATE: 18 August 1977 Attn: Clerk of the Board FROM: Anthony A. Dehae SUBJECT: Ordinance Code A■endnent = Aegulatim Director of P an PARKDO in Single Family Residential Dis- tricts. Attached is Planningsion Resolution No. 63-1977, adopted by the Planning Cantiss- ion on Tuesday, Augus41 , 1977, by utanimus vote (all ambers Present). This Ordinance Code Aaezdoent was reviewed by the Planting Can■ission at public hearing . _ on Tuesday, July 26, 1977, and was approved by the Comissian at that meeting by a vote of 5 AYES - 2 ABSEW (Campaglia, Walton). The amendment pertains to Section 84-12.1202 of the present ordinance code. AAD/v Attachments: Resolution, Ordinance Code Amendment draft,.Staff Report, Minutes. cc: File ZT-77-2, Parking in Residential District Supervisors, District: I, II, III, IV, V. 00tz" RESOLUTION NO. 63-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE OF PROPOSED AMEXD MENT OF THE ORDINANCE CODE SECTION PERTAINING TO THE REGULATIONS ON PARKING IN SINGLE FAMILY RESIDENTIAL DISTRICTS OF SAID COUNTY. WHEREAS, the Director of Planning having advised the Planning Commission that the existing Ordinance Code Amendment for Off-Street Parking in Single Family Residential Districts is in need of revision and modification, the Planning Commission directed the Planning Staff to prepare an amending Ordinance to achieve the desired revisions; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, July 26, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, no one appeared at this public hearing to speak on the suggested revisions and modifications; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, that the recommendation of the DIRECTOR OF PLANNING, be APPROVED as to the modification of the existing regulations for Off-Street Parking in Single Family Residential Districts, and that this change be made as indicated on the County Ordinance Code, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed amendment is to clarify the intent of the regulations adopted October 1973; and (2) to correct a typographical error in Section 84-4.1202(2). BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the Statelgtm California. �j RESOLUTION NO. 63-1977 The instruction by the'Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, July 26. 1977, by the following vote: AYES: Commissioners - Young, Anderson, .Phillips, Stoddard, Milano NOES: . Commiissioners - None. ABSENT: Commissioners - Compaglia , Walton. ABSTAIN: Comamissioners - None. I, William L. Milano, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify.that the foregoing was duly called and held in accordance with the law on Tuesday. August 16,1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commiission: AYES: Commissioners - Young, Wton, Anderson, CaNINVi=, PhU1 pe, Stoddard, Milano. NOES: Commissioners- None. ABSENT: Commissioners - Nooe• ABSTAIN: Commissioners - None. Chairman of the Plajoing Comisslon of the- County of Contra Costa, State of California ATTEST: RECEIVED nUJ�.7 If�! ON Secretary o , the Plahning Conmiss on-of the County of Contra Costa, State of .California J. R. OFSUP CLERIC BOARD Of$UPERVt5pR5 ONi CO. M 009ML (2) In the Board' of Supervises of Contra Costa County, State of California September 6 .19 7.L In the AU~of Release of Park Dedication Fees to the Oakley Union School District The Clerk of the Board on•July-6, 1977 pursuant to Board policy having referred to the Park and Recreation Facilities Advisory Committee - the request of County Service Area LIB-11 for the release of $10,000 to the Oakley Union School District for use in developing tennis courts at the Oakley Middle School Park site in Oakley; and In an August 19, 1977 miemoranduml the Director of Planning having advised that the Park and Recreation Facilities Advisory Committee had reviewed the request and recommends it be approved with the understanding that the project will be completed by December 31, 1977 and the County Auditor-Controller be authorized to release $10,000 from the Park Dedication Trust Fund (2711), in accordance with the July 15, 1975 agreement between the County and the Oakley Unified School District; IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on September 6, 1977• 1 hweby cwtify that dw 1, 9-iis a hw and aorroa a py of aw cedar em do minww of said Sowd of SupMriwn on the daft o1. -1 1. Wawa or Mand and do Seal of do Rand of Orig: Planning DepartmentSUP hm cc: County Administrator afAaad�6th of Seatember . 19 County Auditor-Controller � .77 County Service Area LIB-11 Planning Department J. R. OLS90N, Clwk Helen C. Marshal H-24 3/76 1im 00536 In dw Board of &wwviion Of Contra Ca to County, Swe of Cali an is 19 Is 1h.MONar of Granting Extension of Time in which to File the Final Hap for Subdivision 4874, Clayton area. On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the request of Mr. John S. Peters, Riffe, Peters and Jones, for a one-year extension of time in which to file the Final Map for Subdivision 4874, Clayton area, is GRANTED, thereby extending the final filing date to September 14, 1978. PASSED by the Board on September 6, 1977 1 hemby artily Thal Mia fpaNmMN r a Mn ad cwmd cW of me Mir anlwod oa iia winuNs of raid ileowd of Smrmw wws ae do dole dwoseid. wNe w my heed and do iiad of dw lowd of Orig.: Planning Department supwvbm mad"6th'day of September . 1977. cc: Mr. John S. Peters Director of Planning d R. OLSSON. Clak Public Works Director County Counsel t (k- �c Do"Cork County Administrator Patricia A. Bell Supervisor Hasseltine H•24 3/76 15m 00 i .ter In the &wrd of Supenrism of Contra Costo County, Stoft of Califofinio Septe4mr 6 .1977 In dw At~of Travel Authorization IT IS BY THE BOARD ORDERED that M. C. Wagner, Principal Electrical Inspector of the Building Inspection Department is AUTHORIZED to attend International Association of Electrical Inspectors (IAEI) Southwestern Section meeting, September 18-22, 1977, Carson City, Nevada. Cost to be borne by the County. PASSED B7 THE BOARD on AlDt tuber 6. 1277 I baoby moify ilwef*a_feepoino i e tem and coa"of m air a kmW eo dw wAnOn of eaid 6eaed of Supambm aw do iM afabsaid. Wimm my band Md tba iwf of tb 10 d of Orig: Bldg.Inspection Dept. Supavhaes cc: Auditor-Controller a9iaod*Jsfith-dGY of 15-pl—h— 1922- Administrator 9]ZAdministrator J. R. OLSBON, CNek •I� C },{t tA A - i .Dapoq Clap Patricia A. Bell H-24 3/7615m 00&% In the Hoard of Supervisors Of Contra Costa County, State of California September 6__.19 77 lis Neo Mahar of Attendance of David C. Coleman at Psychodynamics of a Jury Trial Program to be held in Jackson, Wyoming, September 22 through September 25, 1977. IT IS BY THE BOARD ORDERED that David C. Coleman, Public Defender's Office, is authorized to attend the Psychodynamics of a Jury Trial Program in Jackson, Wyoming, from September 22, 1977 through September 25, 1977, transportation expenses to be paid by LEAPT Federal Funds. PASSED by the Board on September 6, 1977. 1 hereby minify that dip f, 9.1 e- Y a tna awd earrost oapy d aw order oat '00 tlw minulos of said Booed of Supariws on Tha rola aforesaid. Witwess my hand and the Sod of the bard of cc-Public Defender S County Administrator affixed Thistith dap of September . 19 77 Auditor-Controller J. R. OLSSON, Clerk dY - (o t _u` t.• !b' �_;c.�` . Deputy Clerk Patricia A. Bell H-24 3/76 15m 0=9 In the Boad of &wwvbm of Cunha Costa County, State of Cad =W= Sent 77 In fM Akew of APPROVAL OF TRAVEL REQUEST FOR HEAD START COORDINATOR TO ATTEND NATIONAL HEAD START WORKSHOP, OKLAHOMA CITY, OKLAHOMA OCTOBER 25-29, 1977 The Board of Supervisors hereby AUTHORIZES the attendance of Mr. Myron Mock, Head Start Coordinator at the National Head Start Workshop, Oklahoma City, Oklahoma, October 25-29, 1977 with the under- standing that the Economic Opportunity Council at its August 18, 1977 meeting approved of the request and the cost will be covered by all Federal funds. APPROVED BY THE BOARD-September 6, 1977. I 'weby 4 r ft dm*dio_faeDsi g k o*m=W owrre*cater of r Nir @WNW ar do wksAn of raid Dowd of&Owviwft an do dub ata�efd. Wftm my 6wd cold do Soot of dr Dowd of Orig. Dept.: OEO ,v ,r cc: County Administrator6th day of ;j�ptember 19 Z Auditor-Controller J. R. OLSM. Ckxk o4p,*Y ChA Patricia A. Bell I uzo H-24 3/76 15m - in the Board of Supervisors, of Contra Costa County, State of California September 6 ,19 77 In ow MORM Of. Authorizing Suit tc Recover Costs Due Contra Costa Comty IT IS BY THE BOARD ORDER^n that legal action be initiated in the Small Claims Court by the Auditor-Controller's Office against the following persons to recover the cost owed Contra Costa Comntys Geno P. Banducci Elections Department S554-87 Warren L. Smith Elections Department $216.39 Bertin C. Tycer Public WoAs S 55.E PASSED AND ADOPTED on September 6, 1977. 1 hereby certify due the for o k+a Uw and ox ad copy of as order adwed an the minutes of said Board of Supervisors an the dol afawoid. Originating Dept: Auditor-Controller WNew my hand sad do Sad of do Board of Supowbon cc: County Administrator thisb}h doy of_.5apkembey 19 J. R. OLSSON. Clark H 24 12174 - 15-M Patricia A. Dell 00541 In thw Board of Supervisors Of Contra Costo County, State of California September 6 .19 11 M do MaMr of Relief of Cash Shortage in the Accounts of the Social Service Department Pursuant to the provisions of Resolution Number 2702, adopted by the Board on January 28, 1964, IT IS BY THE BOARD ORDERED that authorization is GRANTED for relief of a cash shortage in the amount of $1.25 in the accounts of the Social Service Department. PASSED BY THE BOARD on September 6, 1977. 1 Imeby owtify tho dw In poi is a bee and carred a"of an ardor►awtwo'00 dw WwAes of w id Board of Supwvbm an>M data a6weeakL wMam my hand and dw Sed OF dw Board of Orig: Director, HRA cc: Director, Social affixed this6t13 day of Senternber . 19 77 Service Department County Administrator Auditor-Controller J. R. OLSSON. Clark Z Do"Clerk Patricia A. Bell 99 `►17 2 H-24 317,615m In " Board of Supervisors of Contra Coots County, Stale of C Wamia September 6 .19 13 1a do NAattw d Request for office space. The Board having received an August 25, 1977 letter from Guity Kiani, Supervisor, Contra Costa International Project, International Institute of East Bay, 297 Lee Street, Oakland, California 94610 advising that said institute is a non-profit social agency which has recently received CETA funding to extend its services to the foreign born in Contra Costa County (except Concord and Richmond), and seeking Board assistance in obtaining office space within the County for the project; IT IS BY THE BOARD ORDERED that the aforesaid communica- tion is REFERRED to the County Administrator for response. PASSED by the Board on September 6, 1977. 1 hweby codify that the far0eiw♦ is a tnro and carned astir of aM osir wdwed an do awnatw of said Ion ed of 5upsevisms an do data daasaid CC,. Contra Costa International VAft000 my hod aod do Soul of do load of Project UVONIAMONS Guity Kiani alfiasd dib_Et&day ofaga ember . 19 1Z County Administrator Director, Human Resources J, R. 01.350N. Cleric Agency �� '� Public Works Director by, 7L.1,1L,g L ,Dopoy Chop Helen C. Marshall .a O0 H-243176 ISm t { In the Booed of Supervisors Of Contra Costo County, Ston of California September 6 ,19 77 fe dw Miller of _ Report of the Planning Commission on the Request of Thomas and Yvonne Dailey, 2102-RZ, to Rezone Land in the Danville Area. E. and B. Burbeck, Owners. The Director of Planning having notified this Board that the Planning Commission recommends -approval of the request of Thomas and Yvonne Dailey (2102-RE) to rezone approximately .35 acre fronting 166.39 feet,more or less, on the west side of Laurel Drive, immediately northwest of the Laurel Drive underpass at I-680, Danville area, from Single Family Residential District (R-20) to Multiple Fpmily Residential District (M-4) in lieu of the Multiple Family Residential District (0-3) as originally requested:_ IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 4, 1977 at 11:05 a.m. in the Board Chambers Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED .that the Clerk, pursuhnnt to code requirements, publish notice of same in THE VALLEY PIONEER and give notice by mail to all persons.s' , on-the last equalized assessment roll as awning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 6, 1977. 1 herby ceWdy Gal 6w h @-' S is a hw eed oornd Dory of an odw ealnsd on d w Winutm of said 8owd of SUPWASM an 68 ad*daweid. Wi/see><my heed eed dr Sed of do sewd of c.c. Mr. Thomas Dailey List provided by Planning nM,s Director of Planning odBth&w a September _ It 77 R. OLSSON. CNek 01 Ai p� .Day CA" 00544 H-24317615m RECEIVED PLAlM UM DEAR?MWff 77 I R. OLSSON CLERK BOARD OF SUPERVISORS _COHi A CO TO: Board of Supervisors DATE: 18 August 1977 Attn: Clerk of the Board FROM: Anthony A. Delaesus 1 SLOJECT: RFMM: Thous $ Yvanne Dailey Director of PI (Applic), E. 4 B. Busbeck (Owner), 2102-RZ, R-20 to M-4, Dmnville Area. (S.D. V) it 4lj Attached is Planning ssian Resolution Pb. 65-1977, adopted by the Planning Coasiss ion on Tuesday, August 16, 1971, by unanimous vote of the C maission (All members Present) This application was reviewed by the Planning Camissioa an Tuesday, August 9, 1977, and was approved for change from Single Family Residential District (R-20) to Multiple Fos ily Residential District 0(-4), in lieu of the M-3 requested by the applicant. The property is described as being approximately .3S acre fronting approximately 166.39 feet on the sliest side of Laurel Drive, immediately northwest of the Laurel Drive-under- pass under I-680, in the Domille Area. The following people should be notified of your Board's hearing date and time: Thomas & Yvonne Dailey (Applicants) Mr. John J. Ramos 411 Bolla Place 80 laurel Drive Alamo, California 94507 Danville, California Evald J. $ Bernadette Burbeck (Owners) San Ramon Valley Chamber of Camorce 111 Madelia Place 120 South Hartz Avenue San Ramon, California 94583 Denville, California Ray P. Mathews Twin Creeks Homeowners Association Box 415 Post Office BOX 91 Danville, Calif. 94526 San Ramon, California 94583 Beverley W. Lane Valley Action Forum (San Ramon Planning Committee) Post Office Box 993 SS6 Indian Home Road Danville, California Danville, Calif. AAD/v Attachments: Resolution, Findings Map, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2102-RZ Thomas $ Yvonne Dailey Mr. Mrs. Eval J. Burbeck Supervisors, District: I, II, III, IV, V. 00545 REsournau NO. 65-1977 RESDWrION OF THE PLAMiING COMLISSION OF TEE CQMY OF COMRA COSTA, SLUE OF CALIF- ORNIA, INCORPORATING FILINGS AND XW98W10KS ON TLE OWESTED CE1AJM IN ZCNI'NG BY T101AS & YVOME DAM (APPLICAM , EVALD & H. AF1it4iR:17E XMBEM (OM M, 2102- RZ, IN THE ORDINANCE CODE SECTION PERTAINING TO TRE PRECISE ZONIIM FOR THE WNILLE AREA OF SAID COUNTY. UEUFRFAS, a request by THMAS $ YVOiM DAILEY (Applicants) - EVAL) 4 H. MM ADEPTE UtBECIC (Owners), (2102-RZ), to rezone land in the Danville Area from Single Family Residential District (R-20) to Multiple Family Residential District M-3), was received by the Plannijig bepartment Office on November 10, 1976;.and WERFAS, a Negative Declaration of Fmirorrental Significance was posted on this application on Jaauary'14, 1977; and NAREAS, after notice thereof was lamfully given, a public hearing ves held by the Planning Caamission on Tuesday, h*st 9, 1977, Anent all persons interested therein might appear and be heard; and * RFAS, the Planning Comissiaa after having fully reviewed, considered and evaluated all the testimny and evidence submitted in this natter; and NOW, 9HQtElD1tE, BE IT RESOLVED that the Plaxwung C ussion recaaaeends to the Board of Supervisors of the County of Contra Costa, that the rezoning request of THOMAS $ YVOME DAILY (Applicants), EVALD 4 H. BEM MMM BUMMM (Owners), .(2102-RZ) be APPROVED as to a change in zoning from Single Family Residential District (R-20) to Multiple Family Residential District (4-4), in lieu of the requested Mdtiple Family Residential (M-3) as requested, and that this zoning change be amdie as is indicated on the findings amp entitled: A PORTION OF TRE DISTRICTS MAP OF DANYILLE, INSERT MAP NO. 20 AL MT. DIABLD DIVISION S8L1Ut 7, OMM COM COWTff, CALIFOUR U, which is attached hereto and made a part hereof; and BE IT AJRTtlER RESOLVED that the reason for this recommendation is as follows: Because of the constraints on the subject property, lot shape, proximity to noise sources and adjacent residential uses, the lower end of the General Plan density range is most appropriate (12 units per acre). Rezoning to M-4 would provide for this appropriate density and also insure development plan review. BE IT Fi1RMM RESOLVED that the Chainean and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code.of the State of California. The instruction by the Planning Caamission to prepare this resolution was given by motion of the Planning G=issian on Tuesday. August 9, 1977, by the follow- ung vote: ��t Resolution No. 65-1977 AYES: Commissioners - Young, Stoddard, Campaglia, Alderson, Walton, Milano. NOES: Commissioners None. ABSFM: Canissioners - Carolyn b. Phillips. ABSTAIN: Commissioners None. I, willim L. Milano, Osinnn of the-Plaming Commission of the Canty of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the lar+ on Tuesday, August 16, 1977, and that this resolu tion was duly a6d regularly passed and adopted by the following-vote of the Ca nissim: AYES: -Commissioners - Yams, Talton, Anderson, Campaglia, PUMPS,Stoddard, Yilaoo. NMS: CoAND". ABSW: Commissioners - Nome. ABSTAIN: Camnissioners - None. r ChaIIWA o sion o Corutr of Contra Costa, State of California ATMST: RECEIVED tart' o aml s o � nRty ofd Con Costa, State o alifornia AUG ,&1977 ,. L OLSWN aerc w�o a su ►sons UL -2- 0054'7 ��!��►':ai � � tit ( r .,� H! fit ■ t: ■, 11 IML� ` �ifs■/utn=n� � J Chair"M of 16 Contra COSIO.County Planning Comnission, State of California, do hereby certify that this is a true and correct copy ofI,, Or TAE • OF1.. . 1 J giAR1.5 nigMing + / . COUTRA COSTA1 ► -Q4ALJFgEWjA Commission in the matter of TMOM5' AW Yvapopig DAINLY —IChoirman of the C9011%-CO--Sfi County Planning Commission, State of Calif; Planning Comm;ssion, State iO Calif. A A ► A t CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF JCompletion of Environmental Impact Report XX Negative Declaration of Environmental Significance 6ead.Agency Other Responsible Agency Contra Costa County C/o Planning Department P:O. Box 951 Martinez, California 94S53 Phone (415) 372-2091 Phone EIR Contact Person Yanaret Caultr Contact Person PROJECT DESCRIPTION: THOMAS AND R. YMONNE DAILEY (Applicants) - EYALD AND H. BERNADE 02-RZ: The appy request approval to rezone orw,Raumately .3s acres train Single Family Residential District (R-20) to Multiple Family Residential District 01-3). Subject property fronts aWaKimately IGC39 feet on the west side of Laurel Drive, immediately northwest of the Laurel Drive underpass under Interstate"0,in the Da vnk area. The project will not have a significant effect on the environment,because: Although there are severe noise constraints on the property because of the proximity to Interstate"0, the proposal is consistent with the pending San Ramon Valley area General Plan. Noise and flood hazard impacts can be mitigated through proper construction and lardspping. Rezoning to the reconwnended M-3 District would not provide.for &welopment plan review of the project situ conditional zoning or rezwung to M-4 would, however, and consideration should be given to these alternatives. It is deteaiaed from initial study by M j— vof the XX Planning Department that this project not have significant effect on the environment. LJ Justification for negative declaration is attached. ]The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Ming, Administration Bldg. Pine 8 Escobar Streets Martinez, California Dat Post Final date for review/appeal �M• L� 199 Bpg, �� Oc1549 la ing part epsesentat ve � l In the Boars! of Supervisors Of Contra Costa County, State of California September 6 ,19 77 In dw Momm of Request of Security Owners Corporation for Rehearing on Application (2065-RZ) to Rezone Land in the Pleasant Hill Area. Mr. James J. Busby, President of Security Owners Corporation, having submitted an August 30,1977 letter requesting that the Board reconsider its August 23 decision denying the Corporation's applica- tion (2065-RZ) to rezone land in the Pleasant Hill area; and The Board having also received an August 29, 1977 letter from county residents (Mrs. E. C. Sanford, Mr. Maynard Berkowitz, Mr. James J. Knapp, and Mr. Dennis Berry) stating that proponents were not given an opportunity at the August 23 hearing to speak on the proposal and requesting that a rehearing on said matter be held d Mr. T. J. Coll, attorney representing the applicant, having appeared this day and stated that in his opinion sufficient grounds _exist for the scheduling of a new hearing; and The Board members having discussed the matter and having indi- cated that all interested parties should be given an opportunity to be heard, IT IS ORDERED that September 209 1977 at 11:20 a.m. is FIXED as the time for rehearing the aforesaid application. PASSED by the Board on September 6,1977. 1 hereby certify that the forpoke k a true and cored aaly of aw order onknd an the eMnahv of void!bard of Saparvi on an the deft A, 14 cc: Security Owners Corp. WNew my!rand sad the Sad of do Hard of Mrs. E. C. Sanford supervilan Mr. Maynard Berkowitz om, ,thb 6th ,lay of September , 19 77 Mr. J. J. Knapp Mr. Dennis Berry List of Names Provided ler J. R. OLSSON. Ck by Planning Dept. By ez , D,'Ck& Director of Planning Larkin and Susan Breed Vera Nelson H-24 V77 15m 00550: In the Board of Supervisors of Contra Costa County, Sk to of California September 6 ,1977 In dw MoMv of AUTHORIZING EXECUTION OF AGREEMENT FOR INMATE VOCATIONAL TRAINING AND REHABILI- TATION WITH RICHMOND UNIFIED SCHOOL DISTRICT WHEREAS the Richmond Unified School District of Contra Costa County has the capabilities to implement an-' Adult Education Program at the Contra Costa County Bork Furlough/Education Center in Richmond; and WHEREAS the Sheriff-Coroner and the County Administrator have recommended that said program be implemented; and NOW, THEREFORE, BE IT by the BOARD OF SUPERVISORS resolved that Supervisor Warren Boggess. Chairman of the Board,is authorized to execute the agreement with the Richmond Unified School District for the Fiscal Year 1977-78. costs not to exceed $8,360.00. PASSED by the Board on September 6. 1977. 1 Iwtibr cerft that riw fo0oirro is o hem and coned aspy of as adv eMwmd on the minuMs of soil board of Supervisors on dw do*aforaso;d. Ori g: County Sheriff-Coroner Mlisam 1AY Iwsd ar d»Std of dw Board of supervism cc: Richmond Unified School a8ixW drs6th &W OlSeptember 1977 District c/o Sheriff County Auditor-Controller J. fl OLSO M. Clerk County Administrator n ay //�-.�.•-� G;��i���E'� D.p,dy Clerk Jeanne 0. 'daglie 00W H.24 3/7615m Coul—= Co3ta Co=t= Standard Foxy (P-haae Of Sa':7i0e9) I. Contract 1danti:ication. P:umbsr Bepartment: Sberiff--'.-Coroner Subject: Provide adult education at'the Contra Costa Work ftrlougb/Sdsaation Center in Hichmmd, CA. 2. Parries. The County of Contra Costa California {Gnaw?), for its Bepartrent caned above, and the following named Contractor mutually agree and promise as follo;rs; Contractor: Richmond Unified School District Capacity: •public s,gsccy Address: 225 - 35th Street,.Richmond, CA 94804 3. Ta=. ks effective date of this wntz-Vt is 7-1-77 and it ter- tas 6-30-78 unless roomer terminated as nrnzided herein. 4. Payment Limst. Couni?'s total payments to Contractor under this Contract shall not exceed 8,360.00 5. Cour--13 CblLmt_ons. Count•, s:-all maka ro +ks Coat_�ctor t:^_03e -,Invents di esc_ naa in tba Pa;/aant ?rovision3 a�ttac ad hare'to .ihLch asp co�ora+ad herein b7 r__aranc3, subject to all the taps and conditions contained or incospo--ated karsia. 6. Comtr=--+oz's Oblig-atioas. Contractor, shall arovida those SOZ-7ic83 and (ia--7 Out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the textus and conditions contained or i.ncoroorated herein. 7. General and Special Coaditi.Ons. 'This Contract is subject to the General Conditions and Special Conditions if argr attached hereto, which are incorporated herein b7 reference. 8. .Lezal Authority. This Contract is entered into under and subject to the follming legal sutaoritiaa: Calitomia cov�t Cods sections 26227 and 31000 califomia Penal code section 4018.5 Califomia Nimation Code Schnaps 41840. 46191 and 52514 9. Si-gaturss. These signatures attest the parties' agaremmt h&-etO- CALnmmmnCC�N;'30C7�03 State of California Chaiman, Board of _ z-Vi.sorsty of Contra Costa Coun 0n the 25th � of August Attest: J: R. Olsson, County Clerk in tb•yaw 1977 before m BY�Lcs -.�cJ(/• ` .�-� San Teese (aheftr_3e�iii= t the —Tl Deputy name and quality/5c1 STs a of Richmond Unified awe of the public Becoama y corporation. agency or political subdivision) and kamm to me to be the person who exaen:ed NN OU AROLO.AOM�N. ICES ASSISTANT the within instrument on bobs?f of said public []CHN U Twc OL AADMPACP1icA Designee corporation, Agana or political subdivision, and acknor ] IS to am that such Richmond Uni- Form !lpproved: Count? Counsel fied /School xh tricorporatioa, agent— y or- political ubdivis_on) executed the same. By - Beputy se, Deputy/SmerinzendenV- MkrOfilmed with board order Wntra Costa CUT nty, Standard Form- PAYMENT PROBISIONS (Fca Basis Contracts) Number 1. Payment Amounts._ Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] [10 a. S 8,3(0 =1tkWW. W annually, one payment of $4,180 on or before 12/31/77 and the second of $4,180 on or before 6/30/78. [ ] b. S per unit, as defined in the Service Plan, or [ ] c. $ , after completion of all'obligations and conditions herein and as full comppnsation for all services, work. and expenses provided or incurred by Contractor hereunder. 2. Payment Demands. Contractor shall submit written desands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Fora D-15 and In the manner and fors 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 sake payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records. or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the fall amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such'are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 00 (A-4619 REV 6/76) Contra Costa County Standard Form GENEtAL CONDITIONS (Purchsse of Services) 1. Compliance with lay. 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 sake available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion. upon thirty-day advance written notice thereof to the other, or cancelled mediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract.shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements my not enlarge in any runner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements say be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any requited State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 005 (1-4616 REV 6/76) -1- Contra Costa County - Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; not shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. T.he Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. 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. ()(gouz (A-4616 REV 6/76) -2- Cantrh Costa County Standard Pores GENERAL CONDITIONS (Purchase of Services) 18. Indemnification. The contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or iasury to persons or property, including without limitation, all consequential damages, from any cause whatsoever, arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 19. 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 Sheriff-Coroner's Department, 651 Pine Street, Martinez, California 94533. Notices to the Contractor shall be addressed to the ContractorIA address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 20. 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. 21. Woureneeal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract.folloving expiration or termination of this Contract, and valves all rights or claims to notice or hearing respecting any failure to,continue purchase of all or may such services from Contractor. 00%6 !A7ltTa Costa County _ r... 1 . SERVICE FLAN I. Services. The Contractor agrees to establish, supervise and maintain classes in vocational training and basic education at the Contra Costa County Work Furlough Center in Richmond. The classes shall operate three hours a day, five days a weak. Subject matter of the classes shall be mutually agreed upon and be intended to improve upon basic educational skills such as reading and writing. 00M7 In the Board of Supervisors of Contra Costa County, Stab of Cdif ornia ca tcMer 6 .19 77 In the Mow of Request with respect to building new homes in areas of critical fire danger. The Board'having received an August 10, 1977 letter from Mr. Henry J. Vaux, Chairman, State Board of Forestry, transmitting a resolution pointing out the danger of placing houses in brush or woodland areas, which areas present the greatest fire hazard and most difficult fire suppression problems, and urging local govern- ments to take zoning action that would minimize or prevent the building of new homes in such areas; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Director of Planning. PASSED by the Board on September 6, 1977. 1 hereby awtifp that die faeoosiio is o hw and coned a W of as wdw Mlwed on the minutes of soW lowd of Supwvkms an dodo*aforesaid. Waned my h=W end do S@W of*a%Wd d cc: Director of Planning SUP—b soloed d 6th d"of September . 19 77 J. R. OLUDN, Cork IV Helen C. Marshall 4 ooms H-24 3/7615m - t _i In the Board of Supervisors Of Contra Costa County, State of California September 6 ,19 M the AWNw of Resignation of County Auditor-Controller. The Board having received an August 30, 1977 letter from Mr. H. Donald Funk tendering his resignation from the position of County Auditor-Controller effective October 15, 1977; IT IS BY THE BOARD ORDERED that the aforesaid resignation is ACCEPTED with appreciation for services rendered. PASSED by the Board on September 6, 1977. 1 hweby CeMfy that tha 10o0eiiq is a tm and cwmd COM of as andw w+lwad an dw mimam of void loord of Supwvbm an Ow dofa -F, -" Cc: County Auditor-Controller Wumy hand wW do iaal of do sed at County Administrator Swpaevim Director of Personnel of wd this 6th dap of September 1977 + L IL OLSWN. Ckxk Helen C. Marshall OU559 H-24 3/76 13. And the Board adjourns to meet in regular session on Tuesday, September 13, 1977 at 9:00 a.m. , in the Board Chambers, Room 107, County Administration Building, Martinez, California. W. N. NgFq—ess, Mirman ATTEST: J. R. OLSSON, CLERK s��Grust� Deputy ou Juv Sml6AY OF PSOCEEDIR 3 MORE 7M BOARD { OF S@SM or 00lf v,006TH COMM . _ 6 1977, `!'lSli�D,DT J l -,.CIA COVI�!'i.CLLR AND`—0MC10 CLE*t OF'3RE DOAZD Approved proceediaes of`tba'Doard dme ni -the miikl 'of a bast.,I977. Declared the fo22oning inbezed ordinances dalj pnDlished: 77=56 and 77-62 thzaugb 77-69. _ and �Approved personnel actions for the Hedical .Services.. Social Service. c %rhe. Fixed October A.- 1977 at 11 &.a.,_for,hearing with resPect to proposed amendment- to the Co�mty Ordinance Code' pestaisi4 to re&1ating parking in single family residential districts. Adopted Ordinance leas 7747 7eq_airing pb-Adel 3nstioos 'for'° ambulance drivers and attaadants every two rears. 77-7Y fsoai land is the Danville area (Y3.apa4nw Cosaisaiaa initiated. 20U-RZ), and- 77-74 rezonI4 land.1m the Diablo area -(E2sck m* Coarp , ,2119•sZ}. As ex officio the 0608 aias. Bosid of the- B3ver�rSsr !"ire arrotect District of Contra Costa County,. fixed. October.4, 1977 at 11 asi .to., . . 'receives bid proposals :for the abatwent of 41aedi riftlsb-and:other fire hazard conditions. Acknowl ed alterations to_ tbe, foard-sppsavad CDG TA Title III riot Modification' #707. .._ _.. . Fixed October 4, 1977 at 11:05 a.m. for _b iag,_on. re";t,.of T, and Y. Dailey.'2102-BZ to rasone lased in-the DieDnri]U -atea. Aclmarledged receipt of $14.000 warrant as full t% of loss to the Alaweds•Contrs: Costs Health-Systems Agency:: ` Fixed September- 20; `1977 at 12:20 a.a. for. reboaring,of request of Security Owners Corp. (2065-2:) to rezone Lad' in-the Pleasant all- ares. - Granted authorization for relief ,of. a cash, shortage in,the,accounts of the Social Service Dept: Autbarissd suit to recanns costa dt;a to ContraCosta County from G. Banducci, W. Smith., and B. Tycir.. Authorized M. Nock. Hoad' Start. Coosdinstoar, to-attend Rational'Head Start Worksbop in Oklahoma City, Oklahoma, October 25-29. 1977. D. Coleman, Public Defender's Officer. to attend the Psys of a Jury Trial Program in Jackson, Wyamine. September 22-25,- ,19 T.'.sod N. C.0 Principal Electrical Inspector of the Building Inspection Dept. to attend the International Association of Electrical Inspectors (IAEI) Southwestern Section westing, September 15-22, 4977. 00M September 6, 1977 Summary, continued Pagel' Fixed October 4. 1977 at 11:10.a.a. for.-"hsar-In on the request of G. Dsmdco, (213144) :to rasone 1�a O iia the Crockatt area Aipprovid release of par dedication fees, io"sccordancr with.agreamient between the County and,tbe Oakle)► fied Sehoph Dist riot, Aa.sex.,fficio the' Cowara Neracd of:_t1M Contr Costa.ComatT Sanitation 'District •o: 15.` deco 'protest'of "sp�ificatians, for "tbs proposed collector- systw!6 setbsl Ialand. Granted L: Hertines 'a `ii s-year esteasion`of' tip in which'to file the Final Map-for Sub. 4872, Martinez area and tiffs, Peters and Jones a one- year extd"Ibn of tiaie_-in which to file the for _Subton area. Ac ceeppted Offers' of-Dedication for roe ordigg' oaly lorl. x7 2026.::. M.S. 49-77, M.S._ 04 .'86-77 and Sub. 49 . _ 39-76 and. Acceeppted Jim a--for.LOP. 2223-76, dub "4958, .D.P. 30 M.S. 20276. Accepted the resignation of-S. D; Funk; Carat? Auditor-Controller effective"octot4r IS, 1977. AbPointed H. [alb to the Citizens Advisory Cte. for.Ccmty Service _. Area Appointed L. Bast; J. Ducar,. !. Laemett, J._Maahin._ J. Olander,_ N. WriN�bt .and A. ?ern to the Sad mon Valle Aso4.11aapi=9 Cw■etasivn. 8agnssted Internal �atiow te. to laveattiate sssvices' tlp provided by the Auditor-Controller which plot be. coordinated. under an independent and central tervic� type aseo";_ meted Comett��rr Coaosel to 6dite tegwst ofricoe Yarn Abd` Recreation Dist. with =upect to atiodi g the vehicle io& an a means of controlling traffic pithier saidpark. _ . � _ to_rasans.., ..... land Approved thc Oakeaf.Jnsto Coastraotiaa `It�c,., 2142 RZ,. Apprawd rsgnest of h. A. Vail b Associates, 2129..-RZj to reasons land. in the ightsan .rsa. Acknowledged receipt of memorandum from County C1erk. re-Contra. Costa County. Flood'Contrel and Water Conservation Dist. DrainsArea 300" eliction. Denied claims for 'eiaatas filed by Pacific Telephone and Telegraph Company. D. Luras. and S. tcher. Approved sug5ostiom of-Association of Beg _ase -Gow-ewm sats that first alternate to "cacti hard repro esntativ as DibG be'designated .as second alternate to ottiec zvwosentat vee September 6, 1977 Summary, continued Page 3 Authorized Chairman to execute: Agreement with Richmond unified School District for inmate vocational training and rehabilitation; Contract with Doctors Hospital (Pinole Hospital, Inc.) for pro- vision ofpublic health nursing and social worker services by the County 8aalth Department; Contract with_ S#iaz, Varpa, Saman & Co. for an independent audit of the Community Darelo}asot (loch Grant Prograw; Contract extensions with Contra Costa Medical Systems, Inc. (dba Michael's Ambulance Service) and Cadillac Ambulance Service, Inc. for &NhIl ancs services to the County; Contract with Contra Costa Foods, Inc. (Canteen Corporation) for provision of meals for Health Dspartasot Nutrition Project for the 8lderly; Communityr Development Block Grant Program Project Agreement with the United Council of Spanish 9psafting Orgsoizatioos, Inc. for Activity No. 59; Coity Darelopment Block Grant Program ProjectA with City of Pleasant Hill for Activities Nos. S. 19, 32 and8; t Agreement with Contra Costa County Development As latioo to pronate trade and ooenrrce within the Coln"t Prepaid Health Plan contract amendment with the State to increase capitation rates and limit County Prepaid Health Plan liability; CETA Title III Grant Application to U.S. Department of Labor for a Youth Ropaoymeot and Training Program; Agreement for oonstnwtian of private imp'ovemsots in MS 246-76, Alamo area; As Rx-Officio the Noatd of Supervisors of the Contra Costa County Flood Control and Mater Conservation District, a Joint Ztercise of Powers Agreement with the City of Concord for the relocating and modifying of City-o+med facilities an required for the Corps of Enginsers' Lower Pins. Creek L*eetemsn , Project; Agreement with Southern Pacific Tremsportstion Co. for instal- lation of traffic signals at intersection of Sycamore Valley Road and Camino Ramon In Denville and authorized payment to Southern Pacific Transportation Co. for wart performed within the railroad rift of way. Adopted the following numbered resolutions 77/726, fixing Octoier 6, 1977 at 1 .2 p.m. as time to receive bids Ward for 'M" rd iieroo at Countyw77/727, swoviK proposed Nsao/am, Costa area (concurrent annexation Sanitation ct#5 and I.-"); 77/728 through 77/737 and 77/743, sutborizing changes in the assessment roll; 77/738,aMwing proposed abandonment of county drainage easement on Lots 82 and 88, Sub. 3833, Oriada area; 77/739, authorising Director, Human Resources Agency, to pursue with State officials a proposal to relieve the County of the burden of itemized billing for !fedi-Cal; 77/740, fixiOct. 4 at 11115 a.m. as time for hearing on pro- posed 1976 Uniform Fire Code and 1977 supplement for the County and the 13 County Fire Protection Districts; 77/741, establishing gates to be paid to child care institutions during 1977-.78 to include Ming Qw ng Children's Center (Los Gatos) and Ellis Bops Rauch (Sonora); MW September 6, 1977 Summa ry, continued 4 '' 'Page 4 77/742. as ez officio the Board of Supervisors of Contra Costa County Flood Control and Water Cassamation District, closing public bearing on pr Amendment no. 3, accepting AIR t�ssefer sod *Moving smendmiou to Zoos 35 adopt project. Sam Saw Watersiad. 77/764, aWowlft Final lisp of Sub. 4830. Llano area; 77/745, fizing October 18. 1977. at 10:30 a.m. for hearing an proposed -handonment of loseathal Avemos. Comoard asst: 77/746. approving Final XW for Stb 4444. San Ramon area; 77/747, accepting I to in Sub: 4171 as complete and accepting certain roads as County roads; 77/745, acogmdiag in Sub. 4831 as caopLts and accepting certain roads as Gount7 rol�ds. Approved request of Qmtra'Coeta Coon DSM Soarl that its Posi again ba us" kaora to County Llatara respect to proposed legislation (SB 363) pertaining to Stats mouth Dept. rearga#itatiaa. Worried to Director of Planning, letter from State Board of Forestry transmitti� resolution urging local govesaments to take zoning acting re as areof 2tical firs dse��r. Rsf*mmd to Cat—ty Administrator for response, letter from Contra Costa International Project, Iateraaticsal Institute of" East Bay, seeking Board assistance in obtaining office space within the County for Vrojoct staff. Awarded to Osborn Spray-Service a contract for we a d abatement work in Contra Costa County Fire Protectien District. pp awed stip�pa�ms-to to members of the Centra Costa County ManpAdviso Authorised Delta ftnicipal Court to destroy certain cash- roceipt books. Laffiz7rd- County'01 lotition that Greyhround Service not be terminated until full service can be provided by others. Authorised refund to J. Ca rlo surety deposited in connection with Sub. 4542, Martinez area. sppra�wnid stintal agreement with K. Lumley and S Bateman for rental of a County-owned house. Approverd Anmeamtion Agreement with J. Rebeles. et al. for M.S. 202-76, Kaightsea or". Authorized refund of a portion of cash deposited to insure completion of minor deficiencies in Sub. 4477 to shapell Iadustriu of Northern Calif. Accepted Offer of Dedication for recording only from. Sts oz Enterprises. Inc. for M.S. 226-76, Danville area. Authorised Public Votks Director to ezacute Inspection Services Contracts for wars. J. Dalton. 1. Grady and L. Cameron for contract documents review and construction inspection of the remodeling of county leased buildings. September 6, 1977 Summary, continnad Page -S Approved report of .Internal Operations Committee on objectives and tasks proposed for Human.Basouscas Agency for Fr, 1977-1971. Took certain action with respect to eoforcernt of nom-ake' rules and regulations in the Bethel Island area. Approved ----t of Internal Operations Caeittee an food service at county facilities. Awarded to Valente b Delchini a contract for Veterans Memorial Nall. Danville, McGuire A Hester a contract for San Pablo Avenue Overlay. Project, Hercules area and rejected bids for Park Avenue Bridge ia Project, Richmond area. M565 The preceding documents consist of 565 pages.