Loading...
HomeMy WebLinkAboutMINUTES - 10041977 - R 77L IN 2 Y 3 OCTOSSA f •� 9� - - 1977 Fz`�# d J alt_Wy i r x documents go, eonaist of 565 pages. 00 Zoo A WOMW MW. RAW S wnrymb alp 3 T 5 t$Uy. 3 aA. n z R � ti SON coon W how HMNs T E .t S As a ,t ii a October 4, 1:77 Simma_--f, continued page 5 Acknowledged receipt of final relegation of Authority and Groan- izationa? Policy Guidelines for the -conomic Opp o.^tu.^ity Program, adopted said Guidelines, and authorized Acting Director, 070, to submit same to -'-e Community Services A mi.,;stration for ap4roval. Approved recommendations of Finance Cocmittee with respect to request of Union of American Physicians that salaries of wealth Department medical personnel be e4aai to compensation o Medical Services personnel. A7_,thor=zed Public works Direc to to: arrange for issuance of purchase order to Zanotelli and Sons for installation of a reinforced concrete storm drain pipe across Parker Ave. in rodeo; execute a Consulting Services Agreement with Hales Testing Laboratories providing for the testing of concrete, steel, welding, and other materials for constz-scticn of Detention Facility Project; and execute Inspection Sexrxices Contracts with R. Soto for contract docu- nents review and construction inspection services for various Economic Development Adm=.^:stratio.- ?ublic Works Act Projects. Authorized County Counsel to initiate and take all legal actions necessary to enjoin all unauthorized co=ercial and related activities at uchanen by Mr. R. Garlick. Authorized refund of deposit for undergroundirg of utilities in Sub. 4943, San Ramon area, to Woodhill Development Co. Approved Consulting Services Agreement with hales Testing Laboratories for construction material testing at George Miller, 3r. , Memorial West Therapeutic Swimming Pool, richmond. Considered recommendations of 1976-77 Grand Jury and approved comments of the County Administrator on same. Acknowledged receipt of the official canvass of votes cast in the xaxi mu m Tax Rate Election for CSA M-23, San Ramon area. A V"1•JVJ Cc ober 4, 1977 Smeary, continued Pa-e 4 t{ Authorized Chairmen to execute: State Licensi g forms for renewal of licensing of Discovery Motivational i?ouse; Contract with C. LeGraad, Attorney at Law, for Social Service staff development training; Lease with J. and B. King for continued occupancy of premises in Ric*=ond by the Probation_ Department; Contract with the City of Lafayette for Social Services/Area Office on Aging for extension of hot meal service for elderly persons; Satisfaction of Judgment to guarantee repayment of cost of services rendered to D. Hernandez; germination of Reimbursement Agreement to guarantee repayment of cost of services rendered to F_ Gamblin; Amendment to :rNIPSE Agreement with State tc provide additional specified training for Clerk-Typist, Office of District Attorney; WTN/PSB. Agreement with State :.DD to provide specified training for Typist-Cleric in Office of District Attorney. Authorized Auditor-Controller to provide the local cash match for the Consolidation and Coordination of County Police Services Project. Approved agreement with .;. and E. Sutter for t^e Oak P.oad Extension Fro4ect, Pleasant hill area. Adopted the following numbered resolutions: 77/800, approving Final trap of Sub. 4937, El Sobrarte area; 77/301, approving Suadivisic:i As-reement, i,� 179-76, Walnut Creek area; 77/302, approving Subdivision Agreement, MS 102-76, Rodeo area; 77/803 through 77/813, authorizing charges in the assessment roll; 77/314, authorizing cancellation of tax liens on property acquired by public agencies; 77/515, accepting as comtlete contract with A. & 'r . Painting Co. for ::ridge Painting -rro"Iect, `;ort,.h R.:cbmmond, Crii.da, and Brentwood areas; 77/x16, establishing rates to be =aid to child care institutions; 77/317, accepting as cemglete construction of improvements in. Sub. 4444, Walnut Creek area, and retaining for one year cash deposit as surety; ?7/818, accepting as coaalete contract with ZM'ourtain Construction, Inc. for installation of reinforced concrete pipe, Sar. Ramon Talley 3oulevard; 77/013, fixing Nov. 15 at 10:4-5 a.m. for hearing on proposed abandon- ment of drainage and slope easements in ?-.S 11-77, Alamo area; 77/520, am--ndi-ng Resolution :Zo. i7/6:2 to zdl;ustinternal salary relationship for Chief Deputy Sealer of '..*eights and ;:easures and providing book/training allowance for certain Deputy County Counsel classifications; 77/821, establishing revised rates for county burials and approved appropriation adjustment in conr_ecticn therewith; 77/822, accepzi_nq as complete improvements under LUP 475-72, San Ramon lev oulevard, Danvillearea; 77/52;, app^ovi.^.g Final Map and Subdivision Agreement for Sub. 4943, Alamo area; 77/324, accertina as complete i=nrove=enzs in Sub. 4017, Clayton area, a:-.d accepted certain streets as county roams; ;ii/825, as :mac-C__icio tine Board of Supervisors of the Contra Costa Cot.�nty :food Control and »ater Conservation District, approving the release of excess easemen- area superseded :.y Grant Easement to the District =rcm The Diablo Partrersbip. 77/326, authorizing certain_ expenditures of funds derived from the sale of she ".'.eimar i•:edical Center" nroDerty. :ctober 4, 13-77 Summary, :age 3 Approved proposed amendment to County Ordinance Cede =ertai_ni^<3- to ��: relating park i-- in Single Family residential Districts. aived readings and fixed Oct. 11 as time for adoption of proposed :rdinances re-cnim land in the D- a-wille area (2102-RZ) and the Crockett area (2131-RZ). Referred to Internal Operations Committee (Supervisors B H. Hasseltine and N. C. Fanden) recommendations o: the Contra Costa County Advisory Council on Aging with respect to Ccu_ncil membership appointments. Referred to Public Works Director Final -Environmental Statement on the permit application of the Richmond Sanitary Service and a copy of "Prelimir:ary Operating Plans for 1;78, Central Valley Fro�ect" received from United States Depar-me nt of the Interior, Bureau of Reclamation. Authorized Director of Planning to develop an appropriate agreement for transfer of certain park dedication funds to the Town of Noraga after ad mi nistrative aspects have been resolved. Acknowledged receipt of memorandum from Director, Human Resources :agency, relative to a tong-range solution to mental health contract payment problems and referred same to :iiance Cor.mittee (Supervisors R. I. Schroder and i. P. Kenny) and the County :,,:.^inistrator. Authorized Director of Building Inspection to refund a portion of cash deposit to Kroll -aa_^a.^teei.g construction of private improvements in XS 13-70, -,a?r:.•ut Creep, area. Referred to Internal Operations Committee and the County Administrator proposed county partici:ation in a new ranagement training program. Accepted as complete private _.provements in MS 71-73, Lafayette, and exon-:erated surety bond in connection therewith. , Authorized Public Works Director to execute an agreement for Archi- tectural Services with Denis & Curtis for Sheriffs Rehabilitation Center. Approved recommendations of Finance Co=ittee (Supervisors R. I. Schroder and F.. H. zasseltine--substituting for Supervisor j. P. 'Kenny) relative to proposed expansion of Medicare Health Maintenance Organization to include non Medi-Cal patients and authorized the Director, human Resources Agency, and the Medical Director to implement same subject to appropriate approval by the State Department of Health, the Commissioner of Corporations, and the Social Security Adwi_nistration. Referred to the Director, :puna.. Resources agency, request of the Opportunities Industrialization Center of Contra Costa County, Pittsburg, for information on federal funding. Appointed Lass. J. Critterdon to Citizens Adviscry Committee for CCC tea::ita-ion District No. 15, _ethel :stand. Approved extension. of S10 stipend to members of the Human Services :advisory Commission to ::include expenses in attending sub-committee meetings but not to exceed ;,50 per month. `I��� October 4, 1977 S==ary, continued Page 2 Authorized Director, Human Resources Agency, to execute std-up contracts with 13 CETA Title I Manpower Program service providers for implementation of approved FY 1977-78 programs. As Ex-Officio the Governing Board of the Riverview Fire Protection District of Contra Costa County, referred bids to the Fire Chief for provision of weed abatement services. Appointed W. McKer_dry, H. Harr, M. Hauser, M. Warren, and T. Walsh to the Fanpower Advisory Council. Authorized Director, Human Resources Agency. or his designee to negotiate contracts with certain service providers. As Sx-Officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, requested a meeting in connection with Green Malley Creek-East Branch Detention. Basin, Zone 3B, and fixed Oct. 13 at 2:30 p.m. for hearing. Determined utility easement rights for Minor Subdivisions 124-75, 90-77, and 277-76, Walnut Creek, Martinez, and Danville areas, respectively. Approved recommendation that letters be sent to the County's Legislative Delegation in Sacramento and to the California Highway Patrol supporting legislation continuing the program of abatement of abandoned vehicles. Approved request of D. Healey for issuance of encroachment permit for maintenance of landscaped island, Kell Court, Walnut Creek area (Sub. 4309). Approved Deferred Improvement Agreements for :S 216-76, Wal-nut Creek area, and for LU? 2053-771 Danville area. Accepted instruments from PGa , K. Tekrony, et al, and 4R Ranch in connection with Sub. 4958 and ISS 216-76 and 230-76, respectively, and Offers of Dedication for recording only from W. Bell for MS 10-77, from T. Skaggs et al for LUP 2002-77, and from 4R Ranch for ILS 230-76. Waived reading and fixed Oct. 11 as time for adoption of ordinance amending the Ordinance Code to require encroachment permit liability insurance and Ordinance To. 77-oO rezoning land in the Martinez/Vine Hill area (2124-RZ). Adopted the following rezoning ordinances: No. 77-78, Coleman & Isakson (2095-RZ), Alamo area. No. 77-79, Robert J. Costa & Associates, Inc. (2143-RZ), Danville area. Adopted Ordinances _:os. 77-83 through 77-96 of the Uniform Fire Code for the County and all County Fire Protection_ Districts, and repealing Ordinances Nos. 74-82 through 74-95 and 75-28. Fixed Nov. 1 at 11 a.m, for hearing on Planing Commission recommenda- tion with respect to application cf Hlbaco, !no. (2157-RZ) to rezone land in the Alamo area. Denied claim for damages filed by W. Scruggs, the amended claim of S. Mulder, and the application to present late claim of M. and E. Martinez. SUI7':ARY OF Bir ORI- THZ BOARD OF SUPERVISORS GF CO' RA COST. CCUNTY, OCTOBER 4, 1977, ER0=1 BY J R CLSC`;, COUA'TY C E K .+::D X-CFriCT_0 CLERK OF T: BOARD. Approved proceedings of the Board during the month of September, 1977. Declared Ordinances Nos. 77-70 through 77-77 duly published. Approved Traffic Resolutions :jos. 2330 through 2384. Authorized attendance at meetings as follows: M. Ramos, Probation Dept. , to Yexican American Correctional Association Training Conference in Fresno, CA, Oct. 26-29; C. Burch and H. Shirley, Area Agency on Aging, to Aging and Blind Workshop L. Lilly, 'Health Dept. , to ::aticr.al Institute of Dental Research Work- Shop in Reno, NX, Oct. 3-4; 1. O'Donnell, Social Service Volunteer, to Interagency Training Sessions :Ln 'rsalnut Creek, Sept. ; - Oct. 2-0. Approved appropriation ad4ustme_nts for Public Works, Moraga Fire ?rctection District and I•.edical Services and internal adJustments not affecting totals for Foraga FFD, Superior Court, Medical Services, and Sheriff-Coroner. Approved personnel actions for the Agriculture Dept. , Assessor, ..-ditor-Controller, Civil Service, District :.ttor:ey, Health Dept. , Medical Services and Treasurer-Tax Collector. :authorized Director of F lannIng and the Public 'forks Director to prepare the final dra=t Surface Runoff Yanagement Plan and transmit same to :association of Bay Area Governments. Approved Certificate of Co.::pl{ance with Child Care Maintenance of "Requirements fcr s1_1=issi:.1_. to State Department of Education. Authorized payment of ene_gencv residential case placement rate and authorized Director, :iu^an Resources Agency, or his designee, to execute L.:.ergency Residential Care Placement Agreements with certain operators. Recessed into Executive Session at 10:45 a.m. to consult with its representatives inn connection with discussions of salary matters and recon- vened in its Chambers at 11 a.m. Authorized rewo- rsement to :. Y.ir by, Probation Dept. , for personal property damaged whi?a is the 1ii:e of duty. Authorized payment to V. York for Personal property lost while a patient at County Hospital. Authorized increase in revolving fund for Public Works Department. Determined that no action be taken at th!s time in connection with development of a National Health Insurance Program. f��561 And the Board adjourns to meet on /977 at ct.M. in the Board Chambers, Room 107, County Administration Building, Martinez, California. N. Boggess, airman w L h R f A7 TEST J. R. OLSSOH, CLERK Deputy y. S h s, 4 tiT s. 00560 UNITED/RELIANCE = -, CJSUAANCE COMPANIES CERTIFICATE OF INSURANCE Th;;is so centry Thos The following pal"of insurance.covering os s:esed,nes been issued by UNITED PACIFIC INSURANCE COh1PANs. or RELIANCE INSURANCE COMPANY,and is in force os tndica:ed !. LP 318 68 54 10-3-77 Th,Cert.r.cnxW ,nevden[ad Notry Nmad selfeoirt and e apue! XaLr ''nn q 77�� d n da tow detWowd sold potter."umd so utea/aper Yatn uC iiJ' Robert G. Soto rr+r A.a� ADDITIONAL INTERESTS 10*Rrwil s orkad 0 are oihda by*is snisrssww»1 It it agraad Nae inmui6uchaftof oprtewn of s 1=rlWed o...y...w.,.u dao err.....rrr w...cu 1 Thr below rWme a IorN indeld�d i0S on®oddrrond+ww�d. ❑rrortre a>tirM-osee rots betawrt County of Contra Costa Public Works Depar=ent, its officers and employees 6.,t oral,m rel,pt[te Hie to>lo+.ug; , I 1 SUIDJECTOFINSURANCE COVERAGES AMOU/YToRLIMrf General Libaility Bodily Injury $5099. Property Damaze ❑ Ow.W by 3 While ❑ wsn�orewd«w.aby ® Acting as independent building inspector for Course Costs County Public Works Department Note The. ronce d+ordW by die palvV*00wL snlorae+tr ro nod.~*d one r+u..hon.dopa e.�o...o....*.r e.ovyy�r_eur re+...•dus.on hoe n o:r^�:, rTpn orw.nurrd�MaB lee epaow b rrtaeOsr ilii I+n+s tot the mnpaeb!Labii t KOl SCE Irn..rl.t.nee of.+m6wom"'wahiv 0ftwmat.v%4j ray rwgx-miv orrnraa eaM++da ro,oren rk C93-10 a C'fwt--a tv r`.e pd.cv ar pa:,c.e!rwn6r•ee.n.•-e cr.ra.,a:e Excpet that this company will eadommr to provide 30 day of caz= ion to the County of Contra Costa Public Works Depa . Counte"ned by I MOSWICk INSURANCE t REPRESE.WING v o.Box 206 2J WEST 7TH STREET ,e UNITED/RELIANCE ANTIOCH.CALIFORNIA 94309 �,. PACIFIC P Tl L(►HON(. f 1!-7!7-2700 1145UIi1AMC(COMPANIES i Septeber 30, 1977 Contra Costa County iisrtinez, California Subject: Robert G. Soto Gentlemen: This letter is to verify that General Liabiliiy- coverage is in force as follows: Effective Date - 10/3/77 Insurance Company - United Pacific/Reliance Limits - $500,000 Including: Nan-Owaaed Automobile Personal Injury Broadform Property Damage Contractual Liability Products Liability Additional Insured: Contra Costa County Public 'Works Department and its Officers and Eaployees 30 Day Cancellation ?notice A Certificate of Insurance will be forwarded to you when received from the Insurance Company. Very truly yours, John C. Slatten JCS/src -N1 4 Microfilmed with boord order 00,955 BINDERN,nding i suun-+ and dc'-i:er) of a policy ptrsuant to theTication of the ia;ured and to all the terms RECEIPTa:d r., d; i,;;; c- pul�c� :asued by thr company, andin co c� 'cration of the application for insurance and the rxtY:pt of which is herby aci:Au+.le4 - the 11"S'I ATE FARM MUTUAL AUTOMOBILE LNSURMNCE COIIPA Y STATE FARM FIRE A:\D CASUALTY CO3IPA-Nt�Y- Does Hereby insure_ n z•+ 1 o ! c� Address-- C1, 9? s' �..�s —a,.. �,_. C L.4. o� C,(4 9 VS-17 r Or a:utamobt7�s tr such Interest ay appy an described below: L J i.0 For coverages indicated:,, � 1z LIABILITY IBIPMX 004 0 ❑COLUSION r and such other iusuraaee as is shown oa the application. Effective 10- 1 - 7 7 . 19—, expiring not to exceed thirty (30) days hence and to become void immediately upon the issuance of a policy in pl= hereoL PSWMENT Countersigned this. o &Y of a4f A Representative AG"Wt1 CA MicrafilmW viA board ord 4 e;' b . Mar, and Pernorts. fie :,hall r..aintain a bound daily diary, th: =c_n jao nrebleis, conferences and remar's; and he shall all reports def med nece:;sa.y by State and Pedcral agencies, Architect and Public Agency, which shall be timely and in sufficient -detail to satisfy the-purpose of the report. - c_ taterial 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 glans, 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 & Reimbursement for Exoenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the Ist through the 15th and 16th through the last day of the month. Payment will be rade 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 :,hall be reimbursed at a rate to be mutually agreed upon :ram time to tiro reflecting actual and changing costs. - 5, 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_prooert 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 gency'sagent for enforcing and interpreting this -Contract is the County's Public Works :Director or a deputy. 11. Ad=justment of Com2ensation. The rate of compensation may be adjuste by mutual consent of the parties for good cause -shown." Form prepared by County Counsel's Office (CC-61:. :10/76) -3- - QO7 fie .:hull nzil::t4in a - ....... „ .•t _ s,....:t�;, ..:±�!: the .:ar;:.-en un the Job the CGrtLI•;tCLoI''G J ub ... , �..:i z. .s11 not c :::t�:::e -he Goat ctor•'s clutic:,; and he 1 .:c; _YC J:..:t:•cc•Lion:; dlr--ctlly to the Contractor's c.::ployec(c) U'" and he shall 1 cdiat::ly advise the Architect of ii:,r c : ::here the Public Agency representatives give instructions to t::v CU:ii;racLU2•':; employees. c. Public I.renev_Contractor Coordination. tie shall effectively irtz.la cla:.e coordination of the Contractor's work, and the owner's by f.equent, regular conferences or other suitable means, cz;:.IciLlly v ure projects involve alterations or modifications of or u� i:zic::s to an exi::ting functioninC facility, which must be rraintaincd uIt oi.crating unit during conduct of construction irork, and therefore :c:quirc special alertness to Job conditions which may affect such con- tirui Z operations. He shall coordinate necessary interruptions of no:•:r:al a::ner activities with the Public Agency and General Contractor JCrUZ'�h�::C3. d. Farm i t a__t.• with Contract. He shall become thoroughly f"!.iiliar z:itil v li contract documents including specifications, draw- ".. Ln:: acci.ica; and he shall supervise and check the adequacy and _­cu.--act• or .'::qul.ed "as built" drawings prepared by the Contractor's :.Yl:.;ce (-cc also 7-a, below). e. Per•sc::al ?resence L Observation. He shall be personally present ;ter.�•:e_• .:or,. i:: '.�e;nC performed (even on overtime, night, holiday or so directed), and shall attend meetings called by ;c ublic '.Zency, Contactor or Architect; and he shall mare direct :rso:_a observaZlo ns of work_ being perfor=ed by the General Contractor :aa' Yor(s) for certlflcation to Public Agency-Owner that such or is acing per, rmed in a skillful manner and in accordance with the eouirc-en:s of the contract documents. f. Ad:•icn & Surgestions. He shall advise Public Agency on all �as:ructic:: art2r53 such as suggesting change orders or reviewing con- :;ruction schedules; he shall evaluate suZZestions or modifications which _v; Ljc c. _:ie ;.o acco=odate on-the-job problems, and report them with �co:_-•�nc? e:s to the Architect; and he shall review and make recom- - _;nd:':ic ns to the Contractor on all pay estimates. G. Pra-construction Review of Contract Documents. When so directed t:::: Public ;:ne.cy, he shall perfor^ In-depth review of the- contract .CL:._nzs tefcre construction begins, anji bake appropriate recommendations cr�oa to the Public Agency. ^c D::ties I Instructions. The _inspector's duties specially progress or-tne work include the following: General Reca:-as i- Files. ?gyp shall maintain a file of, and be a: •o.^ _::e contents or, she local, State, Federal, IZFBU, NEPA, etc. , �e • , re:-Mations, directives, requirements, etc., which are pertinent t is ;:c,;ecz, and are provided by the Public Agency; and he shall :_z a cc."plete file of all dr2wings, specifications, contracts, directives, etc., which determine work to be done by the nt'ractor (see also 6-d, above. 00555 . -2- COI.TRACT Special Engineering-Administrative Services Construction Supervision b Inspection 1. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name b�A dress: Robert G. Soto, 985 Kenston Dr.. Clavtor n. Ca. 94517 c) Effective Date: October 1, 1977 d) Project's Name and Location: Moraga Fire Administration, Moraga (7050-40991 e) Rate of Compensation: $13.65per our Z. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGFBCY Contn Costa County 72�4 By tt4J _ :s,,,.,Pub is Works Direc or 3. Parties. Effective on the above date, the above-named Public Agency (Owner) ancr the above-named Inspector mutually agree and promise as follows: 4. General Qualifications b Conditions. Public Agency hereby contracts with Inspector, as one specially Lrai , 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. 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 b Instructions. The Inspector's construction supervision and inspection services incluida the following general duties and instructions. a. Status b Relationship with Public Agency and Architect. His independent contract relationship 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 project and for general supervision of its construction pursuant to the Public Agency Architect Agreement_ Microfilmed with board ordw Formed Approved by County Counsel 1-77 00551 b. Mar`=tr i ;i : ; . E:_ sh-.11 :.air:Li:in a bound daily diary, nc.tin,-, therein job prub lem;,, ctin.'erence:: aril a crnar:: ; ; and ti_ Shall s,_bx1Z: all report:; deet:^Q necessary by State and Federal ai,encies , Arch'-tett and Public Agency, which shall be timely and in yufflcient detail to satisfy the purpose of the report . c. Material Records . He shall maintain records of materials and/or equipment delivered at the site, shouing 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 & 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, 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 bo3ily 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 Internretation 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 CoMoensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown.- Form prepared by County Counsel's Office 00f%3(CC-61:. :10/76) -3- ' : t::' :' _ . . �• r. ..•..;,,.L,,.. lie z-,,all maintain a til the .t:or:a:en:aolt thu job o::l;; Lbruugll he cor� rctor'c job t r_aall roL a:;sv..e the CouCractor`s duties; and he nc; �_:•c l :L:Lc;-ion- directly to the Contractor's employee(s) and !le shall ilxicdiatcly advise the Architect of t;::=:: ::here the Public Agency representatives Give instructions to ti;u ConLracLur':: employees. c. Public Arency-Contractor Coordination. tie shall effectively cluze coordlnsLion of the: Contractor's work and the owner's reruirelaents by frequent, reGular conferences or other suitable means, especially where projects involve alteration:, or modifications of or additicns to an a i::ting functioni.nr, facility, which must be maintained as an operatinG :snit during conduct of construction work, and therefore require special :alertness to job conditions which may affect such con- tinuinG operation-s. He shall coordinate necessary interruptions of nor=a3 owner activities with the Public Agency and General Contractor bef orchard. L d. ram{1larttl, with Contract. He shall become thoroughly a::alia:• with ai.L contract docucients including specifications, draw- :i: ,s anu 4c:u:nLa; and 1:e shall supervise and check the adequacy and _recur act• of _-a:qulr:.d "as built" drawings prepared by the Contractor's .,-Pivyees (see a±so 7-a, below). e. Perscna? Presence G Observation. He shall be personally present .he:.eve_• ::or.: is !lei nl; performed (even on overtime, night, holiday or echend baziz «i:en so directed), and shall attend meetings called by he Public PZcncy, Contractor or Architect; and he shall make direct crsonal observa;._o ns of --ork_ being performed by the General Contractor id su::c::ntract or(s) for certification to Public Agency-Owner that such ork ,s be-4n; par.o=cd in a skillful manner and in accordance with the equire-arts of the contract documents. f. Advicc I Sur. estions. He shall advise Public Agency on all ins:r uc ic:: =azters, such as suggesting change orders or reviewing con- � ^:ct10_ sc :cdules; he shall evaluate sugZestions or modifications which _vc beer. --zae to accon!-odate on-the-job problems, and report them with_ :cc=.:.endazions to the Architect; and he shall review and make recom- _nd,tions to the Contractor on all pay estimates. s. Pre-Construction Review of Contract Documents. When so directed t`.:e Public &'.oency, he snail perfor^ in-depth review of the- contract .=-ents befcre const-reaction begins, and make appropriate recommendations- .ereon to the Public Agency. Sceclzl D,-,ties i instructions. The inspector's duties specially ace_•n1r- t::e prowess or-tne Work include the following: a. Genera'! Records i Piles. He shall maintain a file of, and be are of the co:ite:zts oil the local, State, Federal, XFJU, NE?A, etc. , nes, reGu'_ations, directives, requirements, etc. , which are pertinent and are provided by the Public Agency; and he shall a ccmp?ete file o. all &-awings, specifications, contracts, :n;,_ orders, directives, etc. , which determine work to be done by the ntractor (see also o'-d, above). 00552 -2- M'MT LACT Special Engineering-Ad,.iinistrative Services Construction Supervision S Inspection 1. Special Conditions_. These special conditions are incorporated below by reference: a) Public Agency: Contra Coy a rnrenty b) Inspector's Name & Address: _ Robert G. Soto, 985 KPnctnn Dr-, rlaytnn- Ca. 94517 - c) effective Date: Grtober I- 1477_—_ _ d Project's Name and Location: Kitchen1dining hall . Clayton e) Rate of Compensation: S13-65 ppr hnnr _ 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AAENCY rnNTRA cOSTA C LAITY INSPECTOR 5, ub is works Oireft6r 3. Parties. Effective on the above date, the above-named Public Agency (0-aner) 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 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. Terra. 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 u e the following general duties and instructions. a. Status & Relationship with Public Nency and Architect. His independent contract relationship 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 project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed whit board order S f`51 Formed Approved by County Counsel 1-77 b. n1ar- and P.-norts. ti_• shall miaintain a bound daily dia.-y, noting therein job probl`c.:;, ccnfes-ences and remar's ; and he shall submit all reports deemed necessary by State and Federal agencies, Arc;u t_ct 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. - S. 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- 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 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 requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and' Interoretation 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 adjust by mutual consent of the parties for good cause shown.' Form prepared by County Counsel's Office 00550 r ' (CC-61 : :10/76) -3- n .-Intain a fob . . .._ ._ ,._... _. . • • _,:.L'✓J U:S�� Y.I:•ULt�,�J L:sC CGl:Y:'.tt,'VOI'�✓ AUL __.._ .• , .::.:: rc:L a:;=LG:.e the C:,:JLractor'✓ duties, and he r.� _...:L:•�cLions directly to the Contractor's employee(s) u: :L.: :.._._zLo. ;::); and lie shall im-nedlately advise the Architect of t2sc Public ki;ency representatives Give instructions to ti: LU:, r:S•^.LUI•t:; CWPIUYCe9. c. Puhlle Arrencv-Contractor Coordination. lie shall effectively cloLu coordination of the Contractor's work and the owner's by frequent, regular conferences or other suitable means, csi,eci-1 "y a"hv •e projects involve alterations or modifications of or additicns Lo an cki:;tinr, functioning facility, which must be naintaingd a:; .:n opera,'in- unit during conduct of construction work, and therefore re:_ui=e special alertness to job conditions which may affect such con- t1..uirf; operations. He shall coordinate necessary interruptions of nur.'aL owner activities, with the Public Agency and General Contractor d. with Contract. He shall become thoroughly %i;: , ali contract documents including specifications, draw- _r.`� uUc:,ca; and he shall supervise and check the adequacy and c o: required "as built" drawings prepared by the Contractor's ?1:•;�e� (_-ee also 7-a, below). e. Pe•:-r-ona? Presence & Observation. He shall be personally present ::Gr.: i:: being performed (even on overtime, night, holiday or t=-'s ::;:en so directed), and shall attend meetings called by i-:c llut•lic :.zency, Contractor or Architect; and he shall rake direct o: work being perforked by the General Contractor .a:i sUbC:: _t:•ac;or(s) for certification to Public Agency-Owner that such or;: is perfor-mcd in a skillful manner and in accordance with the aui.c- of the contract documents. f. tdricn & Surzestions. He shall advise Public Agency on all ::s:rLctic:. -_t ers, Such as suggesting change orders or reviewing con- �rl�tja : a shall evaluate suggestions or modifications which been :-_:ie to ac=o=odate on-the-job problems, and report them with ions to the Architect; and he shall reviex and make recom- _nc:.tions to the Contractor on all pay estimates. Fl- ?:•a-Construction Review of Contract Documents. Mhen so directed t:.e -Pub i i s i,oet:cy, he shall perform In-depth review of the- contract _-eats te.'c=a construction begins, and make appropriate recommendations• ._neon to the Public Agency. _• -ties Instructions. The inspector's duties specially � proQr_ss or-rne work include the following: L. General Records Z Piles. He shall r-a ntain a file of, and be o^ t .0 c:s:;Zenss oi, the local, State, Federal, NF3U, NEPA, etc., re4L=az:aons, directives, requirements, etc., which are pertinent t�_s ;r c�;qct, and are provided by the Public Agency; and he shall i;:__in a cc-plete file o: all drawings, specifications, contracts, O_•ce.s, directives, etc., which determine work to be done by the :.t:a_tor (see also 6-d, above). -2- CONTRACT Special Engineering-Administrative Services Construction Supervision b Inspection 1. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name d Address: Robert G. Soto. 985 Kenston Dr.. PTS nn 94517 ej Effective Date: October 1. 1977 d) Project's Nave and Location: New Public Works Building, Mgrtinez e) Rate of Compensation: $13.65 per hour 2._ Signatures. These signatures attest the parties' agreement hereto. / PUBLIC AGEN C n ra INSPECTOU 4 1� i BY '✓ =C� 1c orks Director 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 S Conditions. Public Agency hereby contracts with Unspector, as one speclaiy trained, 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. 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- b. General Duties b Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status b Relationship with Public Agency 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 project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. A iavofi ned with Eozrd cr3ce' Forced Approved by County Counsel 1-77 00*. 4S T. b :•r11f: -;hall maint::in a bound daily diary, n�tinz; there;n job prublemii , co:iierccici�::; :zrt1 remarks ; ani: hc• shall st.b::iL all repos•_- d-.:emed nL_<!:;:;ary by State and Federal agencies, Architect and Public Agency, which :.hail be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records , lie shall maintain records of materials and/or equipment delivered atthe site, shoring 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 & 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 15th 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. ' Milea-e authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from titer 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 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 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 09547 (CC-061: :10/70) -3- :,:"=-- - : '. r.. t •r lie .::;ail n: In-Fain a the .:OS•.:l:Cn Cal tht'. job LllrUu;;a tit^_ CG;:LSs 0I'' jUa .. , �..,. ,..:11 roL the Contractor's dutic:.; and he c.. :L:•uc;.ion:: dir.cLly to the Contractor's e:::ployee(s) U: ._.Lo i:.1; and he shall t=ediately advise the Architect of :Alcre the Public /►geiiey representatives Give instructions to ��:� L'c:;L^scLvi•':: employees. C_ Puhile trency-Contractor Coerdlnation. lie shall effectively :.::_.nl-ala c?o:.e coo_4 uation or the Contractor's work and the owner's : e _ :i:c::_•at:: by frequent, regular conferences or other suitable means, r::,erc pi•ojccts involve alteration:, or modifications of or to azi existin=, functioning facility, f:hich must: be maintaingd ::u o;.eratinl, ::nit during conduct of con:,truction work, and therefore :•egLire special alertness to fob conditions which =ay affect such con- Linuin` aperations. lie shall coordinate necessary interruptions of nor.nal owner activities with the Public Agency and General Contractor UU•foreflard. d. '"arill:-rIty t:it:h Contract. lie shall become thoroughly �.411iar exit%i ali contract documents including specifications, draw- _n�a un:: i_c:dc;ncF:; and he shall supervise and check the adequacy and :ct:::cr o: rcr.0;res'. "as built" drapings prepared by the Contractor's ^lU;;ee, (see also 7-a, below). e. Pe.•sona ?resence & Observation. He shall be personally present ie:.uver ::or:, i:.; L*eing performed (even on overtime, night, holiday or :c-k nd t_-Zls W::en so directed), and shall attend meetings called by ::c Publ e .`.j,ency,, Contractor or Architect; and he shall make direct ;:rsol:al obserJat_o ns of -orf: being performed by the General Contractor nd sutcontractor(s) :or certification to Public Agency-Owner that such or:: is being performed in a skillful manner and in accordance with the ec;:j re=en t s of the contract documents. f. J,.d:•1cv & gur-cestions. He shall advise Public Agency on all � :structic:: matters, such as suggesting change orders or reviewing cOn- �_ schedules; he shall evaluate sug;estions or modifications which _vc been :ade to acco==date on-the-Job problems, and report them with to the Architect; and he shall review and make recon- :nd--Licns to the Contractor on all pay estimates. S. ?_•e-Cons_ruction Review of Contract Documents. When so directed t3:z :::t1i c .:veno, he shall perform in-depth review of the- contract .ci: :nts te:cre constre:ction begins, and make appropriate recommendations .cr evn to he Public Agency. . Snecia'_ Duties § Instructions. The inspector's duties specially i:.Z .::e praZress of-the work Include the following: a. Gezerai Re=crds ! Files. He shall maintain a file of, and be ::re or L ne co:1te.^.ts oi, tae local, State, :Federal, NFBU, NEPA, etc., 3zs, resulations, directives, requirements, etc. , which are pertinent tis ;rc,;cct, and are provided by the Public Agency; and he shall in:ain M =--plete file of all drawings, specifications, contracts, an-e orders. directives, etc., which deteralne work to be done by-the ntr-c_or (see also 6-d, above). -2- CONTRACT Special Engineering-Administrative Services Construction Supervision b Inspection 1. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County s b) Inspector's Name b Address: Robert G. Soto, 985 Kenston Dr.. Clayton. Ca. 94517 c) Effective Date: October 1, 1977 d) Project's Name and Location: Civic Center Improvements. e) Rate of Compensation: $13.65 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGENJAContra Casta County— INSPECTO sy je_e�_ 4,.Pub is Vorks Director 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 b Conditions. Public Agency hereby 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 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. 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 b Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status b Relationship with Public Agency and Architect. His independent contract relationship 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 project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. �lliaro€ilnxad with board ordat 00545 Formed Approved by County Counsel 1-77 In the Board of Supervisors of Contra Costo County, State of California October 4 .19 77 In 110 A4dlw of Approving Inspection Services Contracts with Robert G_ Soto for Various Economic Development Administration Public Works Act Projects '< The Board of Supervisors APPROVES and XMIORIZES the Public Works Director to execute Inspection Services Contracts with Robert G. Soto, 985 Kenton Drive, Clayton, effective October 1, 1977, for contract documents review and construction inspection services for the following projects: Civic Center Improvements, Martinez Area (4405-4267) New Public Works Building (Flood Control) at 255 Glacier Drive, Martinez, (4405-4062) Kitchen/dining hall at Sheriff's Rehabilitation Center, Clayton Area, (4411-4061) Moraga Fire Administration, Moraga Area (70504099) PASSED by the Board on October 4, 1977. 'Cf H 1 r �4'r:,, ,�4 4't 4•N t�`f ,eft A` !f X `o-cp`v„ X?,'tz f 4 � ce"my *So& 00,In o-* a h a true and correct COPT of an ordw aMarsd oe the n*wtes of said 2 'of.S 4mviI� an on"daft ahwe2ni& Originator: Public Works Department Wdmm my hand c d d"Seal of ti"Boord of Buildings and Grounds super-1— aili>red this 4th day of_October 19 77 cc: Publtic Warks Department Agenda Clerk Building Projects J. R. OLSSON, Clerk County Administrator By_ Do"Clerk County Atditor-Controller Inspector Soto H 74 i.7(1%. f to 6. Contractual Managament: OEO performs the administration of all contracts made; assuring compliance with all Federal, State and County regulations governing contracts; and assuring that the person(s) or agencies r� which enter into contracts with this office follow all proper business practices and procedures. Other Duties: OEO staff shall also perform such other duties as may be assigned to them by the Governing Board. :. fiF V11. Role of Delegate Agencies: As contractors to the Grantee, Delegate Agencles are subject to and must comply with all CSA regulations and all State and local laws which are applicable to Contra Costa County OED. Delegate Agencies are required to submit financial, program progress, evaluation and other reports as required'by CSA directives. Delegate Agencies shall provide those services which are described their annual work programs. Delegate Agencies are required to send representatives to all monthly Area Council meetings of those target areas they are Contracted to serve, and provide the Area Council with a verbal and a written report on all activities carried out In the previous month as specified in their work program. *`Y 5 Date: 7/20/ M fi Y W i< OU543 -10 9 2. Grants Management encompasses the entire process of developing proposals based on: (1) priorities set by the community, (2) gaining sanction of policy making and coordinating bodies, (3) submitting application for funds, (4) obtaining funds, (5) obtaining appropriate and capable sponsorship, (6) establishing contracts and servicing the needs of contract agencies In the conduct of their program. 3. Program Monitoring encompasses the monitoring of all progress, processes and activities which are delegated by the Board of Supervisors to the EOC, Area Councils and Delegate Agencies. OED staff will bring before the appropriate body any case of non-compliance with the dictates of the Board of Supervisors, which may occur In the operation of delegated programs, processes and activities. Staff will also assure that the EOC, Area Councils and Delegate Agencies are operated in accordance with their respective bylaws and directives. 4. Program Evaluation is required to provide the EDC and Area Councils with adequate information on which to make decisions about the continuation, strengthening or change In anti-poverty strategies, and programs. 5. Reports: Staff will prepare and submit to the EOC each month a report which shall include the following items as appropriate: a) the status of all EOC programs, projects and activities; b) the financial activities of the EOC, Including expenditures and/or additional reports required by the EOC; c) and other reports deemed necessary by the Director. 00542 -9- 8 YI. Role of the Office of Economic Opportunity COED): As the Governing Board, the Board of Supervisors delegates to the Office of Economic Opportunity (OEO), responsibility for administration of the community action program and executive of policy, on a day-to-day basis, as each are determined by the Board of Supervisors in conjunction with the EDC. In carrying out these delegated responsibilities, Central Administration staff must review, analyze and evaluate the nature of poverty in Contra Costa County, seeking to identify the causes of poverty and the effective means for its elimination. Central staff should attempt to achieve this by performing six primary administrative functions. These functions are: Resource Mobilization, Grants Management, Program Monitoring, Program Evaluation, Reports and Contractual Management. 1. Resource Mobilization refers to the processes whereby resources within the comumIty are utilized to effectively Identify problems and their causes; and to design, develop and implement programs and strategies to eliminate the problems. Resource Mobilization to reduce poverty must gain the active participation of the low-income people effected by the plans, through the Area Council and EOC mechanisms, as well as the cooperation of the Delegate Agencies which conduct the social programs in the Community Action Agency's target communities. The outcome of effective mobilization results in improved use of existing resources. To eliminate poverty and to solve the social problems that accompany it when adequate resources are not available locally, program planning to obtain 00541 further grants to conduct desirec programs Is necessary. -8- i V. Role of The Area Councils: The CAA must ensure that the Area Council's play an important role in assisting the CAA to plan, conduct and evaluate components of the Community Action Program." (Section 211 (C) of CSA of 1974 as per CAP Nana 81) The Area Councils are advisory bodies to the EOC and shall provide input and assistance to the EOC regarding programs and policies. The Area Councils shall have the following responsibilities: I. To Identify needs and prioritize them, for each target area. 2. To advise and assist the EOC on the planning, conduct and evaluation of Delegate Agency/CAA programs proposed to be operated, or operating, In a target area as it relates to the county-wide program. 3. To select low Income representatives to the EOC through a democratic process that will ensure the "►Iaxlmwm feasible Involvement of the law Income groups and individuals to be represented." (CAP Nemo 81, Section C.) Acceptable processes to be used are outlined in Section 11, (6.) of the Organizational Pblicy. 4. Area Councils have the responsibility for monthly monitoring, review and recommendation of corrective action if necessary, on Delegate Agency operated programs in their target areas. Area Councils shall be organized and composed In accordance with criteria specified in Section 11 of the Organizational Policy. W4 -7- 6 4. Adoption of its own policies, procedures and bylaws subject to final acceptance by the Board of Supervisors. An E-OC representative should be present at Board of Supervisors meetings to advocate EOC's position which Is, or may be, in conifict with that of the Board of Supervisors. 5. The Executive Committee of the EOC shall have the ability to review the top three candidates for the position of the Economic Opportunity Program Director, as established by a civil service eligibility list, and to make recommendations to the CAO as to the preferred candidates. Final selection remains with the CAD. Rights to be retained by the EDC as regulated by CSA Instruction 7400-01 are: 1. The EDC will be given advance notice of, and an opportunity to present to the Board of Supervisors its views on, all major decisions to be made by the Board concerning the oomiaunity action program. 2. Selection of Its own officers, executive committee and other committees. 3. Supervision of the administration of all OEO policies and standards and of all program, administrative, and financial policies and rules adopted by the governing officials, Including elaboration, supervision, and enforcement in the first Instance, of all such policies and rules. -6- 00539 5 "Have a full opportunity to participate in the development and Implementation of all programs and projects designed to serve the poor or low-income areas with maximum feasible participation of residents of the areas and members or groups served, so as to best stimulate and take full advantage of capabilities for self-advancement and assure that those programs and projects are otherwise meaningful to and widely utilized by their intented beneficiaries... ...........and to be a continuing and effective mechanism for securing broad coammrin i ty i nvo1 vement In the programs assisted under this title." The Governing Board delegates to the EOC the following responsibilities: 1. The EOC shall assist the Board of Supervisors to provide technical, and other support needed to enable the poor and Area Councils to secure on their own behalf available assistance from public and private sources. 2. Responsibility for formulating a Community Action Program within fiscal guidelines established by the Federal Community Services Administration. 3. Responsibility for determining project proposals to constitute the Community Action Program based on information such as requests and reports from Area Councils, staff and other Interested parties. All proposals for financial assistance submitted to CSA shall include a report by the EOC containing a summary of Its views on the projects and activities Included in the proposal and on other major questions decided by the Board of Supervisors since the last previous proposal. -g 00538 { 4 4. Final responsibility for development and operation of the central administrative component. 5. Selection, and appointment by delegation to the CAO, of the Executive Director. Selection process shall Include review by the EOC's Executive Committee of candidates as described in Part IV., (5). 6. Determination of overall program plans and priorities. 7. Final approval of all program proposals and budgets. 8. Final responsibility for program evaluation based on staff analyses and reports of the EOC and Area Councils. 9. Veto power, as agency with final responsibility, over actions taken by the Economic Opportunity Council in relation to the Community Action Agency or its programs. 14. Determination, subject to OEO regulations and policies, of rules of procedure for the governing board or governing officials. 11. Selection of the offices and executive committee (if any) of the governing board or governing officials IV. Role of the Economic Opportunity Council: As the Administering Board, the EOC is to be responsible, subject -to final authority of the Board of Supervisors, for formulation, and coordination of the Economic Opportunity Program. The EOC's overall purpose and function, as defined In portions of Section 211 (f) of the Community Services Act of 1974, is to: 00fiz 0017 tt 3 • l Il. Interaction of Components: A productive relationship between the EOC, Area Councils, Delegate Agencies and OEO staff is absolutely essential to carry out an effective effort against the problems of poverty. Such a relationship rests on three principles: 1. That each understands and accepts their responsibilities so that no group tries to become involved in or take over the duties which belong to the other. 2. That there is realization that the aut )rity of an advisory board is based on its group action and that as individuals members cannot give directions to the staff. 3. All entities must treat each other with respect and consideration and provide support for each other's efforts In all possible ways. 111. ifole of the Board of Supervisors: The Board of Supervisors are the legally constituted Community Action Agency (CAA) and shall operate as the Governing Board with the assistance of the Economic Opportunity Council (EOC) which acts as the Administering Board. Pbwers to be retained by the Board of Supervisors include the following, which are based on guidelines found in the Community Services Act of 1974: I. Responsibility for overall administration and fiscal accountability of all funded programs in accordance with Federal Community Services Administration (CSA) regulations and County guidelines. 2. Enforcement of oomQliance with all conditions of OEO grants 3. final responsibility for organization policies and procedures applicable to the Economic Opportunity Program. -3- 00536 ( f --Coordinate efforts throughout the cotmunity so as to avoid duplication, improve delivery of services, and relate programs to one another. --Pian and evaluate both long and short range strategies for overcoming poverty in the community. --Serve as an advocate of the poor on matters of public policy and programs which affect their status, promoting institutional improvement and desirable changes In social policies and programs. imurage administrative reform and protect individuals or groups against arbitrary action. --Conduct in its own right or delegate to other agencies the development and conduct of programs financed through Economic Opportunity Act funds or other available funds "The Act also provides for neighborhood level organizations Including neighborhood centers and community based organizations controlled by the local residents. These will play a major role in evaluating needs and programs, and In developing and conducting programs which serve the residents of the area. This strengthening of grass-roots capacity for self help is a vital part of strengthening the central CAA. The bridges between the poverty neighborhood and the CAA are among the most Important in the whole complex of Coamnity Action. The success in drawing poor people into the main- stream of community discussion and decisions through the relationships between CAA and neighborhood organizations Is a major determinant of successful Community Action. Under the Act now, more than ever before, the responsibility for assuring that Community Action bridges are being built- and that they are open to traffic in both directions - falls to the local elected officials. They need not bear the burdens alone -- indeed, they cannot do so under the Act, which emphasizes widely shared responsibility among all elements of the comunity. But through wise decisions in perforuing their central function of designating the Comunity Action Agency they can set in motion a constructive process of community-building which will benefit not only the poor, but all of their citizens. A strong resilient CAA, which wins the active support of the whole community including the poor, with its network of delegate agencies and neighborhood institutions, can be a major source of strength to the local government in dealing with the whole gamut of community problems. It can also increase the local capacity to obtain and make effective use of Federal and State resources through a wide range of programs which are available to help solve local problems." (Exc:erptadfrom "Organizing Communities for Action", February 1968) OOW5. (ANiRA COSTA COUWY MUM 1 TY ACT I ON PRD:;RM DELErAT10N OF AUTHORITY - AS APPROVED BY FAC ON SEPTS48M 15. 1977 This document shall oonsitute the Delegation of Authority policy to be adopted and adhered to by the Contra Costa County Board of Supervisors, the Office of Economic Opportunity (OEO), the Economic Opportunity Council (EDC), the Area Councils and the Delegate Agencies, and which sets forth the relationship between these bodies and the roles and responsibilities of each. The organizational structure and the criteria by which the EOC and Area Councils function as components of the Community Action Agency (CAA) are set forrh in a separate document known as the Organizational Policy. 1. Role of the CM: "What gives Community Action form and effect? What makes Community Action come alive? It is the Community Action Agency and Its representative board which brings together local government officials, representatives of major community groups and representatives of the poor, to join hands in waging the local war on poverty. Under the Economic Opportunity Act Amendments of 1967, Total governments are given the responsibility for establishing Community Action Agencies and assuring that they meet the structural, procedural, and program requirements to qualify for Federal recognition and funding. The Amendments sharpan the national definition of basic purposes and functions of the CAA. They re-emphasize that the CAA is not to be simply a dispenser of welfare of social services to the poor. It is to be a source of leadership In Identifying and eliminating the causes of poverty. It is to exert its Influence to "stimulate a better focusing of all available local, State, private and federal resources upon the goal of enabling low-income families, and low-income individuals of all ages, In rural and urban areas, to attain the skills, knowledge, and motivations and secure the opportunities needed for them to become fully self-sufficient. "In this role it is expected to --Significantly and meaningfully involve the poor in developing and carrying out anti-poverty programs. --Mobilize public and private resources in support of nn�q,� anti-poverty programs. 0(gaa -I- Microfilnwd with board order . . . . . . . . . . . . . . . . c c 00 �1 L F U .0 fe 0 It C U T L �- +- 0/ a d O ac L t t!f } • q V 00 0_V U c 4 Q. U_Q Vo O L C ? t #A po7 i = N` �L L q per- LYU x UU a. us • < CO.`. ! r r • c • 1 • to�V • t _ � j o L z 0.moo z �a . p O L 0— O o ' 0- 00 • n� 1 I . 1 j in L U UILWI c 0— Cr L N O -00 T t i S�CL >� o-2 R CL 0o2 < I > N L L ]C • — N N WCOP C v c � � v • t +- O U� rnA cCi • ` C d GY C N u t U • t N f1 '.o U J • � c O 0) C) V1 r n L U _ • M ONO ry C 011 O O ....._� c - it Q 0 U ( ( 9 IV. 1 SSUES O F N0N-0QWL IANCE: The EOC, Area Councils and Delegate Agencies are each responsible for ensuring compliance with their own Bylaws and directives. OEO staff has the day-today responsibility of monitoring EOC, Area Council and Delegate Agency compliance with their respective Bylaws and directives. In cases of EOC or Delegate Agency Upr non-compliance, OEO staff will review and recommend to the Governing Board, which will be the body authorized to take action concerning said non-compliance. The Area Councils oust adhere to the guidelines established In the Organizational Policy, copies of which are to be distributed to each Area Council. If the Area Councils fail to meat these minimus organizational gut dolmas, their non-compliance will be reviewed firs' by the EOC Rules Committee; whose recommendations will be submitted to the EOC; which wail recommend possible action to the Governing Board; which will be the body to take corrective action. o:xz x N, Y d 9/20/77 00532 c) A relative of anyone who serves in any capacity of the organizational structure of a Delegate Agency. d) Any person under 18 years of age. *A relative shall be defined as: Husband Wife Father Father-in-law Mother Mother-in-law Brother Brother-in-law Sister Sister-in-law son Son-in-law Daughter Daughter-in-law AAs taken from CSA Instruction 6900-01 (CAP Now 23-A) 6. Democratic Selection Process of Representatives to the EOC: Area Councils may use one of the following methods as a democratic process with which to select low-income representatives to the EOC and which will help to ensure maximum feasible participation of target area residents In the CAA's decision-soaking process: a. Nominations and elections within the target area as a whole. b. Selection at their own meeting to which all neighborhood residents, and especially those who are poor, are invited. 7. Democratic Removal Princess of Representatives to the EOC: Each Area Council must provide a democratic process with which to remove its representatives to the EOC, If so desired. This process roust be set forth in the Area Council's Bylaws. 8. Area Council Conflict of Interest: No person can be a member of an Area Council while also an employee of a Delegate Agency; member of the Board of Directors, or of a• project Board of a Delegate Agency; or while serving in any capacity of the organizational structure of a Delegate Agency. Ill . OEO (SEE ORGANIZATION CHART) - 40531 ( 7 poor, need not live within the target area, unless so stipulated by individual Area Councils as stated in their bylaws. Only those members who qualify as representatives of the poor are eligible to represent their Area Council on the EOC. 4. Length of Service: Length of service for Area Council members will be determined by each Area Council and set forth in each Area Council's Bylaws. 5. Area Council Representatives to the EOC: Every year, prior to the July EOC meeting, each Area Council shall select, through one of the democratic selection processes outlined below, two low-income representatives to represent the Area Council on the EOC. It will be the responsibility of each of the representatives to represent their respective Area Councils on the various Issues brought before the EOC, as well as to inform their respective Area Councils at each Area Council meeting as to business conducted at EOC meetings. Area Council representatives' ongoing responsibility is to insure that the positions) they maintain at the EOC is reflective of that held by the majority of his/her fellow Area Councilmen and that Area Council representatives vote at the EOC at the direction of the Area Council as a whole. Only an Area Council member who qualifies as a representative of the poor (see Section 13. (a)) is eligible to serve as the Area Council's DELEGATE TO THE EOC, except that the following may NOT serve as an EOC representative or alternate: a) A relative of an employee of a Delegate Agency. b) A relative of a member of the Board of Directors, or a Project Board, of a Delegate AGency. QOO -7- ! 6 t as also neeting the poverty guidelines as specified in CSA InsTruction 6004-Ij. These petition procedures will assure that Area Council members who are to represent the low-inoome residents of the target area are selected by a majority of those residents themselves. Petitioreees must collect all signatures in the appropriate census tract, prior to the Area Council meeting at which they submit their petitions for membership. New members shall be seated on the Area Council at the beginning of the first meeting following the meeting at which they submit petitions for membership. c. Category 1 3 111 Membership: Selection Procedure for Public/ Private Sector Membership: Area Council members who do not represent the poor but who are local elected public officials, or representatives of private organizations and interest groups who reside or have their principle offices within the boundaries of the target area's census tracts, will be chosen for membership by vote of the Area Council . In the case of representatives of private organizations in particular, the Area Council will choose the organization it wishes to have participate and the organization selected will in turn select its own representative to the Area Council. All members of an Area Council who are representatives of the poor must reside within the boundaries of the target area. All members of an Area Council who are not representatives of the -6- 00520 C. A LOW-INCURE REPRESENTATIVE of a given census tract within the target area, WHO NEED NOT RESIDE in the census tract he/she will represent on the Area Council, but who must reside in the target area and who is selected to represent that census tract on the Area Council by virtue of submitting a petition which declares that he/she meets specified low-income requirements and which contains signatures from twenty (20) census tract residents, ten (10) of which must be signatures from residents certified as low-income. D. A NON LOW-IHMW REPRESEHTATIVE of a given census tract within the target area, *ID NEED NOT RESIDE In the census tract she/he will represent on the Area Council, but who must reside within the target area and who is selected to represent that census tract on the Area Council by virtue of submitting a pati*ion containing Signatures from twenty (20) census tract residents, ten (10) of which must be signatures from residents certified as low-income. b. Selection Procedure for Low-Income Representatives on the Area Councils All Category A and C members will be certified upon submission of a petition declaring that petitionee meets the poverty guidelines as specified in cal► Instruction 6004-1j, and which contains signatures from twenty (20) residents of the census tract he/she is to represent, ten (10) of which must be signatures from residents certified on the petition as also meeting the poverty guidelines as specified in CSA instruction 6004-1j. All category 8 and D cambers will be certified upon submission of a petition containing signatures from twenty (20) residsnts of the census tract he/she is to represent. ten (10) of which msut be signatures from residents certified on the petition -5- 00528 4 2) The EDC Rules Committee will then review the situation and make a recommendation to the EOC that the Area Council will have a minimus of two (2) months in which to meet its membership requirements and that the appropriate Delegate Agency with Administration assistance will assist the Area Council in recruitment if the Area Council so desires. 3) If an Area Council does not meet its membership requirement in the time frame stated by the EOC, the Area Council will lose its voting privileges on the EOC and the committees of the EDC. 3. Membership and Selection Procedures a. Category It Membership: low-income Representatives Members of an Area Council who are to represent the poor must fail in one of the following categories: A. A LOM-INCOME REPRESENTATIVE of a census tract within the target area, who resides in that census tract and who is selected to represent that census tract on the Area Council by virtue of submitting a petition which declares that he/she meets specified low-inane requirements and which contains signatures from (20) twenty census tracts residents, ten (10) of which must be signatures from residents certified as low-income. B. A NDN LOM-INCOME REPRESENTATIVE of a census tract within the target area, who resides in that census tract and who is selected to represent that census tract on the Area Council by virtue of submitting a petition containing signatures from twenty (20) census tract residents, ten (10) of which oust be signatures from residents certified as low-income. 00527 3 on an Area Council will help to ensure that an Area Council's involve- ment in the development of progress for the residents of its geographic area, as well as its involvement in the development of programs for the Community Action Program as a whole, will be more fully representative of the entire community in each case. 2. Composition and Assurance of One Man/One Vote: At least 51% of the total membership of an Area Council shall be composed of representatives of the low-income and where feasible, all census tracts comprising a given target area should have representation on the Area Council. In an effort to achieve proportionate representation of census tracts of the poor, the Area Council will actively recruit new members from those census tracts lacking representation on the Area Council. The remaining Area Council members may be local elected public officials and/or representatives of private organizations and interest groups in the community. if an Area Council's membership drops below 11 members, the privileges of the Area Council on the EOC will be withdrawn until such time as its membership quota is restored. Due process by which an Area Council 's privileges on the EOC will be withdrawn is as follows: 1) If the Area Council membership falls below the required 11 for two consecutive regular meetings, such case will be brought to the attention of the EOC Rules Commiteee, along with the Area Council's explanation as to why the membership dropped. 00525 -3- Page Two The Area Councils must adopt and strictly adhere to Bylaws which have been ratified by the EOC, the Board of Supervisors and Regional. Said Bylaws will contain the organizational criteria by which the Area Councils function as components of the CAA and upon which they are judged to be in accordance with their role as defined in the Delegation of Authority Policy. Area Council Bylaws must contain rules and regulations governing the size and composition of Area Council membership; the establishment of quorums, meetings, committees, one man/one vote rule; and all other procedures and regulations necessary to assure the appropriate functioning of the Area Councils. Minuwm organizational criteria which must be incorporated into each Area Council's Bylaws to ensure that Area Councils will be able to carry out their declared responsibility for 1) identifying and prioritizing program needs and recommending on programs proposed to be implemented in each target area and 2) the selection of low-income representatives to the EOC, are as follows: I. General Size and Composition: All Area Councils shall have no more than a total of 45 members, and no less than eleven (11) members. CSA Instruction 6400-01 (p. 19) states that community organizations similar to Area Councils should be composed primarily of the neighborhood residents themselves. In keeping with this guideline, at least 51% of an Area Council shall be composed of representatives of the low-income residents of the target area while a sincere effort be made to recruit both representatives from private organizations and interest groups within the community and local elected public officials. Broader based representation of the varied aspects of a community 2- 00525 • CONTRA COSTA COUNTY COiMIfNITY ACTION PROGRAM ORGANIZATIONAL POLICY - AS APPROVED BY EOC ON SEPTEMBER 15, 1977 EOC As the Administering Board, the Economic Opportunity Council (EOW is subsidiary to the Governing Board and is the parent advisory body which makes recommendations to the Governing Board on the development and operation of the Community Action Program. The EOC must adopt and adhere to Board of Supervisor and Regional CSA ratified Bylaws which will contain the organizational criteria by which the EOC functions as a component of the CAA and upon which it is judged to be in accordance with its role as defined in the Delegation of Authority policy. EOC Bylaws must contain rules and regulations governing the size and composition of EOC membership; the establishment of quorums, meetings, committees; and the establishment of all other procedures and regulations necessary to assure the appropriate functioning of the EOC. The EOC must so establish and organize itself so that the poor and residents of the target areas concerned will be enabled to influence the character of programs affecting their interests and regularly participate in the planning and Implementation of those programs. This will be achieved by having at least one-third of its members chosen in accordance with democratic selection procedures adequate to assure that they are representative of the poor in the areas served. Acceptable selection procedures to be used are outlined in Section 11, (6) of this policy. 11. AREA COUNCILS As advisory bodies to the EOC, all Area Councils are co-equal in status. and in decision-making authority relative to that which is 00524 delegated to thein by the Governing Board, through the Administering Board. Wcrofilmal with board order, In the Board of Supervisors of Contra Costa County, State of Califomia October 4, ,t9 77 In the Manor of ACKNOWLEDGEMENT OF RECEIPT OF FI:dAL DELEGATION OF AUTHORITY AND ORGANIZATIONAL POLICY GUIDELINES FOR THE ECONOMIC OPPORTUNITY PROGRAM AND ADOPTION OF SAID GUIDELINES The Board of Supervisors, on July 19, 1977; having received a progress report from the Director, Office of Economic Opportunity on the development of Delegation of Authority and Organizational Policy guidelines for the Economic Opportunity Program and having declared their intent to adopt these guidelines after completion of the review process, and The Economic Opportunity Council having completed their review process and, on September 15, 1977, having recommended approval of said documents with certain amendments. The Board hereby ACKNOWLEDGES receipt of the final Delegation of Authority and Organizational Policy Guidelines for the Economic Opportunity Program and ADOPTS said Guidelines, as recommended by the Economic Opportunity Council. The Board further AUTHORIZES the Acting Director, Office of Economic Opportunity, to submit said guidelines to the Community services Administration for approval. APPROVED BY THE BOARD October 4, 2977 n n I hereby car*diad do fanpoinp fs a true and correct copy of an order entered on the, rAwles of said Board of Supwvisa's cc the,date,aforesaid. Orig. Dept.: OEO Muses my hand and the,Seal of the,Board of cc: County Administrator Supervisors EOC affixed this4th day of October 1977 (O—EO to distribute) J. R. OLSSON. Clerk Do"Clark Maxine FI. -Neufeld Board of Supervisors - - September 20, 1977 With the dissolution of the service area and absorption of the authority by the Town, the Town becomes the only appropriate agency for-receipt of park dedication funds collected in the area. It has been Board policy to only transfer park dedication monies to agencies for specific projects after review and recommendation by the Park and Recreation Facilities Advisory Committee. However, the Board may transfer fiords to appro- priate agencies without consideration of specific projects if the agency agrees to ultilize the funds for the intended purposes. I recommend that Board of Supervisors authorize the Planning Department to develop an appropriate agreement for the transfer of funds to the Town of Moraga after the matter of dissolving the service area and authority is resolved. It should also be noted that any future additional park dedication fees collected in the rural fringe of Moraga could be transferred to the Town. MV prq AAD/cad a tl z gv w as 7 v n z x 3 r F„, N qrmZ ytr r z t F t' 14, k,.�,,,,,��a '• �, � tax ,v r 00522 CONTRA COSTA COUNTY :%7 PLANNING DEPARTMENT f. R. olls .,.,. CLERK =42D o= 'VERVI_C<S CORTZ4 Co. TO: Board of Supervisors DATE: September 21, 1977 FROM: Anthony A. Dehaesus/i SU13jECT.Town of Moraga Park Director of Plannilg Dedication Funds Request :( 1 i On August 30, 1977 the and referred a request for park dedication funds from Mr. Gary C. Chase, Town Manager, Town of Moraga, to me for a report. Mr. Chase has requested that the park dedication funds collected in the Moraga area ($25,739.52) be transferred to the Town of Moraga. Prior to the incorporation of Moraga, park dedication funds collected in the Moraga area were credited to the County Service Area R-4 account. The Moraga Park and Recreation Authority acted as the citizens advisory committee for R-4. Since 1974, $11S,119 has been released to the service area and the authority for park and recreation purposes. With the incorporation of the Town in 1974, the portion of the service area within the city litits ceased to exist per State lax. The remainder of Service Area R-4 is unincorpors:ed and sparsely populated. For all intents and purposes, County Service Area R-4 no longer needs to exist. It is our understanding that the functions of the Moraga Park and Recreation Authority will soon be absorbed by the Town of Moraga if arrangements can be made regardinZ the debt an the former Rhees property (Hacienda De Las Flores). The County acquired the subject project through an arrangement with the Contra Costa County Employees' Retirement Association which is a lease with option to purchase (by the County) agreement. The County remains responsible for the lease debt payments, and cannot legally transfer that responsibility to the Town as the association is not permitted to have such an arrangement with a city. The County now subleases the property to the authority for area recreational purposes. The County Administrator's Office has advised the Town to draft a County-Town agreement whereby the County employs the Town to manage the subject property for the County, as an independent contractor. The Town mould manage the property and make payments to meet the lease debt to the County. and the County would pay the lease payments to the l:etirement Association. The Administrator's Office also suggests that the Town consider making the full monthly lease payment of $3,150 (the Town presently pays monthly $3,093), in order that the County can dissolve the existing rural fringe area that is the remainder of County Service Area R-4. - 00521 In the Board of Supervisors of Contra Costo County, State of California October 4 .19 77 In the Mailer of Transfer from Park Dedication Trust Fund to Town of Moraga Treasury. The Board having received a September 21, 1977 report from Mr. A. A. Dehaesus, Director of Planning, in response to Board referral of a request that park dedication funds collected in the Moraga area be transferred to the Town of Moraga; and Vx. Dehaesus having recomended that the Planning Department be authorized to develop an appropriate agreement for transfer of the funds after administrative aspects have been resolved; IT IS BY THE BOARD ORDERED that the recommendation of the Director of Planning is APPROVED. PASSED by the Board on October 4, 1977. 2 04, tws 'S.� r - 3"0rs'�,�^T A t . ........... 1 6—* c-ity float the,faeepoirop is a true and correct copy of on order entered an the n1inton of=W Board of Snpervh=%an the dote ofonwa d. Witneu my hand and the Seol of the Board of cc: Mr. Gary Chase superwhon Town of Moraga wed "4th day of October 19= Director of Planning Public Works Director County Auditor—Controller J. R. OLSSON. Clerk County Administrator' 41 �,, - or Clark bbie ierrez � 00520 H—2t N715m In the Board of Supervisors of Contra Costa County, State of Califomia AS EX OFFICIO THE BOARD OF DIRECTORS CONTRA COSTA COUNTY SANITATION DISTRICT_ 110. 15 October 4 .1977 b tlw kwnw of Appointment to the Citizens Advisory Committee for Contra Costa County Sanitation District No. 15. On the recommendation of Supervisor E. H. Hasseltine IT IS BY THE BOARD ORDERED that Mrs. Jessie Crittenden, 3033 W. Willow Road, Bethel Island, California 94511 is APPOINTED as a member of the Citizens Advisory Committee for the Contra Costa County Sanitation District No. 15 to fill the vacancy created by, the resignation of Mr. Roy Hartsook. PASSED by the Board on October 4, 1977. -f T `r , .,r .,'�fx �r� .ar�" k+ x i'a`"r�u '�:„-x"�;a "f-�"�,.✓Lixt•,�+� =r wq; a'm�'"w i. ,��^w2' r��-t ut,,.: MW MS x "" ✓��4 x .` 11 s I lun.by cer* 1haR dw,N.pofno b a true and corned ccP1r of an ardw wdI on the nnnums of said ftaard of.SYp•fwhm on life do►e aforesaid. cc: Mrs. J. Crittendon Wdr1 my hand and tie Sed of the Beard of Contra Costa County sup—iso' Sanitation District No. l'Offix•d "At- dar of Ortahwe . 19 ZZ Public Works Director County Administrator J. R. OLSSON, Clwk Public Information Officer rl o.prh clwk Ronda Amdahl H-24 31M ism 00519 Board of Supervisors September 21, 1977 Page 4 !here are related policy issues that have direct bearing on ongoing contract payment problems, such as the increasing numbers and complexity of contract and grant requests that are being processed by the HRA Contracts and Grants Unit and the possible modification of the bureau- cratic procedures related to contract implementation. However, 1 have chosen to limit my recommendations to practical streamlined contract procedures within the existing HRA Contracts and Grants framework. Hopefully, the mental health contract payment crisis situations can be averted with these recommendations. The problem is ever-changing and will no doubt require continual attention and development of standard contract documents and variations of their usage. I therefore recommend that your Board receive this report at your meeting of September 27, that you approve the recommendations made in this report and authorize the Director, Human Resources Agency, to implement these revised procedures as soon as details can be worked out with the County Counsel. CLVH:dg cc: County Administrator's Office County Counsel it H. Larson Charles Pollack, M.D. L. G. Pascalli Jerry flava ry Jerry Nichols -r w s - , ♦,4 X t: 3 00518 Board of Supervisors September 21, 1977 Page 3 Besides providing time in which final County mental health budgets are set and approved by the State, the six-month extension period would allow time for resolution of policy issues and completion of complex budget and service plan formats so that the final novation contracts could be presented to the Board for approval during the six-month extension period. As an example of how this system would work, I will relate it to the mental health contracts, which expired June 30, 1977, but have been extended for three months and will be recommended for extension for another three months. During the second extension period, October 1, 1977 to December 31, 1977, novation contracts for the period July 1, 1977 to June 30, 1978 can be completed and approved. If they contain the Special Conditions I have just described, no further contract action should be required by the Board (except for termination, amend- ment, etc.) until one year from now when contracts are prepared for the period July 1, 1978 to June 30, 1979. The frantic extension actions that occur on or about June 30 each year should largely be averted. The Board should understand that this automatic contract extension beyond the term of the County's approved Short-Doyle or alcohol program will be at the County's risk in the event continued State funding cannot be obtained. However, all such extensions can be cancelled if funding proves unavailable. 2. "Contract Renewal" Form. The second recommended solution would apply to contracts that are basically ongoing and paid for with County funds, such as the Medical Services contracts. The affected contracts do not have a heavy overlay of State and/or Federal requirements that dictate frequent contract revision. The Contracts and Grants Unit has drafted a simple one page "Contract Renewal" form that is subject to County Counsel recommendations and final approval. This form could be put into use very soon, but would probably not have significant impact on ongoing contract preparation and payment problems until the end of the present fiscal year. The Contracts and Grants Unit would use this renewal form when the existing contract format did not require format modification, but required renewal for the new fiscal year. This contract renewal form can modify the payment limit, rate, number of units of service, or change the legal authority. 00517 Board of Supervisors September 21, 1977 Page 2 Recommendations To arrive at recommendations for a longe-range solution to Human Resource Agency contract payment problems, the HRA Contracts and Grants Unit has met and conferred with the representatives of the office of the County Counsel who routinely act as legal counsel for HRA and are especially familiar with HRA contract-related matters. Also, the Contracts and Grants Unit has solicited information and solutions from appropriate agency staff (Mental Health in particular) to deal with ongoing contract payment problems. I an recomeading two solutions, the first would apply to mental health contract procedures; the second would apply to ongoing County-funded contracts. 1. Standard Contract and Automatic Extension. The Contracts and Grants Unit proposes to use existing standard purchase of service formats to write contracts for mental health contracts, and other contracts as indicated, that are effective for a fiscal year, but with significant differences. A ataadard page of Special Conditions will be drafted by the Contracts and Grants Unit and approved by County Counsel. When attached and part of a contract, the Special Conditions will: a* Provide for an autocratic six-swath extension of the contract at the end of the fiscal year, unless sooner terminated. During the extension period, service and rate would remain the same as for the prior contract period, that is, prior to June 30. This automatic extension would provide ongoing payments to contractors without a new contract document or Board action. b. Provide for a novation contract to be completed after the final Short-Doyle and/or alcohol budgets are set in October, but no later than December 31. The novation contract would be effective for the fiscal year, that is, July 1 through the following June 30, and would, in effect, supersede or replace the automatic six-month contract extension. The novation contract could provide the service plan and budget formats for the entire fiscal year and would realistically reflect County expectations for service and the actual dollar amount budgeted with Short-Doyle and County funds for that service for the entire fiscal year. subject to possible amendment at a later date. e. Specify the time period to be included for a final cost report and settlement and any required audits. This provision would allow contract fiscal matters that relate to the expired fiscal year to be resolved even though the contract has been extended for six months. 00516 Human Resources- Ag CY en Date September 21, 1477 CONTRA COSTA COUNTY To Board of Supervisors From C. L. Van Barter, irector - RECEIVED oit:c, Subj REPORT (W CORT = PAYMBht PROBLEM t� �� 1977 -• susrt�ve�t, Background Information C2 T E. On July 19, 1977 your Board approved interim three-month extensions for 18 existing contracts for County mental health contractors. At the same time, your Board directed me to report to the Board by September 27, 1977 regarding recommendations for a long-range solution to ongoing contract tams and payment problems. The mental health contracts, including contracts for alcohol, drug and other mental health services, have frequently required special, "last- minute" Board action to effect interim extensions and payments for contractors. the problem of providing for ongoing contract documents has been especially visible for this group of contractors because of the sizable number of contracts involved. Also, the mental health eoatractors have generally been handled as a group, the timing being tied into the Short-Doyle budget and State reporting requirements. But the problem of insuring ongoing payments to contractors is not unique for this group of contracts. Many Human Resource Agency contractors are nonprofit, community-based corporations that do not have the financial resources necessary to operate without regular coetract payments. The correct method of preparing mental health contracts, or indeed any purchase of service contract handled by the Human Resources Agency, would be to negotiate, prepare and obtain fully-approved contract documents prior to the effective date of the contract. With the mental health contracts this is virtually an unattainable goal because the Short-Doyle and alcohol program budgets are approved by the Board and the State considerably after the start of the County's _ fiscal year. To further complicate the contract process, program and fiscal reporting requirements, applicable regulations, and budget and service plan formats have been subject to frequent and complex revision. As an example, the alcohol contracts are currently being redrafted for FY 1976-77: the new 1976-77 alcohol service contracts, with revised service plans and budget formats, will include augmentation payments made in the month of June and will replace'contracts approved by the Board approximately one year ago. 00515 M cmfitmed with board order In the Board of Supervisors of Contra Costo County, State of California October 4 .19 77 In the M xsfbr of Contract Payment Problems. The Hoard having received a September 21, 1977 memorandum from Mr. C. L. Van 1<<.arter, Director, Human Resources Agency, setting forth recommendations for a long-range solution to contract payment problems related to mental health contracts and ongoing county—funded contracts, and recommending that he be authorized to implement revised procedures to correct the problems insofar as possible; IT IS BY THE BOARD ORDERED that receipt of the aforesaid memorandum is ACKSOWLEDCED and that the recommendations are REFERRED to the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) and the County Administrator. PASSED by the Board on October 4, 1977• � Y M, I hereby osttify that the farrpoi�p is o true and corred copy of an order entered on the minutes of said Board of saperrbm an the dote aforesaid. cc: Director, HRA Wim my hand and the Sed of the Board of Finance Committee- Supervisors County Administrator affixed this 4th day_ October 19� l J. R. OLSSON, Clerk by _ Deputy Clerk obbie G4itierrez H-24 W"'ISM 00514 In the Board of Supervisors of Contra Costa County, State of Califomia October 4 _1977 Is 16 Moller Of Status Report on Contra Costa County Detention Facility Project. Mr. J. M. Halford, Chief Deputy Public Works Director, appeared this day and introduced speakers who would present a progress report on the Contra Costa County Detention Facility Project. Mr. John Kibre, project architect, and Mr. Michael Shellenbarger, project designer, presented photographic slides depicting various aspects of the planned facility, and noted that the floor area of the building was reduced approximately 5,000 feet (mainly in mechanical and storage areas) to reduce construction costs and that the firm has been exploring every possible way to make the building fit in with the co==iity and less "jail-like" in appearance. Mr. Frank Anderson, Construction Manager, Turner Construction Company, reported on the construction currently underway and the future bidding process. Mr. Thomas Finley, project manager, Public Works Department, advised that the project is proceeding on schedule within the budget and that, barring material shortages and bad weather, July 1979 is still the projected move-in date. Supervisor N. C. Fanden urged that every effort be made to keep the building exterior as aesthetically pleasing as possible for the sake of Martinez residents. Mr. Arthur G. Will, County Administrator, commended the staff and architects for their sensitivity to the community's con ceras, and noted that due to innovative construction methods the project can be completed in the same time that had been projected for the discarded jail plans. Chairman W. N. Boggess thanked the participants for an informative presentation. MATTER OF RECORD ONLY a matter of record 1 hereby certify that tfn foregoing is a true and corral copy of/noprtlt entered on the minutes of said Board of Supnrisors an the date oforewid. M/rtness my hand and the Seal of the Board of Sup.rAsors cc: County Administrator affixed th44th day of October 1977 /, J. R. OLSSON, Clerk By G�} `1 &,c-� Deputy Clerk Vera Nelson 00513 H-24,rrr,Ser r Board of Supervisors -2- September 29, 1977 IV. Employees of the Assessor's Office who appear before the Assessment Board should be given specialized training at county time and expense- The Assessor welcomes this. recommendation. Previous experi- ence with specialists in Assessment Appeals Board matters corroborates the need for implementation of this recommendation. Legislation at the state level and interpretation and application of that legislation by the board has created an equalization program and process calling for expertise not usually required of assessment staff appraisers. If the Assessor is to properly discharge one of his chief responsibilities, that of preparing an equalized assessment roll, it will be necessary that he be represented before the appeals board by a well-schooled witness who can properly respond to arguments purporting to refute valuation opinions expressed in the assessment roll. Very truly yours, E. F. WANAKA County Assessor EFW:ni r� No r k - •YZna h c W " a - y� 008Z County Assessor Contra 2 n E34 Cour! Street Costa Tax Erwnptiora s n•22�2 T:artier_,Ca:iio-nia 94553 Property Valuation j415) 372-;257 minty M-2265 E.F.Winaka J Ridweone of" As`s4°` RECEIVED 4dtS""` R.O.Seaton Assistant Assessor ���� i 0 T 3 1977 _ : c Ci_� CU"- of wft1v:s0s5 G7- September. 29, 1977 �Qf�S' iA Honorable Board of Supervisors Administration Building Martinez, CA 945S3 Gentlemen: There were four'recommendations in the final report of the 1976-77 Grand Jury which referred to the office of the County Assessor. Following is the Assessor's response to each of the recommenda- tions, pursuant to the provisions of Section 933, Penal Code: I. Increase the appraisal staff to prevent further work overload. The Assessor agrees with this recommendation and has taken steps in fiscal 1977-78 to implement it. These steps have received the cooperation of the Board of Supervisors as well as assistance from staff members in the offices of the County Administrator and the Director of Personnel. II. Encourage members to become members of professional appraisal organizations. It has been and will continue to be the Assessor's policy to encourage technical and professional staff members to become members of professional organizations. To that end, the Assessor has obtained approval from the Board of Supervisors to defray a part of the cost of staff memberships in the International Association of Assessing Officers and approves participation in activities of the Society of Governmental Appraisers, Society of Auditor-Appraisers, and the Appraisal Institute by appraisal staff members. III. Continue to upgrade qualified personnel by attending seminars whenever available. The Assessor agrees with this recommendation and intends to continue supporting the upgrading efforts of qualified staff members by approving appropriate requests for time to, attend seminars and reimbursement of expenses incurred. �. 7f�- — 00511 Tax ��/� In the Board of Supervisors of Contra Costa County, State of California October 4 .19,Z In due hld tsr of _ Comments on the 1976-1977 Grand Jury Report. The Board having received a September 29, 1977 memorandum from lir. B. F. Yanaka, County Assessor, commenting on the recommendations of the 1976-1977 Contra Costa County Grand Jury as they pertain to the department of the Assessor; IT IS BY THE BOARD ORD3tr"'D that receipt of said comments is ACKNOWLEDGED; IT IS FURTHER ORDERED that, pursuant to Section 933(c) of the California Penal Code, a copy of the aforesaid comments be forwarded to the Presiding Judge of the Superior Court who impaneled the 1976-1977 Grand Jury and that a copy be filed with the County Clerk. PASSED by the Board on October 4, 1977. x Y 1 F I hwabp atrtify tiwt tht forsgabo is a true and cammt copy of on order wiim d on the mk"m of said Board of Supwri an on"daft afansoid. cc: Presiding Judge for Witness my hand and t6 Seal of Ow Board of Fiscal Year 1976-1977 SuPOr'9 0's c/o Jury Commissioner affixed this 4th day of October 1977 County Counsel County Administrator County Clerk 4. J. R. OLSSON, Clerk County Assessor By ,ic�t E + Do" Clerk Sandra L, Hie son 0051V H-24 3/7615m In the Board of Supervisors of Contra .Costa County, State of Caiifomia October 4 _19 77 In die Matter of - Comments da the Repoxt of the 1976-1977 Grand Jury. The Board an September 13, 1977 having fixed this time to consider the comments of the County Administrator prepared for Board response to the report of the 1976-1977 Contra Costa Grand Jury; and Mr. C. A. Ha=-ond, Chief Assistant County Administrator, having briefly reviewed said corarents and Board members having discussed them and individual members having expressed various points of vier on specific items; and The Board having concluded that the responses of the County Administrator are generally satisfactory, IT IS ORDERED that the comments of the County Administrator are ACCEPTED and ADOPTED as those of the Board. i P= by the Board on October 4, 1977. r 1 hereby cm*fy flat dm foregoing Is o true and correct copy of on order entered on the rsinutaa of said Board of S Vwviwn on the date oforwsokL Witness my hand and the Sea)of the Board of cc: Contra Costa County Grand Jury Supe.wom County Administrator affixed rhoe+-h day of19 77 J. R. OLSSON, Clerk By, 9�./`7t . Deputy Clerk Jamie L. Johnson 00509 H•21 5J76 15M 50 CAUFOr A STREET,SUITE • • C •• , C RE 1919•SAN FRANC 'O, CALIFORNIA 94111 PHONE:14151 398-2300 1 (� DATE August 3. 1977 1 Tp ! Ruth Eocksoa HOW& Insurance SUBJECT 11alaa lentis" of 0sksn'd 100 Pias St. LDR 5407360 Sao Francisco, Ca. 94111 We haM just received a reltrat f M Coats& Coat& County in zefereace to the certificate of insuraeee which we issued in our office uadsr the above policy in reference to Csocge Miller Jr. Rill ?op Canter. Please anted per the follculag. i 1. 30 'ray notice of cancellation 2. Additional insured andocasasot for Contra Costa County, its officers and a�ployaes- 44, Iwe would appreciate am mm+odeent per the foregoing. If I eau issue 1! the aodarae.snc haze in the offfca, plaase advise. ! ✓ t 1!ael. SECOND BEQUEST. 9-1-77 - Linda SIGNEM N,ryt. _ ,oywr�atart+s[sw[ro� .ur•te►owcorr�+ewwc gar alar,•r tt.t♦....0 mrr to•mntttf. :"'Nc1 w� ♦'w` F^ � ,� SFA% !' •> k ♦ t, r T • �\rte _:• _ �` 005M tnr.►q w..GllCO - - N[W YORK LOS♦-.-1LCi LONDON _ /'a iTDM[T GAUL[AOOw[aa:JONTON JOHNSON A 1�ON ��fr I!INVH.%NCK 11HUKymrb {.•r �p `/ Ll 1: �i1r �.7 � �+tPL01/cMt)i/L�KYi•T.E�LAIy COr»I:LTA."'!M .� ( aq CSL/'VY�IA.TNY.CT ' �1AN 1'RA�Cl..CO Mlll - _ ,ual erw•awww SEP 13j ' Septaaber U. I97T Mr. Bob Baba Contra Costa County . Public Works Department " 6th Floor Adminstrition Building *" Martinez, Ca. 94553 � k Be: George Miller Jr. Hill Top center Therapeutic Pool Hales Testlab of Oakland Dear Mr. Baba, Hales Testlab has indicated that you are requesting amendments in reference to our previous certificate of insurance which we r sent you on July 22, 1977. Please find enclosed copies of two memos sent Home Insurance in respect to yo ur request. We should be forwarding you an amending endorsement in the very near future. Sincerely, JOHNSON be AN=, 1K. / w ^a n Linda Post Comarcial Accounts M�yd l P " Encl. r r z cc: Was Testlab Rome: Insurance t� MW :If; .f ATE OF INSURANCE \` ' 'TrPE FULL NAME Of INSURING CO"PARIV) r SEP 2 G 1977 PUBLIC WORKS DEPARTMENT THIS CERTIFICATE OF INSURANCE NEITHER is to Certify,that policies in the name of AFFIRMATIVELY NOR NEGATIVELY AMENDS- ' NAMED Testlab of Oakland, Bales TestLb EXTENDS OR ALTERS THE COVERAGE AFFORD SUREO of San Jose and S.D.D. Corporation BY ANY POLICY DESCRIBED HEREIN. and ADDRESS 646 Hegettberger Road tc> Oakland, California 94621 are in force at the date hereof,as follows: k • - pucy LINUTS OF LIABILITY KIND OF INSURANCE POLWV NUMBER PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S WC 9491103 @16-1-77,78 Proric*dbv Workmen's COMPENSATION Esp CanrocMa�on=State of NIL COMPREHENSIVE IM 8407360 Eff-5-23-77/ S t1ZO S 000 Each occurrence GENERAL LIABILITY E,p 5-23-80 - S s00 :�� Ere renes S CSL Ayyrey,tr K�ANUFACTURERS'ANO ETI, S S ,000 Each occurrence CONTRACTORS-LIABILITY Eat►- S .000 Each nceuneece IS ,000 Aggregate OtS-.LANOLORDY Eff. S S -000 Eaeh occurrence S ONTS'LIABILITY Eats. S ,000 Each occurrent S ,000 Aggregate CONTRACTUAL £@. S S ,o00 Each occurrence LIASi LITY E&W S 000 Each occurrence S ,000 Aggregate ALIT01610BILE LIABILITY Cl:Owned AutornobaesEIf' S-23-77/7 S •.000 Each cwson S ,000 Eacn occurrence U Hu (,� 9381758 ed Automobites r"- S S00 ,000 Each ocewrenee Ca Non-Owned Autormik 477 L$L CSL COMPREHENSIVE AUTO- Eff. S ,000 Each poson S ,000 Each occurrence 4+0111LE LIABILITY Ea0. S -000 Each occurrenim OTHER. Elf. EAM Additional i=red: Contra Costa County, its officers and employees but only as respect the following job: George Miller, Jr. Hill Top Center 30 days prior of such I;1 the event of cancellation of said policies or a reduction in the limits of liability,the company vr,Il endeavor to give written notice to the party to w1iom this certificate is issued, CERTIFICATE ISSUED TO: 1 / rContra Costa County NA"E Public Works Departmur 9-19-77/lp ..NpA O AIJTMOrIItED wE trTn rive r+�Ess 6th Floor Adminstxatioln Bldg. Martinez, Ca. 94553 1 P I I 00`_ _ ry HALES TESTING LABORATORIES r k PART Vt. MISCELLANEOUS TESTS 1. Conductivity Test on Conductive floating -4 Hour Minimum ............... ............. S 3000/Hour 2, Pachometer.Locating of Steel with Instrument-4 Hour minimum ............... 30.00/Hour 3. Schmidt Hammer Test of Concrete-4 Hour Minimum........................ 30.00/Hour 4. Proof Load Testing of Anchors: a) Man with Equipment,each.......................................- 30.00. 30.00/Hour b) Additional Technicians,each ........................................ 24.00/Hour c) Equipment for special conditions.cost+15% S. Test of Roofing Tile a) Flexure Test....................................................... 10.00 each' b) Absorption Test .................................................... 1000 each; •Unit dhup is based on a scrim of fim=its Per tec rat than fin wJb add 30%to oak t w*L 6. Tests of Asbestos Cement Pipe a) Crushing Strength Test...............................................20.00 each b) Alkalinity Test .....................................................30.00 each c) Uncomb"-teed Calcium Hydroxide (Keasby-Mattison)........................35.00 each 7. Gypsum or Foamed Concrete Inspection of Placement and Sampling-4 Hour Minimum ......See Technical Service Rates Compression Tests ...................................................6.00 each 8. Fireproofing of Structural Steel Inspection of Placement and Sampling-4 Hour Minimum ......See Technical Service Rates Density Tests (per set of 3) ........................................... 17.50 each 9. Cement Content of Hardened Concrete ................................. 175.00/Sample 10. Moh's Hardness Test.................................................. On Quotation SUPPLIES 1. Cylinder Carriers,per pair ............................................. S 15.00/Pair 2. Kelly Ball Penetrator (for slump test) .......................................50.00 each 3. Slump Cone ...........................................................20.00each 4. Tamping Rod ...........................................................3.00 each S. Slump Cone and Tamping Rod.........................................23.00 Complete 6. Concrete Scoops........................................................ 10.00 each 7. Wire Mesh Cages (6"x 12") for Shoterete (Gunite) speeimems....................4.00 each 8. Cylinder Molds.6"x 12",Single Use,with Lids.Metal .......................... .75 each 9. Cylinder Molds.2"x 4"and 3"x 6" ....................................... .50 each 10. Cylinder Molds.3"x 6" (4 unit styrofaarnw/cover) -----------------------------2.00 each -to- 00505 t n HALES TESTING LABORATORIES 4 nYr' r ¢} r PART V. SOILS TESTING • BASE NURSE MATERIALS MOISTURE-DENSITY DETERMINATIONS - Compaction Characteristic Maximum Density - Optimum Moisture Determination Each Material Type 1. ASTM D698 - AASHO T99: ..............................................S 50.00 2. ASTM D1557 - AASHO T180: ..............................................65.00 3. Test Method California 2160 (Calif.Impact), Part 11 Five(5)Layers, Four(4)Points-Standard Method ..........................75.00 4. Control of Compacted Fill ...................................See Technical Service Rates 5. Moisture-Density Checkpoint for Identification of Material...........................25.00 BASE COURSE MATERIALS: 6. "R"Value by Test Method California 301 B,inc.Kneading Compactor,Hveem Stabilometer,Exudation Pressure.Expansion Pressure, per set of 3 specimens ..........S 75,00 7. Sand Equivalent (average of three trials) .........................................30.00 8. Abrasion Resistance - Los Angeles Rattler, 100&500 Revs. (Calif.211) ..............70.00 9. Soundness Test,Magnesium or Sodium Sulfate,5 Cycles,per sieve size......... 25.00/Fraction 10. Sieve Analysis of Pit Run Material to 2%"max.size,inc.Wash ....................50.00 each 11. Durability Factor (aggregate Base Matel.) (Calif.229-E).........................80.00 each 12. California Bearing Ratio (U.S.Corps of Engr.Procedures) Cohesive Soil ................................................. 425.00/Sample GranularSoil ................................................. 200.00 J Sample 13. California Bearing Ratio at 955 max_density ............................ 425.00 J Sample CONSISTENCY LIMITS 14. Liquid Limit and Plasticity Index -ASTM 0423,D424 ..........................S 50.00 15. Hydrometer Analysis (does not include sieve analysis) ..........................50.00 each 16. Shrinkage Limit, ASTM D427 ............................................25.00 each 17. Shrinkage Ratio, ASTM D427 ............................................25.00 each 18. Volumetric Change, ASTM D427..........................................25.00 each 19. Lineal Shrinkage. ASTM D427............................................25.00 each 20. Specific Gravity (approximate) ASTM D427.................................50.00 each 21. Preparation for Plasticity Index when found Non-Plastic ......................... 10.00 each LIME OR CEMENT TREATED BASE: 22. Lime or Cement Content C388-D ...................................... S 30.00/Point 23. Compression Tests a Mo and set of 3 ............ ldtng c+rrrng spoameas .................. 28.00 Hour b) Testing ........................................_..................8.00 each 00504 HALES TESTING LABORATORIES PART IV. ASPHALT • ASPHALTIC CONCRETE • MINERAL. AGGREGATES: PHYSICAL-MECHANICAL TESTS LIQUID AND PAVING ASPHALT 1. Flash Point .. ..... ............................ASTM D 13l 0 or D92--e---S 25.00 each 2. Saybolt Viscosity ..... ....................................... D88........30.00 each 3. DistMation to 680D F. .......................................D40........40.00 each 4. Residue to 680°F..Per Cent .....................:....,.-....... D402.......55.00 each S. Penetration................................................. D5 --------2250 each 6. Solubility .......................................... D2042 or D4 --------20.00 each 7. %Water ................................................... D95---..... 12.50 each 8. Softening Point ............................................. D36........25.00 each 9. Specific Gravity ............................................. D70 ....... 25.00 each 10. Oliensis Spot Test............................................ D1370..... 75.00 each 11. Ductility................................................... D113 ...... 90.00 each 12. Loss on Heating ............................................. D1754----- 20.00 each ASPHALTIC CONCRETE AND ROOFING 13. Film Stripping ...........................................Cal.302......S 40.00 each 14. Centrifuge Kerosene Equivalent Inc. &Factor .................... 303........ 65.00 each 15. Stabrlometer Value of Bituminous Paving Mixtures,including Sample Preparation .......................................... 304..... 35.001 Point 16. Stabilometer Value of Premixed Sample .......................... 304...... 22-501 Point 17. Swett of Bituminous Mixtures . ................................. 305........ 20.00 each 18. Cohesiometer Value in Conjunction with Stabilometer Test ........... 306........ 27.50 each 19. Bitumen Content of Paving Mixtures .............. ..........................40.00 each 20. Gradation on Extracted Sample including Wash ................I...............30.00 each 21. Inspection of Batching and/or Placing of Asphaltic Concrete .........See Technical Service Rates 22. Marshall Test. Cored Sample ..............................................45.00 each 23. Marshall Test, Remoulded Sample (includes moulding set of 3).................. 90.00/Set 24. Complete Design of Wearing Surface by Marshall Method (15 Samples per U.S.Corps of Engineers for Airport Pavement) .................. On Request 25. Roofing: Ply Count and Asphalt by Difference ..................... D2829....35.00/Hour 26. Moisture Vapor Susceptibility including Stabilometer and Moisture Content......... 90.00 each 27. Specific Gravity of Compacted Sample ..................................... 12.50 each 28. Nuclear Probe Field Density Testing (4 hour minimum) ....................... 29.001 Hour AGGREGATES FOR ASPHALT CONCRETE 29. Sieve Analyte of Aggregates. per..bin sample. ..............................S 12.00 each 30. Material Finer than No. 200 Sieve (By Wash) ..... ...... ..... ASTM C117....... 12.50 each 31. Sieve Analysis,including Wash Referee Test,Pit Run............ CAL 202........50.00 each 32. a) Resistance(R)Value (3 points)............................. 301..... .. 75.00 each b) For each additional point on same sample ............................... 20.00 each 33. Sand Equivalent .......... ................................... 217........ 30.00 each 34. Wet Shot Rattier Test........................................ .210........ 60.00 each 35. Los Angelus Rattler Test (Lou after 100&500 Rev.)................ 211.........60.00 euh 00503 HALES TESTING LABORATORIES PART UI, STRUCTURAL STEEL • REINFORCING STEEL • WELDED STEEL NON-FERROUS METALS: PHYSICAL-MECHANICAL TESTS OTHER PHYSICAL4WECHANICAL TESTS: 18. Cold Bend Test,W't x 1"w specimen.....................................S 750 each 19. Tensile Test,Yield Point,Elong.,R.of A.,to I Sq.Inch CromSection Area ...... 12.00 each 20. Tensile Test,Yield Strength @%offset (0.505",0.357",0.252'Diam.specimens).... 15.00 each 21. Stress-Strain diagram with report,additional charge......:.....:............... 15.00 each 22. Tensile Test,Cast Iron Type"B"Specimen,0.750"diam........................ 9.00 each 23. Tensile Test,Cast Iron Type"C"Specimen, 1250"diem........................ 11.00 each 24. Transverse Test,Cast Iron,as per ASTM .................................... 15.00 25. Tensile A Compression Tests,0.505"diam_,at elev,temp.to I800°F. .......... On Quotation 26. Tension Testing using Strain age adaptation and analyses on structural member of component parts .................................................. On Quotation 27. Compression Test on Metallic Material.................................... On Quotation 28. Rockwell Hardness Test (3 readings) (plus preparation)........................ 6.00 29. Brinell Hardness Test (per point).......................................... 6.00 30. Brinell Hardness Test in Field (4 hour minimum) ............................ 30.00/Hour 31. Preece Test,ASTM A239 (6 Dip) ......................................... 18.00 each 32. Weight of coating in zinc coated article,ASTM A90 ............................ 18.00 each 33. CHARPY or IZOD IMPACT TESTS (Min.of 3 specimens) (absorbed energy only) a) Room Temperature ...............................................S 5.00 each b) To Minus 100°F. .................................................. 9.00 each c) To Minus 320'F. .................................................. 15.00 each NOTE: idenueanew and tep«tme of---'czra.m e-5030 per Heasatemeat mad+aI -- ors of sbw-S1A0 pet ssvdmn 34. TESTING MACHINE TIME (One man and equipment)* a) Universal Testing Machine.60.000 lb.capacity ........................ S 30.00/Hour b) Universal Testing Machine,2(0,000 ib.capacity ......................... 50.00/Hour c) Universal Testing Machine,300.000 Ib.capacity ......................... 50.00/Hour d) Low Strength Testing Machine. 5-500 Kg ranges ........................ 50.00/Hour •S=00 pes boat addonal mean 35. CALIBRATION TEST OF HYDRAULIC RAMS AND DYNAMOMETERS a) Universal Testing Machine and 2 Technicians .......................... S 78.00/Hour b) Tabulation of Data.Plot Cum.Report ...... .......................... 35.00/Hour 36. CALIBRATION OF PRESSURE GAGE,DEADWEIGHT,min.charge ............ 25.00 each 37. UNCOATED 7 WIRE STRAND for PRESTRESSED CONCRETE. 14"to�'-diameter,as per AMI A-416 a) Breaking Strength only.. ......... ..................................S 35.00 each b) Ywld Strength.Breaking Strength and Stress Strain Curve .................. 60.00 each Nom. 3) Specimo pm antim at sascbimir�t an setts Dort b) Spaimt omens mad--',is woem p far tuft at exam oast c) wN be quoiad upon mg-t ' _7. . 4 ii HALES TESTING LABORATORIES PART 111, STRUCTURAL STEEL REINFORCING STEEL • WELDED STEEL NON-FERROUS METALS: PHVSICAL-MECHANICAL TESTS REINFORCING STEEL: 1. Tensile and Cold Bend Tests: a) Size No.2 through No.8 ................................................S 16.00 b) Size No.9 through No. 1 I (lib"Square) .................... 18.00 e) Size 14 (Tensile only) (plus Machining) ....................................... 20.00 d) Size 1S (Tensile only) (plusMadtinbW ................................... 25.00 Deformation Test through Size No. 1 I .................................... On Quotation Sampling or Tagging Reinforcing Steel ..........................See Technical Service Rates WELDER QUALIFICATION: 2. Tension Test,Reduced Section: a) Specimens w/cross-sectional area to 1"Sq.lndusive ......................S 10.00 each b) Specimens w/cross-sectional area over 1"Sq. ............................. 15.00 each 3. Side Bend Test ..... .. ................................................. 6.00 each 4. Guided Bend Test,Root or Face .............................. ... .... 6.00 each 5. Free Bend Test including percent Ductility ........... ...................... On Quotation 6. Nick Break Test .... .... .... ........ ................................. On Quotation 7. Transverse or Longitudinal Fillet Weld Shearing Test ........................ ....... .30.00 8. Light Gage Welder Qualification Test ..................................... On Quotation 9. Witnessing Welding Test or Processing Reports....................See Technical Service Rates 10. Radiographic Examination of Procedure,or Operator Qualification Tests ......... On Quotation STRUCTURAL STEEL: 11. Tensile and Cold Bend Tests to 1"Plate Thickness Inclusive ................... S 18.00/Set 12. Tensile and Cold Bend Tests,Specimens over 1"Thickness .................... On Quotation 13. Flattening Test (Pipe) . .. ..................... ............. ........ 6.00 each 14. Tensile and Flattening Test (Pipe) ......................................... 18.00/Set HIGH STRENGTH BOLTS: 15. Bolts: (to 1-1/8"diameter inclusive): a) Proof Load Test . ... .. ............................................S 12.00 each b) Ultimate Lord Test ................................................ 8.00 each c) Hardness (Rockwell) Test,average of 3 readings ....................... 6.00/Sample 16. Nuts: a) Proof Load Test .. ................................................. 10.00 each b) hardness (Rockwell) Teat.average of 3 readings .. 6.00/Sample 17. washers: a) Hardness (Rockwell) Tess,ave w of 3 seadinp ....................... 6.00/Sample b) Depth of Carburization deterrai-tion .................................. 25.00 each 00501 n HALES TESTING LABORATORIES PART Il,PHYSICAL-MECHANICAL TESTING CONCRETE • AGGREGATES • CEMENT • MASONRY MATERIALS CORING CONCRETE.MASONRY OR ASPHALT: 33. Equipment and Operators('_).......................................... S Saoo/Hour 34. Bit Charges: a) 2 inch core x 4 inch length or less ................................... 17.50/Core b) 4 inch core x 8 inch length or less .................................... 30.00/Core c) 6 inch core x 12 inch length or less .................................:. 35.00/Core d) 8 inch core x 16 inch length or less ................................... 50.00/Core 35. a) Compression Tests on Core Specimens,2".4".6"diameter ................. 9.00 each b) Compression Tat on 8"diameter Core Specimen ......................... 20.00 each 36. Shear Tests on Core (Masonry) ......................................... On Quotation tiorE ftgwi+a Ead Comsma of Coaaae Can Spurn=of=wmaw at esaa axL CONCRETE MASONRY UNITS: 37. Compression,ASTM C 140 (8"x 8"or 8"x 4"x 16"units) ...................S 10.00 each* 38. Absorption and moisture,ASTM C140 ..................................... 10.00 each* 39. Tensile strength,Calif.Masonry Assoc. ..................................... 40.00 each* 40. Linear Shrinkage (Rapid Method) C.M.A. ASTM C341 ....................... 20.00 each* 41. Linear Shrinkage,ASTM C426 (Modified British Method)...................... 35.00 earh* *Unit dssW is based on coadttcsus ASTM setas of dues naw per test,felt thm these adet add 30%to unit dtatpe BRICK- 42. Absorption,with saturation coefficient,ASTM C-67 .........................S 1750 each* 43. Compression.ASTM C-67 ............................................... 10.00 each* 44. Modulus of Rupture,ASTM C-67 ......................................... 10.00 each* •Unit dwV a based on ooadocast AMV stirs of dww dila pee tea,Im thm date vWfa add 3M to unit dbam COMPRESSION TESTS: 45. Mortar cylinders (2"x 4") .............................................S 6.00 each 46. Grout prism .......................................................... 8.00 each 47. Mortar or Grout 2"cubes................................................ 6.00 each 48. Cure and Hold Specimens of Mortar and Grout .............................. Same as Test 49. Compression Tats of Grouted Masonry Prisms ............................... 35.00 each NoTE: feepuaum or Ctaetsd Alssaw f+Ristes Gt socia s W at exta asst 00500 HALES TESTING LABORATORIES PART Il,N4YSiCAL-MECHANICAL TESTING CONCRETE • AGGREGATES • CEMENT • MASONRY MATERIALS CONCRETE AGGREGATES: 1. Tests of Aggregates for Mix Design.Per Sample(including items 2-6) .............S 5000 each 2. Sieve Analysis: Coarsea=egate -------------------------------------- 15.00 each 3. Sieve Analysis: Fine mates,including Wash ............. ...............25.00 each 4. Specific Gravity only,ASIA! C 127, 128,SSD,fine or coarse ..................... 12.00 each 5. Absorption,Fine or Coarse Aggregate.ASTM C127. 128 . ..... ................ I2.00 each 6. Unit Weight(Aggregate)ASTM C29 . ..... ............................... .. 12.00 each 7. Organic Impurities in Sands for Concrete.ASTM C40....... .. ................... 15.00 each 8. Sodium or Magnesium Sulphate Soundness.ASTM C88,min 5 cycles .......... 25.001 fraction 9. Los Angeles Rattler Test,500 Revs.,ASTM C 131 ..............................60.00 each 10. Wet Shot Rattler Test (Method No.Calif. 210C). ..............................60.00 each 11. Measuring Mortar Making Properties of Fine Aggregate,ASTM C87 ............... 120.00 each 12 Cleanness Value (Method No.Calif. 227E) (Course Aggregate Only) ...............35.00 each 13. Sand Equivalent Test (Method No.Calif.217H) . .......... ....................30.00 each 14. Durability Factor,Concrete Aggregates (Calif_229-E) (per Fraction)' .............45.00 each 15. Flat and Elongated Particles in Coarse Aggregate (Corps of Engm).............. ..35.00 each 16. Potential Reactivity of Aggtegates (Chem.Method) ASTM C289 ................ 125.00 each `Does pot iadude maple pzep=wtwe of men aa*ria CEMENT: 17. Cement Sampling and Storage by"Grab Sample"Method,per Title 21 .........S 9.00/sample 18. Physical-Chemical Tests on Portland Cement .......... ....................... On Request CONCRETE: 19. Concrete Mix Design or Review of Submitted Mix Design ......................S 45.00 each 20. Laboratory Trial Batches,per Trial Batch ............ ....................... 140.00 each 21. Compression Test,6"x 12"Cylinders,as per ASTM C39 .............. ...........6.00 each 22. Cylinder Molds,6"x 12"Metal,with lids................................... .75 each 23. Unit Weight using 6"Concrete Cylinder... ................................ ...7.00 each 24. Concrete Cylinders,Processed and Cured.but not Tested .........................6.00 each 25. Compression Test Gunite Cylinders,6" x 12" ..... .............................9.00 each 26. Ware Mesh Cages.6"x 12",for making Gunite Specimens,each ....................4.00 each 27. Gunite Cylindets,Processed and Cured,but not Tested ........ ...................9.00 each 28. Flexural Strength of Concrete,6"x 6"x 24"Specimen,ASTM C78 ............... 18.00 each 29. Volume Change of Concrete (Drying Shrinkage Test as specified by ASTM Designation C157 or State of Calif.Test Method No.Calif. 530(does NOT include Trial Batch) . .. .... .......... ..... ... ............ .. ............. 100.00/set 30. Creep of Concrete in Compression,ASTM C512 . .. . ... .................... . On Quotation 31, Static Young's Modulus of Elasticity in Compression of 6"x 12"Clyndrical Specimens.ASTM C469 - --.*... ...................................... ....75.00 each 32. Splitting Tensile Test .................................................. ... 10.00 each 4- 00499 c u HALES TESTING LABORATORIES PART 1.INSPECTION AND TECHNICAL SERVICES BASIS OF CHARGES: 1. Inspection and Technical Services including travel time bom portal to portal we charged at hourly base rates. 2. Premium Charges are added to base rates for overtime,Sunday and Holiday work,swing and grave- yard shin 3. Minimum hourly charges are as follows: a) Inspector's Services under 4 hours ........................................ 4 hours b) Inspectors Services over 4 hours .......................................... 8 hours c) Show-up Time ......... .............................................. 2 hours d) Sampling and Tagging Materials,minimum.................................. 2 hours e) Pick-up of Samples.minimum ........................................... I hour 4. Expenses are charged as follows: a) Subsistence(as per union contract) .................................... Cost+ 15% b) Mileage: No chugs for mileage under 50 miles round trip Mileage in excess of 50 miles ........................................... 20¢Mile c) Rental of Equipment,Outside Services and Consultants,Transportation Fares for Public Carriers,Parting Chars when not provided by Client,Telephone Charges, Tolls.etc. ..... . ................ . ...... ......................... Cost+ 15% d) Freight Charges for Sample Delivery (Minimum billing: S2.00) .............. Cost+ 15% 5. Minimum Chargzs for services when billed separately............................ S 12.50 BASE RATES: ~ 1. Inspectors Services(includes Supervision) a) Review of SpedGeuiow and Phar b) Ommieation of WCA Au*=Dcub e) Job Meemes.Coafertn=z.Tehpbomo Calk dJ Review and Foriom.ap of RepmU t) hcW Checks.-dodwe Field fops RAZES PER HOUR......... S 24.001 Hour 2. Laboratory Technician.including Supervision ............................. S 2$.00/Hour 3. Ultrasonic Testing including Supervision .................................. S 28.00/Hour 4. Radiographic,Magnatlux and other Nondestructive Testing ................... On Request S. Staff Engiaoei s Services.............................................. S 35.00/Hour 6. Staff Consultant or Principal Engineer ... ................................ S 45.00/Hour PRIMUM CHARGES — Add to Bax Rate. I. Overtime ... ..... .. . .... ...... ............................... Add S 7.00/Hour 2. Sundays and Holidays . . . ....................................... Add S 14.00/Hour 3. Swing and Graveyard Shifts ...................................... Add S 4.50/ Hour 4. Nuclear Probe for Field Density Tests .............................. Add S 5.00/ Hour -2. 0040L TESTING LABOnATONII~S f.: 1C Zvi 'R TR.K' PNt N-x 1i sZz Why " d M ,w $ 6 5 '"�� r 6 k N' ABA >n- - '� s R'n ` .',+ ss r swoont ak F .T e s _ 3 Amwkwo ., ,.g5,s9R r tI A 5a s ge Am,Ownsm-AWWA KAY4 S y_ h ty ! S4 �Y 00497 IIAITS TESTING LABC ►1- )RIF_S a�`s �� z �-'�� sr4�.�M����:, cC��u a �"" '�'�a�rwd3� 'r,^ a a+'( f �u,r¢•4 �'r ,� 4a`"rR+ry�a"»w�� '��"3k t S �dr���''h'�'I',e�' z."aH„�°. +"' ✓ � y ”,r�++�17 ffi''b"�� '"`S S.�F+.+� ��h'S, y qA{r �� r«w�{( s 7 "�..7z � '.}� h � x C � � M 3H } K } ry- i c APPENDIX A Service shall consist of the Consultant providing such tests and inspections as may be directed by the Public Agency in connection with the construction of the George Hiller, Jr- Hilltop Center Thera- peutic Pool. Services will be provided up to the limit shown in Sec. 1(e). y e , s � P 4 "uW 4 d 00496 (a) Pubi=- A,:enzy: ,)nrre Cnct., County (b) Consultant's Name 4 Address: hales Testing Laboratories, 646 He:erb_raer zoac, Oakland California (c) Effective Date: August 9, 1977 _ e t er . z top en er nerapeu �c Poo (d) Project Nasse, N+�..ar &Jocatior: M"rgMi 11 r Orivro_Richmnnd_ California (e) Payment Limit: $1,500. maximum (4050-4704) 2. S tures. a siepaturres attest the parties' agreement hereto: OUNSUL AN''T By ut've Vice President [De e-,c z off:c, curry :.n usz,sesal State of Calif a ) ss Contra Costa County ) ACT'? '=-StIr (CC §1190.1) The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation or partnership named above executed t t pursuant to its by-laws or a resolution of its Board�of Dii�ctF� i ibc.•L 1. PUBLIC AGENCY [SEAL G�d2GE F.OUZCiN caT:.gY vuauc cwwpwiw $y: Vernon L. Cline COU. at Di w�1,E0w Public Works Director 's"E,, n.e tt.t;3o By: W Z Date: //Z/ /7 z � Notary Public 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof. 6. Insu.^ance. Consultant shall, at no cost to Public Agency, obtain and maintain durin,2; vie term hereof: (a) Workers' Cocpersation Insurance pursuant to state law, and (b) - Coaprehe.'ssive Liability Insurance, including coverage for owned and nor-owned automobiles, with a min—rn combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 7. yaent. Public Agency shah pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional cocpensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Sec. 1(e) without prior written approval of tna Contra Costa County Public Works Director. Consultant's statement of cbarges shall be submitted at convenient intervals. Payment will be Trade within. thirty (30) days after receipt of each statement. 8. Termination. At its option, Public Agency may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination, Consultant agrees to turn over to Public Agency everything pertaining to the work: possessed by him or under his control at that time, and will be paid, without duplication, all amounts due or thereafter becoming due on account of services rendered to the date of termination. 1 9. status. The C,7zultant is'an independent contractor, and is not to be considered an c-ployeeoo `Public Agency. 10. Lndemnification. The Consultant shall defend, save, and hold harmless Public Agency and its officers and employees f2rom arty and all Ilahility for any injury or damages arising from or connected with the services provided hereunder by Consultant or any person under its control. Attachrrients Appendix A Appendix B Form approved by County Counsel 00495 6/77 Mkmfi!rn--d wish board order in the Board of Supervisors of Contra Costa County, Stats of Colifomia October 4 .19 77 In the Mater of Approving Consulting Services Agreement for Construction Material Testing. (4050-4709) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with Hales Testing Laboratories, Oakland, for construction material testing for the thera- peutic pool at the George Miller Jr. Memorial Center - Hest, 2801 Robert H. Miller Drive, Richmond. The Agreement is effective August 9, 1977 and provides for payment in the amount of $1,500, which amount shall not be exceeded without further written authorization by the Public Works Director. PASSED by the Board on October 4, 1977. �G. 14, e 0 �* ; s v 3 `lfi Xlri'. u I harms► cwdlf that tha,forepoino hs a true and coned copy of an order veered an the "'kepks of told n., of Superwuore on the dale afafela-' Originator: P. H. Dept. wanere my hand and the Sed of the Board of Bldgs and Grnds sup—i— affixed this 4th day of October . 19 77 cc: Public Works Dept. Agenda Clerk Architectural Division a J. R. OLSSON, Clerk County Auditor-Controller By th j&,.J C,--4 /vl% . Do"Cs rh J. Dye Helen C. Marshall County Administrator P. Burton Consultant 00494 H•23 i17(1Sm In the Board of Supervisors of Contra Costa Countyr State of California ocfober 4 0.14 In the Matter of Use of Stipend for Sub-Committee meetings of the Human Services Advisory Commission. The Board having received a request from the human Services Advisory Commission through the Office of the Director, Human Resources Agency, for consideration to extend the $10 per meeting stipend to cover expenses incurred by members in attending sub-committee meetings as well as full Commission meetings; On the recommendation of the County Administrator and the Director, Human Resources Agency, IT IS BY THE BOARD ORDERED that the aforesaid request is HEREBY APPROVED and payment of the $10 stipend to members of the Human Services Advisory Commission is extended to cover expenses in attending sub-committee meetings as well as full Commission meetings, but in no instance shall the maximum payment to each commissioner exceed $50 per month pursuant to the Board's Order of May 10, 1977. PASSED BY THE BOARD ON October 4, 1977. a TM 11 pc r V 1 r f x R .� I hereby certify that the,6- a is a true and aorrao copy of an order entered on the mimics of said Board of Supervisar3 on the date aforesaid. Widnem my hard and the seal of the Board of Orig. Human Resources Agency Supervisors Members-HSAC Warrington Stokes affixed4th day of n rnhA 19 L County Administrator County Auditor ! ,t. R. pLSSON, Clerk pyll' CL/�trsr� Do"Clerlt 3 Cra; 00493 hasm W.11azasel ism ism; "Oro -00A nc� Fh.i �J:�:SS 4E ♦�ti'rt Harman Insurance Service COMPANIES Afil)Rt)IPIG COVERAGES P. O. Box 23123 coMe,wT A Pleasant Hill, Calif. LE mit PS Hartford Ing. Qroup `or R- a Stuyvesant Insurance Co. NAME AND A:DC SS O �NS:7RED Dennis and Curtis AIA LITTER -� 1250 Pine Street D Walnut Creek, Calif. 94596 CRY E This Ts to certity that policies of insurance listed below hart been issued to the insured named above and are in force at this time. CEPOLICY 0Thousandsl l LETTER TYPEOFASURMU FOLCKNIAE>PNAVIONDATE EACH AGGPC GATE OCCURRENCE GEIEM weratnr BooLrwTuar s 500M $ 5001+ F. A ®co.wRE rt mw 57 SHP 520239 9/23/78 ❑PREMTsis—oPEwreftd FOOPEM011UGt S loom S loom El EXPLOSION AND COLLAM ►IATARD - ❑u UNDE.RGAOUM 6"EAM 7nRT� OETHAIR" ta00iLYNA1AYAN0 I�'. ^❑CONTRACTUAL aAsTwANCE PROPEErIY DAMAGE S S 11B OAD FORM E PTNPERTY COMBINtD ❑iNDEPENT NOECONTRAC't1E6 .. 'r ❑PERSONK •IATRY � � S AUTOMOt3U ltAt34tTY Y WAAW Auuto Iusmance for (EA�C"PtI1250h) s�500M A ®cOUPw,.Ewig"" Cha W. Dennis 40CLYNAM S ❑O*1*D 57 EP 383137* �O0°' E' tPOPERtrpAMAGE s �� ❑huRED SOOMY UNJURY AND r- A l�NONl?JYAED 57 SNP 520239 9/23/78 PROPEft"D"AGE S 500.1 BONED � _ ExCM'1LUUUL TY ' BODILY*WRY AND ❑UM9REUA FORM PROPERTY DAMAGE S S ❑OTNERTMANUYBRIELLA COMBINED FORA WORMERS*COMPENSATION STATUTORY A am WE 801501 8/15/78 EMPLOYERS'UASIt ITY S 100,000•���_ [,r.A: OTHER B Architects and Engineers (Professional Lability APL 319602 9/19/78 $250,000. 0tSCR.PT,JN 07 OPERA T*AM1LOCA',0kSVi,4ICUS Architectural Planning - State of California Cancellation: Should any of the above desr_ritlerf policies be cancelled before the expiration date thereof,the issuing com- [ piny will endeavor to mail l days wntltn notice to the below named certificate holder,but failure to L mail Such notiGe-Shall impose no obGgatioe or liability of any kind upon the company. 1AAMEAADAD0F&3S0FcE1"CATt*0LMA oArt e6uto 11/14/77 Pk County of Contra Costa - Martinez, California 94553 Att- Mr. Gordon Mintun L AUNOWLED BEPRESENrAtIVE Building Divis>bn n(,4�� Microfilmed with board order V 7 76 I•CAf THE HARTFORD r Named Insured and Address This endorsanhant forms a part of policy No_ 57 SHP 520239 Deniz and Curtis Aix issued by THE HARTFORD INSURANCE GROUP company desig- 1250 Pins St"et rated thweW4 and tabes affect as of the effeetwe date of said policy unless another etf ctiw/.�daate/isieat s stated her . l walnut Czeeke Calif. 94596Effective date.._........9 2+I +.• EHechwe hour is the same as stated in the Declarations of the Policy. It iS here" Md=StMd and agreed that the C=Ekty of CMtra Casts* its Officers and SMPUW W, ars addita+osal insands is rempfaet to Gamszal i�—�'_t t1► and M6ft AMld hnhos. f r . # All � � 4d a^ -r r .� �"`-a ,x t 'Si-� , ' rt - h Notting herein contained shall be held fa nwhry.wba.atter.or emwd nay d tlhe 4rensr corhditioths.ag�srrheats or dedaratorls of the policy, other than as herein staled. This endorseirnent the not ttebindlrtRetr s 1 Vadlltysuthorizedagentofthecamparty- provided that it this endorsement lakes effect*sal the etfeclithe datafof fly poliglaad.at ee faid polity,YAW. a part thereot.counteisignature on the declarations page of said policy by a duly aid wilfted aplat 4 fat compsey shay eonlifti l e twGd aountersillnatwe of this endorsement. C4untittsignod by... � ... c-zzao.t• Pns,c.a in U.s A. e•74 fAiaofilm.x, with board ardor UuLiffe INSURANC9 SgRVICC— P.O- E?ox23123 Complete Insurance Seryl70 D.4 [),.,Vol Suite 6 Ssy(► (i? Pleasant Hill. Calif. 94523 1/14/77 Te,eAwe:682-5400 Mr. Gordon Mintun Building Division NOV 17 1977 County of Contra Costa lJ Martinez, Calif. 9455+OBUC WORKS DEPARTME"'41 Dear Mr. Mintun: Re: Dennis and Curtis AIA Enclosed please find our revised Certificate of Insurance for the captioned insured showing the correct policy number for the Multi Peril Package policy and Mr. Dennis's own coverage for his personal auto. 0 [; ►1 ({R O Sincerely, NOV 1158 1977 Harman Ins. Service � Encl./e j ftax 1"=OffAR11 T cc: Dennis and Curtis &Varoftwd with board ordx f t w, K v � {`'art£` , y-s >"'^' , ✓- a 00490 INI Y Am Wil ` Z rNAU( ANO ADDkESS OF AGENCY . Haran Insurance Service COMMA NES AFi0RD114 COVERAGES P. O. Box 23123 COMPANY A Hartford Insurance Group Pleasant Hill, Calif. 94523 LErTER COMPANY Q LE RER i� AND AJDRt$$ OF INSURE? COUPAMV Charles W. Dennis 1455 Los VecinosCOWD Wdlnut Creek, Calif. 945% Ep' � ELEi,EA This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY TYPE OF 1gl CY MJY�! FAY Of l LEITER EXPTRATTON DATE DCCEA�RGICE AGGREGATE GENERAL UABLI Y BODILY WJim f f • ❑CONP1WHVgSrd FORM ❑PREMISES-OPERATIONS PROPERTY DAMAGE f S ❑EXPLOSION AND COLLAPSE - NA2wRD ❑UNDERGPDUMD HUMID PRODUCTSOCO1104JTEG OPERATIONS IMZuv DOCILYNUURVAND ` ❑CONTRACTUAL NSLI LMI PROPER!Y DAMAGE f s BROAD FORM PROPERTY COYYMED * DAMAGE E ❑1'')tNOMMOENT CONTRACTORS L__7 r3,,,,...L L LWV 'Aaviw me Pmducwteff~ f OIN•Ae011111"AnI& -a ,rY,vy..1••u,vr. LOMPRErowullE FORM BOOILYNLIURY f '� A Owtan 57 8P 383137 1/31/78 IEACMOECtlIIftIIENCE) ❑HtRLD moomy DAMAGE i �'•�N�NdIINm BODR.Y YrJtJRY ANO sS O OM •' u PROPEarY DAMAGE cOAmNFo EXCESS UASKITY - [- BODILY Y'IJLam ❑UMBRELLA FORM PROAERrYf f ❑OTHERTItMLAM 11A FOiTM WORKERS'COMPENSATION STATUand EMPLOYERS'LUUMLrrY OTHER Dt5.:RPT13N J' LW[RAT PONVLOCAt1971 Lincoln Contintantal M# IY82AS09578 Includes $50. deductible Comprebensive, $200. deductible Collision. x Additional insured: County of Contra Costa, Martinez, Calif. 94553 r. Cancellation_ Should any of the above described policies be cancelied before the expiration date tnereof,the issuing Com- 1� piny will endeavor to mail _3Q.days wntten notice to the below named certificate holder, but failure to YG'x mail such notice shall Impose no obligation or liability of any kind upon the company. NAME AND ADOIESS OF CERT ELATE HOL DER 1//�� County of Contra Costa DATE ISSUED Martinez, Calit. 94553 Att: Mjr. Gordon Mintun T Building Division AUrHOR1(ED REPRESINTATIVE Microfilmed with board or X0489 Tl76 RECEIVE') SEP 1 6 1977 PROFESSIONAL COVERAGE MANAGERS, INC. 2M 116 John Street, New York, New York 10038 Cable:PROCOVMAN (212)34¢8020 September 14, 1977 Mr. R.I. Harman Harman Insurance Service } P.O. Box 23125 .Pleasant Hill, Calif. 94523 D-nnis and Curtis, A.Z.A. RE: Architects' & Engineers' Professional Liability SUBMISSION DATE: 8/22/77 In response to your submission in caption, we are pleased to offer the following quotation(s): Annual Limit Deductible Premium $250,000. $ 5,000. . +3,923, These quotations include coverage for the following item(s) checked: [j retroactive Cuverage []Contractual Coverage [] Boundary surveys U Ground Testing and/or [J-Bridges ❑ Tunnels [f Surveys of Sub-surface Conditions ❑Dams U Fairs & Exhibitions Other- Due to the absence of prior continuous professional liability insurance we will not be able to provide retroactive coverage (prior acts) . Since we are not providing prior acts coverage, the current Joint Venture would be excluded. Coverage would be issued on our standard policy form with the pollution and contamination exclusion_ A net check will be required with a firm order and your commission i s: 796. V2rial y truly yours, �fi� � o004,11%r3esr I s t ARCHITECTURAL AGREEMMT L EXHIBIT Cli%=E RATES A. 1. 'Tien by Classification of Personnel: Principal Architect2S 7.50 per hour t Project Architect 2JI times payroll j Job Captain 231 times payroll i Senior Draftsman 2Jj times payroll {{ Junior Draftsman 231 times payroll i Clerical 2 times payroll Ma no case shall the 2� times payroll exceed the Principal's hourly rate. i 2. Consultants; - Architect's consultants' time shall be paid at Architect's cost which shall be computed by applying, the applicable above rates to consultants' personnel. Detailed statements of consultants' bills shall be submitted as part of Architect's F bill for services. _._ 3. Transportation: M1 Cost to Architect for transportation will be considered as f Included in the above charges and no extra payment will be trade therefore. Expenses for essential trips to areas outside the say Area will be reimbursed by the County only when the County has issued prior written approval therefore. u °• S i 1 00487 IN WITNESS WHEREOF, the County and the Architect have caused their names to be subscribed hereto by their duly auth- orized representatives on the date appearing on the first page of this Agreement. CONTRA COSTA COUNTY ARCHITECT PUBLIC WORKS DIRE OR By �� By Vernon L. =ne Name and Title ' Public Works Director dba Q$�- oL " RECOMMMED FOR APPROVAL: G. WILL, CNIMY R R. M. Ry8 , Depu is o Director L z s , w 4� `2a 00486 Form Approved by County Counsel Article XI Supplemental Conditions G C S f Y •5 '%„k� t d t 4 / ] ,5e is it < s 5X 4k -# 471 a+t,s r .r •, ♦r ,,.iy Rol 61, a ti a r 4 " ' � s f i 4" 00485 Article R Termination of this ASreemeat This Agreement shall automatically terminate one year from the recorded date of filing of the Notice of Completion. Architectural services required after that termination date, insofar as they relate to guarantees and varranteas of the project, shall be compensated as provided under ,Article V, Par.D., Extra Services, and shall be performed only upon written instructions by the County. L44gc y } x } � •, ^� T3 r;','a� � n w t_ "Nix r'� "5.J4 :°r$ y'ss•r'�' s r , hy` � 00484 Article U Cancellation of Astreemmt or Susnension of project A. The County or the Architect may cancel or suspend work under this Agreement upon written notice to the other party, for any reason whatever. The Architect shall immediately cease all cork under this. Agreement in the event of cancellation or suspension. B. In the event of cancellation of this Agreement or suspension of work by either the County or the Architect, the Architect shall receive ' compensation as follows: 1. For approved items of service under Article III, compensation shall be in the amount outlined under Article V. for the item of service fully performed by the Architect. , 2. For itesa of service on which a proceed order has beer. issued by :.he County but which have not fully completed and approved, the architect shall be compensated for the service in an amount proportionate to the amount of work actually accomplished. 3. In no event shall the total compensation paid under the immediately preceding paragraphs exceed the total of the payments specified in Article V. for the respective items of service to be furnished by the Architect. C. Upon cancellation of this Agreement or suspension of work by either the County or the Architect, all rights of the parties shall terminate except as to payments d.= the Architect under this Article. D. Upon cancellation of this Agreesient or suspension of work by either the County or the Architect, the Architect shall furnish to the Courcy all documents and drawings prepared under this Agreement, whether complete or incomplete, including all reference mate-I-] romtded by the County as specified is article VIII. -�T At Arti.lc V171I Doti=s of Countti A. The otter-all ad=inist-ation of the project, iccluding the general ad-inistration of th.- constre:ctioa Contract, will be eceo_?lashed by the Building projects Division of the County Public Works Depart- ment, for and on behalf of the County. ' Be The following will be accomplished by the County: 1. -Obtain and deliver to the Architect all necessary site information, i.e., topographic surveys and related infor=tion, soils studies and sail testing of whatever kind, etc. 2. The County will review all sketches, drawings, specifications, proposals, contracts, and other documentspresentedto it by LM Architact and will act promptly thereon, notifying the Architect of any and all dxisions thereon. 3. The Courty will act promptly in all matters requiring its attention so as not to unreasonably delay the work of the.Architect In the erection and construction of the project. • M i. provide one or more project inspectors who will conduct the day to day construction inspection. 5. provide all necessary construction testing services. 6. Notify the Architect in writing of apparent deficiencies in materials and %mrk=anship during the guarantee period. 7. pay all fees required by any division or department of the State Of California for filing and checking of any item of service prepared by Architect. 8. provide 24"x36" tracing paper for working drawings as required by the Architect. 9. Couaty shall not assign, sub-let or transfe.- this AZreement or any part thereof without the written consent of the Architect. 10. County will prepare ail Change Qrders. ll. D=-4ng the coast^.:coon Erase the cc=cy will coatact Architect prior to making significant changes to contract, documeats acd Architect's response, if received, will be duly cgasiM County. -z6- Article VII Duties of Architect (Cont.) D. The Architect shall not assign.. sublet or transfer his interest or any part thereof in the agreement or any moneys due or to become due hereunder without the written consent of the County. - �, t *.: f5 yN Jt ry Np �4„.s 'krtai lakfi.,, 7Y f } AX In -'1 Y . Y �` .. � n���Ftp`�, ry �` 3 ; r �'d ,,���` ,�s.'.�,rpk>• cf�.w � v'u YC n S r Y A- � �yM d u 00481 :ie VII Duties of Architect (cont'd)' C. Every employer of labor performing or providing the services to be performed or provided under this Agreea*nt shall carry and pay for such workmen's compensation insurance as is necessary to fully indemnify himself and to protect his employees under the Workmen's Compensation Insurance and Safety Act of the State of California and to relieve the County from all responsibility thereunder in connection with the per- formance of the Agreement, and, upon the execution of the Agreement, shall file with the County, for approval as to adequacy, a certificate or certificates that such insurance is in effect: The Architect shall provide a certificate of insurance for errors and omissions or malpractice satisfactory to the County in an amount not less than $100,000 which shall be sent to the County within ten days after the order to proceed is given. A policy containing a deductible clause of not more than $5,000 is permissible. In addition to the above, the Architect shall obtain and maintain during the term hereof, 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 $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 occurence. Said policies shall name the public agency its officers and employees as additional insureds and shall require 30 (thirty) days written notice of policy lapse or cancellation. 00480 -14- Article VII Duties of Architect A. If the lowest bona fide bid received by the County for the project exceeds one-huadred ten percent (1102)-of the revised final- cost estimate, and if the County so requests, the Architect shall revise the plans and specifications without additional cost to the County so as -to bring the cost of the project within the revised final cost estimate. In the event the Architect is requested to make said revisions, he shall furnish without cost to the County the revised plans and specifications In the number required by the County for rebidding. This provision vill be enforceable only if the County advertises for bids within ninety (90) days after final approval of the completed construction documents. S. Architect sb&U employ all civil, mechanical, electrical and structural eaginaers and other consultants as-necessary to prepare any item of service listed in Article M. Said consultants shall be licensed by the State of California to perform their special services. All drawings prepared by consultants and included in the contract documents • shah bear the appropriate stamp and signature of the appropriate con- sultant. She structural consultant shall be a registered structural eugiaesr. �. Each consultant being considered shall receive a copy of this Agreement and shall aclmavledse to the Architect in writing, with carbon copy to the CwzLty, that he has read and understands tLe Agreement and, furthermore, that he agrees to assist the Architect with all the services and duties mentioned herein as they apply to the specialties for which he is as a consultant. • A11 consultants retained by the Architect shall be approved in writing by the County. O 7 J -13- -tick .7I FA)MIMS GaD3 'ES .4G-R=- A. It is agreed that payments to the Project Architect shat] be made as follows: ' Payment Number Basis of Payment Total Fee Due 1. Approval of Schematic Drawings 11% 2. Board Approval of Preliminary Plans and Specifications 18% 3. 50% Cocpletioa of corking Drawings . 24% 4. Board Approval of Corking Drawings and Specifications 24% 5. Receipt of Construction Bids 14 6. Cocpletion of 20 of Construction 3% T. Coup' tion of TO of Construction 8. 35 Days atter "Notice of Completion" is Recorded 2% Total • 100 % 1. Extra Services: Payment for extra services shall be made at the rate set forth in Article V, Para. D , on a monthly basis, upon submission of a statecient of itemized cost therefor. No extra payment will be made to the Architect for expenses incurred for items of work for which prior written authorization has not been issued. 2. Printing Costs: The County may require additional plans and specifications and will pay only the direct printing costs of same. 004'0 article ti A'rchitect's Fee (Cont'd) D. Extra services shall not be rendered by the Architect under this Agreement unless they are first authorized in vriting by the County. Rhe payment to Architect for extra services shall be at the rates set forth in "r']chibit A". E. The Architect's fee specified in Paragraph A, above, except as otherwise expressly provided in this Agreement, shall constitute full -_xpeasation to the Architect for the services under this Agreement. r r� r 5 �r - Ywe } 'r 1 ¢ � "a.M, { H Nr M NVI, ,+�a d,;» r sF4 n Ok IQ V. 7" w 4 h?.,tdt h � f x q Y Y 1! p OV V 7 rticle V. Architect's Fee A. 7be County agrees to pixy the Architect-for full performance of architectural services for the Construction Documents and Cocatruction Phases herein, a total fee of $21.014 based upon the approved cost estimate submitted at the con- pletion of the Design Development Passe. This estimate will be adjusted downward or upward to conform to the actual con- struction costs based upon one construction contract, together with the sun of aLl beneficial change orders to the contract, however, the total adjustment will not exceed a 10 percent 4—ree,ge over the approved estimate at the Design Develogeat phase even if the County elects to award the contract at a Y higher amount. In the event the C.:unty modifies The scope or the t4 table, after approval of the Design Development Phase, the approved estimate and the Architect's Pee based thereon will be adjusted appropriately as mutually agreeable. B. Errors and Omissions in the Contract docucrnts which are dis- covered before the project is put to bid shall be corrected by the Architect without cost to the County. Architectural services required to sake changes in construction, resulting from errors and omisaions in the Cont-act documents which are discovered after the contract is let sha11 be performed by the Architect without cost to the Couat7. C. The Architect shall reimburse the County for the cost of construction cork which is unnecessary and con-beneficial to the County, _which is the result of 'gross errata and/or xissions in the contract documents. 0970 �.rticle Br Extra Services by the Architect A. The following services, insofar as they cause the Architect extra expense, and if authorized by the county, will be paid for by the County.as provided in Article V, Par. D. I. Revisions and charas in plans requested by the County after approval of'Design Development Phase and final cost estimate. 2.-• 7n the event the county directs the Architect to prepare segregated -contracts, the extra service over and above that'which would be required vith non-segregated contracts will be paid for as an extra by the County. . 3. Preparatioa of change orders, unless they are for the purpose of correcting an error or omission, regardless of whether the correction is beneficial or non-beneficial to the project. . b. Supervision of repair of damage to the structure when so directed by the County. ' S. She selection by the Architect at the County's request of movable furniture, equipment, or articles which are not included in the construction contract. 6. /Arranging for the work to proceed should the Contractor default due to delinquency or insolvency. T. The preparation of measured drawings of existing structures as autborisad by the County. 8. providing and accommodating code and regulatory requirements of any applicable ;overning agency-which become newly effective after the date of advertisement for bids. tide.IT_ Basic Services of trch _ect --d) b. In the even. -..h s Aa--ee=ent is terminated by either party for actiy reason whatever, prior to completion, all. the original tracings and specifications and other pertinent documents shat be tura..-d over to the County and shall become the property of the Couat7. c. The Architect sha11 be.held harmless by the County for liabilities that: (1) Result directly from modification or changes of the documents by the County, and 2) Result directly from construction execution or practice when the Architect is not retained to provide the construction supervision. _ 0. Tia periods: It is understood and agreed that tine is of the essence in this Agreement and the Schematic Design Phase of the work shall start i=w diately. It is recognized that it is impractical to set up a time schedule for Schematic Design Phase and the Design Develop- mea: Phase because during these phases there is an inter-related exchange of intor ation between the County's various departments MA the Architect. After the Design Development Phase of the work has been accepted by the County, the Architect shall proceed with all due diligence to complete the Construction Document Phase. The Working Drawings and Specifications shall be ready for printing of the contract documents within ninety (90) calendar days of the date authorization is given to the Architect to proceed with the Working Drawings Fhase. Work on each item of service as specified in this Article scall proceed ster-viae upon written notification as provided by this Agree eat atd until such notification, Architect sisal not proceed with may subseque t� of service. -S- .t_tic=e _ Basic Ser7ices a or eaissicas in the contract doc=ntz, saan be paid for in accordance with Article V1, B., page 14. F. Documents and Draw+nss " 1. All contract docu=ents shall be prepared by the Architect except General Conditions, Bid Fors, Instructions to Bidders, and other standard County Ittss which will be pro-rided by the County to the Architect for inclu:sica vi',h the Specification Book. 2. Zbe following documents will be furnished the Pschitect: a. Up to 8 copies of dri ngs and s.eciifcatior..; of the Schematic Design for checking purposes. b. Up to 8 copies of drawings and outline specifications of the Design Developoent Ptase for checking gur.poses. Up to 4 copies of Architect's final cost estimate. c. Up to 8 copies of the working drawings and specifi- cations for fiaalcheck4-rg purposes. d. Upon final approval of the above-mentioned working drawings and specifications, the Project A-ch-ltect shall furnish the County originals of complete seta of plans and specifications. Zhu County reserves the right to request addit.oaal copies of plans and specifications as may be required, and only 'sie direct printing costs of wi:tc uii? be at additional l:cunty exce=e. 3. ka Built Tracings a. ' The County .+ill raise the "las-milt" corrections to the plans and specifications. Upon request the Architect shall deliver to the County the orifi aaL a b. Prepare and distribute all addenda to the contract documents. c. Answer questions and provide clarifications directed to the contract documents. d. Assist the County in reviewing the submitted bids and advise the County concerning acceptance or re- jection of bids. 2. Contract adsinist_ratioa will be provided by the County with the Architect assisting is the general administration as follows: a. Advise the County in writing as to the true latent of the contract documents when so requested by the County. b. Reviev arra epppr+o-re and transm*t to the Cauat t all shop drawings, subadttals, operating fastructions, equipment lists, =ainteaance manuals, etc. e. When requested by the Couaty, provide technical. direction. (Such requests will be kept to a minimum by the County.) d. She Architect and each consultant approved by the County shall make one visit to the site at the cem- pletion of the work under their disciFline or as in- vited by the County. a. fte Architect and/or his consultant, when invited by the County shall perform additional assistance to the coanty in-the ad:dafstration of the construction coa- tract over and ancve those services spelled out herein, and such "extra" services except when caused bx Sys -6- Bisic Services of a'r.hitect (Const) 5• Building elevations and sections as appropriate. 6. Final cost estimates. The County will closimly and thorougady review the final cost estimate submitted by the architect and the County may obtain independent cost estimates to assist in its ersluation. The final approved cost estimate will be agreeable to both parties. `D. Construction Documents Phase 1. Working Drawings and Specifications shall be prepared outlining, for bidding and construction purposes, the scope and details of the architectural, mechanical, electrical, structural, and general engineering work to be performed by the Contractor. 2. Complete the selection of all colors and finishes and submit a display board showing samples of same. 3. Unless directed otherwise by the County, the Working Drawings and Specifications shall be prepared so that ' the work will be executed under one contract. When so directed by the County, the Architect shall in- elude in the bid documents provisions to receive alter- nate bids and unit prices. 5. The Architect shall, as necessary, furnish or cause to be furnished to the County adequate description of heating, ventilating, or other things the configuration, location, fastenings, as well as methods for inspecting and servicing. E. Construction Phase 1. Siddia .k?rtcedure will be administered by the County,wita assistance frog the Architect,who will do the following: a. Handle all arrangements and distribution of the cort- tract documents. 004 Article III Basic Services of-A.chitect (Con't.) 6. Architect shall perform such duties as may be necessary and which are usually perforr_ed by an Architect and which are necessary for the successful completion of the project, even though not specifically called for herein. B. Schematic Des Phase shall be presented to the Board for its approval and shall consist of the following: 1. The County's basic requirements. 2. A aatster plan and when specifically requested by the County, provisions shall be included for future growth. 3. Studies indicating size, shape•, and relationship of all spaces involved in the project, including the basic mechanical and electrical systems to be utilized. a 4. - Exterior elevations and a section of the facility. S. An estimate of the construction cost based on square foot prices aid the Architect's judgment. C. Design Deve_ l�zt Phase shall be an outgrowth of detailed study of the considerations described in sub-heading B. above. It will be presented to the Board for its approval and shall consist of the following: 1. Two line floor plans fully dimensioned. 2. Calculations and outline specifications which clearly describe architectural character and materials. 3. Presentation of the structural system and all its essential features. 4. Presentation of the electrical and mechanical systems refined to clearly show their characteristics and the quality and control .of environment they will provide. Sdb=l t for County reviev.Naootacturer's cut sheets for all electrical and amebanscal items. 004'74 Article III Basic Services of Architect She Architect represents and shall reader the services and furnish the items described as follows: A. General 1. The architect holds current registration as an architect in the State of California and furthermore does by entering into this Agreement certify that he is professionally competent and able to provide the professional services outlined herein by reason of his personal knowledge and skill and that of his staff of consultants retained and paid by him. 2. The Architect and his staff of consultants shall be fully knowledgeable of and shall execute all work in full compliance with all applicable codes, laws and regulations. 3. The Architect shall assist in preparing all necessary studies, presentations and 'Txmironmeatal Impact Statements" as required- to obtain environmental clearance by the governmental agencies with jurisdiction over the project. 4. When the County desires to obtain aid from Federal, state or other governmental agencies, the Architect shall assist in preparing applications and shall furnish any information necessary-to meet the requirements of such agencies. When the project is to he constructed wholly or partially with Federal, state or other governmental agency funds, the Architect shall observe all requirements of said agencies. 5. At all• times throughout the varic= stages of the project the Architect agrees to attend meetings and conferences as the County deems necessary or as requested by the Counl00469 -3- Article it Desi as of the Project A. The project contemplated tatder this Agreement, and the general Location thereof, are described as follows- Design oll ws-Design and construction of a Kitchen/Dining Hall Facility at Sheriffs Rehabilitation Center, Harsh Creek Road, Clayton. 4 t c r _ 3 �. AU vrItten co�=L=W.. frcn the Cbnaty to the Projects Asthitect regudiM9 the dead= progress :for this project sbail be Zmr n as the "Project Scope- and are hereat' awe a part of Chia Agreacwt by reference. C. Tb* tentative cmwtsvction cost is hereby declared to be • r' . . dollars (S 607,533,00 - ` OM AG8Ef 21? FOR ARCHITECNP.AL SERV2CES Contra Costa County, California This Agreement is made on October 4. 1977 , by and*between the MUM OF COWM COSTA, a political subdivision of the State of California, hereinafter called "County", and Dennis & Curtis, 1250 Pine Street, Walnut Creek, CA 94596 (ram= and Address o£ Architect) _ hereinafter called "Architect", and the County and the Architect, for the considerations named herein, mutually agree as follows; Article I General Intent of Attreeeeat The County, acting through its Board of Supervisors, hereinafter called the "Board", intends to erect one or more buildings or to perform other related work as hereinafter more fully described. Professional architectural and/or engineering skills and services not available within the County organisation are essential for the proper and satisfactory execution of this project. For that reason the professional architect is hereby retained by the County. A clear understanding, at the outset, of the relationships and obligations between the County and the Architect is of the utmost importance. This Agreement form the basis of the professional relationship between the Canty and the Architect. V -1- A� FOB ARCIMTEC�'[1ftAL SERVICES Table of Contents 4 Me ARTICLE I General Intent 1 ARTICLE II Description of Project 2 ARTICLE III Basic Services of Architect A. General 3. _ B. Schematic Design Phase 4 C. Design Development Phase 4 D. Coastructicn Doc-=eats Phase .5 E. Construction Phase 5 F. Docc"ents and Drawings 7 G. Time Periods 8 ARTICLE 17 Extra Services by Architect 9, ARTICLE V Architect's Fee 10 ARTICLE VI Payments Under this agreement 12 ARTICLE FII Duties of architect 13 ARTICLE VIII Duties of County 16 ARTICLE IX Cancellation of Agreement or Suspension of Project 17 ARTICLE B Termination of this Agreement 18 . ARTICLE %I Supplemental Condition 19 EXMIT "A" Fee Schedule 21• APPENDIX y Mkrofilm d with bootd order 00465 In the Board of Supervisor of Contra Costa County, State of Califomia October 4 .14 77 In the Matter of Approving Agreement for Architectural Services for Sheriff's Rehabilitation Center, Clayton Area (RE: 4411-4061) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute an Agreement for Architectural Services with Dennis do Curtis, 1250 Pine Street, Walnut Creek for services needed to complete plans and specifications for the Kitchen/Dining Hall Facility. This Agreement provides for a maximum payment of $21,019, not to be exceeded without further written authorization by the Public Works Director. PASSED by the Board on October 4, 1977. 13 x T+ x � l x I hereby certify that the forepoirp is a true and correct copy of an Order erMeeed on the minutes Of said Board of Supervisors an the dose aforesaid. Originator: Public Works Department Widnes`"i'hand and the Semi of the Board of Bldgs. and Grounds supervisors affixed this 4th day of October 19 77 cc: Public works Department Agenda Clerk Building Projects p J. R. Of N, Cleric County Auditor-Controller BY /Gzta , Deputy Clerk County Administrator PO( P. Burton (Info) Architect H-24;/76 1S- 00465 In the Board of Supervisors of Contra Costa County, State of Califo nio October 4 ,19 77 In the Matter of - Approving Deferred Improvement , . Agreement for Land Use Permit 2053-7 Danville area. The Public Works Director is AUTBORI= to execute a Deferred Improvement Agreement with Diablo Partnership (A California Limited Partnersbip)permitting the deferment of construction of permanent improvements required as a condtion of approval for Land Use Permit 2053-77, Danville area. PASSED by the Board on October 4, 1977. -' k a+s'd`„i*i+f'"3'T ''mk'miur °ky . n e e .e ti2 A L p „ �.. •"�! ;,� „y. r # U t & rY I hereby certify that the fore9ch 9 b a true and correct copy of on order entered on the minutes of said Board of Supervisors an the dote aforesaid. Witness my hand and the Seal of the Board of Superrison Originating Department: PW (LD) ofs,ud this 4t'•ldoy of October 1977 cc: Recorder (via P.W.) Public Works Director J. R. OLSSON. Clerk Director of Planning 8 y Deputy Clerk . Diablo Partnersb1p 1910 Olympic Blvd. Sandra L. Ni son Suite 333 Walnut Creek, CA 94596 H•Ni/760. 00464 In the Board of Supervisors of Contra Costa County, State of California October 4 .19 77 In the Matter of Request of the opportunities Industrialization Center of Contra Costa County for Information on Federal Funding. The Board having received a letter from Mr. George Ealy, President, Opportunities Industrialization Center of Contra Costa County, Pittsburg, advising of said organization's intent to apply for a $20,000 planning grant and requesting information and application forms for that purpose; IT IS BY THE BOARD ORDERED that the aforesaid correspon- dence is REFERRED to the Director, Hw%an Resources Agency; PASSED by the Board on October 4, 1477. 51 y fiy a4 * rw t herwby cwdfy That dw,faepoiep is o tmm and coffee copy of on order entered*nth* minutes of said Board of SuperWi s as the date ofanwok. CC: "1r. G. Ealy Witness my hand and the Soul of the Board of Director, Hunan Resources SUP-Vi or' ?lgency affixed thissth day of nctnh,-, 19 77 County Administrator L - J. R. OLSSON. Clerk 8y� X n,0, . Deputy Cl.k Jamie L. Johnson 00463 H-a4 ins rsm In the Board of Supervisors of Contra Costa County, State of Califomia October 4 .1977 In the Aw"Or of _ Refunding portion of cash deposit for Minor Subdivision 13-76, Walnut Creek Area. The Board as February 15, 1977 eXecuted an agreement with H. Corbett Kroll, 01 Nephi Court, Lafayette, Ca 94549, Bch was accompanied by a cash deposit of S13,SCO (Building Inspection Department Receipt No. 135252, dated February 4, 1977) guaranteeing that the work would be performed; and The Director of Building Inspection having been requested to reduce the cash deposit being held for surety on K.S. 13-75, and having made a field inspection to determine the amount of work remaining to be done, recommends that he be AUTHORIZED to reduce the cash deposit of 313,E to $5,400 and refund the difference to H. Corbett Kroll; IT IS Br THS BOARD ORDESED that the recommendation of the Director of Buildine Inspection is APPROVED. PASSED by the Board an October 4, 1977. r a 4'i Ak f ze I hereby catnip Acd the 9, 9Alnp is a true and aorred copy of an order a 1 on the miewdes of add itoord of Superwbors an the date aforesaid. cc: H. Corbett Kroll Wkness-y hand and"Sed of fire Board of Supervisor Bu.1s ding Inapectian Dept. (2) aRuced "4th day of October 19 77 � �y 1 J. R. OISSON, Cleric ✓�• . fro"Clerk Janie L. Johnson H•24 5176 1%a 00462 -2- 3. ; Authorize the Medical Services Department to notify the State Department of Health and the Commissioner of Corporations of the County's intent to enroll Medicare beneficiaries in the HMD effective January 1, 1978, and authorize the Hedical Services Department to submit all necessary documents to these agencies. 4. Authorize the Medical Services Department to submit marketing plans and other necessary documents to the Social Security Administration for approval. S. Authorize the Medical Services Department, subject to appropriate approvals by the State Department of health, the Commissioner of Corporations, and the Social Security Administration, to enroll Medicare beneficiaries in the HMO subject to their payment of the appropriate premium as set forth above. Medicare beneficiaries who wish to enroll but who are unable to pay the entire premium are not to be enrolled at this time pending the outcome of current negotiations with the State and Federal Governments for coverage of these additional beneficiaries. 6. Direct the Auditor-Controller and the Medical Services Depart- ment to work together to develop the necessary trust fund, accounting procedures, and data processing systems to ensure that premiums received from the Social Security Administration and individual beneficiaries are segregated from other revenue, that charges made for services provided to these enrollees are accounted for and charged against revenue received and that ongoing reports on the status of the trust fund are available on an ongoing basis, and that the County has the capability of meeting all appropriate reporting requirements of the State and Federal governments. 7. The Human Resources Director be ordered to report back to this Board during the month of December on the status of discussions with the State and Federal governments and plans for implementation o, is program, including the proposed effective date. f jY r Rblbk5rt I. Schroder Eric H. Hasseltine Supervisor, District III Supervisor, District v i 00461 Microfilmed with board order i he Board of Supervisors Contra ���°�M Costa EA onKp C�,r of 1r4 Boa.a Admmistrltion Building Mn.Ger,1d11N Rus,dt BOK 911 Ch.d Clerk .Mx tin,.-,California 94553 County (415)172-2371 arn.,P.KNrry-RKJm% W .t Dame! Nancy C.Fabdon-M&fbr 1 _ ..n.1 V'st"C1 R o"d).Schroder-Lalayeft W"ton N.8099"M-Ca1KtOiA .'tk Enc!1.Ne,,.tlMe-P4L,prYp a !T D'Stm. t OCTOBER 4, 1977 REPORT OF FINANCE COMMITTEE ON EXPANSION OF MEDICARE HMO TO INCLUDE NON FEDI-CAL PATIENTS The Board of Supervisors on September 27, 1977 referred to our Committee a memorandum from the Human Resources Director dated September 21, 1977 which recommends that the Board take certain actions which would have the effect of expanding enrollment in the Medicare HMO to non Medi-Cal eligible beneficiaries. The Finance Committee--with Supervisor Hasseltine substituting for Supervisor Kenny--met with representatives from the County Administrator's Office, the Human Resources Director, and Medical Services staff on October 3 to review this matter. The Committee has reviewed the proposed program expansion and under- stands that the program--if approved--would begin approximately January 1, 1978. It is the intent of the recommendations made by the Human Resources Director that the premium paid by the Medicare beneficiary would cover the cost of all services not eligible for reimbursement under Medicare. The Social Security Administration would be reimbursing the County for Medicare eligible services. The premium the County would receive from Medicare is an estimated one which would be adjusted to actual cost after the fact. The Committee has taken note of the support provided for this program from the Council on Aging and various other citizens groups in the County. The Committee regrets that the County is unable to extend coverage to the !Medi-Cal "spend-down` recipient at this point but is hopeful that the program can be expanded to this group as soon as negotiations with the State Department of Health on the amount of their liability are concluded. The Finance Committee therefore recommends that the Board of Supervisors: 1. Approve the proposal made by the Human Resources Director to expand enrollment under the Medicare contract to include any Medicare recipient willing and able to pay the additional premium. 2. Set $46.50 as the premium to be charged to aged Medicare beneficiaries for coverage under the HMO contract. Set 584.49 and $77.99 respectively as the premiums to be charged to disabled and blind Medicare beneficiaries for coverage under the HMO contract. On ACO Wcrcfilmed with boom or -2- IT IS FURTHER ORDERED that the Director, Human Resources Agency, is to report back to the Board during the month of December, 1977 on the . status of discussions with the State and Federal governments concerning the expanded enrollment of non Medi-Cal eligible beneficiaries in the Medicare HFID, and to present to the Board plans for implementation of this program, including a proposed effective date. PASSED BY THE BOARD ON OCTOBER 4, 1977. CERTIFIED COPY I—ft tact this Y s fun.tree t eorreet cow of Oe original doeumeat which Is on file to m7 olnew and that It was paved&adopted by the Board of St�v Loa s of Contra Coats Countr. Callforata.oa e date ahowa.ATTEST. J. R. thOLSSON.Cmmtr 't CNrt&e:amtio Clerk of aatd Board of Superrteoes 4 DWG*Clerk. OCT 4 1977 an OrigS Human Resources Agency Medical Director State Dept. of Health PHP Administrator Contracts Administrator k Fiscal Officer County Administrator County Auditor-Controller �Y s,.k t 7�1 `n''3e k x`x a scz "tai W; w„"`F"isx t rr s r t $'a a 7 §rr FSM ? r IS Y * ,.-„hY:. 'xe"x' .y1 .,a, "t"; F ;x 00459 IN THE BOARD OF SUPERVISORS OF CONTRA CQSTA COUNTY, STATE OF CALIFORNIA a� In the!tatter of: ) Expansion of Medicare HNO )) to include non Medi-Cal ) patients. ) ) The Board on September 27, 1977 having referred to the Finance Committee (Supervisor Robert Schroder and Supervisor James Kenny) a memorandum from the Human Resources Agency Director dated September 21, 1977 recommending expanded enrollment in the Medicare Health Maintenance Organization (HMO) to include non Medi-Cal eligible beneficiaries; and The Finance Committee (Supervisor Robert Schroder and Supervisor Eric Hasseltine--substituting for Supervisor James Kenny) having met with the Director, Human Resources Agency, and staff from the County Administrator's Office and Medical Services Department on October 3, 1977 to review said recommendations; IT IS BY THE BOARD ORDERED that the report of the Finance Committee (Supervisors Schroder and Hasseltine--substituting for Supervisor Kenny) dated October 4, 1977 is HEREBY APPROVED, and the Director, Human Resources Agency. and the Medical Director are AUTHORIZED to implement its recommenda- tions SUBJECT TO APPROPRIATE APPROVAL by the State Department of Health, the Commissioner of Corporations, and the Social Security Administration: 1. The Medical Services Department is to notify the State Department of Health and the Commissioner of Corporations of the County's intent to enroll Medicare beneficiaries in .the HMO effective January 1, 1978; 2. The County Medical Services Department is to submit marketing plans and other necessary documents to the Social Security Administration for approval; 3. The County's Medicare HMO contract with the State is to be expanded to include enrollment of any Medicare recipient willing and able to pay the following established premium: a. $46.50 for aged Medicare beneficiaries, b. $84.49 and $77.99 respectively for disabled and blind Medicare beneficiaries. Medicare beneficiaries not able to pay the aforementioned premium rates are NOT to be enrolled at this time. 4. The Office of the Auditor-Controller is AUTHORIZED to develop the necessary trust fund, accounting procedures and data processing systems, in cooperation with the Medical Services Department. to ensure that premiums received from the Social Security Administration and individual beneficiaries are segregated from other revenue, and additionally have accountability to insure that charges made for services provided are charged against revenue received; that ongoing reports on the status of the trust fund are available, and that the County has the capability of meeting all appropriate reporting requirements of the State and Federal governments. 4- 00458 Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number O — 1 `+" Department: Social Service Subject: Staff Development and Training in "The Impact of Due Process Upon the Role of the Social Yorker: Presentation of Testimony" for Child Protective Services and Conservatorship Social Workers. 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: Camille LeGrand Capacity: Self-employed individual, Attorney at Lax Address: 109S Market Street Suite 407 San Francisco, California 94103 3. Term. The effective date of this Contract is October S. 1977 and it terminates October S, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 245.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Fora D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (z) hour; or FEE RATE: $3S per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of ; service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in The Impact of Due Process Upon the Role of the Social Worker: Presentation of Testimony for County select persons in the time. place, and canner regnf by County, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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, a - WrxJJZrZss.sr-XsmX"n 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XII of the U.S, Social Security Act, as amended (P.L. 96-647); 45 CFR $228.84. 11. Signatures. These signatures attest the parties' agreement heret CO X)F/,CSN STA CA�LI�EO IA CMMtACCO By j! C (GI G�`i% ogYsas Designee - Recommended by Department ( igoa official capacity) By0045 i Designee (Form approved by ounty Counsel) (A-4620 7/76) Nicrefilrna-d with board order In the Board of Supervisors of Contra Costa County, State of Colifomia s 1977 .19 In the Mauer of Contract #20-168 with Camille LeGrand. Attorney at L— IT IS BY THE BOARD ORDERED that its Chairman is ADT80RIZED to execute Contract #20-168 with Camille LeGrand. Attorney at Lav, for provision of a Staff Development and Training Session entitled "rhe Impact of Due Process Upon the Role of the Social Yorker: Presentation of Testimony" for Social Service Department staff, to be conducted on October 5. 1977, with a contract payment limit of $245. and under tetras and conditions as more particularly set forth in said contract. PASSED BY TRE BOARD on OCT 4 1977- t Y h i vgn F A 1 ! hereby awA fy On* the fonpoilg b a true and correct copy of an order entered on the mkwlss of said Board of Supwvbom on the date ofan"OkL Orig: Human Resources Agency Wdnen my hand and the Seal of the Board of Attu: Contracts A Crants Unit unSup+rvi—ffiQLF I 1977 cc: County Administrator axed this day ofOUT 19 County Auditor/Controller Social Service Department Contractor J. R. OLSSON, Clerk Deputy Clerk Ua"e M.Neat 00455 SD:sh ri-24 ens Ism r In the Board of Supervisors of Contra C to County, State of California October k .lqu In the Moller of Proposed County Participation In New Management Training Program concerned with Local Criminal Justice Problems. - The Board having received a September 15, 1977 letter from Mr. Barnard F. Hillenbrand, Executive Director, National Association of Counties, and Mr. Ferris Lucas, Executive Director, National Sheriffs' Association, inviting the County to apply for participation in a new management training program (The County and Corrections) designed to assist counties with populations over 100,000 in effectively addressing local criminal Justice problems through improved management practices, participation in training sessions to be funded by the National Institute of Corrections; IT IS BY THE BOARD ORDERED that the matter is REFERRED to the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) and the County Administrator. PASSED by the Board on October 4, 1977. F * q F .x. I hereby certify that the I m an' a h a tem and correct copy of an order entered on the minufts of said dOnRI of.Supervism an the date aforesaid. cc: Internal Operations Cte. Witness my hand and the Seal of the Board of County Sheriff-Coroner 5iP"""ors The County and Correctionsoifixed this;tn day of October . 1977 County Administrator f/ J. R. OLSSON, Clerk sy. /' ✓G. /�Ct/If ,r /I. Deputy Clerlr Helen C. Marshall 00455 H•'_i51Mism - ' Pr c:C_IV":7 a_4_?7 AUG 5 1977 . . a:,10 Ave i :'/ r (- / C.MV G!M c?Afro �l .:crritu. Calif cm x c•. e 1 1: ial._ , � IS)?7 th-c- .31. Cerrito Fo2:co Dopt ave =o a roc;opt - IcIlmring itexa. To this data I have n;jt mcieved thooe i tc»:.s. I � .:a in o..-Qad t=t I u:urt *uWit trio complaint before . f tal'i_ng fu rtilme_ legal actiona. (1) Gold Ring with Mac's onyx uettlnE -------------245.04 . . E (2) Cs ------ _.._----------____.._.._-_-_-----------I3.y9 aa ,. (3i ILnife------------------------------------------15.00: {40 snatc)--_____..__..-_.._.._..___.._____________________-60.00 •, ' R.., :.:••� , ( 5) Drivers Y icense-______________---__-___-_____-_ 3-50 _'-.• ::`' ;;. , (6) tiew 1;= and a_r:itior. lock f o= 1972 ,,cxa------4.6.00 •'t:i :'�!tY r." i {?} liew locks and igplt cn ?ccksfor 190 :v.a--_-- 4 C►D =': .. rw�:: • •i ( ) new House lock; (tea) _---------------------40.o0 y i-y *&1111 not pa f o_ the the-ft of item tar arca: CQ�,r,,Z.'Yypay is or items seven if they are stolen with they key. Therefore, t:t.y ,gust be replaced. The eame applies if my housa is brolian i.�no. t `" T,.7� �J'r p• '•..s ter.+.i R~`Y•; ^i tRy'e. E ' HUL L•olf_-t Sit 8lrchmond• Cal.if. -9 4805 ; F - I L E 0 j 'C (.ri,• �{(,,� //��1r J- i� OLS"�OPj :•r'•�'•.tr 4. r :.. Cfr j�Zq RVTS{7i5 „ :«yr.+' .r'%-.r .i• ;`:�. j�r_ � - • •r• 'ter( ,•rte.±,•~'1��i r •i w 1�� qr Y i:t f � !IFMA_ " ' • _ Atmust. 16, 1977 77-27' . . TO: Lucille Irish, City Clerk f _ t ' FROM: ItoberL E. Whitaker, Chief of Police SUBJECT: CLAIM — WILLIAM G. SCRUGGS i On ,fitly 15, 1977, Mr_ Scrttggs came to the. El Cerrito Poi ice 1 Department reetuestinr Zctiistatic,! in gaining dmiItanee, to mhrt Jessie Holloman pcioxifir-atinn Center, It was determined that the Center wou)d not accept him. Due to hitt condition- nn "Application for Emergency Admission" to the rontra Costa f'nttnty , Hospital was Prepared pttrcetstnt to Sec.'-5170 Welfare and Institiitiov�- j Code. An aabttlance tans stimunned. Mr. Scru-es' property.was taken from him and inventoried. When the ambulance arrived, one or the � attendants received and signptl for the. property, Mr. Scru;hs was transferred to the roomy hospital , The mbttlance attendants, in sultsegttent interviews, recalls Larking the property and turninc, it over to the receiving muse, flper his release from the hospital , staff there were unable to locate any property ror biro, 1 i Mr. cerungs reportedly has appealed to the three agencies invn?ved for reit:rn of his property without success. Fie atteriptetl to file a smmll claims action against the_ a-minty but reportedly teat instrtacted by the court t_n name the laity of F.1 Cerrito, heioee the claim_ It is 1-;• r-cn-mord. tinn that *ate claim be denied anti that respa=-zi bi l i ty for *be l o%:: he en::abl i shed by t hr court if Mr. Scruggs noes fit to pursue that cossrse of syr--tion. Chief of Police RE^cEIVED : ccP i977 C= toiM o SUPMIsoas r, u COSTA-CO. _ t t ; 3 f.. • � �:�.� '�►L.' a u��$.i TG: CHIEF ROBERT E. UUTAKER i;l FI'C-:: SM. Ll. G. FM ,;.Tv nr rl C�Apt� CIT/CL=:+ SUBJEM' FROt'Ed.Tf 07 :iM I.i G.-SCRLMS (dxPD CASE 1'MBER 77-3302) Oopy of report ant pope-tJ receipt attached. I have contacted the c.-mer of caiillac ambulance, who staL_d that his driver, Chavez had been quezuened concerning the loss of Scrur,,;'s property. Chavez remc-•bered the incident, and remembers giving the property to the nurse on duty at County Hospital. He also stated the last time Chavez saw the property, it was sitting on a counter in emergency, unattended, %4 le the nurse took Scruggs to get some coffee. According to Scrug,;s he had code a written claim against County Hosp„ which had been denied by t-he Hosp. administrator. He was advised by me to go to -11 claims court and file an action there against Canty Hosp. This he did, however %as told there the claim would be against the City of El Cerrito, since we-were the one no originally took his property. Scruggs h:s made numerous calls to the three agencies involved and has generally rade himselr a nuisance to everyone involved. He usually calls after he has been Crinking, and has-made several veiled threats. Scruggs se=s most upset over the loss of a ring,, which he stated his little ' girl szved over a hundred dollars to buy for him. That ring does not show on our property receipt. Thy wain loss appears to be replacement locks for the = -_ keys tihich were lost. ArparentlyrCounty Hosp, has checked all their property ` lockers with no luck. 4. G. Root, Sgt. Service Division x .. ,�•u'. arms ` i t � . w M FIVED1977.. .. J. z. of nc ewRn o= SUPEWV lts :su cost � • - •U0452 -�°f,- BOARD OF SUPERVISORS OF CONTRA COSTA COL rly. CyLiFO?5IA E0ard Action 10/4/77 NaTE c TO CLIMINT INT Clam Against the County, ) Ti:2 copy o_ 11ti-5 dor—meez rriL to you i& yayt Routing Endorsements, and } notice 06 tkz actiap tacZr: as yac t cC. iz 5y d-.z Soard Action. (Ail Section ) 6ocAd oS Supexviaate (Paxag4apk I11. beZattf, references are to California } given puk6uant t2 GovvuwMnZ Code Section 911.4, Governmert Code.) ) 913, 5 915.4.- Pttaae notvAe, "w¢Rning" below.' Claimant: William G. Scruggs, 327 Humboldt Street,'Richmond, CA 94805 Attorney: Address: Amount: $435.49 HAND DELIVERED via Public 4lorks Date Received:September 2, 1977 to Clerk on September 2, 1977 By sail, postmarked on I. FROH: Cleft of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Clain or Application to File Late Claim. DATED: 9/2/77 J. R. OLSSON, Clerk, By, ���__`t ; r_! I'�,� �� Deputy a icia e II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( This Claim complies substantially with Sections 910 and 910.2_ FC�( ° ziVED ) This Claim FAILS to comply substantially with Sections 910 and 910 ,. e2we are so notifying cla.int. The Board cannot act for 15 days (Section gid.8)2 1W ( j Claim is not timely filed. Board should take no action (Section 911!2,;,�wsac 4Ni ( ) The Board should deny this Application to File a Late Claim (Section 911.6). DATED: 9.l_)-71 im-w B. clAusEN. County Counsel, BDeputy III. BOARD ORDER By unanimous vote or Supervisors present (Check-one only) ( XX) This Claim is rejected in full. ( ) This Application to File Late Clair 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: ort_ .&-1077 J. R. OLSSON, Clerk, by: "- /1 !Uo �, ) . Deputy S ip WARNI\'G TO CLAIMA1�T Goveranent Coe Sections 911.8 G 913 You have on4 6 wo PZ—M ¢ m1L4,utq o6 rhw noac¢ to fou wfu.ch to P2e a eourc,t action on thiZ teiectet Claim (ate Govt. Code Sec. 945.61 on 6 mondu chow the denial o6 you2 AppUcati.on to Fite a Late Cta,im K:t.L`tix m1lich to petition a courst So.2etie5 J.zom Section 945.4'.& e[a.in-biting deadZ.ine (4ze. Section 946.6). You way aee.F the advice oS any atco-they o5 you.& choice.in connection wilt this mct`F1t. 14 you want to consuZ.t cut attatreu. you 6ncutd do 6o irmedi.ataq. It'_ FRO:d: Clerk of the Board T0: 1 County Counsel, (2) County Admtnistrator, b (3) Public Works, Business & Services Division Attached are copies of the above Claim or Application. We notified the claimant or the Board's action on this Claim or application by mailing a copy of this doc=ent.-and a mem thereof has been filed and endorsed on the Board's copy of this Haim in accordance with Section 29703. DATED: Oct. 4, 1977J- R. OLSSON. Clerk. By� .�)I ,� 7' !.t �,r _�i7 Deputy V. FROM: (1) County Counsel. i) County Administrator, TO: Clerk of Che Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board order. DATED: _Qct, 4, 1 Q77 County Coumsel. By 00451 County administrator, By Public Works, By 3.1 Rev. 3177 E ;1 E. Public employees responsible: Irene 3acha=, others unknown. y F. AMOUNT OF DAMAGES: Medical and incidental expenses ar, .1 unknown at tbis time, general damages in the amount of $50,000. 5 DATED:� September 19, 1977 Ryan, Tabor E De Lappe BY: an M. Tabor 4 k `W 3 10r r >r k 12 ,h` 13 om 14 ", ` y s 16 { 17 K f � 19041 kk 9 "n ayd � ¢ tyf 10 21 r 22 12 2,1 25 v = 26 2 2g P►AN.TASOAi COLA ft —2— 00450 ATTO.NCVS AT 6a. St W.TE". yaw o rati:'ic 3.CA sued A—E-hZ 31 i Ryan, Tabor E De Lappe 680 Beach Street, Suite 324 ��- 2 San Francisco, CA. 94109 (415) 573-2300 1 L E D 4 Attorneys for Claimant cFp / I.J 5 1. I. CL550" CURX BOARD a 5UPE2VISOAs rw a 6 7 8 9 SHIRLEY HULMM2 to Claimant,: AMENDED CLAIM FOR DAMAGES 3 it vs. ) 12 IRENE BACHAN, employee of ) MARTINEZ COUNTY HOSPITAL- ) 13 COUNTY OF CONTRA COSTA ) 14 1s k. Claimant is Shirley Mulder and lives at 613 Rhanor 16 Drive, Richmond, California. 17 B. Notices are to be sent to the law firm of Ryan, Tabor 18 g De Lappe, 680 Beach Street, Suite 3242 San Francisco, CA 94109. 19 C. Date, Time and Place: July 19, 1977 at 11:45 p.m. 20 while a patient at Martinez County Hospital was severely and 21 Viciously attacked by a nurse or LVN by the name of Irene, last 22 initial B, (Bacham), suffering a severe injury to her neck, 23 shoulders and back. Said nurse or LVN was at the time of the 2.1 foregoing acts acting witty-the course and scope of her employment 25 with the County of Contra Costa. Claimant claims negligence of 26 hiring and negligence of supervision of said employee by said 2- county. 28 D. Claimant injured her neck, shoulders and back. R VAN,TABOR A DGSAPPE ATTORNEYS AT LA& Na WE C. ST.%.1TE 31. SAh cgaNtiC� Ca..] OOAAn Date of Board IEfES Cr COST' C0:_*'._.,7i. C.AU Action-10/4/77 -FE TG CL%I­X:T 7,',e co;:r I t;-_; coca ekt,.- yeu .is ­ru- 7!crscments, a:!d ;;Oticc C', t e action tn'-,c;- oo: (All Section F--C-%d 05' Supew-zzcta re:orences are to California _gi%:ejt Wzuart to Goveument Code Sections 911.9, Coo ve=nent Code.) 913, 5 915.4. Picaae note the ;Iwa4ning" betow. Claimant: Shirley Mulder, 613 Phanor Drive, Richmond, California Attorrer: Ryan. TAbor & De Lappe ',?dress: 680 Beach Street, Suite 324, San Francisco, CA 94109 A.m.o u n t $50,000.00 Date Received: September 21, 1977 By delivery-to Clerk on By mail, postmarked on Sent_ 20, 1977 1. FROM: Clerk of the Board of Supervisors TO: County Cotmsel, Amended Attached is a copy of the above-noted jtlaim or Application to File Late Claim. DATED: ,ept- 71 197 R. OLSSON, Clerk, By Deputy IV Jeanne 0. Mawio 11. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) This ,\Claim complies substantially with Sections 910 and 910.2. Amended This ClpvEAftIJ.S to comply substantially with Sections 910 and 910-2, and we are so notifyin; cjg:imant. The Board cannot act for 15 days (Section 910.9). A2 1 19[1 Claim is not timely filed. Board should take no action (Section 911.2). cowry cow4rt QN-F. The Board should deny this Application to File a Late Claim (Section 911.6). Deputy Z_�>,— , DATED, '7- JOHN B. CUUSEN, County Counsel, BY V.w ill. BeA0 ORDER By vote of Supervisors present (Check one only) (XX) A!i%mended ThiClain is rejected in full. This Application to File Late Claim is denied (Section 911.6). 1 certify that this is a true and correct copy of the Board!s Order entered in its minutes for this date. DATED: ort I977 J. R. OLSSUII. Clerk, by. 0"g, a." Deputy —San a L. 111:elsop 11PURNING TO CLAINLUT (Government Code Sections 911.8 & 913) You have onty S =anntha jaom tAc, nu.Unq oS ti6 rot-t-ce to which to Site a ccuxt action on thZ6 itejected Ctaim (zee Govt. Code See. 945.6) on 6 vwnthA anon the demist oJ geut AppUcation to Fite a Late Ctaim t,;U,4.in tekich to petition a counit jok xetied 15xom Section 945.4's r_Z _-j-jLUng deadtine (see Section 946.61. You may .6eek .Me advice of any atto4ney o6 youA choice in connection evith VU4 vrvtteA. 1; pvu munt to coniutt an attioweir, you zhoutd do so ir.zmediatety. !V. FRMI: Clerk of the Board 70: (1) County Counsel, (2) County Administrator, & (3) Public larks, Business & Services Division Atteclied are copies of the-abGve Clzdm or Application- We notified the claimant of the Board's action on this Clain or Application by mailing a copy of this docunent, and a mrm thereof has been filed and endorsee on the Board's copy of this Claim in accordance with Section 29703. I)ATFn.* J. R. OLSSON, Clerk, By J -VeLAW Deputy AIALA A,4::�(V A Sandra T- flip1hor V. FRU3. (1) County Counsel, O County Ae----;nlstratcr, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Clain or Application and Board Order. I-0: Oct. !J, 1977 County Counsel, BY County Administrator, By Ft;blic torks, By nnA 7 In the Board of Supervisors of Contra Costa County, State of California October 4 1977 to the ma»er of Approving Deferred Improvement Agreement for Subdivision MS 216-76, Walnut Creek area. The Public Works Director is AUnMIZED to execute a Deferred Improvement Agreement with Maurine D. Tekrony at al, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 216-76, Walnut Creek area. PASSED by the Board on October 4, 1977. F a z v r € � a LD M, x 71, a , i��t"a"*fi�ra:.�'�; ''i.•# "� � "8'x�i>�t k��a r *����� ' v 4 y er r fIG I booby wiify that dw,1 ein b a true and corred copy of on order entered on the minutes of said 800rd of Supervisoti on the daft ofore w& originating Department: PW(LD) Widnes mY hand and the Seel of the Boord of Supervisor cc: Recorder (via P.W.) oRued this 6 day of Oc`oSer 1977 Public Works Director Director of Planning J. R. OLSSON, Clerk County Assessor /;� Maurine 0. Tekrony BY, 4,1Y4a v (Blredlf.. Deputy.Clerk 1300 Walden Road (owner) Sandra L, ier� leon Walnut Creek. (71 94596 0044'7 H•24 V76 Km f r� r f f' -20 9/7/ or �Rez e fto nl zzA To 0.-+ V 800' WM L_ M A.Aua Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a t,ue and correct copy of A P y C'Misr-alm 1 '[C.iQN SEGT[1R ��CONT A CQ'.l�A Chl1t,?,TY Cd1,SrrQRt+�1A. l indicating thereon the decision of the Contra Costa County Planning Commission in the matter of F.t-ft&s.,rNt: 21-57-R2 Chairman of the ContiCosta County Planning Commission, State of Calif. ATTEST,: 5ecretorV of thwContra Costa County PlonningtCommission, Stoteof Calif. Findings NA I Microfilmed +xith hoard order CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report F-R-Rx-bietative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez. California 94553 Phone C41S) 372-2031 Phone EIR Contact Person Margaret Coulter Contact Person PRWECr DESCRIPTION: ELBACO, INC. (APPLICANT AND OWNER), COUNTY FILE 2157-RZ: The applicant request approval to rezone lands from Single Family Rest ena R-20 to Single Family Residential R-15. Subject property is described as follows: Approximately .97 acres fronting approximately 93 feet on the east side of Roundhill Road, north of the intersection of Bolla Avenue and Roundhiil Road,in the Danville area.(CT 3461) The Project Will Not Have A Significant Effect On The Environmeiit The subject rezoning will realign the zoning district boundaries so that they follow the parcel lines established by the approval of M.S. 11-77. The initial study for M.S. 11-77 adequately covers the concerns here so rezoning will not change the development potential of these parcels. It is determined from initial study by Mar aret Coulter of the r,,YYY ,Y,;;��^�Planning Department that this project does not have a significant Affect on the environment. Justification for negative declaration is attached. �Tha Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor. North king. Administration Bldg, Pine 6 Escobar Streets C--_ Martinez, California 2 Da Posted�. 13n _Final date for review/meal CXR. t J ISM By RA "5 Planning Departa V Representative Microfilmed with board order RESOLUTION NO. 77-1977 The instruction by the.Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, September 13, 1977, by the following vote AYES: Commissioners- Anderson, Young,Phillips, Walton,Milano. NOES: Commissioners- NONE. ABSENT: Commissioners- Stoddard,Compaglia. ABSTAIN: Commissioners- NONE. I, William U 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,September 20', 1977,and this this resolution was duly and regularly passed and adopted by the following vote of the Commission. AYES_ Commissioners- Yalton, Young, Phillips, Anderson, Milano. NOES: Commissioners- None. ABSENT: Commissioners- Compagl ia, Stoddard. ABSTAIN: Commissioners- Mose. Cha'uman of the FMnning Commission of the Cautty of Contra Costa,State of California ATT County otContra q4sta,State of)3aliforrda s 4 -2 fAiuo4lm=d with board order RESOLUTION NO. 77-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY ELBACO, INCORPORATED (APPLICANT AND OWNER) (2157-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DANVILLE AREA OF SAID COUNTY. WHEREAS, a request by ELBACO, INCORPORATED (Applicant and Owner) (2157-RZ), to rezone land in the Danville Area from Single Family Residential r(R-20) to Single Family Residential (R-15), was received by the Planning Department Office on July 26, 1977;and WHEREAS, a Negative Declaration of Environmental'Signifiicance was posted September 1, 1977;and WHEREAS,after notice thereof was lawfully given,a public hearing was held by the Planning Commission on Tuesday, September 13, 1977, whereat all persons interested therein might appear and be heard;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 recom- mends to the Board of Supervisors of the County of Contra Costa, State of California, that the rezoning request of ELBACO INCORPORATED (Applicant and Owner) (2157-RZ), be APPROVED for change from Single Family Residential (R-20) to Single Family Residential District (R-15), and that this zoning change be made as is indicated on the findings map entitled: A Portion of Concord Division Sector 6,Contra Costa County,California. BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The Proposed rezoning is in conformance with the General Plan_ (2) Is consistent with the pattern of development of surrounding areas. 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 ® 3 California. Mkrofi!med with board order CONTRA COSTA COUNTY PLANNING DEPARTMENT TO: Board of Supervisors DATE: 21 September 1977 Attn: Clerk of the Board FROM: Anthony A. DehaesuCT: REZONING• Elbaco, Inc. (2157-RZ). Director of Planni .97 Acre from R-20 to R-15 - Danville Area. (S.D. v) Attached is Planning Comglission Resolution No. 77-1977, adopted by the Planning Commiss- ion on Tuesday, 20 Septeimber 1977, by a vote of 5 AYES - 2 ABSENT (Compaglia, Stoddard). This application was reviewed by the Planning Commission on Tuesday, September 13, 1977, and was approved for change in zoning from Single Family Residential District (R-20) to Single Family Residential District (R-15). The property is described as being .97 acre, fronting approximately 93-ft., on the east side of Roundhill Road north of the intersection of Bolla Avenue and Roundhill Road: Danville Area. The following people should be notified of your Board's hearding date and time: Elbaco, Inc. (Applicant b Owner) Valley Action Forum c/o Roy L. Towers Post Office Box 993 Post Office Box 415 Danville, Calif. 94526 Danville, California 94526 San Ramon Valley Chamber of Commerce Nr. Allen Baron Post Office Box 98 2472 Southview Drive Danville, California Alamo, California 94507 San Ramon Valley Planning Committee Alamo Improvement Association Post Office Box 902 Post Office Box 271 Danville, California Alamo, California 94507 AAD/v Attachments: Resolution, findings Map, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2157--RZ Elbaco, Inc. Supervisors, District: I, II, III, IV, V. ftcraifmx_4 wi!h board order In the Board of Supervisors of Contra Costa County, State of California October Q .19 7. M the Molter of Report of the Planning Commission on the Request of Elbaco In Applicant and Owner (2M RZ�., to Rezone Land in the Alamo Area. The Director of Planning having notified this Board that the Planning Co—fission recommends approval of the request of Elbaco, Inc., applicant, (2157-RZ) to rezone .97 acre fronting approximately 93 feet on the east side of Roundhill Road north of the intersection of Bolla Avenue and Roundhill Road, Alamo Area, from Single Family Residential District-20 (R-20) to Single Family Residential District-15 (R-15); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, November 1, 1977 at 11:00 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 same in THE VALLEY PIONEER and give notice by mail to all persons shown on the last equalised assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on October 4, 1977• rt F 1 Isereby certify that the forepairrp b a true and correct copy of on order entered ont6 nanuter of said Board of supervkiars or/the date aforesoid. Witness my bond and the Seal of the Board of cc: Elbaco, Inc. Supervison hist of Names Provided affi d thisaday of October . 19 77 by Planning Director of Planning J. R. OLSSON, "7erk gy J.w a ,� +:'Frs~�. Deputy Clerk J Sandra L.- N elsba 00441 H-24;/76 Ma In the Board of Supervisor of Contra Costo County, State of California October k .19 In ON&/Mager of - Abatement of Abandoned Vehicles. Supervisor N. C. Fanden having commented with respect to her concern about the problem of abandoned vehicles in the County and having recommended that letters be sent to the County's Legislative Delegation in Sacramento and to the California Highway Patrol indicating the Board's support of legislation pertaining to continuing the program of abatement of abandoned vehicles; IT IS BY THE BOARD ORDERED that Supervisor Fanden's recommendation is APPROVED and Mr. Arthur G. Will, County Adminis- trator is REQUESTED to forward said letters. PASSED by the Board on October 4, 1977. d d �,E 7 • � '1 fry'x� q"wfi 5 f e fi TaRN � s >:✓. ��..��e" �w'�„�` m,may Fs+-t+S3� 5 M r. a` =�t*Qa a.��,P`� w NO 10 c'"'' a- s, .,. I hereby cw0y dx*the-,farepo1 1s a true and eorred copy of an order entered an the rAAnt*n aF=W Board of Sop•rwborz on"dale ofanna d. cc: County Administrator Wariftt my bond and rhe Sed of the Board of County Sheriff-Coroner 5iP"v"'a" affixed thi_jjb day of October 197j j J. R. OLSSON, Clerk / fly ,L.J(.-Az, i:lc</_.G Deputy Clerk Helen C. Marshall 00440 a•.a sI%75+0 In the Board of Supervisors of Contra Costa County, State of Califomia October 4 .1977 In the Molter of Hearing on the Request of Thomas and Yvonne Dailey, Applicants, (2102-RZ) to Rezone Land in the Danville Area. E. and B. Burbeck, Owners. The Board on September 6, 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the reouest of Thomas and Yvonne Dailey, applicants, (2102-RZ) to rezone land in the Danville area from Single Family Residential District-20 (R-20) to Multiple Family Residential District (M-4) in lieu of Multiple Family Residential District (M-3) as originally requested by the applicant; 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 request of Thomas and Yvonne Dailey is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 77-82 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 11, 1977 is set for adoption of same. PASSED by the Board on October 4, 1977. t 1 herby aw* that diaic goirrp h o true and correct copy of an order entered an the minutes of said Board of Supervhois an do date aforesaid cc: T. & Y. Dailey Witness my hand and the Soul of the Board of E. & B. Burbeck Supervisors Director of Planning ofrured this Arh day of Ortobf-r , 1977_ County Assessor J,-R�OLSSON, Clerk _ Deputy Clark ada Amdahl 00439 H-ai;'G11m { In the Board of Supervisors of Contra Costa County, State of Colifornio October 4 .19 77 In the AAaur of Issuance of Encroachment Permit for Maintenance of Landscaped Island, Kell Court, Walnut Creek Area (Subdivision 4389)- The Board on May 25, 1971 having adopted a revised policy providing that "a County Service Area shall be utilized to provide funds for the upkeep of landscaped areas within the road rights of way"; and Supervisor R. I. Schroder having this day called attention to a letter the Board received on September 30, 1977 from Mr. Donald C. Healey, 151 Kell Court, Walnut Creek, California 94595 requesting that an exception be granted from county policy requiring formation of a service area (because of the potential high property tax that would be needed) and that an appropriate encroachment permit be issued allowing Kell Court residents to maintain a land- scaped island in the cul-de-sac; and The Board having discussed the matter IT IS ORDERED that the aforesaid request is APPROVED. PASSED by the Board on October 4, 1977. 4 tt �4 Fly R to P cc I hereby cerflfy that flotii g h a true and correct copy of an order entered an the n9m;W of said dOafd of.Supervisors an do daft aforesaid. Wenn my hand and the Seal of the Board of W cc: Mr. D. Healey �s— Public Works Director SUPS- 6— of Planing affixed thb 4th day of October 1977 County Counsel Cou: ty Administrator J. PL OLSSON, Clerk BY_ C Deputy clerk Helen C. Marshall 00438 H-N 3116 M.. State of California ) ( ss . County of Contra Costa ) I, JAMES R. OLSSON, County Clerk of said County, do hereby certify that I did canvass the returns of the County Service Area K-23, San Parson Area Maximum Tax Rate Increase Election held on September 27, 1977 and that two votes were cast in favor and no votes were cast against the measure. I further certify that I did conduct the election by mail and mailed a ballot to each registered voter in said dis- trict. HITti'ESS my hand and Official Seal this 28th day of September, 1977. JAMES R. OLSSON, County Clerk .4 Deputy CanatI Clerk a Y " rt4 k'r � i 44 v [F F1 LED cEPJ2? X977 rG� Geh• �ifwLCC.I�irtix.0 J. it OLSSON CLM ou 90AW OFosVsui°eavisoas h C4 - G Microfilmed with board ordw In the Board of Supervisors of Contra Costa County, State of California October 4 .1477 In dr Weer of Official Statement of Votes Cast in County Service Area M-23 Special Election. Mr. James R. Olsson, County Clerk, having filed with the Board the official canvass of votes cast in the September 27, 1977 Maximum Tax Rate Increase Election for County Service Area m-23, San Ramon area, which measure passed; IT IS BY THE BOARD ORDERED that receipt of same is ACKNOWLEDGED. PASSED by the Board on October 4, 1977. s ' Y r � 11, Arc x lA d + : I INfeby c rfify two 1111.foreh a true and correct copy of on order u 1 s an the adnates of said BOafd of SoperWsors an the dodo aforesaid. Wenn my hand and the Sea)of the Board of cc: County Clerk mor' Elections Department affixed this 4th day of rctoher 19 77 County Administrator Public Works Director Planning Director � `/ / J. R. OLSSON, Ciettc bpm✓-"� ��l=/�.'�?'('�_ D."Mty Clerk Jamie L. Johnson 00431 H-24 V71.1)m In the Board of Supervisors of Conka Costa County, State of Califomia October 4 .1977 In die Mader of Hearing on the Request of Mfr. George Damico, Applicant, (2131-RZ) to Rezone Land in the Crockett Area. Mr. & Mfrs. D. Pallotta, Owners. The Board on September 6. 1977 having fixed this time for hearing on the recommendation of the Planning Commission with respect to the request of Mr. George Damico, applicant, (2131-RZ) to rezone land in the Crockett area from Single Family Residential District-6 (R-6) to Two Family Residential District (D-1); 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 request of Mr. George Damico is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 77-81 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and October 11, 1977 is set for adoption of same_ PASSED by the Board on October 4, 1977. k t"Z R _ e+ r u. .t I bw4&y cerfly tkA* da ioeepoip f3 a true and Coifed cWy of on order wftmd on the RIIJIHtef of suld"wd of Sepetrii'm on dte dote alor said. cc: Mr. G. Damico Waness my hoed and the Seal of the Board of Mfr. & Mfrs. D. Pallotta Supervisors Director of Planning affixed thh 4th day of Qernhpr , 19 7L County Assessor R. OLSSON, Clerk fry _. 1 Do" Clerk Ronda Amdahl oo�s H•24 3(`t.ISm In the Board of Supervisors of Contra Costa County, State of California October 4 IQ?Z In fhs A4ofhw of > Authorizing Attendance at Aging and Blindness Workshop On the recommendation of the County Administrator and the Director, Human Resources Agency, IT IS BY THE BOARD ORDERED that the persons listed below are AUTHORIZED to attend the Aging and Blind Workshop, in San Francisco, California on September 26, 1977, with costs 100% reimbursable from federal funds (Title IV-A, Older Americans Act training funds): Cora Burch Hazel Shirley 260 9th Street 6400 Moeser Lane Richmond, CA 94604 El Cerrito, CA 94530 PASSED by the Board on October 4, 1977. t : MI 58,50 #i I herehr cofifr that the k O tam and correct copy of an ado wftred an the mkwk t of said Board of Supwvison on the di is afor� Wdness my hand and"Soot of"Board of cc. Director, ciitA Persons listed above of xod this 4 c:1 day of octc -r 19 77 C/o OoA - Jane McClelland, Director OoA County Administrator R. OLSSON, Clerk County Auditor-Controller f L iCth 7�Y jh1 Lt_. D." Clerk Patricia A. Bell 00435 H- 24.1/m is= In the Board of Supervisors of Contra Costa County, State of California October 4 ,197L- (n the Aliatter of Bearing on Proposed Amendment to the County Ordinance Code Pertaining to Regulating Parking In Single Family Residential Districts. The Board on September 6, 1977 having fined this date for hearing on the recommendation of the Planning Commission with respect to a proposed amendment to the Ordinance Cade of Contra Costa County which would modify the existing regulations for off-street parking in Single Family Residential Districts; and No one having appeared in opposition; IT IS BY THE BOARD ORDERED that the proposed amendment is APPROVED and that the Director of Planning and County Counsel are instructed to prepare the appropriate ordinance. PASSED by the Board on October 4, 1977. y�. r J a �4 i irerdsp cetlifp than do farpoi�q B a true and torted ewy aF on order a+tu on the a+itsNe:of said Bond of Supavison an the dame aforesaid. Witness my hand and the Seal of the Board of cc: Director of Planning Supervisors County Counsel aWL%ed this4t,a doy of OctQher 1972 c J. R. OLSSON, Clerk By r /:c�.nr . Deputy perk Vera Nelson 00)1qA B(M OF SIPEMM S, CNPA OaTA awy, CAUFMQ Re: Speed Limits on ) TRAFFIC RESOLUTION NO. 2384 — SPS BLAC"WK ROAD (143310) ) Date: OCT 4 1977 Donville,Area (Supv. Dist. V — Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recommendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 (§46-2.002 ff.), this Board hereby determines that the present speed limit(s) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 30 miles per hour on that portion of BLAC?MWK ROAD (14331D), Danville, beginning at the Intersection of Camino Tassajara and extending northerly adistance of 4,200 feet. T.R. 11421 pertaining to an existing 35 mph speed limit on Slackbawk Road is hereby rescinded. Adopted:rj th3 B=:d OCT 4197T 3 s� PASSED unanimously by Supervisors present. = CG Sheriff California Highway Patrol OMM T-14d BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re. Pursuant to Section 21101(b) ) of the CYC, Declaring CALIFORNIA ) TRAFFIC RESOLUTION NO. 2381 - Throughway STREET (11794A) a Through Inter- ) section - Rodeo Area. Date: OCT 4 1917 (Supv. Dist. II - Rodeo ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 21101(b) of the California Vehicle Code, CALIFORNIA STREET (#1794A) Rodeo, is hereby declared to be a through highway beginning at the intersection of Viewpointe Boulevard and extending northwesterly to the intersection of San Pablo Avenue. 1R.Nos. 1143, 1144, and 1145 pertaining to the existing Yield Signs on Sixth. Mahoney and Seventh Streets is hereby rescinded. Adopted by the Board nn OCT 41977 - -Fc_ u y k {(' p- y k s.�'x�'' ��� -^-'{a� 3ai'u�r�st�'Y��F"�z "L"• us � ��'A'� `•"r"`�� �i@k §^rE'�4 'S,•r z' x fir'` .zF 5N' 4'�Y r z Sheriff California Hig"ay Patrol r T-14 00432 . 4 BOARD OF SUPERVISORS. COMM COSTA COINTY, CALIFORNIA Re: Pursuant to Section 21101(b) ) of the CYC. Declaring a Nulti-Way ) TRAFFIC RESOLUTION 110. 2380 - Multi-Way-Stp. Stop Intersection at CALIFORNIA ) STREET (#1794A) and HAWTHORNE Date: OCT 4 1977 DRIVE - Rodeo Area (Supv. Dist. II - Rodeo ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of CALIFORNIA STREET (#1794A) and HAWTHORNE DRIVE 01794C) Rodeo, is hereby declared to be a three-way stop intersection and all vehicles shall stop before entering or crossing said intersection. AdoptW:3y*,a Bocrd on OCT 4 1977 z 4 v 7 } 4 ` vfif s r y 4 4 yG h S ; Sheriff California Highway Patrol V9mi T-14 BOARD OF SI MM, mm mSTA MN1Y, G3LIMM Be: Speed Limits on ) TRAFFIC RESOLUTION NO.2383 - SPD MONTEVIDEO DRIVE (#5104), )) Date' OCT 4 1977 San Ramon Area ) - (Supv. Dist. V - San Ramon ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recommendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 (§46-2.002 ff.), this Board hereby determines that the present speed limit(s) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 25 miles per hour on that portion of MONTEVIDEO DRIVE (=5104), San Ramon, beginning at the intersection of Alcosta Boulevard and extending westerly to the intersection of San Ramon Valley Boulevard- T.R. #2317 pertaining to the existing 35 mph speed limit on Nontevideo Drive is hereby rescinded. A&ptad:ryth:Ezom=,_ML.4_N7J_ • b i 4 Nix "S•a t K `"' nsv"fi.?' (1 N a ,., z ,k. 71• d _4 K 1 xzx e jrr , k . T �k s a PASSED unanimously by Supervisors present. cc: he ty Administrator np California Highway Patrol W4i T-14d BOARD OF SUPERVISORS, CONTRA COSTA COMM, CALIFORNIA RRe�,Pursuant to Section 21101(b) of) - the CVC. Declaring a Stop Inter- TRAFFIC RESOLUTION N0, 23824fulti-May-Stp section at MONTEVIDEO DRIVE (15104)) and BROADMDOR DRIVE (15503) Date: 0 C T 4 1977 San Radon Area. (Supe. Dist. V - San Ramon } The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of MONTEVIDEO DRIVE (15104) and BROADMOOR DRIVE (15503) San Ramon is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. OCT 41977 ��t.. m _ �� s , t 4br Sheriff k California Highway Patrol �A., ow T-14 0 In the Board of Supervisors of Contra Costa County, State of California October 4 ,19 77 In the/#otter of Final Environmental Statement on Permit Application of Richmond Sanitary Service. The Board having received a September 21, 1977 letter from Colonel H. A. rlertzheim, Jr., listriet Engineer, U. S. Army Corps of Engineers, transmitting a copy of the Final Environmental Statement on the permit application of the Richmond Sanitary Service for existing levees and fill and proposed fill in San Pablo Bay at Richsand, and soliciting comments concerning the statement; IT IS BY THE BOARD ORDERED that the matter is REFERRED to the Public Works Director. PASSED by the Board on October 4, 1977. r s M u w I hereby cerfffy *.c* tale fonpoittp b a trw and coned cW of os order entered on the mhow of said Board of Supervbon on the date ofanoc L Witness my hand and the Seal of 111e Board of cc: Public Works Director supe^"fOf County Health Officer aFuted the 4t, day of actnher 191= County Administrator J. R. OLSSON, Clerk By /fa« , .; Deputy Cork H crew 00428 H-24 V77 15m In the Board of Supervisors of Contra Costa County, State of Califomia October 4 .19 77 In the Moller of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following Instruments are Accepted: Instrument Date Grantor Reference 1 Consent to common use 8-8-77 Pacific Gas b Electric Co. Sub. 4958 Agreement 2 Grant Deed 9-15-77 neurine D. Tekrony, ErAL Sub.HS 216-76 3 Relinquishmert of Abutters 9-6-77 411 Ranch A Partnership SIJB.MS 230-76 Rights ti a� ,7,ti V J ryryV++ µ. PASSED by the Board an October 4, 1977 1 hereby aerMy that thefoF690ing Is a tare and coned COPY of an order entered on the minutes of said Board of 5uperv&ors on the date ofenmwid. Witness my hand and the Seo!of the Board of Supervisors Originating Dept: Public works affixed this 4 day of Qctcber 1977 Land Development — Division J ROLSSON. Clerk cc: Recorder (Via e ' Deputy Clerk Public Narks Director . Director of Planning Patricia A. Bell O0`tl-j In the Board of Supervisors of Contra Costa County, State of Califomia October 4 _19 77 In the A&AI r of Authorizing Acceptance of instruments for Recording only. IT IS BY THE BOARD ORDERED that the following offers of dedication are accepted for recording only: ' Instrument Date Grantor Reference 1 Offer of dedication for 8-16-77 William E. Beit SIB.MS 10-77 Roadway purposes 2 Offer of dedication for 8-16-77 William E. Bell SIB.MS 10-77 Drainage purposes 3 Offer of dedication for 9-20-77 Truman Skaggs ETAL UJP 2002-77 Roadway purposes 4 Cffer of dedication for 9-6-77 4 R Ranch A Partnership SIB.MS 230-76 Roadway purposes 5 Offer of dedication for 9-6-77 4 R Ranch A Partnership SUB.MS 230--76 drainage purposes C-*j "+sem x e � U 7 PASSED by the Board on October 4. 1977. oif' cortify that p is a teas and coffee Copy of on order sabred on the u minutes of soid Board of Supervisors on the daft aforesaid. Wdaess my hand and the Seal of the Board of Supervisors Crieina;ina Dcpt.: Public Works affixed this 4 dey of October 1977 Land Develcpr..ent — Division cc: Recorder (Via P.k.) - J. R. OLSSON. Clark Public Works Director A" Q pew Clerk Director of Planning Patricia A. 9elt 00 In the Board of Supervisors of Contra Costa County, State of Califomio October 4 In the AAWter of In the Natter of Authorizing Attendance at Meeting On the rec=mendation of the Assistant County Probation Officer, IT IS By THE BOARD ORDERED that Manuel Ram is authorized to attend the Mexican American Correctional Association Conference, Fresno, California, October 26-29, 1977. PASSED by the Board on-October 4, 1977. r r x r x >. d� V {�R3 A. i. 7 ac 54 'NOM I heresy certify that the iaepoirp is a truo and correct copy of on order entered an the minuses of said Board of SuPwviwm on On dote aforesaid. Orig: Probation Department Witness my hand and the Seal of the Board of cc: Juvenile Justice/ Supervisors Delinquency Prevention axed tha4th day of October 19 77 Commission — County Administrator County Auditor-Controller J. R. OLSSON, Clerk r i . l"'r �: Deputy Ckrk 'Patricia A. £>ell 00 1 In the Board of Supervisors of Contra Costa County, State of California Octnber 4 .14 77 M the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meeting, charges to be at County expense unless otherwise indicated: WAIm S DEPARTMENT NEETItiG DATE Linda F. Lilly National Institute of October 3, 1977 Dental Health Program Dental Research to coordinatior Workshop on School October 4, 1977 Based, Self-Applied Fluoride, Reno, NV (time and mileage only) PASSED by the Board an October 4, 1977. -, a '7, _, S.,!-✓mss :P E� a"Y6,� TM.u,„r�^' 8 L. � `""m � E r^ ) hereby at*that the farapah Is a true and cofred a"of an order enfead on the minutes of said Board of Supervisors on the date aformoid. Orig: Director, hRA Wdnms my hand and the Seal of the Board of cc: Co. health officer sup—iso- Linda K. Lilly County Administrator affixed this3.tL day of_ octoi:er 19 77 County Auditor-Controller n J. R. OLSSON. Clerk (!j►.. 2t�.�l.ClflJ V - I?U i- Do"Clerk Patricia A. Bell 00424 H-241"MISm In the Board of Supervisors of Contra Carta County, State of California October 4 .19 77 4r dw Mader of Authorizing Attendance at Training Program On the recocoandation of the County Administrator and the Director, human Resources Agency, IT IS BY TIM BOARD ORDERED that the person listed below is AUTHORIZED to attend the "Interagency Training Sessions - For Creative Listeners," in Walnut Creek, six sessions from September 15, 1977 to October 20, 1977, with costs 1008 reimbursable for federal funds (Title IV-A Older Americans " Act training funds) : Irene O'Donnell, E1 Cerrito, Senior Information and Referral Volunteer with County Office on Aging. PASSED by the Board on October 4, 1977. w b p. K 1 hereby certify that fire foregoing b a true and coned copy of an order entered on the minutes of said Board of Supervuors on the dole aforesaid. CC: Director, LHA Wdness my bond and the Seal of the bard of Person listed above c/o op_a_ wrs Jane McClelland, affixed thu of oc 19 Director OoA ltLl y 17 County Administrator County Auditor-Controller J. R. OLSSON, Ckrk Deputy Ckrk Patricia-A. Bell 0M In the Board of Supervisors of Contra Costa County, State of Califomia October 4 .1477 In the Alatler Cd Making a Determination of Utility Easement Rights For Various _ Subdivisions. IT IS By THE BDARD ORDERED that a determination is made that the division and development of the properties in the manner set forth on the parcel maps for the following subdivisions will not unreasonably interfere with the free and complete exercise of the public utility rights of way or easements: SUBDIVISION AREA OWNER MS 12.4-75 Walnut Creek Marvin Hyman 2252 Granite Ct. Alamo, 0% 94507 MS 90-71 Martinez John W. Del Signore c/o Pro-Land Development 1251 Springbrook Road Walnut Creek, CA 94596 MS 277-76 000VI lie Albert Hann 432 La Gonda Hay Danville, CA 94526 PAsm:w THE BMWR ap,October 4,.1477. x 1 hereby certify that the farepoip is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesoid. Originating Department: Wiftwu my hand and do Seal of tin doord of Public Works mon Land Development Division affixed this a day of 0,tober 1977 cc: Public Works-LD J. R. OLSSON, Clerk Marvin Hyman John W. Del Signore erk/A-jjt � ' Deputy clerk Albert Hann Sandra L. Nle son_ _a 00922 H-!4 3/-a ism Guard of Supervisors -2- September 28, 1977 Alternate C: A ground level basin, with a varying water storage depth between 10 and 20 feet, and located north of the creek. This alternate would also allow minor development along Blackhawk Road at the northeast corner of the site. Alternate D: An above ground basin (5 feet), with an approximate water storage depth of 15 feet, that straddles the creek and would allow development of the north- east corner of the site. Alternate E: An above ground basin (5 feet), with an approximate water storage depth o? 15ee't-, that straddles the creek and would allow strip development along Blackhawk Road. Cost estimates were prepared for all of the above layouts as well as Hr. Nevin's basin. The estimated total cost for each alternate including construction, land, and engineering is as follows: Alternate Total Cost A $2,500,000 6 2,200,000 C 2,300,000 D 1,500,000 E 1,500,000 Hevin's (Modified) 1,700,000 If itis desired to eliminate the 5 feet of above ground water storage in Alternates D and E the above cost figures for these alternates would be approximately $150,000 to 5200,000 higher. The above ground storage on these two alternates would occur only on storms with runoffs exceeding the 4% event, eg. the twenty-five year storm Yater runoff event. Based on cost, visual appearance, and adaptability for a secondary use staff recommends Alternate D as the best basin layout. However, before the Board takes action selecting one of the proposed alternates we feel the Zone 38 Advisory Board and residents of the project area should be allowed to express their feelings at a neighborhood meeting to be held soon. All of the alternates proposed by staff require all or 85% of the 15 acres Diablo Investment Company property on which a tentative map has been filed and approved by the Planning Commission. Alternate D requires the entire property. Because this property is vital to all of the alternates, it is recommended that the Caard authorize the Public Works Director to proceed with the acquisition of the Diablo Investment Company property located at the proposed basin site. VLCli:fK:dr - j i , { ' CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT 255 GLACIER DRIVE, MARTINEZ, CALIFORNIA REPORT A - OCTOBER 4, 1977 Agenda DATE: September 28, 1977 TO: Board of Supervisors FROM: Vernon L. Cline, ex officio Chief Engineer ' IVSD SUBJECT: Report on Green Valley Creek-East Branch Basin UC: r 4 077 September 6, 1977 Board Order L ;L OLWN OUR FILE: 40036-108-15-01-00 F °O W OF SUPE o°r The Board of Supervisors, by Board Order on September 6, 1917, requested that the Public Works Director report back to the Board on three matters relative to the future inglementation of the Flood Control Zone 38 Adopted Project authorized under and within the scope of Plan Amendment No. 3. This report concerns the Green Valley Creek-East Branch Basin, the first of the three items.mentioned in said Board Order. We have evaluated the proposed basin layout prepared by Mr. Robert L. Ilevin,(Consulting Engineer for Diablo Investment Company). If Hr. Nevin's basin is deepened approximately flour feet and the crest is raised a like account, it is equivalent hydraulically to basin layouts developed by the District Staff for this site. This places the crust of the dam approximately eighteen feet above the existing top of creek bank 4-,;*diately downstream of the basin. We feel Mr. Ilevin's basin layout is unacceptable- for the following reasons: 1. The basin and embankment with its uniform 2:1 and 3:1 side slopes and uniform configuration does not provide an aesthetic natural appearance. 2. The basin has a very limited capability for a secondary use, ie. open space, recreation. 3. The basin operation requires ponding in the basin to an elevation ten feet above the existing ground elevation at the dao under the 1% storm runoff event. 4. The higher ponding in the basin results in a concrete lined emergency spillway that would have an appreciable negative visual impact upon the site and adjacent properties. We have developed five different basin layouts for this site: /alternate A: A ground level basin, with an approximate water storage depth of 10 meet, -ocated north of the creek and extending to Blackhawk Road along its entire frontage. Alternate 8: A ground level, basin, with an approxivate water storage depth of 10 feet, at straddles the creek and thereby allowing minor development along Blackhawk Road. MiaofiGned-_r i -- With board order iF/v In the Board of Supervisors of Contra- Costa County, State of Califomia AS S[ OFFICIO T13-BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSz''4VATION DISTRICT October 4 .19 77 4r the Hotter of - Green Valley Creek East Branch Detention Basin The Board on September 6, 1977 having requested a report from the Public Works Director with respect to matters relative to the future implementation of the Flood Control Zane 3B Adopted Project authorized under and within the scope of Plan Amendment No. 3; and The Public Works Director having this day submitted a report concerning the Green Valley Creek-Fast Branch Detention Basin portion of the aforesaid project and having recommended that the Board authorize the Public Works Director to proceed with the acquisition of the Diablo Investment Company property located at the proposed basin site; and Mr. Dana Murdock, Attorney for Diablo Investment Company, having appeared and objected to proceeding with said acquisition, commenting that it was his understanding that approval of the pro3ect was subject to consideration of alternative sites, and that he wished the Board to further consider the alternative recommended by Mr. Robert L. Nevin, Consulting Engineer for Diablo Investment Company; and Mr. Nevin having appeared and reviewed his proposal for a basin with a raised embaniment; and Mr. Burdock having requested additional meetings with staff from the Flood Control Division of the Public Works Department; and Board members having discussed the matter; IT IS BY THS BOARD ORDS that Supervisor E. H. Hasseltine is requested to schedule a meeting with the principals and the Flood Control Division. IT IS BY THS BOARD FURTHER ORDERED that October 18, 1977 at 2:30 p.m. is fixed for hearing on Green Valley Creek-Mast Branch Detention Basin, Flood Control Zone 3B. PASS D BY THE BOARD on October 4, 1977. 1 hereby certify that the forego�mV is o trio and comd copy of an order entered on the ounubs of said Board of Supervisors an the dab aforesoid. Wften my hand and the SeW of the Board of Super.ison cc: Public Works affixed this 4thdoy of October ig 77 Planning County Counsel County Administrator J. R. OLSSON, Cleric Br. Dana Burdock eye i,r r%t � i -) `.^N pepuq Clerk j Sandra L. Nielson 00419 H•Y 3/M ISa RESM)MMAL CUM FAC1117T OPERATOR LISZIW (Attachment to 10/4/77 Board Order 1. Mrs. Osia Blake (dba Osia Blake Family Home) 5015 State Street, Richmond, California 2. Mrs. Lila Casey (dba Casey Family Home) 5064 Boswell Drive, Concord, California 3. Mrs. Eleanor Cohen (dba Cohen Family Bone) 316 South 24th Street, Richmond, California 4. Mrs. Annie Darnell (dba Darnell Board S Care Home) 119 South 15th Street, Richmond, California 5. Mrs. Bessie Davis (dba Davis Care Rome) 353 South 17th Street, Richmond, California 6. Mrs. Loreca Felts (dba Felts Board 3 Care Home) 3507 Andrade Avenue, Richmond, California 7. Mrs. Ruby Jackson (dba Jackson's Home For the Aged) 238 South 7th Street, Richmond, California S. Mrs. Faye Johnson (dba Johnson's Board 6 Care Rome) 5211 Olive Drive, Concord, California 9. Mrs. Hildegarde Jones (dba Hildegarde Jones' Family Rome) 4218 Gladstone Drive, Concord, California 10. Mrs. Jeanette Loeffler (dba Jeanette's Love b Care Home) 58 Portview Drive, Pittsburg, California U. Mrs. Thelma Penning (dba Penning Family Care Home) 616 Minert Road, Walnut Creek, California 12. Phoenix Programs, Inc. 2243 Mt. Diablo Street, Concord, California 13. Mrs. June Skarr (dba Skarr's Care Homes, #1, #2, 6 #3) 1967 Solana Way, 1959 Solana Way, b 4670 Bishop Court, Concord, California 14. Mrs. Mary Thompson (dba Thompson's Board S Care Homes, #1 6 #2) 537 Carpino Street and 668 Carpiao Street, Pittsburg, California 15. Mrs. Willie Mae Williams (dba Sanford Family Care Home) 218 Sandord Avenue, Richmond, California 16. Mrs. 0. D. Collins (dba Grandview Rest Romes, #1 b #2) 863 Vermont 6 620 Hillgirt, Oakland, California Z-7/V7- In the Board of Supervisors of Contra Costa County, State of California October 4 ,19?2 In thte Ma"er of Amending the August 30, 1977 Board Order Regarding the Status Report on the Transfer of State- Operated Comanunity Care Services Section (OPT-OUT) to Contra Costa County The Board having approved, by its order dated August 30, 1977, the recommendations of the Director, Hunan Resources Agency, regarding the transfer of the State-operated community care services section (OPT-OUT) to Contra Costa County, and The Board having considered the recommendation of the County Mental Health Director regarding the need to ascend said August 30, 1977 Board Order in order to change the provisions for an emergency placement rate and for agreements with facility operators, IT IS BY THE BOARD ORDERED that provision #2 of said August 30, 1977 Board Order is hereby AMENDED to read as follows: "2. Authorize, effective September 1, 1977, payment of an emergency residential care placement rate of up to $10/day to residential care facility operators under the below specified "Emergency Residential Care Placement Agreements" and payment of up to $40/month to eligible clients (who are enrolled in the County's Continuing Care Services program and placed under the below specified Agreements) for incidental expenses and personal needs." IT IS BY THE BOARD FURTHER ORDERED that provision #3 of said Board Order is hereby AMENDED to read as follows: "3. Authorize the Director, Human Resources Agency, or his designee, to execute on behalf of the County, standard form Emergency Residential Care Placement Agreements, effective on or after September 1, 1977, with the residential care facility operators named on the attached listing, upon approval of a standardized format for said Agreements by the Office of the County Counsel. PASSED BY THE BOARD on October 4, 1977. 1 hereby osr* that the fonapoinp Is o true and correct copy of an order entered on the mimles of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of On Boord of Attn: Contracts S Grants Unit Supervisors cc: County Administrator o4Fimed this L_�_day of n;-t ham. 19 32 County Auditor-Controller County Mental Health Director J. R. OLSSON, Clerk Do"Clerk - RJP:dg Iiaxine h:. !eufeld 0041'7 H-24 5176 1Sm In the Board of Supervisors of Contra Costa County, State of California October 4 19 77 In dw MONA r of _ Compliance with State Requirements For Child Care Maintenance of Effort Spending in FY 77-78 The Board having considered the recommendation of the Director, Human Resources Agency, regarding the certification of compliance with child care maintenance of effort requirements of the State Department of Education and payment to said Department for the funding of child care services in Contra Costa County in FY 77-78, IT IS BY THE HOARD ORDERED that said recommendation is APPROVED, and that the County Welfare Director is AUTHORIZED to execute the FY 77-78 "Certificate of Compliance with Child Care Maintenance of Effort Requirements" required for submission to the State Department of Education, and IT IS FURTHER ORDERED that the County Auditor-Controller is AUTHORIZED to make the required payment of $56,181 to the State Depart- ment of Education as maintenance of effort funds for distribution to child care centers in Contra Costa County for FY 77-78. PASSED BY 'HE BOARD on October 4, 1977. L � 41, 4. �0 nes q'-"�`,� a - I be y cardly 16*dm in -A Is a tm*and cameo copy of on at" entered an the miwAms of=W Board of&**visors an"dole ofonuoid. Ori.g: Human Resources Agency Wftem my hand and the Seal of the Board of Attn: Contracts S Grants unit S"p""ifO" cc: County Administrator effixed this 4th day of October ig 77 County Auditor-Controller County Welfare Director State Department of Educati J. R. OISSON, Clerk By` Deputy Clerk ine M. NeufAd RJP:dg uV`�1s . County Administrator( Cwtra BoardalSupiorvimrs I Jaws'.Kang County AOmirnstratton Sudding ist District Martnaz-Catrtornta 91555 Costa ,■i.V� (415)372-40W Co "1 2�y�s.tr.�. Arthur G.WIV Baht l k�OM County Aom,nwrstor Ira District Warren N.Bows 4th District Erle K MasssltYta Stn Dstmt October 4, 1977 RECEIVED 1977 J LWN Fsu ► o Board of Supervisors schn3 tn:stration Bu's, Boom 103 Martinez, CA 94553 Dear Board Members: Re: Local Match for Police Services Project In 1973 Booz-Allen Public Administration Services, Inc., completed the Contra Costa County Police Services Study which included recommendations for improving the efficiency and effectiveness of police services which involved the implementa- tion of unified police service packages, equalization of police service levels, and alternative financing approaches. Earlier this year, several of the city managers and myself met to develop a plan to implement the recommendation of the . - Police Services Study. This resulted in our agreement to hire a Police Services Project Coordinator who would work with the advisory body established to coordinate county-wide law enforce- ment planning, maintain liaison with elected officials, public managers, and law enforcement agencies, and actually develop implementation plans. To get this effort (which has the potential for significantly improved police services and reduced costs) off to a good start characterized by a spirit of County goodwill and cooperation, I recommend that the Board of Supervisors agree to provide the local match of $3,902 for the federal grant. These funds were included in the final budget for this purpose. Re ctf%WI c County Administrator strator MM:es cc: H. Donald Funk George Roemer Mwofihmd with board ordw Mary H. Dunten In the Board of Supervisors of Contra Costa County, State of California October 4 r19 77 In dw Mof Providing the Local Match for the Police Services Project On October 4, 1977, Mr. A. G. Will presented the Board with a report concerning the local match for the hPolice services local Project which recommended that the County Provide match of $3,902, and The Board having considered said recommmeenndationontroller is IT IS BY THE BOARD ORDERED that the County AUTHORIZED to provide a local cash match of $3,902 to the Contra Costa County Criminal Justice Agency for the Consolidation and Coordination of Contra Costa County Police Services Project (OCJP Grant Number 2925-1). PASSED on October 4, 1977 by a unanimous vote of the Board. d rh a a x b � �r t 1 tiwsby cwft dwt*r,,farapoiwp is a trop and axed Copp of ae ardw sassrsd on tfN .k.mw of sold Bad of sapavwws oo d..daft a.—a& Orig. Dept. County Administrator �VI!dnus my hand and dw seal of fhe Board of � cc: H. D. Fuck afliad +6_, th day of October, , 1977 G. Roemer ' J R. OLSSON, Clerk Lw '' DWty Clerk Ku, Craig 00415 $, I, David F. Little, the undersigned, am the person presenting this Claim on behalf of the Claimants above named. Dated: September 2.. 1977 DAVID F. LITTLE TTLE ants Attorney y rye e NA u ��d ��'�Ry» M1tia�4�; �¢ '�'°� 3 � ���t � � �� � 1iu�'u�^a+ ,S �k eS. vF f f rM�ifit�i apt ty, ✓z'r- : rr.a"�'r t 1 s M d- i 'Page Your Claimant was also treated at the Brentwood and Pittsburg Clinic as an outpatient. The names of two of the doctors who attended her were doctor Mendoza and doctor Maiocio. Claimant consulted an attorney in the week of. August 1, 1977, and said attorney referred the matter to the office of Coker & Little. The first appointment available to Claimant in Coker & Little's office was August 18, 1977, which appointment was kept and led to the filing of this Claim. 4. A general description of the injury incurred so far as it is known is as follows: Intermittent pain in head, forehead, and temples. Pain in the nasal passages and nose cartilege. Dizziness and loss of consciousness. Faulty and blurred vision. Cramps and twisting of the left side of. Claimant's body out of its normal alignment. Periods during which Claimant's body goes completely limp, either on its left side or entirely. As to Claimant Ernesto Martinez; loss of consortium, and expenses to the community for the care of his wife, Maria, as a result of this injury. S. The names of the public employees causing the injuries now known are unknown to Claimant at this time except in so far as is stated in paragraph 3 above. 6. The amount claimed as of the date of the presentation of this Claim is $ 100.000.00, which includes an unknown amount as in estimate of any prospective injury. 7. The basis of this computation of this Claim its,as follows: S 100,000.00 for general damages; Special damages and related costs. gum• Page Three Claimant in Fact did faint again and fell within the confines of the bathroom. During the fall Claimant struck the left side of her head upon the walls or fixtures in the bathroom and was rendered unconscious. X-rays were subsequently taken by personnel at the hospital and Claimant was released to convalesce in her home on April 8, 1977. Claimant Maria Martinez was confined to her home and by en large to her bed for a period of one month subsequent to her release from said hospital. During this period. April 8, 1977 through May 8, 19777, Claimant was in such a weakened condition that she did not venture far from her premises, she believes that she did not recognize any symptoms of her injury due to that fact. A short time after Kay 8, 1977, Claimant Maria Martinez, began to experience bizarre symptoms. Those symptoms include, but are not limited to, pains in her head. pains in her forehead and temples. pains in her nasal passages and nose cartilage area, dizziness, loss of consciousness. blurred vision, the left side of her body developing cramps and appearing to be out of normal alignment. and intermittent periods where Claimant's body goes limp. either completely or on its left side. Subsequent to this realization on a date sometime in June or July of 1977. Claimant returned to County doctors to complain and to inquire as to the cause of these symmtoms. During that visit and subsequent visits doctors and personnel at Ole Contra Costa Countv Hospital denied that the symptoms were a result of the fall and assured Claimant that she was recovering normally. 'gage Two CLAIM AGAINS'* THE COUNTY OF CONTRA COSTA AND CONTRA COSTA COUNTY MEDICAL SERVICES HOSPITAL, MARTIM7.., CALIFORNIA. 'TO: The Clerk of the Contra Costa County Board of Supervisors, Martinez. California. 1. Claimants names and post office address are as follows: Maria and Ernesto Martinez. 331 Dine Street, Brentwood. Calif.94513. 2. All notices are to be sent to the following post office address: Coker & Little. 509 Railroad Avenue, Pittsburg, Calif.94565. 3. The date, place and other circumstances of the occurrence that gave rise to this Claim are as follows: On April 6, 1977, Claimant Maria Martinez was c6nfined in the Contra Costa County Medical Hospital, located in Martinez, California. The reason for .her stay in said hospital was surgery. The surgery, which was uneventful, took place on April 6, 1977. Shortly after the surgery was completed Claimant was returned by gurney to her hospital room, where she was awoken and subsequently fainted in the presence of hospital personnel. After her fainting spell, Claimant Maria Martinez, requested some of the hospital staff to assist her in making a trip to the bathroom. At least two members of the staff whose names are unknown to Claimant Maria Martinez, helped her to the bathroom but then left Claimant there alone with the door closed and . - supervised. This was done inspite of the fact that Claimant had. fainted in the presence of these attendants some two hours prior to this event_ ow Page One result of her fall on April 6, 1977. Contra Costa County and Contra Costa County Hospital would not be prejudiced by a failure to present this Claim within the time specified in Government Code Section 911.2. since they were at least in part responsible for that delay, if any. 3. I am presenting this application within a reasonable time after the accrual of this cause of action. WHEREFORE. I respectfully request that my application be granted and the attached proposed Claim be.received and acted upon in accordance with Government Code Section 912.4 and 912.6. Dated: September 2. 1977 DAVID F. LITTLE Attorney for Claimants �n 41 ' t,•_ r r0% Rvz` .a ." +. ' rn• F.k , r " i,fit t'r.7iv✓ '' ` ave i Page Two 4 In the Matter of the Proposed Claim LRI-20=5�L E D of MARIA MARTINEZ. and FRNESTO MARTINEZ SEP21 1977 Against CONTRA CnSTA COUNTY and CONTRA OL=N COSTA COUNTY MEDICAL SERVICES HOSPITAL, Martinez. California. APPLICATION TO PRFSFXT A CLAIM UNDER SECTION 911.4 OF THE GOVERNMUrf CODE BY PERSONS AC'H'ING ON BEHALF OF CLAIMANTS. TO The Clerk of the Board of Supervisors, Contra Costa Couaty: 1. I, David F. Little, as attorney for Claimants, apply .for leave to Present a claim under Government Code Section 911.4. The Claim is founded on a cause of action for personal injuries which resulted from a occurrence on April 6, 1977, for which a Claim was presented on, and concurrent with this application. The date of the accrual of Claimants' cause is not clear, and this application does not constitute an admission of any particular date as that of the accrual of the Claimants' cause of action. For additional circumstances relating to the cause of action, reference is made to the proposed Claim attached to and incorporated as a part of this application. 2. The reason for a potential delay in presentation of this Claim was due to the fact that Claimant Maria Martinez was in a severely painful physical condition from April 8th to at least and including May 9, 1977, and due to the representations by the staff of the Contra Costa County Hospital during the months of June and July of 1977. that Claimant's symptomserg _e,not as a Page One ��(� BOARD fl= SiFEFy!!SOPS OF C01"FRA COSTA COUNTY. CALiFOP::1A ID/-%77 2:0F: TO CLNI.!A:."F Claim Against the County. ) 7ae Copy o6 &. `a`c:aeoc c:.c£z_ to .i,s Lsc�• Rc,:_ing Endorsements, and ) notice oa the action ta'aen ox yowt Cza.im by roe Board Action. (Ali Section ) BoaAd o1 &ipeltvisot6 (Panagaa;* 1II, belzu}, references are to California ) given puxbuaxt to Goveltxmext Code Sectioxb 911.8, Goverraent Code.) ) 913. 5 915.4. Ptia6e note the. "nritnintg" bePosc_ Claimant- Haria and Ernesto Martinez, 331 Pine Street, Brentwood, CA 94513 .Attorney: David F. Little Address: 509 Railroad Avenue, Pittsburg, California 94565 Amount: $100,000.00 LL&ND DELIVERED Date Received: September 2, 1977 309LAUSIVwy to Clerk on September Z, 1977 By =ail, postmarked on 1. FROM: Clerk of the Board or Supervisors TO: County Counsel Attached is a copy of the above-notedt�Application /to File Late Claim. DAT_0: 9/6/77 J. R. OLSSO:i, Clerk. H !_ 1 t� ( fi f f t�l Deputy a icia A.-Bell II. FROM: County Counsel TO: Clerk of the 3oard 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 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 ata trim (Section 911.6). DATED: L�-/.� 3 8. CLAUSEN, County Couasei, By ;, ��--K�- --�_Deputy I1I. BOARD ORDER By unanimous vote of Supervisors present [ ) (ibis Claim islrejected in full. Sep`eCFi�O ( This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Board's Order entere ;in its minutes for this date. DATED: Oct. 4. 1477 J. R. OLSSON, Clerk, by, Deputy T- ► of VARNM TO CLAlKk%T Govent Coe Sections 911.3 G Yo¢ iuwe onty 6 momata 6.wo e mu4Lag aj th4.6 no ttce.Lo ya¢W-Zt"h n 46 ti.eh to g4e d. eouAt =tion on thiA rejected Claim (bee Govt. Code Sec. 945.0) wt 6 monthb inom the deA aL of yow. AppLir:,tian to Fi.Ze a Late CYnim uaXt n udcith to petit2ox a eouitt Som ne.',iej 6wo Section 945.4'6 e.Zaim-6iZ.irq deadline (aee Section 965.51. You arty Beek the advice oS any c.=trey oma yow- Choice in connection tvi& tS, A tnattelu. Ii you want to corau.Lt an attw.nu, you a:!cu.Zd do so &=edZateZq. iv. FROM: Clerk of the Board T0: 1 County Counsel. (Z) County Administrator, B (3) Public Works, Business 8 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 29703. �� 7 DATED: ()rt_ Q_ 109.7 J_ R. OLSSON. Clerk, By` .l'! ,;fd n y)-i vC�dFi:/ Deouty C •r; V. FRG.M: (1) County Counsel, (2 County Administrator, T0: ^^erk of the Board (3) Public Works of Supervisors Received copies of this Claim or application and Board Order. DATED: Oct. 4, 1977 County Counsel, By County Administrator, By Public Works, By 3.1 R2V. 3/77 In the Board of Supervisors of Contra Costa County, State of California October 4- .1977 In the Matter of Status Report on the Contra Costa County Surface Runoff Management Plan J` The Board, on January 18, 1977, having executed a contract with the Association of Bay Area Governments to prepare a Surface Runoff Management Plan for the County, and other work items for the Bay Area Environmental Management Plan funded by a grant from the Environmental Protection Agency to the Association of Bay Area Governments for water quality planning in the nine-County Bay Area; and The preliminary draft Surface Runoff Management Plan for the County having been prepared in accord with the terms of the contract; and The preliminary draft Plan having been reviewed by the County's Public Participation Committee and Advisory Task Force, and these review bodies having advised that the findings and recommendations of the preliminary draft Plan are satisfactory; IT IS BY THE BOARD ORDERED that the Director of Planning and the Public Works Director are authorized to prepare the final draft Surface Runoff Management Plan and transmit it to the Association of Bay Area Governments pursuant to the provisions of the contract referenced above. PASSED by the Board on October 4, 1977 1 herby cmrdly thcd the foregoing h a trw and coned copy of an order entered on the muerles of said Board of Supwvban cc the date aforesaid. Witness my hand and the Sed of the Board of Orig: Planning Department supervisors cc: Public Works Director affixed this 4thdoy of orujj . 19 I Director of Planning County Administrator /�' J. R. OLSSON, Clerk Each City in the County By� (-�= l \1 �' Deputy Clerk Ronda Amdahl 00407 14-2i 3i%v ism In the Board of Supervisors of Contra Costa County, State of California October 4 In the Mother of Completion of Private Improvements in Minor Subdivision 71-73, Lafayette Area. The Director of Handing Inspection having notified this Board of the completion of private improvements is Minor Subdivision 71-73, Lafayette area, as proved in the agreement with Dynamic Agents, Inc. laa Mt. Diablo Boulevard, Walnut Creek, California 94596 approved by this Board on June 18, 1974; IT IS BY THIS BDARD ORMW that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY THIS BOA!9D FMZMM ORDERED that Surety Bond Ho. 80 41 15 issued by United Pacific Insurance Company, is hereby R�ATED. PASSED by the Board on October 4, 1977. 4 4 I hereby ceriify that tin I, gainp b a her and correct copy of an order enMn'an the Wn w of said bard of Superviurs on the dote aforesaid 1Mdnr my hand and the Sea)of the hoard of cc: Dynamic Agents, Inc. Supervisors Building Inspectice. (2) aRxed this4 th .fay of October 19 77 Mailing Address for Dynardc Agents: 12+3 Alpine Rd. Suite 110 J. R. OLSSON, Ckrk �:alnut Creek, Ca 94596 ( � f (t �4 Deputy Clerk Patricia A. bel 00406 In the Board of Supervisors of Contin Costa County, State of California October 4 .19 22- In the/Manor of Contra Costa County Advisory Council on Aging Membership Appointments. The Board having received a September 28, 1977 memorandum from Mr. C_ L. van Harter, Director. Human Resources Agency, trans- mitting recommendations of the Contra Costa County Advisory Council on Aging with respect to Council membership appointments; IT IS BY THE BOARD ORDERED that the aforesaid memorandum is REFERRED to the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) for review. PASSED by the Board on October 4, 1977. N r is rq G tf �& } f 'Y±k. 43. N b ,tee ,� .ea" .,�'as"�, �'�'-��'�' � �,, , ;✓ I hereby certify that foregoiry Is a true amd correct cWy of on oras .norea on the aitttuos of said 800rd of Supervisors an the date aforesaid. cc: Committee Members Wim my hoed and the Seel of the soerd of Contra Costa County Se"'r"'a'' Advisory Council on AgingaWuwd the 4rh day of orrnhor 197-2— Director. 972Director. Human Resources Agency (1 C1.1 OLSSON, Clerk County Administrator , Public Information Officeriyal� Deputy Uerk nda Amdahl H•2i 3;"6 t5- 00405 NATEOFCA_1FOR%IA-HEALTH AND%%�ELFAREAGENCY • OEPARTMENTOFHEALTH ,PPI-ICAT1O.%FOR FACILITY LICENSE RENEUAL rZfAR_--=i1' CF FEALTR FaCILI?Ina LTC�jl2{G-FIRED RDORESS REPLY TO: 2_=1 nE�:'LEY WAY 3EM=XYs Cd. 94704 =ACILITY NAME. DiS,+Overy Motivati(ma). House ACILITY LOCATION: 4639 Pacheco Blvd. Martinez 94553 c/o Contra Costa County DISTRICT NUMBER: 02 Chris Bwevent FACILITY NUMBER: 07=1491 2500 Alhambra Avenue LICENSE EXPIRES: 8/25/77 AMOUNT OF FEE: See attached schedal Harz, CA 94553 (MAKE CHECK OR M.Q.PAYABLE TO): State Dept. of Health YPE OF LICENSE. SocW Rehab. ,ACILITY MAILING ADDRESS(IF DIFFERENT FROM LOCATION ADDRESS{: 2500 Alhambra Ave. Martinez 94553 FACILITY TELEPHONE NUMBER: 229-4212 NAME OF PERSON IN CHARGE OF FACILITY: Kilton Combs, Jr. FACILITY NUMBERS OF OTHER FACILITIES LICENSED -ACI LITY TYPES AND CAPACITY:M-19 OR OWNED BY LICENSEE: ,M ?3 Soc:.a]. Rehab Div$ :r :URREN7 LIMITATIONS ON LICENSE: 1 .35 years, ambulatory (AI THE PRE-PRiNTED FACILITY INFORMATION ON THIS RENEWAL IS.INCORRECT:OR (B) ANY CHANGE IN PROGRAM,LICENSED CAPACITY,OR OWNERSHIP IS DESIRED,PLACE AN "X"ABOVE THE DOTTED LINE BELOW AND EXPLAIN FULLY ON THIS FORM. a...I/WE REQUEST A LICENSE CHANGE. IiWE ACCEPT RESPONSIBILITY TO A. COMPLY WITH LOCAL ORDINANCES CONCERNING ZONING,SANITATION,BUILDING,AND OTHER APPROPRIATE ORDUVANCES. B COMPLY WITH THE LABOR CODE ON EMPLOYMENT PRACTICE CONCERNING WAGES. HOURS,NO"ISCRIMINATIO`e. U,AWLITV INSURANCE,AND WORKING CONDITIONS. C. C9::P�,.Y VjITHjA4WTHr.ND SAFETY CODES AND REGULATIONS CONCERNING LICENSING ANO FIRE SAFETY IAVE CLAR^E7 Uri MALTY nR-PERJURY THAT THE STATEMENTS ON THIS RENEWAL AND ANY ACCOMPANYING ATTAC:,- tvTEtiTS fiRc CQKa� fl AbY/OUR 8� EDGE.w N. BY Qi'K SIGNED •// r G` �-CrIT Ct;ZirikK Board of Supervisors 'ATE OCT K 1917 SIGNED TITLE DATE SIGNED TITLE DATE rwQofil1,-,0d with mrd order 00404 UC 201 IY741 DE!S—ICN:i iON O:A0.:iN STXAT£VE U SQO\S1-iLIT'i L:cease_ f. s:::s«-t.quim-Q to ha:•c a pt;son eonziae:ovsly rresenc da:iag op`mdon1 h----rsar c::c f1c=.- �. o:�.=:=to represent the f..eiliy and to acc.p:lieeassa�repGr:�.This form is irtaedat for who c;.anot be continuously press to de:=rte to the z&ninisx..-o: or ofa to incept.;.is revon!kbilitty.Applicants who are corpora:ions a_=ae-ed to ora: ,=�:e:�.stiaai audtoc�ias t'iw c:cE.-fin_ ry�z.e :+:5��.'I3ry Notivatia.-1aI r17t153 Dow 4/22•176 F2c :j Ad4639 %rhAi" phonz 229-4212 Cit; V3rtir�z. G- 94553 County Contra Co3 \amt Milton Combs; Jr. '[~ 01ScovsrY 14siss 0iractor- is he:--S Ccsimazted as administrator, m=m.- r or agent of the abim-m.rned facdit} and is authorized to mce::e:t the above-nzmed facility on rn behalf service of.ny domments iaJ-4ding repo.ms of--inspeet ors and eonsulrudans.accusations_n d civil and adminsw Live process- 1(c:e)sz--aoti!dm Stam Depwa eat of Health.of zay change in the above ands m - n- t t sriq o:� c''� 3►S� N. Bog ge4s ' 7of , 1 Su:rrr of sQQi'crsn:l:icais.= ��. . Contra Cast- ''xl� sh imorj Board of Svoervisors Tsar Za if inn 5::yes i 1.1�.-a i rs?_ C^.'fsra {:^etca 9=553 z. CLY 1 ln*dQ-5403 w.tfi 6acrrd order State of California—Heath and Weltare Agency Deperunent of Heath AFFIDAVIT REGARDING CLIENT MONEY This form is intended to insure that all Iiocrnsod faalities comply with statutory bonding requirements if they handle money.Facilities that handle client loony must certify that the facility does not need a bond(Item A)or that a bond is requited(Item B)and the amount of the bond.This form is required on new applications and whenew the department deems it is necessary to reevaluate the bonding need of a facility. In accordance with the applicable provisions of California Health and Safety Code: I(We) Contra Costa County Mamew As applicant(s)for or operuods)of Discovery Motivational House Maar or Factory Located 4639 Pacheco Martinez, CA. 94553 ContrA Costa suers as county- I(We)Certify that:(Check A or B below) A. Will handle less than$50 per person if Community Care Facility or less than$25 per person if Health Facility also less than$500 for all residents in any one mouth for either type facility. X 13. Will handle more than$50 per person if Community Cue Facility or more than$25 per person if Health Facility or more than S500 for all residents in any one month for either type facility.(If B is chedad. please indicate the mszimaam amount of money that will be handled).Amount of money to be handled 5 more than 500 less than $10,000 Note: If"B"is checkedyva will axed also submit a Surcty Bond N/A County run program MONEY HANDLED BOND REQUIRED S 750.00 or kgs 51,000.00 751.00 to 1.50800 2,000.00 1„50100 to 2,500.00 3.000.00 tway addadmg inaemmt of S1.000.00 or faction dmeof shall require an additional 51,000.00 an the board. V1K11 immodiudy notify the becasisg agency in waiting when the above stated amount is exceeded. Will maintain adequate safeavads and accurate retards of monis and valuables entrusted to the home, in accord with Regulations of the State Deputtoent of Health. I certify that the foregoing sutements arc tree to the best of my knowledge and belief. In making these statements.I(We)realise that the submission of oily false sat m co ritut ads r the suspension or revocation of my license. r c Jr. Menta Health A �anistrator un n TEtY,or wmwo COMPW344 Perm QC e 4 1977 on Costa Cogrty ='°pe� w,,,.f-,u„sd with boord order " ss:a.tur i.Tule UC 400 W74I ,a%. ;�. �- •.�" Cr YUD2rVi5or5 In the Board of Supervisor of Contra Costa County, State of California OCT 41977 .19 1n the Manor of Approval of State Licensing Forms 201, 308, and 400 for Renewal of Licensing of Discovery Motivational House The County Administrator having presented to the Board on the recommendation of the Director, Human Resources Agency, for approval three STATE LICENSING FORMS, LIC 201, Application for Renewal, LIC 308, Designation of Administrator Responsibility, LIC 400, Affidavit Regarding Client Money, for submission to the State Department of Health Facilities Licensing Section for the continued operation of the DISCOVERY MOTIVATIONAL HOUSE. IT IS BY THE BOARD AUTHORIZED that said license application forms be executed by the Chairman and be submitted to the State Department of Health Facilities Licensing Section by the County Medical Services Department. PASSED BY THE BOARD ON � n �,µ,}' IR { I hereby codify Hm*Ow foIs a true and co[!ed copy of an order entered on the, ar md"of said 9aard of Supervisors on the dab aforesoid. Witness my hand and the Sad of the Board of Orig: Director, HRA Sx'perwfaft U6 I F 1977 cc: Medical Services affixed this day of 19 Director Mental Health Director County Administrator J. R. OLSSON. Clerk Auditor-Controller v/ Deputy Clerk Mental Health Admin. t{taxmF►' NeXed J. } 00401 H-243/76"m AYES- Counciiwen Barraco,.DeTorres, Logy & Siino NAYS: none ABS£NT• MA.vor Quesada ABSTAINED: None 00, ILI a MAY UR ATTEST: luCITY APM OVED AS TO FORM: T + � t JOHN SHAW CITg ATTORNEY i Page2 of 2 STATE OF CALIFORNIA CG_::TY OF CONTRA COSTA Cliff OF PITTSBURG 1, Sanet Costanza, Deputy City Clerk in and for said City of Pittsburg, F County of Contra Costa, State of California, do hereby certify that the hereto attached a..-d foregoing paper is a full, true and correct copy of Resolution No. 77-6265 nos on file in this office of said City now in my custody. WIIit6SS, my hand, andOF Seal, this 14th day of November , 19 77 uty City Clerk in and to f r the City o Pittsburg, Contra County, California 00400 y RESOLUTION NO. 77-6275 ARESOLUTION OF THE CITY COUNCIL OF THE MY OF PITTSBURG RATIFYING THE INTERIM CONTRACT FCR THE PR OVLSION OF CETA I SERVICES BETWEEN C(XMTRA COSTA COUNTY AND THE CITY OF PITTSBURG The City of Pittsburg CETA Unit is in the process of negotiating a full-term contract (October 1, 1977/September 30, 1978) with the Contra Costa County Manpower Administration. The full-term contract is expected by 11-21-77; the attached is an interim contract covering 10-1/10-30-77. It authorizes the City to spend up to$33,801.00 providing CETA I services to residents of the City of Pittsburg, City of Antioch, and the u.-incorporated areas of El Pueblo and West Pittsburg. The foregoing resolution was duly passed and adopted at a (n) regular (adjourned)meeting of the Pittsburg City Council, held on the 7th day of November 1977, by the following-vote: N { " a" Pagel I-'of 2 �< a R ro r v 00399 Centra Costa County Standard Form ' GENERAL CONDITIONS (Purchase of Services) 18. Idemmification. 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. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts 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. i f tY N » f q(�p (A-4616 REV 6/76) _} 00398 Contra Costa County Standard Form y 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 U 6/76) -2- 00397 ontrA Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete an 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. Whitten Notice. This Contract may be terminated by either party, at their sole discretion. upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination. the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Fining. 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 an the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved an signed by the head of the County Department for which this Contract is made or his designee. 8. Hodifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit. the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval. provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- 00399 SERVICE PLAN Q Bumber2 8 ~`�}# Q 4 — ►y L 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 6,743 (2) Enrollee Training (including $ 525 525 for OJT Contract Payments) (3) !manpower Services 26,533 (4) Enrollee Rages -0- (5) Enrollee Fringe Benefits $ -0- TOTAL (Contract Payment Limit) $ 33,801 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the fors and meaner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor say implement the appropriate budget changes. Initis _� Cont for County Dept. t x r 1 K Y- lro rv,3a S c4 r"-•. '.'xpurc�' 'x r` a �+,'a '�e 4 7-c.f `° :". r,ay T v'- 6a�t�`E � f � A F � ���i+y.,:" 3�a.s✓ 2 rypw: M'F k"' is J �y { -5. —5— SERVICE PLAN ,! Number 2 Q 8 —4 0 4 — 7 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor dull: a. Job Placement. (1) Place at least fourteen (14) CETA enrollees in permanent, unsubsidized, full-time jobs. (2) Maintain for such placements an Average wage-Gain-Ratio of not less than .20; said Average Hage-Cain-Ratio is computed as: (Median post-CETA wage of placements - Median pre-CETA wage of placements) Median pre-CETA wage of placements (3) Maintain for all CET& enrollees under this program a Non- Positive Termination Rate of not more than 20%; said Hoa-Positive Termination Rate is computed as: (Number of non-positive terminations x 1002) Total number of terminations b. 0Yr. Ensure that at least 70% of all CETA enrollees placed in new OJT contract job positions established hereunder will retain permanent, unsubsidized, full-time employment upon termination of their respective OJT contract job positions. c. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulle- tins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures. b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, X. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocatioa of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County any enter into covering the provision of services during Federal FY 1977-78 (10/1/77 - 9/30/78), in accordance with the Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement. laitia �. Contr ctor County �Dept. oOt " -4- SERVICE PLOY Number 2 8 — 4 0 4 — '7 f.. Job-Seeking Preparation Service. In providing this CETA Unit service, Contractor shall: (1) Help referred CETA enrollees acquire the necessary motivation, information, and skills that will enable thea to compete successfully in obtaining employment. (2) Provide such CETA enrollees with guidance and counseling that will enable them to identify their own level of skill and vocational expertise and to match these with labor market opportunities. (3) Refer CETA enrollees to resources and contacts in public and private job-findiag agencies and to employment opportunities that will allow them to utilize their marketable skills. S. Job Development/Placesent b OJT Service. In providing this CETA Unit service, Contractor shall: (1) Establish and maintain contacts with employers for the purpose of i developing jobs for CETA enrollees. (2) Develop individual employment opportunities with prospective employers for CETA, enrollees. (3) Negotiate and write on-the-job training (OJT) contracts to establish job positions with employers for CETA enrollees (said OJT contracts shall be between Contractor and the respective employer and in the form prescribed by County). (4) Establish and maintain a file of job-ready or nearly job-ready CETA enrollees referred by vocational counselors. (5) Place CET& enrollees in OJT contract job positions. (6) Place CET& enrollees in permanent, unsubsidized, full-time jobs. (7) Conduct follow-up on each referred CETA enrollee during the initial thirty (30) day period following job entry or for the duration of employ- ment under an OJT contract; such follow-up shall consist of the following: (a) Periodic contact with each job-placement participant during the initial thirty (30) day period following job entry, and appropriate assistance, as needed, until a satisfactory adjustment in the new job is confirmed, and for up to thirty (30) days following termination from CETA enrollment to enable such participants to retain employment. (b) Periodic contacts with each OJT participant throughout the duration of OJT contract employment, and appropriate assistance, as needed, to ensure a satisfactory adjustment in the OJT position. (c) Counseling of participants on job-related problems. (d) Mediating with employers on behalf of CETA enrollees to resolve problems related to changes in the original conditions of job placement. (e) Initial direct contact with each enrollee placed on a job and with his/her employer within fifteen (15) working days after job entry. 4 Iai t i a Cont actor County Dept. —�' 00393 V SERVICE PLAN Number2 v - 4 0 4 - "7 c. Intake Service. In providing this CETA Unit service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the EDP Development and Vocational Counseling Service for further participation in County's CETA Manpower Program. d. EDP Development and Vocational Counseling Service. In providing this CETA Unit service, Contractor shall: (1) Prepare and maintain an Employability Development Plan (EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of training and/or services which will result in permanent, unsubsidized, full-time employment for the enrollee; the EDP say be prepared during the Vocational Assess- ment Service. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation may be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's EDP. (4) Refer such CETA enrollees to the Supportive Services and Allowance Payment Certification Service for receipt of supportive services and allowances as needed and available, and in accordance with each person's EDP. (S) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor bas prepared an EDP, throughout the enrollee's participation in County's CETA Manpower Program, as needed to ensure that the enrollee progresses toward the fulfillment of his/her EDP; such vocational counseling follow-through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower programs; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each enrollee placed on a job within thirty (30) days after job entry. e. sportive Services and Allowance Payment Certification Service. In providing this CETA Dnit service, Contractor shall: (1) Certify the need of each CETA enrollee (who is referred from the EDP Development and Vocational Counseling Service) for available CETA supportive services and allowance payments, and compute the amounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each enrollee's EDP. (2) Document enrollee attendance in related training and service activities for which supportive services and/or allowance payments are needed. (3) Prepare and submit all documentation as required by County for County's payment of needed CETA supportive services and allowances to CETA enrollees referred from the EDP Development and Vocational Counseling Serv"ce Initials. _ ontz rtor Vounty Dept. `2- 00392 SERVICE PLAN Number 8 - 4 0 4 - 7 1. Service Specifications. CITY OF PITTSBURG (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a Pittsburg/Antioch Area CETA Unit for CETA applicants and enrollees residing in the Pittsburg Antioch area of Contra Costa County. In doing so, Contractor shall provide a program of seven (7) integrated GETA Unit services hereunder, as follows: a. Orientation and Preassessment Service. In providing this CETA Unit service, Contractor shall, for all persons applying for manpower services through the County's CETA Manpower Program: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's ILeneral a ro riateness for County's CETA Manpower Program through preassessment of the applicant; i.e., through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e., ability to undergo full vocational assessment as set forth below). (5) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's CETA Unit program. (b) For each CETA-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CETA Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. b. Vocational Assessment Service. In providing this CETA Unit service, Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability and to produce permanent, unsubsidised, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. Initials: , Cont actor County Dept. `1- 00391 cool"ca Costa County Standard Form PA11KW!PROVISIONS (cost Basis Contracts) ,yS xM. h L_tN 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract. Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments trade. by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or cenplying 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 Ccunty'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. to v;zis f� sr. 00390 (A-4618 Q/76) _y_ Contra Costa County Standard Form PAYMEW PROVISIONS (Cost Ansi- Contracts) - T Omber28 - 404 - 7 1: Pasaent Basis. County shall in,no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will- pay illpay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [Y] c. An amount equal to Contractor's allowable costs that are actually, incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [R] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and ,(2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in he manner and fora prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the mouth in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee. County will make payments as specified in Paragraph 2. (Payment Mounts) above. (A-4618 REV 6/76) -1- • 0038 SERVICE PLAN liunber28 — 404 — 7 1. Service Specifications. CITY OF PITTSBURG (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a Pittsburg/Antioch Area CETA Unit for CETA applicants and enrollees residing in the Pittsburg Antioch area of Contra Costa County. In doing so. Contractor shall provide a program of seven (7) integrated CETA Unit services hereunder, as follows: a. orientation and Preassessment Service. In providing this CETA Unit service, Contractor shall, for all persons applying for manpower services through the County's CETA Manpower Program: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's general appropriateness for County's CETA Manpower Program through preassessment of the applicant; i.e., through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e.. ability to undergo full vocational assessment as set forth below). (S) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA earollees) to the vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's CETA Unit program. (b) For each CETA-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CETA Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to he made not more than one (1) mouth after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. b. Vocational Assessment Service. In providing this CETA Unit service, Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability and to produce permanent, unsubsidised, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. Initials: Cont actoe County Dept. _1- 00391 Contra Costa County Standard Form PAIN! PROVISIONS (Cost Banda Contracts) A ty Number 2 8 - 4 0 4 - i 1. Payneat Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [XJ c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program. Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which"are determined in accordance with: [Check one alternative only.] [XJ a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and 8, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Pavment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- 00389 wwo� I st: County Standard Form STANDARD CO\'TRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Humber 2 Q V i 4 0 41y Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Pittsburg/Antioch Area CETA Unit serving residents of the Pittsburg/Antioch area of Contra Costa County. :'artier. 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 PITTSBURG Capacity: Public Agency Address: 2020 Railroad Avenue, Pittsburg. California 94565 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein., 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 33,801 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. S. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Gover..ment Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreemen; - CObNTY OF COA'TRA COSTA CALIFORNIA CONTRA R WOR By By ff �" =i1B33K4 Board of Supervisors Designee CITY ER (Designate offic capacity in business st: J_ R. Olsson, County and affix corpora ion seal) State of California ) County of Contra Costa ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor P.eco=ended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to irs bylaws or a resolution of its board of directors. Fo:n Approved: County Counsel Dated: November 14, 1977 WauuIt W.VdAti W,% -- DeputyC1ty-63erk ' 0 0-14611 REV 6/76) 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, -- Geas y, L 0- 00-000 Qfiw&B&AQ6 19. Insurance. During the entire tern of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which thin 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 cont-4-se purchase of all or any-such services from Contractor. 4s a a � 7 r � 00387 I (A-4616 HSV 6/76) -3- Contra Costa County Standard Form GYRAL 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 M6/76) -2- 00386 Cinica Costa County Standard Fors GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect co its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the Voiced States Government. 5. Termination. a. Written Notice. This Contract say be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled iamwediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal. State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may he modified or amended by s 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 nor materially change the Payment Provisions or the Service Plan. 00385 (A-4616 ;REV.6/76) -1- SMMCE PLAN er28- 431 - 1 6. Budget of Estimated Program expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 1,744 (2) Enrollee Training (including ; -0- 3,702 for OJT Contract Payments) (3) Manpower Services 4,454 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -0- TOTAL (Contract Payment Limit) $ 91900 b. The above budget shall be subject to a Contractors Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and lin—`a item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the form and manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: Cont County Dept. Y ' � 6 � 1 00384 SERVICE PLAN Number 2 8 - 4 31 - 1 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised aad amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Coats), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CM regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, S. Classification of costs by category, b. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/l/77-9/30/78), in accordance with the Contra Costa County FY 77-78 CRU Title I Annual Plan a" Prime Sponsor Agreement. Initials: Contractor Coua Dept. � a ,. vi w a 4 �— 00" SERVICE PLAN amber2 8— 4 31 — 1 2. Service Delivery and Parformanee Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract tern; i.e., Contractor shall: a. Enrollment. Enroll at least 5 handicapped CETA enrollees in the County's CM Manpower Program for the EDP Development and Vocational Counseling Service. b. Job Placement. Place at least 3 handicapped CETA enrollees in permanent, unsubsidized, full-time jobs. c. OJT. Ensure that at least 7OZ of all CETA enrollees placed in new OJT contract jab positions established hereunder will retain permanent, unsubsidized, full-time employment upon termination of their respective OJT contract job positions. d. Classroom Training. Request, screen, and accept referrals of appropriate, handicapped CETA enrollees from Contractor's CETA vocational counseling staff for participation in the clerical and the individualized vocational training programs set forth above, such that: (1) Clerical Training Program. At least three (3) persons are enrolled in and begin the clerical training program with the goal of gaining sufficient skills in each of the above specified curriculum areas to enable then to secure and retain permanent, unsubsidized, full-time employment in the clerical field within a period of time averaging six months and six weeks from the date of each enrollee's initial enrollment. (These persons may be 3 of the 5 enrollees specified in Paragraph 2.a. above.) (2) Individualized Vocational Training Program. At least two (2) persons are enrolled in and begin the individualized vocational training program with the goal of gaining sufficient skills in at least one of the above specified vocational fields to enable them to secure and retain permanent, unsubsidized, full-time employment in their respective vocational field within a period of time averaging three months and six weeks from the date of each enrollee's initial enrollment. (These persons may be 2 of the 5 enrollees specified in Paragraph 2.a. above.) (3) Develop, submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for successful completion of training. (4) Develop and distribute to all participants, immediately upon initial enrollment hereunder, an instruction handbook covering: (a) Procedures for terminating participants from the training program; (b) Rules for absences, tardiness, and verification of attendance; and (c) Other necessary information regarding the classroom training program, including standards for student achievement. (5) Provide all needed training equipment, materials, and supplies. (6) Provide classroom training services hereunder at least six hours per day, five days per week, on a continuous basis throughout the term of this Contract. e. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. Initials- "ZiWo- W _ Contractor County Dept. -5- 00382 SERVICE PLAN Namber 2 8 - 4 31 - 1 h. Classroom Training Service. In providing this service, Contractor shall provide: (1) A Clerical Training Program of clerical training and instruction in general clerical stills, including coverage of the following curriculum areas: (a) Basic Typing (minimum still level of 50 cwpm); (b) Production Typing and Layout; (c) Speed Typing; (d) Transcription from Dictated Tape; (e) Records Control; (f) Business English; sad (g) Business Mathematics. (2) An Individualized {locational Training Program of vocational training and specialised instruction, designed to remediate each person's unique handicap and functional limitations and to develop strengths, job-keeping stills, motivation, tolerance, interpersonal stills, and other vocationally critical behaviors, in one or sore specific jobs or group of jobs, including, but not limited to, the following vocational fields: (a) Clerical/Sales; (b) Food/Beverage Services; (c) Beach Wort; (d) Packaging/Materials Handling; (e) Institutional/Personal Services; (f) Transportation/Automotive Services; and (g) Building/Maintenance Services. (3) Classroom training and instruction in basic education skills, including, but not limited to, remedial English, ruing, writing, and mathematics, as needed to better enable participants to benefit from the above classroom training programs or to obtain or retain employment in their respective field. (4) Individualized training-support services for classroom training participants, as follows: (a) Counseling for participants, as needed, regarding learning adjustment in the training program, personal attitudes toward the program, available services, and related matters pertinent to the enrollee's progress in Contractor's program. (b) Certification of the daily attendance of enrollees in the program. (c) Preparation of an individual monthly report of enrollee progress in Contractor's program, and submission of said report to both the enrollee and the vocational counselor who has referred the enrollee. (d) Referral of program participants to said vocational counselor for needed supportive services, including transportation, child care, and legal services. (e) Referral of job-ready and nearly job-ready participants to Contractor's CETA job development/placemeat staff and to other job-finding resources and employment opportunities for job placement. Initials: oatractor pt. -d O m De SERVICE PLAN Noaber2 8- 4 31 - 1 f. Job-Seeking Preparation Service. In providing this service, Contractor shall: (1) Help referred CETA enrollees acquire the necessary motivation, information, and skills that will enable thea to compete successfully in obtaining employment. (2) Provide such CM enrollees with guidance and counseling that will enable thea to identify their ova level of skill and vocational expertise and to match these with labor market opportunities. (3) Refer CETA enrollees to resources and contacts in public and private job-finding agencies and to employment opportunities that will allow thea to utilize their marketable skills. S. Job Development/Placement b OJT Service. Lt providing this service, Contractor shall: (1) Establish and maintain contacts with employers for the purpose of developing jobs for CETA enrollees. (2) Develop individual employment opportunities with prospective employers for CETA enrollees. (3) Negotiate and write on-the-job training (OJT) contracts to establish job positions with employers for CETA enrollees (said OJT contracts shall be between Contractor and the respective employer and in the fora prescribed by County). (b) Establish and maintain a file of job-ready or nearly job-ready CETA enrollees referred by vocational counselors. (5) Place CETA enrollees in OJT contract job positions. (b) Place CETA enrollees in permanent, unsubsidized, full-time jobs. (7) Conduct follow-up on each referred CETA enrollee during the initial thirty (30) day period following job entry or for the duration of employ- ment under an OJT contract; such follow-up shall consist of the following: (a) Periodic contact with each job-placemeat participant during the initial thirty (30) day period following job entry, and appropriate assistance, as needed, until a satisfactory adjustment in the new job is confirmed, and for up to thirty (30) days following termination from CETA enrollment to enable such participants to retain employment. (b) Periodic contacts with each OJT participant throughout the duration of OJT contract employment, and appropriate assistance, as needed, to ensure a satisfactory adjustment in the OJT position. (c) Counseling of participants on job-related problems. (d) Mediating with employers on behalf of CETA enrollees to resolve problems related to changes in the original conditions of job placement. (e) Initial direct contact with each enrollee placed on a job and with his/her employer within fifteen (15) working days after job entry. Initials: Contractor Co y Dept. SERVICE PLAN Number28 - 431 - 1 c. Intake Service. In providing this service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the EDP Development and Vocational Counseling Service for further participation in County's CETA Manpower Program. d. EDP Development and Vocational Counseling Service. In providing this service. Contractor shall: (1) Prepare and maintain an Employability Development Plan (EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of training and/or services which will result in permanent, unsubsidized, full-time employment for the enrollee; the EDP may be prepared during the Vocational Assess- ment Service. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation may be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's EDP. (b) Refer such CETA enrollees to the Supportive Services and Allowance Payment Certification Service for receipt of supportive services and allowances as needed and available, and in accordance with each person's EDP. (5) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor has prepared an EDP, throughout the enrollee's participation in County's CETA Manpower Program, as needed to ensure that the enrollee progresses toward the fulfillment of his/her EDP; such vocational counseling follow-through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower programs; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each corollas placed on a job within thirty (30) days after job entry. e. Supportive Services and Allowance Payment Certification Service. in providing this service, Contractor shall: (1) Certify the need of each CM enrollee (who is referred from the EDP Development and Vocational Counseling Service) for available CET& supportive services and allowance payments, and compute the amounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each enrollee's EDP. (2) Document enrollee attendance in related training and service activities for which supportive services and/or allowance payments are needed. (3) Prepare sad submit all documentation as required by County for County's payment of needed CETA supportive services and allowances to CETA enrollees referred from the EDP Development and Vocational Counseling Service. Initials: Contractor County /a7rte] -2- SERVICE PLAN ber28 - 431 - 1 1. Service Specifications. MT. DIABLO REHABILITATION CENTER (Contractor) shall provide during the term of thin Contract certain administration and staff services to establish and operate a Specialized CETA Service and Training Unit for handicapped CETA applicants and enrollees residing in Contra Costa County (excluding the City of Richmond). In doing so. Contractor shall provide a program of eight (8) integrated CETA Service and Training Unit services hereunder, as follows: a. Orientation and Preassessment Service. In providing this service, for all persons applying for manpower services through the County's CETA Manpower Program who are handicapped (i.e.. who have a physical, mental, or emotional impairment, or a chronic condition which could limit work activities), Contractor shall: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CBTA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's general appropriateness for County's CETA Manpower Program through preassessment of the applicant; i.e., through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual. emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e., ability to undergo full vocational assessment as set forth below). (5) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's CETA Unit program. (b) For each CET&-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CET& Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. b. Vocational Assessment Service. In providing this service, Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability and to produce permanent. unsubsidized, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. Initials: L�A1Vf' _ Dept. Contractor County _l- 00378 Contra Costa County Standard Form PAIMM PROVISIONS (Cost Assis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor bas neglected, failed or refused to furnish information or to cooperate with any inspection. review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoving the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor. but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above emceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. the records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County. State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 4a-tp 41 arra f rnl i g s , S4u,Y (► OOT77 l (A-4618 REV 6/76) _2 . Contra Costa County Standard Form PAS@' PROVISIONS (Cost Basis Contracts) a br28- 431 - 1 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Licit. it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.) [ J a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [gJ c. An amount equal to Contractor's allowable costs that are actually Incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only_] pCJ a. General Services Administration Federal Management Circular FMC 74-4, A,ttacbment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and. subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above. for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee. County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Humber 28 - 431 - 1 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Specialized CETA Service and Training Unit serving handicapped residents of Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra CostA California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: MT. DIABLO REHABILITATION CENTER Capacity: Nonprofit California corporation Address: 490 Golf Club Road, Pleasant Hill, California 94523 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 9.900 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-9004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment 6 Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF,�,�CONTRA J COSTA, CALIFORNIA CONTRACTOR By &tYG�� 4 f�. � By atT XXKMXM Board of Supervisors Designee (Designate official capacity in business :st�J* R. Olsson, County and affix corporation seal) State of California ) County of Contra Costa ) ss' ACKNOWLEDGEKENT (CC 1190.1) The person signing above for Contractor Reco ded by Deparnnent known to we in those individual and business capacities, personally appeared before me today and acknowledged that he/ Sy 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 CounseDated: Dated: 1� Deputy l M@5;OWVW/Deputy Younty Clerk RC°ER7 J. PROCTO DEFU7 C-_U :1( CL[;K (A-4617 REV 6/76) Contra G>! Cao:ty, Cdiio:nio 375 WrtsuuryC:.Sd".o5 G r✓u'._�.,�� (415)4324664 1.115)432 4455 EQJ[ Count : Rejoum Canter P trkceDiiecior=n arcu rvB October 20, 1977 It is hereby resolved by the Board of Directors of East County Resource Center, Inc. that: 1. The proposed CETA Title 1 contract for FY 77-78 between the Contra Costa County Human Resources Agency Manpower Project and the East County Resource Center, Inc. as contractor should be and the same is hereby approved. 2. The Director of East County Resource Center, Patrice Jensen Is hereby authorized and directed to sign and execute said agreement for and on behalf of the East County Resource Center. Passed and adopted by the Board of Directors of East County Resource Center at its monthly Board of Directors meeting on the 19th day of October , 1977, by unanimous vote of said Board. Guerrero, Chairperson County Resource Center 1 E. 4th St. Pittsburg, Calif. 94555 Signature for verification Is: r Patrice Jensen Saved MMnbas JeMGutwrma skmtvhtmn A/arltSluffer Employment Develop-wd Dept. contracom"County Public Defender BarrieaYeNamaa Pmbatlon Gaargachaft Many Hands JoaAn*dmade Legal Aid 1iellcaa►American arandes P41�gG Po Political Assn. City piftsburg CanwMffdty Rotations Unit ming 7. 00374 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemmification. 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. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which thi. Contract is made, c/o Contracts & Grants Unit, kiuman 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 follow1mg 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. t f ti 003'73 (A-4616 BEV 6/76) —3— Contra Costa County Standard Form r 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 Goverment. 10. Choice of Law and Personal Jurisdiction. a. This Contract is Stade 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 BEV 6/76) -2- 00372 Stars Costa County Stand- d Fors GENERAL CONDITIONS (Purchase of Services) 1. Compliance with law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to. licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection. review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California. and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by 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. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sun 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 toymonitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or. after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendnts may not materially change the Payment Provisions or the Service Plan. 00371 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idesnification. 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, ow a9----.--.a-P3oy+��.� �P �rrt�r 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500.000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinet, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. She 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 followJng 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. to Aj i ao , (A-4616 REV 6/76) 3. r,.nrr., Costa County Standard Form GENERAL CONDITIONS (Purchase 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 make available for inspection by authorized representatives of the County. the State of California. and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Britten Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal. State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing. billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or. after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00371 (A-4616 REV 6/76) -1- SERVICE PLAN WA"r28 - 427 - 1 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 787 (2) Enrollee Training (including $ 1,415 1,415 for OJT Contract Payments) (3) Manpower Services 6,868 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -a- TOTAL (Contract Payment Limit) $ 9,070 b. 'the above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and lin to ii em budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the form and manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above say be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised * Expeaditure Schedule (prior to implementation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. 1.0 Initials: - 19 actor Coduty Dept. k V" a k y- r ak � � � r 'r i§ L: F, 0 0370 I SERVICE PLAN Number28 - 427 - 1 (e) Counseling of participants on job-related problems. W Radiating with employers an behalf of CETA enrollees to resolve problems related to changes in the original conditions of job placement. (e) Initial direct contact with each enrollee placed on a job and with his/ber employer within fifteen (15) working days after job entry. 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Job Placement. (1) Place at least three (3) CETA ex-offenders (who are enrolled by Contractor) in permanent, unsubsidized, full-tine jobs. (2) Place at least 651 of the total number of CETA es-offender enrollees who are referred to Contractor during the term of this Contract by County's other CETA Units for job development/placement services as part of an EDP prepared by the referring CETA Unit. b. OJT. Ensure that at least 701 of all CETA ex-offender enrollees placed in new OJT contract job positions establisbed hereunder will retain permanent, uosubsidixed, fulltime employment upon termination of their respective OJT contract job positions. c. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulle- tins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costa. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures. b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, S. Classification of costs by category, h. Ezamples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County say enter into covering the provision of services during Federal FY 1977-78 (10/1/77 - 9/30/78), in accordance with the Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: -��_ actor County Dept. -4- 0 ns]tat1 SERVICE PLAN Number 2 8 - 4 2 7 - 1 f. Supportive Services and Allowance Payment Certification Service. In providing this CETA Unit service, Contractor shall: (1) Certify the need of each CETA enrollee (who is referred from the EDP Development and Vocational Counseling Service) for available CETA supportive services and allowance payments, and compute the amounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each enrollee's EDP. (2) Document enrollee attendance in related training and service activities for which supportive services and/or allowance payments are needed. (3) Prepare and submit all documentation as required by County for County's payment of needed CETA supportive services and allowances to CETA enrollees referred from the EDP Development and Vocational Counseling Service. g. Job-Seeking Preparation Service. In providing this CETA Unit service, Contractor shall: (1) Help referred CETA enrollees (including those ex-offenders referred by other County CETA Units) acquire the necessary motivation, information, and skills that will enable them to compete successfully in obtaining employment. (2) Provide such CETA enrollees with guidance and counseling that will enable them to identify their own level of skill and vocational expertise and to match these with labor market opportunities. (3) Refer CETA enrollees to resources and contacts in public and private job-finding agencies and to employment opportunities that will allow them to utilize their marketable skills. h. Job Development/Placement 6 OJT Service. In providing this CETA Unit service, Contractor shall: (1) Establish and maintain contacts with employers for the purpose of developing jobs for CETA enrollees (including those ex-offeaders referred by other County CETA Units). (2) Develop individual employment opportunities with prospective employers for CETA enrollees. (3) Negotiate and write on-the-job training (OJT) contracts to establish job positions with employers for CETA enrollees (said OJT contracts shall be between Contractor and the respective employer and in the form prescribed by County). (b) Establish and maintain a file of job-ready or nearly job-ready CETA enrollees referred by vocational counselors. (5) Place CETA enrollees in OJT contract job positions. (6) Place CETA enrollees in permanent, unsubsidized, full-time jobs. (7) Conduct follow-up on each referred CETA enrollee during the initial thirty (30) day period following job entry or for the duration of employ- ment under an OJT contract; such follow-up shall consist of the following: (a) Periodic contact with each job-placement participant during the initial thirty (30) day period following job entry, and appropriate assistance, as needed, until a satisfactory adjustment in the new job is confirmed, and for up to thirty (30) days following termination from CETA enrollment to enable such participants to retain employment. (b) Periodic contacts with each OJT participant throughout the duration of OJT contract employment, and appropriate assistance, as needed, to ensure a satisfactory adjustment in the OJT position. Initials: Goprractor E;otMJM -3- SERVICE PLAN Number 28 - 427 - 1 c. Vocational Assessment Service. In providing this CETA Unit service, Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability and to produce permanent, unsubsidized, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. d. Intake Service. In providing this CETA Unit service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the EDP Development and Vocational Counseling Service for further participation in County's CETA Manpower Program. e. EDP Development and Vocational Counseling Service. In providing this CETA Unit service, Contractor shall: (1) Prepare and maintain an Employability Development Plan (EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of training and/or services which will result in permanent, unsubsidized, full-time employment for the enrollee; the EDP may be prepared during the Vocational Assess- ment Service. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation may be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's EDP. (4) Refer such CETA enrollees to the Supportive Services and Allowance Payment Certification Service for receipt of supportive services and allowances as needed and available, and in accordance with each person's EDP. (5) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor has prepared an EDP, throughout the enrollee's participation in County's CETA Manpower Program, and for other ex-offender CETA enrollees who are referred to Contractor by other County CETA Units for vocational counseling follow- through for the time specified by the referring CETA Unit, as needed to ensure that the enrollee progresses toward the fulfillment of his/her EDP; such vocational counseling follow-through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower programs; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each enrollee placed oa a job within thirty (30) days after job entry. Initials: Al W11 actorOn Dept. -2- SERVICE PLAN A Q Number28 - 427 - 1 1. Service S eeifications. EAST COUNTY RESOURCE CENTER (Contractor) shall provide during the term of this Contract certain admi m stration and staff services to establish and operate a _Specialized CETA Unit for CETA applicants and enrollees who are ex-offenders residing in and/or paroled to Contra Costa County (excluding the City of Rtehmond . In doing so, Contractor shall provide a program of eight (8) integrated CETA Unit services hereunder, as follows: a. Reception and Referral Service. For all such ex-offender applicants who have not been released from detention by a federal, state, or county correctional institution in the 90-day period immediately preceding the date of application for services, Contractor shall: (1) Provide basic information and orientation regarding the County's CETA Manpower Program, giving special emphasis to CETA enrollment procedures. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Refer applicants who are found to be eligible to the appropriate County CETA Unit which serves the applicant's residential area for services and enrollment. b. Orientation and Preassessment Service. For all such ex-offender applicants who have been released from detention by a federal, state, or county correctional institution in the 90-day period immediately preceding the date of application for services, Contractor shall: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's general apgropriateness for County's CETA Manpower Program through preassessment o the applicant;— i.e.,through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e., ability to undergo full vocational assessment as set forth below). (5) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's CETA Unit program. (b) For each CETA-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CETA Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. Initials: CPW;actor County Dept. 00366 Contra Costa County Standard Form PAMW PROVISIONS (Cost Basis Contracts) Number S. Bight to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County. State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Y, 00365 (A-4618 REV 6/76) 2_;-, Contra Costa County Standard Form PA12Mffr PBOVISIMS (cost Basis contracts) Number 2 8 —4 2 7 — 1 1. Payment Basis. County shall in no event pay to the Contractor a sun in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement. Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only. [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [11 c. An amount equal to Contractor's allowable costs that are actually. Incurred each month, but subject to the "Budget of Estimated Program:, : Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [B] a. General Services Administration Federal Management Circular FMC 74-4, Atta^bment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B. such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allovability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. ; �(} ! 00364 (A-4618 REV 6176) -1- Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) A p 1. Contract Identification. (Start-Up Contract) Number 2 A - 4 2 7 - y 1 Department: Roman Resources Agency Manpower Project Subject: Provision of administration and staff services for a Specialized CETA Unit for 8x-offenders serving residents of Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: EAST COUNTY RESOURCE CENTER Capacity: Nonprofit California corporation Address: 159 East 4th Street, Pittsburg, California 94565 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 9,070 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 'title I of the Comprehensive Employment d Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNL3 CONTRACTOR JB, Y&,1By .GL XXKKDkXWG Board of Supervisors Designee (A (Designate official capacity in business est: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) ss. ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommp ded by Departs�ent known to me in those individual and // business capacities, personally appeared �j��� before me today and acknowledged that he/ 8V_.Akg� 2 C they signed it and that the corporation r Designee or partnership named above executed the L__ within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel '1 Dated: ��Uf�i'��i.Pr�,l�.nNo. 1977 Deputy e/DepuO County Clerk- P.C)BERT J. PP,O (A-4617 REV 6/76) Microfilmed with bowd order DEPUTY COUh1Y CLERK Contra Costa County, Cplifornia IN THE COUNTY BOARD OF EDUCATION OF CONTRA COSTA a=", STATE OF CALIFORNIA In the Hatter of Resolution ) Authorizing Signatures in ) Absence of County Superintendent) Resolution No_ 1 - 77-78 WHEREAS. governmental agencies need assurance that properly authorized signatures appear on project agreements and other required contracts, and HHEREAS, Floyd I. Na thus, County Superintendent of Schools, may not always be available to sign documents within the designated time; Hof, THEREFORE, BE IT RESOLVED that these agencies be informed that the following individuals have been duly authorized to sign all legal documents for the Contra Costa County Superintendent of Schnols Office: Robert Fifield, Associate Superintendent, Administrative Services Richard Keefe, Associate Superintendent, Special Education Robert Hughes, Accountant Edith Cotler, Administrative Assistant PASSED AND ADOPTED THIS 13th day of July,-1977 by the following vote of the Board: AYES: (7) Arteaga, Martin, Hauzy, Dowling, Hruska, Spears, Ruiz NOES: (0) ABSENT: (0) I HEREBY CERTIFY that the foregoing is a true and correct copy of the resolution approved by said Contra Costa County Board of Education on July 13, 1977 • ,J i s dent, Contra Cgsta)County 4 Board"of Education M-RF.Is 5 b ro # ■ w 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. '`- 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 minimmim 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 b 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 ander a new contract following 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 any such services from Contractor. A. `I M Y- 00361 (A-4616 REV 6/76) -3- 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 lava 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 lav 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- 00360 .Gontra Costa County Standard Fora GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal. State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the bead of the County Department for which this Contract is made or his designee. 8. Modifications and amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval. provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- O[)359 SEMCE PIAN Humber28 - 402 - 10 6. Budget of Estimated Program Expenditures. a. contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 4,122 (2) Enrollee Training 5,226 (3) Manpower Services -0- (4) Enrollee Wages 11,268 (5) Enrollee Fringe Benefits $ 204 TOTAL (Contract Payment Limit) $ 20,820 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the form and manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes is the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: W 400 ContrSctor CYunty Dept. H nP a .S 4, 1t �a.'�'d ' � ✓ .n 00358 SERVICE PLAN Number 2 8 - 4 0 2 - 10 (2) Document enrollee attendance in related training and service activities for which supportive services payments are needed. (3) Prepare and submit all documentation as required by County for County's payment of needed CWU supportive services to CETA enrollees referred from the E/EDP Development and Vocational Counseling Service. g. Work Experience Placement Service. In providing this YWE service, Contractor shall: (1) Develop individualised work experience positions in public and private nonprofit community agencies in Contra Costa County for CETA youth enrollees referred from the E/EDP Development and Vocational Counseling Service, and place each such enrollee in a work experience position appropriate to his or her E/EDP. (2) Pay wages directly to eligible program enrollees placed in said work experience positions and provide workers' compensation insurance coverage for said enrollees, as needed. (3) Provide all needed payroll and related administrative services in connection with the payment of work experience wages to sad provision of workers' compensation insurance coverage for eligible program enrollees placed in work experience positions under this Contract. 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Work Experience Placement. Place at least 50 CETA youth enrollees in new work experience positions developed under this Contract; 85% of all such youth enrollees shall be in attendance at public intermediate or secondary schools on a full-time basis at the time of placement in work experience positions; and at least 52 of all CETA youth enrollees placed in work experience positions hereunder shall be handicapped persons. b. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A. Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs. c. Policies and procedures. d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. 'This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77 - 9/30/78), in accordance with the Contra Costa County FY 77-78 CCU Title I Annual Plan and Prime Sponsor Agreement. A initials: a[ or unty Dept. -3- � f SERVICE PLAN Nomber 2 8 - 4 0 2 - 10 (3) Refer persona found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. d. Intake Service. In providing this YWE service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the E/EDP Development and Vocational Counseling Service for further participation in County`s CETA Manpower Program. e. E/EDP Development and Vocational Counseling Service. In providing this YWE service, Contractor shall: (1) Prepare and maintain an Education/Employability Development Plan (E/EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of educational, service, and work experience activities which will improve the future employability of enrollees and help them attain planned occupational goals. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation may be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's E/EDP. (4) Refer such CETA enrollees to the Supportive Services Payment Certification Service for receipt of supportive services as needed and available, and in accordance with each person's E/EDP. (S) Refer each such CETA enrollee to the Work Experience Placement Service for placement in a work experience position, in accordance with the enrollee's E/EDP. (6) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor has prepared an E/EDP, throughout the enrollee's participation in County's CETA Manpower Program, as needed to ensure that the enrollee progresses toward the fulfillment of his/her E/EDP; such vocational counseling follow-through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower program; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each enrollee during the initial thirty (30) day period following entry into an unsubsidized job. f. Supportive Services Payment Certification Service. In providing this YWE service, Contractor shall: (1) Certify the need of each CETA enrollee (who is referred from the E/EDP Development and Vocational Counseling Service) for available CETA supportive services, and compute the mounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each earoliee's E/EDP. Initials: aCouat�� tr or . -2- Mt%S SERVICE PLAN Number 2 8 — 4 0 2 — 10 1. Service Specifications. CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS (Contractor) shall provide de during the term of this Contract certain administration and staff services to establish and operate a Youth Work Experience Program for CETA applicants and enrollees who are youths at least fourteen 14 years of age, but not yet eighteen (18) years old, or are eighteen (18) and are actively pursuing the completion of a high school diploma or G.E.D., and who are residing in Contra Costa County (excluding the City of Richmond). Under this program, Contractor shall provide seven (7) integrated Youth Work Experience (YWE) services, as follows: a. Outreach and Recruitment Service. In providing this YWE service, Contractor shall recruit such CETA-eligible youth, through Contractor's local participating agencies, schools, other youth-serving organizations, and self-referral. b. Orientation and Preassessnent Service. In providing this YWE service, Contractor shall, for all such recruited youths: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's general appropriateness for County's CETA Manpower Program through preassessment of the applicant; i.e., through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's YWE Program (i.e., ability to undergo full vocational assessment as set forth below). (S) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's YWE Program. (b) For each CETA-eligible applicant referred to another helping agency in lieu of further participation in Contractor's YWE Program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure Khat his/her needs are addressed. c. Vocational Assessment Service. In providing this YWE service, Contractor shall: (1) Make a full vocational assessment of each potential CEPA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability. initials: -Guer7actor oun t. -1- 00355 Contra Costa County Standard Form PATH= PROVISIONS (cost Basis contracts) Number S. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented. (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records. or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoving the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. in addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County. State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability. if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. e S X afy e a r.": gpa� d�k � ?f,�Cx3a ,... .sF _-1,v Alp A Q0351 (A-4618 REQ 6/76) -2— Contra Costa County Standard Form PAMO M'! PROVISIONS (cost Basin Contracts) .28 - 402 - 10 I. Payment Basis. County shall in no event pay to the Contractor a sun in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] I ] a• S monthly, or [ ] b. S per unit, as defined in the Service Plan, or [R] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program.. Expenditures" included in the Service Plan. 3. Allowable Costs. .Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [X] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00353 (A-4616 REO 6/76) -2- Contra-Costa County. Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 8 - 4 0 2 - 1 0 (Start-Up Contract) Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Youth Work Experience Program serving residents of Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: 75 Santa Barbara Road, Pleasant Hill, California 94523 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $20.820 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 teras 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. S. 'Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 OSCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA CONTRACTOR By Board of Supervisors Designee (Designate official capacity in business st: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) ss. ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department know to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By ,J` the y signed it and that the corporation Designee -or-partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel r By D ty /Deputy County Clerk (A-4617 REV 6/76) Miu00352 oi,�n�d w�ch board order 111,78E COUNTY BOARD OF EDUCATION OF f3]RNTRA`COSTA COl1NTY, STATE OF CALIFORNIA In the Matter of Resolution ) Authorizing Signatures in ) Absence of County Superintendent) Resolution No. 1 - 77-78 NHEREAS, governmental agencies need assurance that properly authorized signatures appear on project agreements and other required contracts, and WHEREAS. Floyd 1. Marchus, County Superintendent of Schools, may not always be available to sign documents within the designated time; RN. THEREFORE, BE IT RESOLVED that these agencies be informed that the following individuals have been duly authorized to sign all legal documents for the Contra Costa County Superintendent of Schools Office: Robert Fifield, Associate Superintendent, Administrative Services Richard Keefe, Associate Superintendent, Special Education Robert Hushes Accountant -Edith Cotler, Administrative Assistant PASSED AND ADOPTED THIS 13th day of July,.1977 by the following vote of the Board: AYES: (7) Arteaga, Martin. Mauzy, Dowling, Hruska, Spears, Ruiz HOES: (0) ABSENT: (0) I HEREBY CERTIFY that the foregoing is a true and correct copy of the resolution approved by said Contra Costa County Board of Education on July 13, 1977 i _; resident, Contra Costa)Eounty r, Board of Education Fti:RF:ls } 5 Tse E77, xL w � � v�.• 1 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. 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 minim.m 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 S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 96553. 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. _ O \ s Y (A-4616 REV 6/76) -3- Contra Costa County • • Standard Form J 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 Lav and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the lava 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. 00M) (A-4616 REV 6/76) -2- Costa County . Standard Fors GENERAL COIWITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply witb all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection. review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract my be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County. upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract_ c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases. this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise. regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this _Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract any 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 say 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. ,rl;I!;it (A-4616 REV 6/76) _1 00M SERVICE PLAN C� p Number 28 - 436 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 5,471 (2) Enrollee Training 5,001 (3) Manpower Services -0- (4) Enrollee Wages 28,130 (5) Enrollee Fringe Benefits $ 474 TOTAL (Contract Payment Limit) $ 39.076 b. The above budget shall be subject to a Contractor's Detailed Expenditure Sehedule, which shall subcategorize in specific detail the above cost categories and line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's :'manpower Project Office, in the form and manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Con:_actor shall submit to County a revised DetailedExpenditure Schedule (prior to i=ple_mentation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Ez?enditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: Co etor my Dept. R { , 4 � xa � Nh 71 ell Uvit 4 r n�Y nry.. 00347 SERVICE PLAN A 8p c� �f)+ Number 2 — 4 J b. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77-9/30/78), in accordance with the Contra Costa County FY 77-78 CM Title I Annual Plan and Prime Sponsor Agreement. Initials: �r'rl� I CocoontiWetor y Dept. x ' t n > �O : i ' " 4-c 8 Af ." k qs: AW lz i "Y J Y Ix y rad 3 ss� r 'c s 4,+ t . µi ,Cc M ass M. l ' f 1S k m e F �r }'n r � � y —2— �� SERVICE PLAN 28- 436 j1 Q c Number 2 V — 4 3 6 1. Service Specifications. CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS (contractorT shall provideduring the term of this Contract certain administration and staff services to establish and operate an Adult Work Experience Program for CETA enrollees residing in Contra Costa County excluding the City of Richmond). Under this program, Contractor &ball: a. Develop individualized work experience positions in public and private nonprofit community agencies in Contra Costa County for adult CETA enrollees who are at least eighteen (18) years of age, and who are referred to Contractor by County's established CETA Units, so as to improve the future employability of enrollees and to help them attain planned occupational goals. b. Place such enrollees in work experience positions developed under this Contract, in accordance with their respective Employability Development Plans (SDP's), as prepared by the referring CETA Units. c. Pay wages directly to eligible program enrollees placed in said work experience positions and provide workers' compensation insurance coverage for said enrollees, as needed. d. Provide all needed payroll and related administrative services in connection with the payment of work experience wages to and provision of workers' compensation insurance coverage for eligible program enrollees placed in work experience positions under this Contract. e. Provide individualized work-support services for each program enrollee placed in a work experience position under this Contract, as follows: (1) Periodic contact with each program enrollee and appropriate assistance, as needed, to maintain a sound adjustment in his or her work experience position; (2) Creation and maintenance of a counseling file for each enrollee; (3) Guidance and counseling for enrollees on personal and work-related problems; and (4) Referral of enrollees for needed CETA supportive services, including transportation, child care, and legal services. 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Work Experience Placement. Place at least 20 adult CETA enrollees in new work experience positions developed under this Contract. b. Administration. Seep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A. Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as any be revised and amended; and which are incorporated herein by reference. Initials: X Cont' toz t Dept. 00345 Contra Costa County Standard Forel PAYM M PROVISIONS (Cost Basis Contracts) u. Number 5. Bight to Withhold. Cmwty has the right to withhold payment to the Contractor when, in the opinion of the Cmmty expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement_ No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoving the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. She records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination da.e of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2_ (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full adount 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. :z V Mad�c,',,+e�.��,�a�an ' F t 5rt s (k-4618' REV 6/76) -2- . 0 0 .Contra Costa County Standard Form PAY![EETI PROVISIONS (Cost Basis,Contracts) 28 -436 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of-the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and _subject to the Paymeat Limit of this Contract, County will pay Contractor: [Che one ternat ve o y. [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [1[] c. An amount equal to Contractor's allowable costs that are actually Incurred each month, but subject to the "Budget of Fstimated Program FS:penditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] (x] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and 42) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, ... or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee. County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- n u;e-ca Costa County • • Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 28 - 436 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for an Adult Work Experience Program serving residents of Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: 75 Santa Barbara Road, Pleasant Hill, California 94523 3. Tern. The effective date of this Contract is October 1. 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein. — Pacnent Limit. County's total payments to Contractor under this Contract shall not exceed $ 39.076 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 -ark 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. S. 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 6`4 77-78 CETA Title I Annual Plan and Prime Sponsor Agree=ent (U. S. Dept. of Labor Grant #06-8004-10), and any, modifications or revisions thereof. 9. TeRal Authority. This Contract is entered into under and subject to the following le3a1 authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as a=ended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: CJS:'Y OF CONTRA COSTA, CALIFORNIA CONTRACT By. L By SkX119 aty Board of Supervisors Designee (Designate official capacity in business -est: J. R. Olsson, County and affix corporation seal) State of California ) County of Contra Costa r ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor -nded by Department know to me in those individual and business capacities, personally appeared before we today and acknowledged that he/ oy [ ��JL_ they signed it and that the corporation Dea or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Forte approved: County Counsel ARTHUR W.WA MM.JC 3.t (ML: Deputy /Deputy County Clerk (A-:617 REV 6/76) Microfilmed with h.aard order T1Rr"mar J Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idesnificati,ou. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees frog 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. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificates) 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 thi3 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. J 00341 (A-4616 REV 6/76) -3- 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 1n 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. r 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. U. 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 asd 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 chat: 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 vervices 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. oO (A-4616 REV 6/76) -2- 00'MO ._c,pr•.aca Costa County Standard Fora GENERAL CONDITIONS (Purchase of Services) 1. Cosaliance with Lw. 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 say 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 Goverment. 5. Termination. a. Britten Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County. upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination. the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of. Supervisors or. after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. T 00,2,30 (A-4616 REV 6/76) -1- SERVICE PLAN Q Number 2 8 -4 0 9 - 6 6. Budget of Estimated Program Expenditures. A. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 4,553 (2) Enrollee Training (including $ 1,493 5,527 for OJT Contract Payments) (3) Manpower Services 14,332 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -0- TONAL (contract Payment Limit) $ 24,412 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorise in specific detail the above cost categories and line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the form and manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to impleaentation), shoving any proposed changes ie the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. L6,rx, 60 Initials: Co actor Couatt Dept. � s 04 �t s i M r P. p q r i W IR y f J t . r SERVICE PLAN (� �+ Number"Q _ 4 O 9 — V 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are mat during the Contract term; i.e., Contractor shall: a. Job Placement. (1) Place at least ten (10) CETA enrollees in permanent, unsubsidized, full-time jobs. (2) Maintain for such placements an Average Wage-Gain-Ratio of not less than .20; said Average Wage-Gain-Ratio is computed as: (Median post-CETA wage of Placements - Median pre-CETA wage of placements) Median pre-CETA wage of placements (3) Maintain for all CETA enrollees under this program a Non- Positive Termination Rate of not more than 20%; said Non-Positive Termination Rate is computed as: (Number of non-positive terminations x 100%) Total number of terminations b. OJT. Ensure that at least 70% of all CETA enrollees placed in new OJT contract job positions established hereunder will retain permanent, unsubsidized, full-time employment upon termination of their respective OJT contract job positions. c. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulle- tins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated berein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A. Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures. b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, S. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77 - 9/30/78), in accordance with the Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Cont County Dept. SERVICE PLAN Number 28 -409 - 6 f. Job-Seeking Preparation Service. In providing this CETA Unit service, Contractor shall: (U Help referred CETA enrollees acquire the necessary motivation, information, and skills that will enable then to compete successfully in obtaining employment. (2) Provide such CETA enrollees with guidance and counseling that will enable them to identify their own level of skill and vocational expertise and to match these with labor market opportunities. (3) Refer CET& enrollees to resources and contacts in public and private job-finding agencies and to employment opportunities that will allow them to utilize their marketable skills. g. Job Development/Placement b OJT Service. In providing this CETA Unit service, Contractor shall: (1) Establish and maintain contacts with employers for the purpose of developing jobs for CETA enrollees. (2) Develop individual employment opportunities with prospective employers for CETA enrollees. (3) Negotiate and write on-the-job training (OJT) contracts to establish job positions with employers for CETA enrollees (said OJT contracts shall be between Contractor and the respective employer and in the form prescribed by County). (4) Establish and maintain a file of job-ready or nearly job-ready CElA enrollees referred by vocational counselors. (5) Place CETA enrollees in OJT contract job positions. (6) Place CETA enrollees in permanent, unsubsidized, full-time jobs. (T) Conduct follow-up on each referred CETA enrollee during the initial thirty (30) day period following job entry or for the duration of employ- ment under an OJT contract; such follow-up shall consist of the following: (a) Periodic contact with each job-placement participant during the initial thirty (30) day period following job entry, and appropriate assistance, as needed, until a satisfactory adjustment in the new job is confirmed, and for up to thirty (30) days following termination from CETA enrollment to enable such participants to retain employment. (b) Periodic contacts with each OJT participant throughout the duration of OJT contract employment, sad appropriate assistance, as needed, to ensure a satisfactory adjustment in the OJT position. (c) Counseling of participants on job-related problems. (d) Mediating with employers on behalf of CETA enrollees to resolve problems related to changes in the original conditions of job placement. (e) Initial direct contact with each enrollee placed on a job and with his/her employer within fifteen (15) working days after job entry. Initials: Coot for Coudty -3- 00337 SERVICE PLAN Number 2 8 ` 4 0 9 — 6 c. Intake Service. In providing this CETA Unit service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the EDP Development and Vocational Counseling Service for further participation in County's CETA Manpower Program. d. EDP Development and Vocational Counseling Service. In providing this CETA Unit service, Contractor shall: (1) Prepare and maintain an Employability Development Plan (EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of training and/or services which will result in permanent, unsubsidized, full-time employment for the enrollee; the EDP nay be prepared during the Vocational Assess- ment Service. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation may be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's EDP. (4) Refer such CETA enrollees to the Supportive Services and Allowance Payment Certification Service for receipt of supportive services and allowances as needed and available, and in accordance with each person's EDP. (5) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor has prepared an EDP, throughout the enrollee's participation in County's CETA Manpower Program, as needed to ensure that the enrollee progresses toward the fulfillment of his/her EDP; such vocational counseling follow--through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower programs; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each enrollee placed on a job within thirty (30) days after job entry. e. Supportive Services and Allowance Payment Certification Service. In providing this CETA Unit service, Contractor shall: (1) Certify the need of each CETA enrollee (who is referred from the EDP Development and Vocational Counseling Service) for available CETA supportive services and allowance payments, and compute the amounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each enrollee's EDP. (2) Document enrollee attendance in related training and service activities for which supportive services and/or allowance payments are needed. (3) Prepare and submit all documentation as required by County for County's payment of needed CETA supportive services and allowances to CETA enrollees referred from the EDP Development and Vocational Counseling Service. Initials: on ctor t, -2- SERVICE PLAN QQ (� Number 2 Q — 4 0 S — 6 1. Service Specifications. SOUMIDE COMMUNITY CENTER, INC. (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a Nest County CETA Unit for CETA applicants and enrollees residing in the Western area of Contra Costa County. In doing so, Contractor shall provide a program of seven (7) integrated CETA Unit services hereunder, as follows: a. Orientation and Preassessment Service. In providing this CETA Unit service, Contractor shall, for all persons applying for manpower services through the County's CETA Manpower Program: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's general appropriateness for County's CETA Manpower Program through preassessment of the applicant; i.e., through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e., ability to undergo full vocational assessment as set forth below). (S) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's CETA Unit program. (b) For each CETA-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CETA Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. b. Vocational Assessment Service. In providing this CETA Unit service, Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability and to produce permanent, unsubsidized, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. Initials: -I- c or unty Dept. 00335 Contra Costa County Standard Form PAYMM PROVISIONS (cost Basin.contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor c:hen, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in wbole 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 prcgran, cork or records, or (c) Contractor has failed to sufficiently itemize or docu-eat its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the ce--ination of this Contract. Contractor shall submit to County a*cost report in the fo- required by County, shoving the allowable costs that have actually been incurred b, Contractor%nder this Contract. If said cost report shows that the allowable costs t`:at have actually been incurred by Contractor under this Contract exceed the payments ca_e by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any su--h excess amount to Contractor, but subject to the Payment Limit of this Contract. Ii said cost report shows that the payments made by County pursuant to Paragraph 2. (pa}--ent Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County. State, o: United States government, in addition to any certified cost report or audit required b.: the Service Plan. Any certified cost report or audit required by the Service Plan Shall be submitted to County by Contractor within such period of time as may be expressed b_: applicable State or Federal regulations, policies or contracts, but in no event later t::^.aa 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the =_-c-.ab1e costs that have actually been incurred by Contractor under this Contract, _..�,ucing any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) a'-n e, then Contractor agrees to pay to County within 30 days of demand by County any sut excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pars-nt to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or cc=plping 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. > t c 003M (A--f18 REV 6/76) -2- Contra Costa County Standard Form PAYMM PROVISIONS (Cost Basis Contracts) Number 28 -409 - 6 1. Payment Basis. -county shall ininoevent pay to the Contractor a sum in excess of the'total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract_ 2. Pavment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [(heck one alternative only.] j ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [I] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee. County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00333 (A-4618 REv 6/76) -1- Cc::ra County Standard Form STANDARD CO,YMCf (Purchase of Services) A �+ 1_ Contract Identification. (Start-Up Contract) Number 2 Q v —4 ll 9 - V Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a West County CEPA Unit, serving residents of Western Contra Costa County excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: ' SOUTHSIDE COMMUNITY CENTER, INC. Capacity: Nonprofit California corporation Address: 745 Marina Way, South, Richmond, California 94804 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein, 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 24,412 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 sha11 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. S. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Apaual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant X06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COU'N'TY OF CONTRA COSTA CALIFORNIA CONTRACTOR - BV By lLLfe=SC M+xvw=% Board of Supervisors L7 - Designee —�±�� •�-�!l_ (Designate official capacity in-Weiness est: J. R. Olsson, County and affix corporation seal) ' State of California ) County of Contra Costa ) ss. ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recorsended by Department known to me in those individual and �7 business capacities, personally appeared I / before me today and acknowledged that he/ Sy they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws os a resolution of its board of directors. For:: approved: County Counsel jq� L n Dated: �7 rY7Z pX MUR W.WALWiTA.J& Sy_ Day / P,CEEPT !. Ppc*-T 'i ( CLE••^.K to-6617 REV 6/76) LWgliknoQ Willi bwrd ordw t_thTav rusrr:r,;:, 4 1_LI..r, I,:cr��Mu�c�rr�n ��, t>E'Fit�t(INl VES(CUTI4Y.`rS FISCetl S'Atte 1977-714 As authorized �jv article VI 11, a+t` .a�i i ui Use Bylaws o4 Linton Busi- ness College. Incorporated the fol -owing resolutions were adopted by written consent by the Board of Directors. 1. Approval of proposed fiscal reporting period to be from October 1, 1977 to September 30, 1978, here in after re- ferred to as FY 77-78. 2. To accept proposed operating budyet for FY 77-78 at. pre- sented. Total budget amowlting to $94,632.00. 3. Authorize FY.77-78 salary increases as presented. Salary increases were varied and were based on two factors; in- crease of responsibilities and prevailing rage for equi- valent positions. - 4. To accept proposed personnel policy as presented. 5. Authorise acceptance of the temporary clerical training proposal with Contra Costa County CETA for FY 77-78. Tem of temporary contract to be October 1 - 31, 1977 at a-proposed budget of $4,735.OU. Full term conrract to be negotiated at a later date- 6. Approve and authorize submission of training proposal between Linton Business College, Inc. and the City of Richmond for FY 77-78 to train 20 enrollees to be re- ferred by Richmond Manpower Services at a cost of S24.984.00.' - 7. Authorize Elizabeth Knowles as Director of Linton Business college, Inc. to-negotiate and sign final contract verbions of the above proposals on behalf of this board. 8. That Linton Business College, Inc. establisb a checking account with the Bank of America for the administration of the Contra Costa County CF_TA contract for FY 77-78 and authorize Elizabeth Knowles, Director and William Longenbohn, Business manager' to draw cheaks on said account, signed with signature certified to the bank by the Secretary of the Board of Directors of Linton Business College, Incorporated_ c�- OCLObet 1, 1977 Steven T. Lopgenbohn Date President Q `f+lP,{fTK L J October 1, 1977 \1ary C. .offma6 Date l'ic FZesidenCJ�, 11c Luce r 1, 1977 Xi da Keller Date Secretary 00331 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idmnification. 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. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. the Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500.000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b 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. .he 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 followjng 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. y, Ufl4 (A-4616 BEV 6176) -3- Contra Costa County Standard Form J GENERAL CONDITIONS (Purchase of Services) 9. Disputes Disagreements between the County and Contractor concerning the meaning, requicemanta, 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. Ali 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 adminiscration 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 lav may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract sball 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 REViQ76'1 -2- O00" '" �i Costa County Standard Fors GENERAL CONDITIONS (Purchase 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 make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract my be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sun due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. �.� 00328 (A-4616 REV 6/76) _l_ SERVICE PLAIT Humber 2 8 -4 2 8 - 1 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services ander this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 919 (2) Enrollee Training 3,487 (3) Manpower Services 329 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -0- TOM (Contract Payment Limit) $ 4,735 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorise in specific detail the above cost categories and lin tielin tie en budget amounts and shall be subject to approval by County. Contractor shall maintain a current DetailedSx nditure Schedule continuously on file with County's Manpower Project Of ce, in t e orm Mad manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: ContzJctor County Dept. £Yi d r � r Elsa ti b .+Vs7M -3- SERVICE PLAN Q Number 2 8 - 4 2 8 - 1 c. Develop and distribute to all participants, immediately upon initial enrollment hereunder, an instruction baadbook covering: (1) Procedures for terminating participants from the training program; (2) Rules for absences, tardiness, and verification of attendance; and (3) Other necessary information regarding the classroom training program, including standards for student achievement. d. Provide all needed training equipment, materials, and supplies. e. Provide classroom training services hereunder at least six hours per day, five days per week, on a continuous basis throughout the term of this Contract. £. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the FederalRegister, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, Nay H. 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costa among program activities. 5. FY 77-78 Contract. Mxis one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77-9/30/78), in accordance with the Contra Costa County FY 77-78 CRTA Title I Annual Plan and Prime Sponsor Agreement. Initials: te-)c � Contrdttor County Dept. 2 ai V V7� SERVICE PLAN mumbe28 - 428 - 1 1. Service Specifications. LINTOB BUSINESS COLLEGE, INC. (Contractor) shall pro;—'male during the tern of this Contract certain administration and staff services to establish and operate a Clerical Classroom Training Program for CETA enrollees residing in the western area of Contra Costa County excluding the City of Richmond), but not to exclude a limited number of otherwise eligible CETA enrollees residing in other areas of the County. Under this training program, Contractor shall provide: a. Classroom training and instruction in general clerical skills, including coverage of the following curriculum areas: (1) English/Spelling; (2) mathematics; (3) Typing (to a minimum skill level of 50 cvpm); (4) Ten-Key Adding machine Operation (proficiency by touch); (5) Bookkeeping; and (6) Records Control. b. Individualized training-support services for program participants, as follows: (1) Counseling for participants, as needed, regarding learning adjustment in the training program, personal attitudes toward the program, available services, and related matters pertinent to the enrollee's progress in Contractor's program. (2) Certification of the daily attendance of enrollees in the program. (3) Preparation of an individual monthly report of enrollee progress in Contractor's program, and submission of said report to both the enrollee and County's CETA Unit which has referred the enrollee. (4) Referral of program participants to said CETA Unit for needed supportive services, including transportation, child care, and legal services. (5) Referral of job-ready and nearly job-ready participants to said CETA Unit and to other job-finding resources and employment opportunities for job placement. 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Request, screen, and accept referrals of appropriate CETA enrollees from County's established CETA Units for participation in the classroom training program, such that at least 22 persons are enrolled in the program and begin clerical training with the goal of gaining sufficient skills in each of the above- named curriculum areas to enable them to secure and retain permanent, unsubsidized, full-time employment the clerical field, within a period of time averaging six months and six weeks from the date of each enrollee's initial enrollment. b. Develop, submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for successful completion of training. Initials: (� Cont County Dept. _l_ OO Contra Costa County Standard Form PAMT! PROVISIONS #, (Cost Basis contracts) i► #* — Number S. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract. Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. if said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Gilt) 0M I (A-5618 REV 6/76) -Z._° Contra Costa County Standard Form PANT PROVISIONS (Cost Basis Contracts) and., 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.J [ J a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [XJ c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [X] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B. such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1 Contra Costa County Standard Form STAIMARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 28 -428 - 1 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Clerical Classroom Training Program serving residents of Western Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: LINTON BUSINESS COLLEGE, INC. Capacity: Nonprofit California corporation Address: 3609 Macdonald Avenue, Richmond, California 94805 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 4,735 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 sball provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CEL► Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment 5 Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By 11&4 By Board of Supervisors Designee (Designate official capacity in business test: J. R. Olsson, County and affix corporation seal) State of California ) ss. County of Contra Costa ) Dep ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Reco ed by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B�• 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: /977 By ty N1'2-319MFF10eputy7 County Clerk RG°c:i J. F20CTCR 0 : COU^l i l CLERK (A-4617 REV 6/76) M-0fibned with board order I C::.;tru C ... ._,,:vy, California Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnifieati,on. 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. 06,ees, or oil, 19. Insurance. During the entire tern 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 thea sha11 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 b 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 sails 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 tete 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 followjng expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to contuse purchase of all or any such services from Contractor. .. 00M (A-4616 REV 6/76) -3- 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 Countx. 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 thea, 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' M.6/76) -2- VOM 'a"txa Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to. licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring. inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make the records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein. no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Hodifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or. after Board approval, by its designee. subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subjgct to_ any required State or Federal approval. provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. a s;► 00319 (A-4616 REV 6/76) 'l- SERVICE PLAN Number2 8 —4 0 8 — 4 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 823 (2) Enrollee Training 4,914 (3) Manpower Services 296 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -0- TOTAL (Contract Payment Limit) $ 6,033 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and line ices budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the form and wanner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: atractor County Dept. ti .a -3- 00318 S'_'RVICc PLAN ;iuche r2 g — 4 U V — 4 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Request, screen, and accept referrals of appropriate CETA enrollees from County's established CETA Units for participation in the three training courses set forth above, such that at least 5 persons are enrolled in the Clerk-Typist training course, 2 in the Secretarial course, and 1 in the Secretary-Stenographer course,and begin clerical training with the goal of gaining sufficient skills in each of the curriculum areas under their respective courses to enable thea to secure and retain permanent, unsubsidized, full-time employment in their respective occupational specialization within a period of time averaging six months and six weeks from the date of each enrollee's initial enrollment. b. Develop, submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for successful completion of training. c. Develop and distribute to all participants, immediately upon initial enrollment hereunder, an instruction handbook covering: (1) Procedures for terminating participants from the training program; (2) Rules for absences, tardiness, and verification of attendance; and (3) Other necessary information regarding the classroom training program, including standards for student achievement. d. Provide all needed training equipment, materials, and supplies. e. Provide classroom training services hereunder at Least six hours per day, five days per week, on a continuous basis throughout the term of this Contract. f. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 137 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/l/77-9/30/78), in accordance with the Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Contractor C t- -2- i SERVICE PLAN Q [� tlunbe r 2 8 - 4 0 8 - 4 1. Service Specifications. CONCERTED SERVICES PROJECT, INC. (Contractor) shall provide during the term of thi s Contract certain administration and staff services to establish and operate a Clerical Classroom Training Program for CETA enrollees residing in the Pittsburg AntLoch and Brentvood Oakley areas of Contra Costa County, but not to exclude a limited number of otherwise eligible CETA enrollees residing in other areas of the County (excluding the City of Richmond). Under this training program. Contractor shall provide: a. A Clerk-Typist training course of classroom training and instruction in general clerical skills, ni eluding coverage of the following curriculum areas: (1) Intermediate Typing (to a minimum skill level of 50 ewpm); (2) Ten-Rey Adding Machine Operation (to a minimus skill level of 100 spa at 952 accuracy); (3) Business English; (4) Business Mathematics; (5) Records Control (filing); and (6) General Office Procedures. b. A Secretarial trai_n_ng urse of classroom training and instruction in general clerical skills and aectarLal skills, including coverage of the following curriculum areas: (1) All curriculum areas set forth in Paragraph I.e. above; (2) Advanced typing (to a minimum skill level of 60 ewpm); and (3) Machine Transcription (to a minimum skill level of 45 wpm at 902 accuracy). c. A Secretary-Stenographer training course of classroom training and instruction in general clerical, secretarial, and stenographic skills, including coverage of the following curriculum areas: (1) All curriculum areas set forth in Paragraphs l.a. and b. above; (2) Shorthand (to a minimum skill level of 80 wpm for 3 minutes); and (3) Shorthand transcription (to a minimum skill level of 902 accuracy). d. Individualized training-support services for program participants, as follows: (1) Counseling for participants, as needed, regarding learning adjustment in the training program, personal attitudes toward the program, available services, and related matters pertinent to the enrollee's progress in Contractor's program. (2) Certification of the daily attendance of enrollees in the program. (3) Preparation of an individual monthly report of enrollee progress in Contractor's program, and submission of said report to both the enrollee and County's CETA Unit which has referred the enrollee. (4) Referral of program participants to said CETA Unit for needed supportive services, including transportation, child care, and legal services. (5) Referral of job-ready and nearly job-ready participants to said CETA Unit and to other job-finding resources and employment opportunities for job placement. Initials: _ Contractor County Dept. -1- 00316 Contra Costa County Standard Form PAY!OM PROVISIONS (Cost Basis contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance. in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records. or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement_ No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the fors required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. S. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to pertcrc properly any of its obligations under this Contract. 7 (A-16188 REV 6/76) _2_ Contra Costa County Standard Fora PAYMM PROVISIMS (Cost Basis Contracts) er28 -408 - 4 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment 1.4a4t, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ l a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [B] c. An•amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [%] a. General Services Administration Federal Management Circular THC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and. subject to said Attachments A and B. such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and 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 mace payments as specified in Paragraph 2. (Payment Amounts) above. 00314 (A-4613 REV 6/76) -1- /�.oatra Costa County Standard Form r STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 Q y — A x OQ y — 4 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Clerical Classroom Training Program serving residents of Eastern Contra Costa County 2. Parties. The County of Contra Costa California (County). for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CONCERTED SERVICES PROJECT, INC. Capacity: Nonprofit California corporation Address: 27 Columbia Circle, Pittsburg, California 94565 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein. 4. PaN'ment Limit. County's total payments to Contractor under this Contract shall not exceed $ 6,033 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant i06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By �.�GRfLu! ` 8y — �� Board of Supervisors Designee PFESIriM, CSP BMM CF (Designate official capacity in.business Wit: J. R. Olsson, Count and affix corporation seal) State of California ) ss. County of Contra Costa ) AMOHLEDGFHENT (CC 1190.1) The person signing above for Contractor Rk-commended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ 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. Fore: :,aproved: County Counsel Dated: WiTI{UR W.W/U..EIVTA,JR. Deputy Notary Public/Deputy CoAfity Clerk OFFICIALSEAL 00313 IREFIc. D COOPER a t:07AWe Gu9bC-CALIF'7..)JI:. kA-_;,1: REV 6176) Mimil,.d with Eoca-d c-ger F Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemification. 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. 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 thea 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 certificates) 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. 00M (A-4616 BEV 6/76) -3- Contra Costa County Standard Form i M 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 (i£ 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 lav any 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. 00311 (A-4616, ,RBV 6/76) -2- i # La Costa County Standard Form GENERAL CONDITIONS (Purchase 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 stages, 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 aid 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 Goverment. S. Termination. a, Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination. the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph S.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 he deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring. auditing, billing, or regulatory changes. may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract. including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval. provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 1� o (A-4616 REV 6/76) 'l' OWMO r SERVICE PLAN Number2 8 -4 0 7 - 6 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 639 (2) Enrollee Training (including $ 526 526 for OJT Contract Payments) (3) Manpower Services 4,854 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -0--- TOM (Contract Payment Limit) $ 6019 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and Me item budget amounts and shall be subject to approval by County_ Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, inform and s mne prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), shoving any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County. Contractor may implement the appropriate budget changes. Initials: ..-,C- 4?j Contractor &. y Dept. a r; 00a % SERVICE PLAN Q Number 2 8 -4 0 7 - 6 2. Service Delivery andPerformance Standards. Contractor shall provide services ander this Contract such that the of owns primary performance standards are met daring the Contract term; i.e., Contractor shall: a. Job Placement. (1) Place at least three (3) CETA enrollees in permanent, unsubsidized, full-time jobs. (2) Maintain for such placements an Average Wage-Gain-Ratio of not leas than .20; said Average Wage-Cain-Ratio is computed as: (Median post-CETA wage of elacements - Median pre-CETA wage of placements) Median pre-CETA wage of placements (3) Maintain for all CETA enrollees under this program a Non- Positive Termination Rate of not more than 20X; said Non-Positive Termination Rate is computed as: (Number of non-positive terminations z 100%) Total number of terminations b. OJT. Ensure that at least 702 of all CETA enrollees placed in new OJT contract job positions established hereunder will retain permanent, unsubsidized, full-time employment upon termination of their respective OJT contract job positions. c. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulle- tins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, Nay 13, 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A. Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures. b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allocable cost categories, S. Classification of costs by category, h. Examplea of properly chargeable costs, i. Administrative costs, j. Travel costa, and k. Allocation of allowable coats among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77 - 9/30/78), in accordance with the Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime sponsor Agreement. Initials'. e,r/, Conteactoe County Dept. -4- 00308 SERVICE PLAN Numb. 28r —407 — 6 f. Job-Seeking Preparation Service. In providing this CETA Unit service, Contractor shall: (1) Relp referred CETA enrollees acquire the necessary motivation, information, and skills that will enable thea to compete successfully in obtaining employment. (2) Provide such CETA enrollees with guidance and counseling that will enable thea to identify their own level of skill and vocational expertise and to match these with labor market opportunities. (3) Refer CETA enrollees to resources and contacts in public and private job-finding agencies and to employment opportunities that will allow them to utilize their marketable skills. g. Job Development/Placement S OJT Service. In providing this CETA Unit service, Contractor shall: (1) Establish and maintain contacts with employers for the purpose of developing jobs for CETA enrollees. (2) Develop individual employment opportunities with prospective employers for CETA enrollees. (3) Negotiate and write on-the-job training (OJT) contracts to establish job positions with employers for CETA enrollees (said OJT contracts shall be between Contractor and the respective employer and in the form prescribed by County). (4) Establish and maintain a file of job-ready or nearly job-ready CETA enrollees referred by vocational counselors. (5) Place CETA enrollees in OJT contract job positions. (6) Place CETA enrollees in permanent, unsubsidized, full-time jobs. (7) Conduct follow-up on each referred CETA enrollee during the initial thirty (30) day period following job entry or for the duration of employ- ment under an OJT contract; such follow-up shall consist of the following: (a) Periodic contact with each job-placement participant during the initial thirty (30) day period following job entry, and appropriate assistance, as needed, until a satisfactory adjustment in the new job is confirmed, and for up to thirty (30) days following termination from CETA enrollment to enable such participants to retain employment. (b) Periodic contacts with each OJT participant throughout the duration of OJT contract employment, and appropriate assistance, as needed, to ensure a satisfactory adjustment in the OJT position. (c) Counseling of participants on job-related problems. (d) Mediating with employers on behalf of CETA enrollees to resolve problems related to changes in the original conditions of job placement. (e) Initial direct contact with each enrollee placed on a job and with his/her employer within fifteen (15) working days after job entry. Initials-'4— Contractor County Dept. -3- 00307 SERVICE PLAN i� 1� c Number 2 Q V - 4 O f — V c. Intake Service. In providing this CETA Unit service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the EDP Development and Vocational Counseling Service for further participation is County's CETA Manpower Program. d. IDP Development and Vocational Counseling Service. In providing this CETA Unit service, Contractor shall: (1) Prepare and maintain an Employability Development Plan (EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of training and/or services which will result in permanent, unsubsidized, full-time employment for the enrollee; the EDP may be prepared during the Vocational Assess- ment Service. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation may be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's EDP. (4) Refer such CETA enrollees to the Supportive Services and Allowance Payment Certification Service for receipt of supportive services and allowances as needed and available, and in accordance with each person's EDP. (S) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor has prepared an EDP, throughout the enrollee's participation in County's CETA Manpower Program, as needed to ensure that the enrollee progresses toward the fulfillment of his/her EDP; such vocational counseling follow-through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower programs; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each enrollee placed on a job within thirty (30) days after job entry. e. Supportive Services and Allowance Payment Certification Service. Ia providing [his CETA Unit service, Contractor shall: (1) Certify the need of each CETA enrollee (who is referred from the EDP Development and Vocational Counseling Service) for available CETA supportive services and allowance payments, and compute the amounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each enrollee's EDP. (2) Document enrollee attendance in related training and service activities for which supportive services and/or allowance payments are needed. (3) Prepare and submit all documentation as required by County for County's payment of needed CETA supportive services and allowances to CETA enrollees referred from the EDP Developmeat and Vocational Counseling Service. Initials: c or unty -2- ca �, SERVICE PLAN �] p r� �+ Number 28 — 4 0 ` - V 1. Service Specifications. UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS, INC. (Contractor) shall provide during the term of this Contract certain admiaistration and staff services to establish and operate a Brentwood/Oakley Area CETA Unit for CETA applicants and enrollees residing in the Brentwood Oakley area of Contra Costa County. In doing so. Contractor shall provide a program of seven (7) integrated CETA Unit services hereunder, as follows: a. Orientation and Preassessment Service. In providing this CETA Unit service, Contractor shall, for all persons applying for manpower services through the County's CETA Manpower Program: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (4) Determine each eligible applicant's general appropriateness for County's CETA Manpower Program through preassessment of the applicant; i.e., through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e., ability to undergo full vocational assessment as set forth below). (5) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; sad refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with drawn from further participation in Contractor's CETA Unit program. (b) For each CETA-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CETA Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. b. Vocational Assessment Service. In providing this CETA Unit service. Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the Orientation and Preassessment Service set forth above. (2) Determine each potential CEL► enrollee's specific appropriateness for County's CETA Manpower Program, through consideration of the capability of the program to eliminate the potential CSTA enrollee's barriers to employability and to produce permanent, unsubsidised, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. Initials: Contractor County Dept. -1- 00305 Contra Costa County Standard Form PA121M MOVISIONS (Cost Basis Contracts) �iY ASL S. Bight to Withhold. County has the right to withhold payment to the contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of dawrM 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. y 00304 (A-4618 •RHP 6/76) -2- _ Contra Costa County Standard Form PAMOW PROVISIONS (Cost Basis Contracts) Q Number 2A 8 _4 0 67 - c V 1. Payment Basis. County sball in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ] a. S monthly, or [ j b. $ per unit, as defined in the Service Plan, or [%] c. An amount equal to Contractor's allowable costs that are actually Incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] IK] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B — (Standards For Selected Items of Cost), and, subject to said Attachments A and B. such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Paynent Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 40 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 4Ww (A-4618 REV 6/76) -1- jantra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 "R _ "L� ' 0 7 _ 6 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Brentwood/Oakley Area CETA Unit serving residents of the Brentwood/Oakley area of Contra Costa County. 2. Parties. The County of Contra Costa California (County). for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS, INC. Capacity: Nonprofit California corporation Address: 516 Main Street, Martinez. California 94553 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein.. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 6.019 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 Cera, 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 whale or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA CONTRACTOR f By XS1� oK Board of Superv�!�B --77-- Designee 5Y.,le-, lu- 190 naG�+/ (Designate official capacity in business st: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ACKNO',JLEDGEHENT (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/ g• 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. F,rn A_i,:ru':ed: County Counsel Dated: ARTMUR W.WALewrA JIC Deputy DeputVCounty Clerk (►A P.0EP17 J. r ^rrr�a V Gi kA--4Q7 Et 6176) &j1cmfiknsd with board order Cc n; CETA Title I Contract Specifications Chart (FY 77-78 (Attachment to 10/4/77 Board Order) CETA TITLE I CONTRACT SERVICE PROVIDER (CONTRACTOR) PROGRAM PAMlEgT LL41T �--- 1. Southside Cownmity Center, Inc. CETA Unit $ 24,412 ,*ecial Instruction (Basic Ed.) 3,338 2. Worldwide Educational Services, Inc. CETA Unit 30,970 3. City of Pittsburg CELA Unit 33,801 _.,4. United Council of Spanish Speaking CETA Unit 6,019 Organizations, Inc. . r---5. Contra Costa County Superintendent Adult Stork Experience 39,076 of Schools (Neighborhood Youth Corps) Youth Work Experience 20,820 6. Contra Costa Legal Services Foundation Legal Services for Enrollees 4,755 7. East County Resource Center, Inc. Specialized Services for 9 070 Ex-offender Enrollees .,-8. Concerted Services Project, Inc. Classroom Training (Clerical) 6,033 9. KCR Enterprises, Inc.,dba Classroom Training (Clerical) 3,864 Polly Priest Business College 10. Linton Business College, Inc. Classroom Training (Clerical) 4,735 11. Pittsburg Unified School District Classroom Training (Welding) 8,192 Classroom Training (Constr.) 7,078 12. Safair School of Credit, Collection, Classroom Training (Credit Rep) 3,575 and Management __�-13. Mt. Diablo Rebabilitation Center Specialized Services for 93,900 Handicapped Enrollees IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA , OCT 41977 , 1977 Ia the Matter of Authorizing the Director, Human . Resources Agency, to Execute Start-Up Contracts with Thirteen CETA Title I Manpower Program Service Providers for Implementation of Approved FY 77-78 Programs The Board having approved, by its Orders dated August 9, 1977, the recommendation of the County Manpower Advisory Council concerning allocation of CETA Title I funds for Federal FY 1977-78 among fifteen manpower programs to be conducted by twelve primary contract service providers, and The Board having authorized, by its Order dated August 23, 1977, execution of the County's Prime Sponsor Agreement and CETA Title I Annual Plan for FY 77-78, thereby applying to the U. S. Department of Labor for new federal funds for operation of the County's CETA Title I Manpower Program during the period from October 1, 1977 through September 30, 1978, including operation of the above-referenced programs, as recommended by the Manpower Advisory Council, and The Board having considered the subsequent recommendation of the Manpower Advisory Council concerning revisions in the previously recommended funding allocation and program duration for East County Resource Center, and a new funding allocation for one additional CETA Title I service provider (Mt. Diablo Rehabilitation Center) for continued operation in FY 77-78 of an ongoing program for which consideration of new funding had been pending, and The Board having considered the recommendation of the Director, Human Resources Agency, concerning the need for prompt execution of start-up contracts with all approved CETA Title I FY 77-78 service providers, in order to assure the timely implementation of programs and the continuity of service delivery to the community, and to comply with the provisions of the County's CETA Title I Annual Plan and Prime Sponsor Agreement with the U. S. Department of Labor, IT IS BY THE BOARD ORDERED that, the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard fors start-up contracts with each of the thirteen service providers recommended for funding for CETA Title I manpower programs in FY 77-78, as set forth in the attached CETA Title I Contract Specifications Chart, for start-up and initial operation of CETA Title I programs during the period October 1, 1977 to October 31, 1977, subject to funding availability and upon approval of said contracts as to legal form by the Office of the County Counsel, pending completion of novation contracts for the continued operation of each program during the full recommended term in FY 77-78. PASSED BY THE BOARD on OCT i 1977. CERTIFIED COFY I cvrttry that tk"Is s tn:L erne a eorrest ropy or Orig: Huoao Resources Agency ��c!u�tnt�tl uum-at Frc=to on me In or orrice. Attn: Contracts 5 Grants Unit of t:urlrst—or Cora CMtadcou ty�Caalfro'.Lldon cc: County Administrator Tho dace shnvn.ATTL"T: J. C oLS50\, County County Auditor-Coa[roller �+r1:a ezar:lrb Clem W=0 Board of Saperrtwro, by Do" awiL County Manpower Project Director GDOCT 1 1977 Contractors RJP:dg 00300 C-M Title I Contract Specifications Chart (FH 77-78) (Attachment to 1014/77 Board Order) 022NE-MONTFI CETA TITLE I CONTRACT S£3':ICB PROVIDER (COnRACTOR) PROCcM-f PArMENT LrILT 1. Sout:side Co=uaity Center, Inc. CETA Unit $ 24,412 ,-Special Instruction (Basic Ed) 3,332 .� 2. world'vide Educational Service3, Inc. CETA Unit 30,970 Z. City of Pittsburg CETA Unit 33,801 4. United Council of Spanish Speaking CETA Unit 6,019 Oraazixatio:s, Inc. 5. Contra Costa County Superintendent Adult Work Experience 39,076 of Schools (Neighborhood Youth Corps) Youth Work Experience 20,820 6. Contra Costa Legal Services Foundation Legal Services for Enrollees 4,755 7. East County Resource Center, Inc_ Specialized Services for 9,070 Ex-offender Enrollees S. Concerted Serv=ces Project, Inc. Classroom Training (Clerical) 6,033 9. KCR Enterprises, Inc.,dba Classroom Training (Clerical) 3,864 Polly Priest Business College 10. Linton Business College, Inc. Classroom Training (Clerical) 4,735 li. Pittsburg Unified School District Classroom Training (gelding) 8,193 Classroom Traini;g (Constr.) 7,078 12. Safair School of Credit, Collection, Classroom Trainieg (Credit Rep) 3,575 and Nanage=eat 13. Nt. Diablo Rehabilitation Center Specialized Services for 9,900 Handicapped Enrollees J 00299 INTHE BOARD OF SUPERVISORS 28 - 426 - 3 OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA OCT 4 1477 , 1977 Zn the :latter of Authorizing the Director, Human Resources Agency, to Execute Start-Up Contracts with Thirteen CETA Title I Manpower Program Service Providers for Implementation of Approved FY 77-78 Programs The Board having approved, by its Orders dated August 9, 1977, the recommendation of the County Manpower Advisory Council concerning allocation of CETA Title I funds for Federal FY 1977-78 among fifteen manpower programs to be conducted by twelve primary contract service providers, and The Board having authorized, by its Order dated August 23, 1977, execution of the County's Prime Sponsor Agreement and CETA Title I Annual Plan for FY 77-78, thereby applying to the U. S. Department of Labor for new federal funds for operation of the County's CETA Title I Manpower Program during the period from October 1, 1977 through September 30, 1978, including operation of the above-referenced programs, as recommended by the Manpower Advisory Council, and The Board having considered the subsequent recot=endation of the Manpower Advisory Council concerning revisions in the previously recoamended funding allocation and program duration for East County Resource Center, and a new funding allocation for one additional CETA Title I service provider (.`It. Diablo Rehabilitation Center) for continued operation in FY 77-78 of an ongoing program for which consideration of new funding had been pending, and The Board having considered the recommendation of the Director, Hunan Resources Agency, concerning the need for prompt execution of start-up contracts with all approved CETA Title I FY 77-78 service providers, in order to assure the timely implementation of programs and the continuity of service delivery to the community, and to comply with the provisions of the County's CETA Title I Annual Plan and Prime Sponsor Agreement with the U. S. Department of Labor, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form start-up contracts with each of the thirteen service providers recommended for funding for CETA Title I manpower programs in FY 77-78, as set forth in the attached CETA Title I Contract Specifications Chart, for start-up and initial operation of CETA Title I programs during the period October 1, 1977 to October 31, 1977, subject to funding availability and upon approval of said contracts as to legal form by the Office of the County Counsel, pending completion of novation contracts for the continued operation of each program during the full recommended term in FY 77-78. PASSED BY THE BOARD on OCT 41B77. CE.TIFIED COpy 1 rrrtL'J that this to a fa:t.rrao a corraat Coo,or Orig::'Human Resources Agency the o Waax elan-at rhe_:,ss on mein ms otCsr. Atta: Contracts b Grants Unit all thIt it Wa' 1=1+-a c:do;vee er rtw roa:a o. SaWr�MM of CW-Z C-, Coaatf• Caiiforttir. on sko,rn.rTV- ee: County Administrator toe Eatr T: J. ft 01.Cso.V• counts County Auditor-Controller C.rrk a exo::iclo Cirrkot laid Board of Suar.tson, County Manpower Project by Q0 L p Director ���j��E „()CT 41977 Contractors 00 (w RJP:dg 2w Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemaification. 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, rLs Cswasy 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees. so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts d 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-5616 REV 6176) -3- 00M Contra Costa Countv Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve. the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. 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 then, 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 i::isdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, ser, race, religion. color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. �1 ► (10996 (A-4616 REV 6/76) -2- Contra Costa County Standard Form GENERAL COMMONS (Purchase of Services) 1. Compliance with law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County. the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Goverment. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise. regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 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 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. 00295 (A-4616 REV 6/76) '1- s SERVICE PLAN Number 2 8 - 4 2 6 - 3 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Job Placement. (1) Place at least fifteen (IS) CETA enrollees in permanent, unsubsidized, full-time jobs. (2) Maintain for such placements an Average Wage-Gain-Ratio of not less than .20; said Average Wage-Gain-Ratio is computed as: (Median post-CETA wage of placements - Median pre-CETA wage of placements) Median pre-CETA wage of placements (3) Maintain for all CETA enrollees under this program a Noo- Positive Termination Rate of not more than 20Z; said Non-Positive Termination Rate is computed as: (Number of moo- sitive terminations x 1002) Total num of terminations b. OJT. Ensure that at least 702 of all CETA enrollees placed in new OJT contract job positions established bereunder will retain permanent, unsubsidized, full-time employment upon termination of their respective OJT contract job positions. c. Administration. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulle- tins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided by Contractor in the form and manner prescribed by County. 3. Com liance with Federal Re irements. Contractor shall comply with all Federal regulations, guidelines, bnl etins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41. No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated herein by reference. DELETED: le Casts), p e 1, of the Payment Provisions, Contractor shall als etermine its allowable co under this Contract pursuant to CETA regula . ns (29 CFR Subtitle A, Sect s 98.12 and 98.13), pertaining to: a. General pur ea for CETA expendit a. b. Direct and ind t costs, c. Policies and proced s, d. Restrictions on use of S. e. Expenditures for bu' ing r irs, maintenance, and capital improvements, f. Allowable cost egories, S. Classificat' of costs by category, h. Example properly chargeable costs, i. Adm' strative costs, j. avel costs, and 5. FY 77-78 Contract. This one-south start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77 - 9/30/70). in accordance with the Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Contractor(� County Dept. e Insy.'Ir{ -4- rl/ SERVICE PLAN c� f� c� c� Number 2 " — 4 2 6 � J f. Job-Seeking Preparation Service. In providing this CETA Unit service, Contractor shall: (1) Help referred CETA enrollees acquire the necessary motivation, information, and skills that will enable tbem to compete successfully in obtaining employment. (2) Provide such CETA enrollees with guidance and counseling that will enable them to identify their own level of skill and vocational ezpertise and to match these with labor market opportunities. (3) Refer CETA enrollees to resources and contacts in public and private job-finding agencies and to employment opportunities that will allow them to utilize their marketable skills. g. Job Development/Placement b OJT Service. In providing this CET& Unit service, Contractor shall: (1) Establish and maintain contacts with employers for the purpose of developing jobs for CETA enrollees. (2) Develop individual employment opportunities with prospective employers for CETA enrollees. (3) Negotiate and write on-the-jab training (OJT) contracts to establish job positions with employers for CETA enrollees (said OJT contracts shall be between Contractor and the respective employer and in the form prescribed by County). (4) Establish and maintain a file of job-ready or nearly job-ready CETA enrollees referred by vocational counselors. (5) Place CET& enrollees in OJT contract job positions. (6) Place CETA enrollees in permanent, unsubsidized, full-time jobs. (7) Conduct follow-up on each referred CETA enrollee during the initial thirty (30) day period following job entry or for the duration of employ- ment under an O.TT contract; such follow-up shall consist of the following: (a) Periodic contact with each job-placement participant during the initial thirty (30) day period following job entry, and appropriate assistance, as needed, until a satisfactory adjustment in the new job is confirmed, and for up to thirty (30) days following termination from CETA enrollment to enable such participants to retain employment. (b) Periodic contacts with each OJT participant throughout the duration of OJT contract employment, and appropriate assistance, as needed, to ensure a satisfactory adjustment in the OJT position. (c) Counseling of participants on job-related problems. (d) Mediating with employers on behalf of CETA enrollees to resolve problems related to changes in the original conditions of job placement. (e) Initial direct contact with each enrollee placed on a job and with his/her employer within fifteen (15) working days after job entry. Initials: t5nfir-&for County Dept. 00293 SERVICE PLAN Namber 2 8 - 4 26 - 3 c. Intake Service. In providing this CETA Unit service, Contractor shall: (1) Complete intake on all potential CETA enrollees who are found to be specifically appropriate for County's CETA Manpower Program and are referred from the Vocational Assessment Service, and formally enroll such persons in the County's CETA Manpower Program, as prescribed by County and CETA regulations. (2) Refer all new CETA enrollees to the EDP Development and Vocational Counseling Service for further participation in County's CETA Manpower Program. d. EDP Development and Vocational Counseling Service. In providing this CETA Unit service, Contractor shall: (1) Prepare and maintain an Employability Development Plan (EDP) for each CETA enrollee referred from the Intake Service, in accordance with the enrollee's skills, aptitudes, experience, and interests, specifying an appropriate sequence of training and/or services which will result in permanent, unsubsidized, full-time employment for the enrollee; the EDP may be prepared during the Vocational Assess- ment Service. (2) Provide individualized orientation for each such CETA enrollee, detailing the particular opportunities, limitations, requirements, and available services and training pertinent to his/her participation in County's CETA Manpower Program; this orientation say be provided during the Vocational Assessment Service. (3) Refer such CETA enrollees to appropriate CETA services and training programs and other available training and employment opportunities, in accordance with each person's EDP. (4) Refer such CETA enrollees to the Supportive Services and Allowance Payment Certification Service for receipt of supportive services and allowances as needed and available, and in accordance with each person's EDP. (5) Conduct vocational counseling follow-through for each CETA enrollee for whom Contractor has prepared an EDP, throughout the enrollee's participation in County's CETA Manpower Program, as needed to ensure that the enrollee progresses toward the fulfillment of his/her EDP; such vocational counseling follow-through shall consist of the following: (a) Periodic contact with each CETA enrollee and appropriate assistance, as needed, to confirm his/her enrollment in corresponding CETA services and manpower programs; (b) Creation and maintenance of a counseling file for each enrollee; (c) Counseling enrollees on personal adjustment problems; (d) Referral of enrollees for needed CETA supportive services; and (e) Initial direct contact with each enrollee placed on a job within thirty (30) days after job entry. e. Su�ortz Services and Allowance Payment Certification Service. In providing this CETA Oait�service, Contractor shall: (1) Certify the need of each CETA enrollee (who is referred from the EDP Development and Vocational Counseling Service) for available CETA supportive services and allowance payments, and compute the amounts for such payments (as may be made by County), in the manner prescribed by County and in accordance with the determinations of Contractor's vocational counselor regarding fulfillment of each enrollee's EDP. (2) Document enrollee attendance in related training and service activities for which supportive services and/or allowance payments are needed. (3) Prepare and submit all documentation as required by County for County's payment of needed CETA supportive services and allowances to CETA enrollees referred from the EDP Development and Vocational Counseling Service. Initials: , nCo tractor County DeOt. SERVICE PLAN p Number2V - 42fi - 3 1. Service ifications. WORLDWIDE EDUCATIONAL SERVICES, INC., (Contractor) shall provide daring the term of this Contract certain administration and staff services to establish and operate a Central County CETA Unit for CETA appli- cants and enrollees residing in the central area of Contra Costa County. In doing so, Contractor shall provide a program of seven (7) integrated CETA Unit services hereunder, as follows: a. Orientation and Preassessment Service. In providing this CETA Unit service, Contractor shall, for all persons applying for manpower services through the County's CETA Manpower Program: (1) Provide basic information and orientation regarding the County's CETA Manpower Program. (2) Determine the CETA eligibility of all such applicants, as prescribed by County and CETA regulations. (3) Collect information concerning each applicant's work history, educational background, basic skills, and vocational interests and aptitudes. (6) Determine each eligible applicant's meral ap�ropriateneas for County's CETA Manpower Program through preassessment of the 114NEaa— is ten ,through consideration of the applicant's general objectives in seeking services and the applicant's physical, intellectual, emotional, and legal ability to continue parti- cipation in Contractor's CETA Unit program (i.e., ability to undergo full vocational assessment as set forth below). (5) Refer applicants who are found to be both eligible and generally appropriate for County's CETA Manpower Program (hereinafter referred to as potential CETA enrollees) to the Vocational Assessment Service; and refer applicants who are found to be eligible but inappropriate for County's CETA Manpower Program to other appropriate helping agencies, as needed and available. (6) Conduct preliminary follow-up on each CETA-eligible applicant, as follows: (a) For each CETA-eligible applicant referred to the Vocational Assessment Service, preliminary follow-up shall consist of direct contact with each applicant, within seven (7) working days from the date of referral, to ensure that full vocational assessment has been initiated or that the applicant has with- drawn from further participation in Contractor's CETA Unit program. (b) For each CET&-eligible applicant referred to another helping agency in lieu of further participation in Contractor's CETA Unit program, prelimi- nary follow-up shall consist of at least one contact with the applicant to be made not more than one (1) month after the date of referral, to assess whether or not the referral was effective in addressing the applicant's needs; if the initial referral was not effective, Contractor shall provide further referral and follow-up services as desired by the applicant and needed to ensure that his/her needs are addressed. b. Vocational Assessment Service. In providing this CETA Unit service, Contractor shall: (1) Make a full vocational assessment of each potential CETA enrollee referred from the orientation and Preassessment Service set forth above. (2) Determine each potential CETA enrollee's specific appropriateness for County's CETA Manpower Program. through consideration of the capability of the program to eliminate the potential CETA enrollee's barriers to employability and to produce permanent, unsubsidized, full-time employment for the enrollee. (3) Refer persons found to be specifically appropriate for County's CETA Manpower Program to the Intake Service for formal enrollment in County's CETA Manpower Program; and refer persons found to be inappropriate to other helping agencies, as needed and available. initials: n County Dept. -1 00291 Contra Costa County Standard Form PAMAW PROMICKS (Fee Hasis Contracts) Number 28 - 426 - 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.) I ) a. $ monthly. or I ) b. $ per unit, as defined in the Service Plan, or [ ) c. $ , after completion of all obligations and conditions herein and as full compgnsation for all services, work, and expenses provided or incurred by Contractor hereunder. IXJ d. $ 9,550 . for the month of October, 1977, plus reimbursement for the allowable costs which are actually incurred as set forth in the Service Plan for OJT contract payments made by Contractor to OJT contract employers (not to exceed $ 21,420 for such OJT contract payments). 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by :.he 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. 002W . (A-4619 MI 6/76) _Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) q [� 1. Contract Identification. (Start-Up Contract) Number 2 8 — 4 2 6 — 3 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Central County CETA Unit serving residents of the central area of Contra Costa County. 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: WORLDWIDE EDUCATIONAL. SERVICES. INC. Capacity: California corporation (private-for-profit) Address: 1291 Boulevard Way Walnut Creek, California 96596 3. Term. The effective date of this Contract is October 1. 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ -{n_97n 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 teras and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by. reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-75 CKTA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment b Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L, 93-5670 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By &:U4 Cl NT.4�Z/" XZKK LaHM Board of Supervisors LPr� Designee l (Desi to official capacity in business st: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) ss' Dep ACKNOWLEDGMENT (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/ G;4S. they signed it and that the corporation Designee or tnership named above executed the within instrument pursuant to its bylaws LIRA Contracts Administrator or a resolution of its board of directors. Form Approved: l� v' � Dated: I'l,�V'�"^�.-2'•8f 1477 B, / - Designee 7 Fe/Deputy C991ty Clerk P01777 J. P^CCT Q Mitrofiln ed with board order DEPUTY 'J:;.'l C__. 2 I (A-4617 REV 6/76) Contra C�.ta C r.,t y, Cnliiornia CZtA Title I Contract Spec ificat ioaz; Chart (FY 11-73) (Attach-ent to 10/4/77 Board Order) O E-aOSTR CETA TITLE I CON-MCT SERVICE PMVID3 (CO-%MXCTOR) PROGIM PA%_!?KT. LMf? 1. Bout sic'e Co`uaity Center, Inc. CET& Unit $ 24,412 -'Special Instruction (Basic Ed) 3,33a 2. 1,orl3:cida Educational Sam-ices, Inc. CETA Unit 30,970 3. City of Pittsburg CEM Unit 33,801 4. United Council of Spanish Speaking CEU unit 6,019 Orgatizatioas, Inc. 5. Contra Costa County Superintendent Adult Mork Experience 39,076 of Schools (Ifeighborhood Youth Corps) Youth Work Experience 20,820 6_ Contra Costa Legal Services Foundation Legal Services for Enrollees 4,755 7. East County Resource Center, Inc. Specialized Services for 9,070 Ex-offender Enrollees 8. Concerted Services Project, Inc. Classroon Training (Clerical) 6,033 9. KCR Enterprises, Inc.,dba CLassroom Training (Clerical) 3,864 Polly Priest Business College 10. Li.ton Business College, Inc. Classroom Training (Clerical) 4,735 li. Pittsburg Unified School District Classroom Train=cg (tTelding) 8,192 assroomTrainz::-- orstr_) 7,07E 12. Saiair School of Credit, Collection, Classroom Training (Credit Rep) 3,575 and N'—nnage=ent 13. Mt. Diablo Rehabilitation Center Specialized Services for 9,900 Handicapped Enrollees �r k IN THE BOARD OF SUYERVISUAS OF C0,1ISA COSTA COUNTY, STATE OF CALIFORNIA OCT $ 1-977 , 1977 In the M=ter of Authorizing the Director, puman resources lgeacy, to Execute Start-Up Contracts with Thirteen CTA Title I Manpower Program Service Providers for Implementation of Approved FY 77-78 Programs The Board having approved, by its Orders dated August 9, 1977, the recommendation of the County Manpower Advisory Council concerning allocation of CETA Title I funds for Federal FY 1977-78 among fifteen manpower programs to be conducted by twelve primary contract service providers, and The Board having authorized, by its Order dated August 23, 1977, execution of the County's Prime Sponsor Agreement and CETA Title I Annual Plan for FY 77-78, thereby applying to the U. S. Department of Labor for new federal funds for operation of the County's CETA Title I Manpower Program during the period from October 1, 1977 through September 30, 1978, including operation of the above-referenced programs, as recommended by the Manpower Advisory Coun_il, and The Board having considered the subsequent recommendation of the Manpower Advisory Council concerning revisions in the previously reco=anded funding allocation and program duration for East County Resource Center, and a new funding allocation for one additional CETA Title I service provider (Mt. Diablo Rehabilitation Center) for continued operation in FY 77-7S of as ongoing program for which consideration of new funding had been pending, and The Board having considered the recommendation of the Director, Hunan Resources Agency, concerning the need for prompt execution of start-up contracts with all approved CETA Title I FY 77-78 service providers, in order to assure the timely im:plemeatation of programs and the continuity of service delivery to the community, and to comply with the provisions of the County's CM Title I Annual Plan and Prime Sponsor Agreement with the U. S. Department of Labor, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form startup contracts with each of the thirteen service providers recoeeaded for funding for CETA Title I manpower programs in FY 77-78, as set forth in the attached CETA Title I Contract Specifications Curt, for start-up and initial operation of CETA Title I programs during the period October 1, 1977 to October 31, 1977, subject to funding availability and upon approval of said contracts as to legal form by the Office of the County Counsel, pending completion of nov.+tion contracts for the continued operation of each program during the full recommended term in FY 77-78. PASSED BY THE BOARD on OCT -119 CERTIFIED CDPY 1-rofil that the:V s!a t tree a Correct ear,0: Orig::%Human Resources Agency the oriyirat rpvn-sarhy'r is 0.7 Me in Ce,0.:et. Atte: Contracts S Grants Unit "4:!est it:ss tv.+„t =doe:ed es th- Sapentias Of Cx:_ Cn:ta Cauu.me.CaSE(�ezia.on cc: County Administrator the ea"sMa .1TTE"T: Cosem,— County Auditor-Controller C.srk:a esansma Clerk of•.:..e p:oerd o<separst»ra. County Manpower Project Cby D*" Geste Director %[fir,. Q�OCT 4 i-77 Contractors PJP:dg 00288 '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, 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage pre$aid. 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 Fine 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. 00287" (A-4616 REV 6/76) _� Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment- This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee. subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and anv 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 co 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, sea, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship-otr instruction. (A-4616 REV 6/76) -2- �Q� Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and 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 any be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal. State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring. auditing, billing. or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. S. Modifications and Amendments. a. General Amendments. This Contract any 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 Stare 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. 00285 (A-4616 REV 6/76) -1- SERVICE PLAN (� q Rusber2 Q V r' 4 12 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 1,461 (2) Enrollee paining 6,571 (3) Manpower Services 160 (4) Enrollee wages -0- (5) Enrollee Fringe Benefits S -0- TOTAL (Contract Payment Limit) $ 8.192 b. the above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and linlia tie ten budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the fora mad manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), shoving any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County. Contractor may implement the appropriate budget changes. Initials: �`t Contractor County Dept. k� s WN -3- SERVICE PLAN Number28 - 412 - 5 c. Develop and distribute to all participants, immediately upon initial enrollment hereunder, an instruction handbook covering: (1) Procedures for terminating participants from the training program; (2) Rules for absences, tardiness, and verification of attendance; and (3) Other necessary information regarding the classroom training program, including standards for student achievement. d. Provide all needed training equipment, materials, and supplies. e. Provide classroom training services hereunder at least six hours per day, five days per week, on a continuous basis throughout the term of this Contract. f. Keep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A. Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A. Sections 98.12 and 98.13), pertaining to: a. General purposes for CM expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories. g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77-9/30/78), in accordance with the Contra Costs County FY 77-78 CEIA Title I Annual Plan and Prime Sponsor Agreement. Initials: . — Contractor County Dept. -�- 00283 SERVICE PLAN y r Number .. 41 9 1. Service Specifications. PITTSBURG UNIFIED SCHOOL DISTRICT (Contractor) ,hall provide during the term of this Contract certain administration and staff services to establish and operate a Certified Combination/Pie Welding Classroom Training Fro ram for CETA enrollees residing in Contra Costa County excluding the City of Richmond). Under this training program, Contractor shall provide: a. Classroom training and instruction in welding skills, including :overage of the following curriculum areas: (1) IIC Welding Techniques; (2) Gas Welding Techniques; (3) MIG Welding Techniques; (4) Innershield Welding Techniques; (5) Pipe Welding Techniques; (6) Pipe Layout; (7) Welding Theory; and (8) Blueprint Reading. b. Classroom training and instruction in basic education skills as needed to enable each participant to successfully complete the above welding skills training program and to obtain a General Educational Development (G.E.D.) or high school diploma. c. Individualized training-support services for program participants, as follows: (1) Counseling for participants, as needed, regarding learning adjustment in the training program, personal attitudes toward the program, available services, and related matters pertinent to the enrollee's progress in Contractor's program. (2) Certification of the daily attendance of enrollees in the program. (3) Preparation of an individual monthly report of enrollee progress in Contractor's program, and submission of said report to both the enrollee and County's CETA Unit which has referred the enrollee. (4) Referral of program participants to said CETA Unit for needed supportive services, including transportation, child care, and legal services. (5) Referral of job-ready and nearly job-ready participants to said CETA Unit and to other job-finding resources and employment opportunities for job placement. 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Request, screen, and accept referrals of appropriate CETA enrollees zrom County's established CETA Units for participation in the classroom training program, such that at least 15 persons are enrolled in the program and begin training, with the goal of gaining sufficient skills in each of the above-named welding skill curriculum areas to enable at least 5 enrollees to secure and retain permanent, unsubsidized, full-time employment as State-certified combination welders, within a period of time averaging six months and six weeks from the date of each enrollee's initial enrollment in the program. b. Develop, submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for successful zoapletion of training. �y Initials: /��J,�Contractor rCouUWAWW. -1- Contra Costa County Standard Form PAl2(M PROVISIONS . (cost Rasis Contracts) S. Bight to-Withhold. County has the right to withhold payment to the Contractor amen, 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 (e) Contractor has failed to sufficiently itemize or document its denand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoving the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Cor._ractor 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. j 00281 (A-5618 REV 6/76) -2- Centra Costa County Standard Form PATKM PROMMMS (Cost Basis Contracts) Humber 2 8— 4 x 2 — 5 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract. County will pay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. S per unit, as defined in the Service Plan, or [K] c. An amount equal to Contractor's allowable costs that are actually Incurred each month, but subiect to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [id a. General Services Administration Federal !Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts Pith State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A mod B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is wade or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00280 (A-4618 REV 6/76) -1- C.:.itra Co�.ta count;: Standard Forn STANDAURD CONTRACT f (Purchase of Services) �i CJ 1• Contract Identification. (Start-Up Contract) Humber 2 v _ 4 1 2 _ eJ Department: Hunan Resources Agency Manpower Project Subject: Provision of administration and staff services for a Combination/ Pipe Welding Classroom Training Program serving residents of Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: PITTSBURG UNIFIED SCHOOL DISTRICT Capacity: Public agency Address. 2000 Railroad Avenue, Pittsburg, California 94565 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein. 4. Fayment Limit. County's total payments to Contractor under this Contract shall not exceed $ 3.192 5. Countv's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment S Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COLT.\= OF CONTRA COS TA, CALIFORNIA CONTRACTOR By (�ll.�f![x By WMEW4 Board of Supervisors /! n Designee [OLt}�j/r 'n &,Pe-- (Designate offircial capacity in business t: J. R. Olsson, Count- and affix corporation seal) State of California ) County of Contra Costa ) ss. DeputT- ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Reco=ended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B�'�. they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws tiora resol ion of its board of d-freccors. Forn Approved: County Counsel t ARTMLlt W.WALFWA.JMC B`:_ - Deputy ry u y y Qepptr,Qvunt Cler - -_ � � ` 02'79 r a (A-4617 REQ' 6/76) CETA Title I Contract S ificacians Cbarc FY 77-78 (Attacbment to ld 4 Jl Board Order) • ONE-MOYTH CETA TITLE I COVMCT SERVICE eROVIDE3 (MIRACTOR) PROGRAH PAM!MT Lr-IIT 1. Southside Co=mnity Center, Inc. CETA Unit $ 24,412 -Special Instruction (Basic Ed) 3,338 2, Worldwide Educational Services, Inc_ CEI&Unit 30,970 3. City of Pittsburg CETA Unit 33,801 4. United Council of Spanish Speaking CETA Unit 6,019 Organizations, Inc. 5. Contra Costa County Superintendent Adult Work Experience 39,076 of Schools (Neigbborhood Youth Corps) Youth Work Experience 20,820 6. Contra Costa Legal Services Foundation Legal Services for Enrollees 4,755 7_ Fast County Resource Center, Inc. Specialized Services for 9,070 Ex-offender Enrollees 8. Concerted Services Project, Inc. Classroom Training (Clerical) 6,033 9. KCR Enterprises, Ine_,dba Classroom Training (Clerical) 3,864 Polly Priest Business College 10. Linton Business College, Inc. Classroom Training (Clerical) 4,735 li. Pittsburg Unified School District Classroom Trainicg Welding) 8,192 _assrooa raining oastr_ , 12. Safair School of Credit, Collection, Classroon Traini.n (Credit Rep) 3,575 and ?T—anage^.ent 13. Zit. Diablo Rehabilitation Center Specialized Ser-Aces for 9,900 Handicapped Enrollees x f Y f'• c f 6022 III THE BOARD OF SUPERVISORS OF Comm COSTA COuMTY. STATE OF CALIFORNIA -OCT 41977 . 1977 In the Matter of Authorizing the Director, finnan Resources Agency, to Execute Start-Up Contracts with Thirteen CETA Title I Manpower Program Service Providers for Implementation of Approved FY 77-78 Programs The Board having approved, by its Orders dated August 9, 1977, the recoemendation of the County Manpower Advisory Council concerning allocation of CETA Title I funds for Federal FY 1977-78 among fifteen manpower programs to be conducted by twelve primary contract service providers, and The Board having authorized, by its Order dated August 23, 1977, execution of the County's Prime Sponsor Agreement and CETA Title I Annual Plan for FY 77-78, thereby applying to the U. S. Department of Labor for new federal funds for operation of the County's CETA Title I Manpower Program during the period fro= October 1, 1977 through September 30, 1978, including operation of the above-referenced programs, as recommended by the Manpower Advisory Council, and The Board having considered the subsequent recommendation of the Manpower Advisory Council concerning revisions in the previously recommended funding allocation and program duration for East County Resource Center, and a new funding allocation for one additional CETA Title I service provider (Mt. Diablo Rehabilitation Center) for continued operation in FY 77-78 of an ongoing program for which consideration of new funding had been pending, and The Board having considered the recommendation of the Director, Human Resources Agency, concerning the need for prompt execution of start-up contracts with all approved CETA Title I FY 77-78 service providers, in order to assure the timely icplementation of programs and the continuity of service delivery to the community, and to comply with the provisions of the County's CETA Title I Annual Plan and Prime Sponsor Agreement with the U. S. Department of Labor, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form start-up contracts with each of the thirteen service providers recommended for funding for CETA Title I manpower programs in FY 77-78, as set forth in the attached CETA Title I Contract Specifications Chart, for start-up and initial operation of CETA Title I programs during the period October 1, 1977 to October 31, 1977, subject to funding availability and upon approval of said contracts as to legal fora by the Office of the County Counsel, pending completion of novation contracts for the continued operation of each program during the full recommended term in FY 77-78. PASSED BY THE BOARD on OCT 41977, CERTIFIED COPY I eernfr that ekes r,a ru:4 eras&cornet COry of Orig:v4 Human Resources Agency the orlysat En onrotit.r.-�to oa ttte In m<o:ffae. Attn: Contracts b Grants Unit sad that a "I'll I'll 4:d.ltrd br the rnard or S+'i)e+'itvrs et Cx= C_c.CoeatF. calffamfa. on cc: County Administrator the Est@ atrosa"A7 tom: J. r— oyXSOV. Ccnc7 County Auditor-Controller C*r ow �e,.e:tof:-:.I soQrd of geyer,t„n, County Manpower Project G� Director Contractors 00277 RJP:dg 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. .-e .-. 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 polities 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 then 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 certificates) 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 S Grants Unit, Human Resources Agency, 651 Pine Street, Martinet, California 96553. 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 sails 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 tern 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. r t 00276 (A-6616 REV 6/76) -3- Contra Costa County Standard Form ' GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals. or statements by any officer. agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee. subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. 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. OOV (A-4616 REV 6/76) -2- Contra Costa County Standard Forst GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to. licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval. provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 042`74 (A-4616 REV 6/76) `1` SERVICE PLAN Q Nomber2 8 - 412 - 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Coat Categories Contract Term (1) Administration $ 1,461 (2) Enrollee Training 6,571 (3) Manpower Services 160 (4) Enrollee Wages -0- (5) a(5) Enrollee Fringe Benefits $ -0- TOTAL o-TOTAL (Contract Payment Limit) $ 8.192 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorise in specific detail the above cost categoric aa-nd line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the form and manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: Contr orCounty Dept. { S' a , 04273 -3- SERVICE PLAN Number 28 - 412 - 5 c. Develop and distribute to all participants, immediately upon initial enrollment hereunder, an instruction handbook covering: (1) Procedures for terminating participants from the training program; (2) Rules for absences, tardiness, and verification of attendance; and (3) Other necessary information regarding the classroom training program, including standards for student achievement. d. Provide all needed training equipment, materials, and supplies. e. Provide classroom training services hereunder at least six hours per day, five days per week, on a continuous basis throughout the term of this Contract. f. Beep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93, Friday, May 13, 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable cost categories, g. Classification of costs by category, h. Examples of properly chargeable costs, i. Administrative costs, j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. This one-month start-up contract shall be subject to any further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77-9/30/78), in accordance with the Contra Costa County FY 77-78 CFEA Title I Annual Plan and Prime Sponsor Agreement. Initials: Contractor County Dept. 0quo'. SERVICE PIAN R Number2 " - 412 - .5 I. Service Specifications. PITTSBURG UNIFIED SCHOOL DISTRICT (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a Certified Combination/Pie Welding Classroom Training Program for CETA enrollees residing in Contra Costa County excluding the City of Richmond). Under this training program, Contractor shall provide: a. Classroom training and instruction in welding skills, including coverage of the following curriculum areas: (1) TIC Welding Techniques; (2) Gas Welding Techniques; (3) MIG Welding Techniques; (4) Innershield Welding Techniques; (5) Pipe Welding Techniques; (6) Pipe Layout; (7) Welding Theory; and (8) Blueprint Reading. b. Classroom training and instruction in basic education skills as needed to enable each participant to successfully complete the above welding skills training program and to obtain a General Educational Development (G.E.D.) or high school diploma. c. Individualised training-support services for program participants, as follows: (U Counseling for participants, as needed, regarding learning adjustment in the training program, personal attitudes toward the program, available services, and related matters pertinent to the enrollee's progress in Contractor's program. (2) Certification of the daily attendance of enrollees in the program. (3) Preparation of an individual monthly report of enrollee progress in Contractor's program, and submission of said report to both the enrollee and County's CETA Unit which has referred the enrollee. (4) Referral of program participants to said CETA Unit for needed supportive services, including transportation, child care, and legal services. (5) Referral of job-ready and nearly job-ready participants to said CETA Unit and to other job-finding resources and employment opportunities for job placement. 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Request, screen, and accept referrals of appropriate CETA enrollees from County's established CETA Units for participation in the classroom training program, such that at least 15 persons are enrolled in the program and begin training, with the goal of gaining sufficient skills in each of the above-named welding skill curriculum areas to enable at least 5 enrollees to secure and retain permanent, unsubsidized, full-time employment as State-certified combination welders, within a period of time averaging six months and six weeks from the date of each enrollee's initial enrollment in the program. b. Develop, submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for successful completion of training. Initials: _ Contractor,• t if-1- Contra Costa County Standard Form PASffiR PBOMI09S (Cost Basis Coop., "to) Wwber 2 8- 412 - 5 1. Payment Basis. County shall in so event pay to the Contractor a sua in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit. it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable coats (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor. [Check one alternative only.) [ j a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [7() c. An amount equal to Contractor's allowable costs that are actually incurred each month. but subject to the "Budget of Estimated Progran Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: (Check one alternative only.] [1d a. General Services Admin' tration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Staodarda For Selected Items of Cost), and, subject to said Attachments A and B. such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ) b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form 0-15 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 mouth in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- 00270 Contra Costa County Standard Form" PAYMENT PROVISIONS y (cost Basis contracts) Number 5. Right to Vithhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. 80 later than sixty (60) days following the termination of this Contract. Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County. State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 009 'R" 6/76) -2 Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) Q C J 1. Contract Identification. (Start-Up Contract) Number 2 v— 4 412- Department: Haman Resources Agency !Manpower Project Subject: Provision of administration and staff services for a Combination/ Pipe Welding Classroom Training Program serving residents of Contra Costa County (excluding the City of Richmond) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: PITTSBURG UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 2000 Railroad Avenue, Pittsburg, California 94565 3. Term. The effective date of this Contract is October 1, 1977 and it terminates October 31. 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 8,192 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 teras 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. Pro ect. This Contract implements in whole or in part the following described Project, the application and approval donuts of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant #06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment 6 Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA _� CONTRACTOR ay ---- 6Kal7 'Board of Supervisors Designee l(t�]7 /JI (t !/NM-�✓ (Desi to of tial capacity in business :�t_�J* R. Olsson, County and affix corporation seal) State of California ) County of Contra Costa ACXNOWLEDGEHENT (CC 1190.1) The person signing above for Contractor Recomme ded by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ C 14e4 they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolu on of its bo rd of directors. Form Approved: County Counsel _/� Da By tY tary Public/ uty County lerk . O::ICI A ! SERI M�� wi 'A 00268 iS (:,-+617 REM' 6/76) C's_Y3 Title I Contract Specifications Ghat {c'y 77_78) (Attacf Zb t to 10/4/77 Board Ordtc) O:. —:f05TIf CEra TITLE I C713TP0.CT SE?:ICE PROV-1DEY (CM"rRACTOR) P?CC?X4 PA'_^`. "T LME-Z --*0 Corin:-, Center, Inc. CEiA ti^ic 'Special LnstructioaBasic Ed) 3,332 2, 'Education-al Sereices, Inc. CETA Unit 30,970 3. Gity of Pittsburg CE-r3 unit 33,201 4, t:_ted Co--m=il o= Spanish Spealdng Cr--1A Unit 6,019 or;ani—a_ioas, Inc. 5. 0r,=tra Costa County Superintendent Adult fork Experience 39,076 of Schools (Eeighborhood Youth Corps) Youth Uork Experience 20,820 6. Cc,tra Costa Legal Services Fou=d tion Legal Services for E=ollees 4,755 7. East County Resource Center, Inc. Specialized Services for 9,0770 Fac-offender Enrollees 8. Concerted Serr_ces Project, Inc. Classroom Training (Clerical) 6,033 9. %C? Eater-prises, Inc.,dba Classroom Training (Clerical) 3,864 Polls Priest Business College 10. L=--or— Busi=ess College, Inc. Classroom Training (Clerical) 4,735 li. Pittsburg Unified School District Classroom Training .(Ffelding) 9,192 Classroom Training (Constr.) 7,07& 12. 5=`air School of Credit, Collection, Classroom Training (Credit Rep) 3,575 and vanage=eat 13. `__. Diablo R.ebabilizatioa Center Specialized Services for 9,900 Handicapped Enrollees x ¢ k i S d ,Y1 00267 Ili TUE I:U_L2D OF SUHIR ISUAS OF COZITRA COSTA COUNTY, STATE OF CALIF038LA OCT 41977 1977 In the :Satter of Authorising the Director, Human Resources Agency, to Execute Start-Up Contracts with Thirteen CETA Title I Xanpower Program Service Providers for Implementation of Approved FY 77-78 Programs The Board having approved, by its Orders dated August 9, 1977, the reco=endation of the County Manpower Advisory Council concerning allocation of CETA Title I funds for Federal FY 1977-78 among fifteen r_aupower programs to be conducted by twelve primary contract service providers, and The Board having authorized, by its Order dated August 23, 1977, execution of the County's Price Sponsor Agreement and CETA Title I Annual Plan for FY 77-78, thereby applying to the U. S. Department of Labor for new federal funds for operation of the County's CETA Title I Manpower Program during the period from October 1, 1977 through September 30, 1978, including operation of the above-referenced programs, as recommended by the Manpower Advisory Council, and The Board having considered the subsequent recommendation of the Y.acpower Advisory Council concerning revisions in the previously recommended funding allocation and program duration for East County Resource Center, and a new funding allocation for one additional CETA Title I service provider (Mt. DiaNlo Rehabilitation Center) for continued operation in FY 77-78 of an ongoing program for which consideration of new funding had been pending, and The Board having considered the recommendation of the Director, Human Resources Agency, concerning the need for prompt execution of start-up contracts with all approved CETA Title I FY 77-78 service providers, in order to assure the timely implementation of programs and the continuity of service delivery to the community, and to comply with the provisions of the County's CETA Title I Annual Plan and Prime Sponsor ingreement with the U. S. Department of Labor, IT IS BY THE BOARD ORDERED that. the Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the County, standard form start-up contracts with each of the thirteen service providers recommended for funding for CETA Title I manpower programs in FY 77-78, as set forth in the attached CETA Title I Contract Specifications Chart, for start-up and initial operation of CETA Title I programs during the period October 1, 1977 to October 31, 1977, subject to funding availability and upon approval of said contracts as to legal fora by the Office of the County Counsel, pending completion of novation contracts for the continued operation of each program during the full recommended tem in FY 77-78. PASSED BY THE 50-UD on OCT .4.13-17. CERTIFIED COPY` Z uT cruet thu t,a fu:I,true L-cornet"r,of Orifi;!Human Resources AgencyWA Chat it ato intnt r-b!:-:c is at life In aur o:Rat, Attn: Contracts b Grants Unit t'e'a 4 gdo,Krd by tht-l:o�;d of SuprmIsrs of C'.= Cnets Comer. Ca:D*eatt.ca cc: County Administrator the 6%:d ash,a-fri;-T: J. tt of,:max, Csaaty County Auditor-Controller Cwwtl Ir tx+�::feb Ctrca of said gcmrs of vymfson, County Manpower Project 'I'll by Dopur tr-e. Director i� / oOCT 4 1977 Contractors or 002'6S P.JP:dg 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. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b, Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies_ Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and nay be delivered by deposit in the United States sail, postage prepaid. Notices to the County shall be addressed to the bead of the County Department for which this Contract is made. c/o Contracts S 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 sails 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. .fi (A-4616 REV 6/76) -3- 00265 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General. Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped frog 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 c.isdemeanor. 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-5616 BEV 6/76) -2- 00264 A ��I,;: Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance vith 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. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements 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 required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan any be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval. provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV X6/76)+ -1- 00263 SERVICE PLAN Q C� Number 2 8 — 4 3 5 6. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 367 (2) Enrollee Training 1,957 (3) Manpower Services 1,014 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits S -0- TOTAL (Contract Payment Limit) S 3,338 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office, in the Porn mad manner prescribed by County. c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), shoving any proposed changes in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: / Co actor Dept. f w H:` t � 1 3 00262 SERVICE: PLAN ttu�aber 2 8 r 4 3'j 2. Service Delivery and Performance Standards. Contractor shall prnvid,e services under this Contract such that the following primary performance standards are met during the Contract term; i.e., Contractor shall: a. Bequest, screen, and accept referrals of appropriate CETA enrollees .roa County's established lest County CETA Unit for participation in the basic education skills training program, such that at least five (5) persons are enrolled in the program and begin training with the goal of gaining sufficient skills in each of the above-named curriculum areas to enable them to successzully :ocplete the CED test, and to achieve the target skill levels established for the enrollee in his/her ILP, in the time specified in the ILP, but in no case later than sixteen (16) weeks from the date of each earollee's initial enrollment in the program. b. Develop, submit, maintain on file with County, and comply with a Contractor's Statement of Enrollee Training Standards, in the form and manner Prescribed by County, specifying applicable procedures for selection of participants, criteria for acceptance and retention in the program, and standards for successful completion of training. c. Develop and distribute to all participants, immediately upon initial enrollment hereunder, an instruction handbook covering: (1) Procedures for terminating participants from the training program; (2) Rules for absences, tardiness, and verification of attendance; and (3) Other necessary information regarding the classroom training program, including standards for student achievement. d. Provide all needed training equipment, materials, and supplies. a. Provide classroom training services hereunder at least six hours per day, five days per week, on a continuous basis throughout the term of this Contract. f. Seep and maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports and records shall be main- tained and provided by Contractor in the form and manner prescribed by County. 3. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register, Vol. 41, No. 124, Friday, June 25, 1976, and Vol. 42, No. 93. Friday, May 13. 1977; as may be revised and amended; and which are incorporated herein by reference. 4. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs under this Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: a. General purposes for CETA expenditures, b. Direct and indirect costs, c. Policies and procedures, d. Restrictions on use of funds, e. Expenditures for building repairs, maintenance, and capital improvements, f. Allowable coat categories. g. Classification of costs by category. b. Examples of properly chargeable costs. i. Administrative costs. j. Travel costs, and k. Allocation of allowable costs among program activities. 5. FY 77-78 Contract. Ihis one-month start-up contract shall be subject to ano further agreement which Contractor and County may enter into covering the provision of services during Federal FY 1977-78 (10/1/77-9/30/78), in accordance with the Contra Costa County FY 77-78 CETA Title I Annual*Pla"naad Prime Sp use ���]`►1 Agreement. //GGVVInitials: or inty Dept. -2- SERVICE PLAN C� Q Number 2 V 4 3 e) 1. Service Specifications. SOUrHSIDE COHHUNITY CENTER, INC. (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a Basic Education Skills Training Program for CETA enrollees residing in the western area of Contra Costa County excluding the City of Richmond). Linder this training program, Contractor shall provide: a. Diagnostic assessment of each program participant, upon initial enrollment, to determine the enrollee's learning style, and attitudes, values, interests, and motivational level, as related to learning activities. b. Development of an Individualized Learning Plan (ILP) for each enrollee, upon initial enrollment, which shall document the results of the diagnostic assess- ment, and which, on the basis of these results, shall detail an individualized curriculum for the enrollee, indicate a target skill level to be achieved in each general academic curriculum area, and specify the amount of training time which will be required to reach each such target skill level, in accordance with the Employability Development Plan (EDP) prepared for esch enrollee by the referring CETA Unit designated below. c. Classroom training and instruction in general academic skills, including coverage of the following curriculum areas: (1) Language Arts; (2) Mathematics; (3) Study Skills; (6) Communication; (5) Problem Solving; and (6) Decision Making. d. Coaching and preparation of each program participant for successful completion of the State's standard General Educational Development (GED) test. e. Development of an Individualized Lifelong Learning Plan (ILLP) for each enrollee, which specifies strategies for future learning (following partici- pation in this training program) relevant to the enrollee's needs and interests, as identified in his/her EDP and ILP. f. Individualized training-support services for program participants, as follows: (1) Counseling for participants, as needed, regarding learning adjustment in the training program, personal attitudes toward the program, available services, and related matters pertinent to the enrollee's progress in Contractor's program. (2) Certification of the daily attendance of enrollees in the program. (3) Preparation of an individual monthly report of enrollee progress in Contractor's program, and submission of said report to both the enrollee and County's CETA Unit which has referred the enrollee. (b) Referral of program participants to said CETA Unit for needed supportive services, including transportation, child care, and legal services. (5) Referral of job-ready and nearly job-ready participants to said CETA Unit and to other job-finding resources and employment opportunities for job placement. Initials. CaUtItic Wunty Dept. „oa: Costa County Standar-. form PAYMENT PWVISIONS (Cost Baafs contracts) Number i. Right to Withhold. County has the right to withhold payment to the Contractor 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 prc3raa, work or records, or (c) Contractor has failed to sufficiently itemize or document its demands) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the ter=inacion of this Contract, Contractor shall submit to County a cost report in the for= required by County, showing the allowable costs that have actually been incurred b_• Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments r._:e by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any su,"i excess amount to Contractor, but subject to the Payment Limit of this Contract. I; said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract. Contractor shall remit any such excess amount to County. 7. audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required b, the Service Plan. Any certified cost report or audit required by the Service Plan sh-r11 be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than. 18 months from the termination date of this Contract. If such audit(s) show that the payments wade by County pursuant to Paragraph 2. (Payment Amounts) above exceed the �l_c�able costs that have actually been incurred by Contractor under this Contract, inc]uding any adjustments made pursuant to Paragraph 6. (Cost Report and Setcle:_enc) ab,ve, then Contractor agrees to pay to County within 30 days of demand by County ally such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the Cc nty's liability, if any, to the State and/or Federal government resulting from any au_it exceptions, to the extent such are attributable to the Contractor's failure to par.orm properly any of its obligations under this Contract. w, Tia. .�,,,,, ;.t. '� s •t-. `,3+>�.� � s i* F , [ (A-4618 REV 6/76) -2- Co:i.ra Costa Counts Standard Fora PAYMENT PROVISIONS (Cost'Basis Contracts) 2 8 - 435 Numb "' O — 4 3 5 1. Pa}meat Basis County shall in-no event pay to the Contractor a sun in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subiect to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are.only those which are determined in accordance with: [Check one alternative only.] [XJ a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00259 (A-4618 REV 6/76) -1- icst-- County Standard Fara STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 8 r L�"C'°��j Department: Human Resources Agency Manpower Project subject: Provision of administration and staff services to establish and operate a Basic Education Skills Training Program serving residents of Contra Costa (excluding the City of Richmond). 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: SOUTHSIDE C0MMUTY CENTER, INC. Capacity: Nonprofit California corporation Address: 745 Marina Way, South, Richmond, California 94804 3. Tera. The effective date of this Contract is October 1, 1977 and it terminates October 31, 1977 unless sooner terminated as provided herein. 4. Pavzent Limit. County's total payments to Contractor under this Contract shall not exceed $ 3,338 5. County's Obligations. County shall Dake to the Contractor those payments described in the Pavment 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 cork 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. S. Project. This Cont-act implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 77-78 CETA Title I Annual Plan and Prime Sponsor Agreement (U. S. Dept. of Labor Grant i06-8004-10), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment Q Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L: 93-567, 88 Stat. 1845), 29 USCA Section 801ff; California Government Code Sections 26227 and 53703. 10. Sivnatures. These signatures attest the parties' agreement hereto: COUNT! Or COSTR4 COSTA, CALIFORNIA CONTRACTOR By &Mh�i D�� By ?Ot #K Board of Supervisors DesigneeAia,.zJ (Designate official capacity in business J. :T. Olsson, County Cler and affix corporation seal) State of California )::t; County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Rvco=-ended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B} they signed it and that the corporation e ignee or partnership named above executed the within instrument pursuant to its bylaws or a resaftof its board of directors. Forn A?rro�:ed: County Counsel �j ry Dated: - 7 AMNUR W.L','AUUCT&J16 By- au Deputy Nota bl De F.A. r� �tlDFRAu HN 1&crofil,n-,od with board order J ~, (A-46,17 RZV 6176) i 3 In the Board of Supervisors of Contra Costa County, State of Califomia October 4 ,19 T� !n lbs Matter of Communication with respect to Development of a National Health Insurance Program. The Board having received a September 22, 1977 letter from Mr. Joe P. Maldonado, Acting Principal Regional Official, Department of Health. Education and Welfare, San Francisco, inviting comments and suggestions on the development of a comprehensive mandatory program of national health insurance; As recommended by Supervisor R. I. Schroder IT IS BY THE BOARD ORDERED that no action be taken at this time. PASSED by the Board on October 4, 1977• I hwMby certify Nat Nr fix- jina b o tno and corred copy of an order enlasd on ths mmefes of said Board of SuperubM on the date aforesaid. wdnw my hand and the Seal of the Board of cc: Director, Human SupwhMs Resources Agency County Administrator afixod this 4th day of October 1977 J./R, OLSSON, Clerk By l�Gt%� ir'i Deputy Clerk Helen C. Marshall 00l'57 ii-24 3/76 ISm In the Board of Supervisors of Contra Costa County, State of Califomia October 4 .1977 _ In the Molter of Appointments to the Manpower Advisory Council The Board having received a memorandum from the Director, Human Resources Agency, dated September 27, 1977 submitting recommendations for appointment to the Manpower Advisory Council to fill four vacancies in specific categories representing specific agencies which had terms expiring on September 30, 1977; and The Board having considered the aforementioned recommendations, IT IS BY THE BOARD ORDERED that the following persons are HEREBY APPOINTED to the Manpower Advisory Council representing the designated entities: Name A Address Representation Category Term Expires Wilfred McKendry EDUCATION A TRAINING--- 9-30-80 75 Santa Barbara Road COUNTY SUPERINTENDENT Pleasant Hill, CA 94523 OF SCHOOLS H. H. "Bud' Harr UNIONS-- 9-30-80 ]978 Lucille Lane CENTRAL LABOR COUNCIL Pleasant Hill, CA 94523 Merle Hauser CITIES-- 9-30-80 1950 Parkside Drive CONCORD Concord, CA 94520 Mike Warren CITIES-- 9-30-80 2021 Market Street SAN PABLO San Pablo, CA 94806 PASSED BY THE BOARD on October 4, 1977. 1 hereby cerfy that flee forepoLrp 1s o true and correct copy of an order entered on the minutes of said Board of Supervisors an the dab aforesaid. Ori g: Hunan Resources Agency Wanew my hand and ft Seoi of the Board of cc: Manpower Director SUP-Vb s Chairman, MAC offhted this Ott•day of Q nhor . 1972_ Appointees County Administrator County Auditor n IR- OLSSON, Clerk County Superintendent Bj ,.c� . Deputy Clerk of Schools Ronda Amdahl W2 H.24 3/76 ISm In the Board of Supervisors of Cunha Costa County, State of California Ortnbpr 4 .19 7 In tiro Moder of Appointment to the Manpower Advisory Council. On the recommendation of Supervisor H. C. Fanden, IT IS BY THE BOARD ORDERED that Mr. Thomas J. Walsh, 111 Jose Lane, Martinez, California 94553 is APPOINTED to the Manpower Advisory Council (representing Lion Oil Company in the Business Category) for a three-year term ending September 30, 1980. PASSED by the Board on October 4, 1977. w sN Ye I fhneby curfy that the Sorepefnp B a ww orhd coned co"of ae order entered on the minhdes of sold Board of&gwviran on the dote aforesaid. cc: Mr. T. J. Walsh Wdne a my hand and dte Seat of the Board of Manpower Advisory Council Sufw""s Director, Human Resources affixed this t.rti day of nrt-_j­ 19-L7- Agency County Auditor-Controller ,l, R. OISSON, Clerk County Administrator Public Information OfficerBy Deputy Clerk Ronda Amdahl ` 00255 In the Board of Supervisors of Contra Costa County, State of California OCT 41977 t9 is the/Platter of Authorizing Increase in Petty Cash Fund, Public Works Departmt On the recommendation of the Public Works Director and the County Auditor-Controller, IT IS BY THE BOARD ORDERED that an increase in the petty cash fund from $25 to $5o is AUTHORIZED for the Public Works Depart- ment—Buildings and Grounds. Passed by the Board on OCT 41977 a i e f t fay _ I hereby cw iy that the foregoing &a Mw and carred copy of an aider entered on the elinutes of Said Board of Supervisors an tib fate aforesaid. Wthwss my hand and the sed of the Board of s"p.r'6— OCT 41977 Orig. Dept: Administrator affixed this day of 19 _ cc. Public Works Director County Auditor-Controller J. R. pt.SS01y. Clerk Wune eu �°P 5!Clerk 0024 H.24 3176 IS- In the Board of Supervisors of Contra -Costa County, State of California OCT 4 err _19 In the Matter of CLAIM FOR LASS OF PERSM" P"My FOR J. KMY, PROBATION Ds.PT. Pursuant to County Ordinance Code Section 36-8.1604, IT IS BY nM BOARD ORDERED that the County Auditor-Controller is AWIMZED to reimburse John L. Kirby the sum of $29.82 for a shirt destroyed in the line of duty. PASSED by the Board an OCT 4W, ' r. 1 hereby certify the* the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dab aforesaid. eh M/dneas my(gid and the Seal of the Board of cc: Auditor-Controller n UCT r ��7T County Administrator Civil Service affixed this day of 19 _ ATTKI: Safety Dept. Probation Department J. R. 01 SSON, Clerk ATTN: K. Donavan, Jr. 2 ' Deputy Clerk �.. K 00253 H-14 In the Board of Supervisors of Contra .Costa County, State of California in the,Natter of - Payment for Loss of Personal Property IT IS BY UE BOARD ORDERED that the County Auditor- Controller is A!![HORIZED to make payment.of $3S.09 to Ms. Viva York, 1790 Muir Road, Martinez, California 94553, for loss of personal effects while at the County Hospital. PASSED BY THE BOARD on OCT 4 19n z' H hereby cerh'fy tbat the foregoing is o true and coned copy of on order entered on the minutes of said Board of Supervisors on the data aforesaid. Vfitne"My hand and the Seal of the Board of Orig: Director, HRA SuperAWft UC T 79-77 cc: County Medical Director affixed this day-of 19 Ms. Viva York County Administrator L (? J. R. OLSSON, Clerk County Auditor-Controller B 1tr �%/ Depyty Clerk 'l.2sfae 0.:.I\ewdilJ I OW2 H 24 ans 10M 22. 't IE IS OF ThE ESSL,ZCE of Baca and all of the terms aad provisicZs of tans lease. COUNTY LESSOR COUNTY OF CONTRA COSTA, a political subdivision of the S 'to of C if ornia By (ZI"'/'A, J ag Chairman, Board of SulfeiKisors ByJ -�t.c.c/ {.� Barbara J. King _ ATT45T: J•: R. OLSSON, Clerk By puty i RECONVIEN&D FOR APPROVAL: By Y. County %cmi is forQ By Deputy Public wo Director Buildings and Grounds By Ger Real Property Agen APPROVED A3 TO FORH: JOHN B. CLAUSEN, County Counsel By Deputy r -6- QVf1 17. ASSI"HE:NT AND S LE:I` ING: COUNTY shall not assign this lease nor sublet the premises without prior written consent of LESSOR. 18, QUIET ENJOYMENT: LESSOR covenants that COUNTY shall at all times during the said term peaceably and quietly have, hold,and enjoy the demised premises without suit, trouble, or hindrance from or on account of LESSOR as long as COUNTY fully performs hereunder. 19. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment, LESSOR may re-eater and repossess the premises and remove all persons and property there- from. In the event of such a breach by LESSOR, COUNTY may quit the premises without further cost or obligation, or may proceed to re- pair the building or correct the problems resulting from the breach and deduct tae cost thereof from rental payments due the LESSOR. 20. SURRENDER OF PREKISES: On the last day of the said term, or sooner termination of this lease, COUNTY will peaceably and quietly, leave and surrender to LESSOR these premises with their appurtenances anti fixtures (except signs and fixtures referred to hereinabove) in good order, condition and repair, reasonable use and wear thereof and damage by earthquake, fire, public calamity, by the elements, by Act of God, or by circumstances over which COUNTY has no control excepted. COUNTY shall not he liable for painting the interior of the demised premises upon termination of this lease. 21. SUCCESSORS: The terms and provisions of this lease shall extend to and be binding upon and inure to the benefit of the heirs, executors, administrators, successors. and assigns of the respective parties hereto, jointly and severally_ shall not be held liable for any liability, claim or suit for dauayes to the person or property of anyone whomsoever while in or upon said leased premises during said term in conjunction with the performance of COUNTY business; and COUNTY hereby agrees to indemnify and hold narmless LESSOR from any liability or charges of any kind or charac- ter by reason of such i4lkjury or damage claim or suit for liability arising therefrom, in, around, or upon said leased premises, except in tiie case of any structural, mechanical or other failure of equip- ment or builaing owned by LESSOR, which results in damage to any person or property, LESSOR will be held liable. LESSOR agrees to hold COUNTY completely harmless from damages to persons or property and shall not be held liable for any liability, claire or suit for damages to the person or property when and if said persons or property are passing through, are in or around said de- mised premises and are not acting in conjunction with CObNTY business. 15. TPOKES: COUNTY shall pay to LESSOR within 30 days after being requested to do so by LESSOR, as additional rental, a sum equal to 2/3 of the increment, if any, in the City and or County taxes levied against Assessor's Parcel 521-151-012 in any year during the term of this lease or extension thereof which exceed the taxes for fiscal year 1977-78. Said request must include a copy of the tax information card_ It is understood that during the last year of occupancy, said taxes shall be prorated between LESSOR and COUNTY according to the number of full months the COUNTY shall have possession of the demised premises. 16. INSPECTI00: LESSOR reserves the right to enter the premises between the hours of 9:00 a.m. and 9:30 p.m., Monday through Friday, or in any emergency situation, and to employ the proper-representative to see that the property is being properly cared for, that no waste is being made, and that all things are done in the manner best cal- culated to the best preservation of the property and in full compliance with the terms and conditions thereof. -4- 00249 additions, or structures so placed in or upon or attached to the demised premises shall be and remain the property of COUNTY and may be removed therefrom by COUNTY prior to the termination of this lease; and COUNTY, if required by LESSOR, shall, upon the expiration of this lease or renewal thereof, or termination of this lease by eitner LESSOR or COUNTY prior to expiration date of said lease, restore the demised premises to the same condition as that existing at the time of entering upon the sane: under this lease, reasonable and ordi- nary wear and tear and damages by the elements or by circumstances under which COUNTY has no control excepted, provided, however, that if LESSOR requires restoration, LESSOR shall give notice thereof to COUNTY thirty (30) days prior to the expiration of the term of this lease; and, provided furtner, that in the event COUNTY should termi- nate this lease under any provision for such termination contained nerein, LESSOR shall serve such written notice of restoration upon COUNTY prior to the termination of this lease. 13. DESTRUCTION OF PRE:RISES: This lease shall, in the case of sub- stantial destruction of the demised premises, immediately terminate, and, in a case of partial destruction or damage, shall terminate at the option of COUNTY or LESSOR provided such damage shall require in excess of sixty (60) days to repair, upon either party giving notice in writing to the other party within fifteen (15) days after such fire or casualty, and no rent shall accrue or be payable to LESSOR after such termination. should COUNTY or LESSOR, in the case of partial destruction, not elect to terminate said lease as in this paragraph provided, LESSOR shall forthwith repair the same and, if such partial destruction shall prevent COUNTY from occupying the whole or a portion of the demised premises, COUNTY shall be entitled to a proportionate reduction of the rental from the date of such partial destruction until the date the demised premises shall be repaired by LESSOR. 14. HOLy HAMLESS: It is understood and agreed that LESSOR shall not in anywise be responsible for damayes to persons or property in and upon said premises while said persons are on COUNTY business, and -3- 100248 7. USE OF PREHISES: The demised premises shall be used during the term hereof for the purpose of conducting therein various functions of the County of Contra Costa. Such functions shall be conducted in accordance with all applicable laws, ordinances, and regulations. 8. UTILITY SYSTEMS: LLSSOR shall furnish and maintain all the electri- cal, water, plumbing, heating, and.ventilating systems in good working order. COUNTY will be responsible for replacement of electric lamps. 9. UTILITY SERVICES: LESSOR shall, at its own cost and expense, during the occupancy of the demised premises under the terms of this lease, pay all charges for water, electricity, gas, sewer, and garbage disposal service. COUNTY shall provide and pay for its own telephone service. 10. MAINTENANCE AND REPAIRS OF PREHISES: LESSOR shall, except as otherwise provided herein, maintain the interior of the demised premises in good repair and tenantable condition, reasonable wear and tear, injury to or destruction by explosion, fire, earthquake, or acts of God, excepted, during the continuance of this lease. LESSOR shall maintain the exterior of the premises, including but not limited to the grounds, landscaping, and garage, except in case of damage arising from the act or negligence of COUNTY's agents or employees. COUNTY shall not be responsible for correction of Code Violations which may exist in the demised premises unless such violations arise out of or are related to a change in the COUNTY occupancy or use of saia premises. COUNTY shall be responsible for all glazing or glass damage arising from any act or negligence of COUNTY's invitees, agents, or employees. 11. JANITORIAL SERVICES: Janitorial services, to keep the demised premises in a reasonably neat and clean condition, shall be pro- vided by COUNTY at its own cost and expense. 12. ALTERATIONS ANO RESTORATION OF PREMISES: COUNTY shall have the right, at its own expense, to make minor alterations, attach fixtures ana erect additions, structures or signs in-or upon the uemisea prewi.ses (provided such alterations, additions, structures, or signs shall not be inconsistent with any rules and regulations of t,ie governing body having jurisdiction over same); such fixtures, -z- 002A7 L E A S E 6503 Hazel Avenue *Rich rid, CA Probation Department GUIDE Program 1. PARTIES: Effective on OCT 41977 , JOHN D. KING and BARBARA J. KING, his wife, hereinafter called LESSOR, and the COUNTY OF CONTRA COSTA, a political subdivision of the State oY California, hereinafter called COUNTY, mutually agree ana promise as follows: 2. LEASE OF PREMISES: LESSOR leases to COUiiTY those certain premises described as follows: A. The entire upstairs and two (2) rooms downstairs on the ground floor of the building located on Lots 19 and 20, Block 114, East Richmond Heights, Tract No. 3, filed September 19, 1911, in Volume 6 of Haps , page 126: Commonly known as 6503 Hazel Avenue, Richmond, Contra Costa County, California. The improvements to be leased by COUNTY at said premises consists of a total area of approximately 1,800 square feet. d. The exclusive use of the southeasterly one-half (1/2) of the garage for vehicular parking on saio land of LESSOR. 3. RENTAL: COUNTY will pay LESSOR, as rental therefor, Three Hundred Seventy-Five and No/100 Dollars ($375.00) per month during the term of this lease or any extension thereof, to be sent to LESSOR at 63 Cypress Court, San Pablo, CA 94806. 4. TERN: The term of this lease is for three (3) years commencing on August 1, 1977 and ending on July 31, 1980. S. tiOLUINU OVER. Any holding over with LESSOR's consent after the expiration of the term of this lease, or any extension thereof, shall be construed to be a tenancy from month to month, and shall otherwise be on the same terms and conditions so far as applicable. 6. CANCELLATION: In the event that the GUIDE Program is not funded or if the Program mandate is changed, this lease maybe terminated uy the CUUsTY at any time after July 1, 1978 by giving LESSOR thirty (30) .lays prior written notice. -1- microfilmed with hoarAW46 In the Board of Supervisors of Contra Costa County, State of California ne-tnhn_r A__ 19 J7— In ZIn the Matter of Authorizing Execution of a Three Year Lease with John D. King and Barbara J. King for the premises at 6503 Hazel Avenue, Richmond. IT IS BY THE BOARD ORDERED that the Chairman of the Board of Super- visors is AUTHORIZED to execute on behalf of the County a three year lease comaencing August 1, 1977 with John D. King and Barbara J. King for the premises at 6503 Hazel Avenue, Richmond, Ca. for continued occupancy by the Probation Department. PASSED by this board on OCT $1977 w j 1 hereby certify that the foregoing h o true and correct copy of an order entered on the rnumles of sold Board of Supervisors on the dote aforesaid. Waness my hand and the Seal of the Board of Originator: P. W. Department Supef/3Ors nnOT 41417 Real Property Division affixed this day oY - 19 _ cc: County Auditor-Controller Public Works , J. R. OLSSON. Clerk Lessor (via R/P) gy �%� 4Zel Deputy Clerk Buildings 5 Grounds Maxine AtNoufeld ill Probation Department - County Administrator V 00245 1h H-?a 'Z I- e- ===� i;:(� im%ri</ c 1t` In the Board of Supervisors of Contra Costa County, State of California October 4 ,ig 77 In the Matter of Bids for Provision of AS EX OFFICIO THE GOVERHII'iG Weed Abatement Services. BOARD OF THE RIVZRVIFi FIRE PROTEXTION DISTRICT OF CONTRA COSTA COMM This being the time fixed for the Board to receive bids for the provision of weed abatement services within the boundaries of the Riverview Fire Protection District, bids were received from the following and read by the Clerk: Spilker Tree Service, Inc. J Spray Corporation IT IS BY THa BOARD ORDERED that said bids are REFERRED to the Fire Chief of the Riverview Fire Protection District for review and recommendation. PASSED by the Board on October 4, 1977. 1 hereby certify the dw foregoing is a hire and correct copy of an order enI, 'an the aiuwtes of said Board of Supervisors on the dam aforesaid. cc: Riverview Fire Protection VAhmm my hand and dw Seo{of the Board of District supe County Administrator arumd"4th day of_ October lg 77 J. R. OLSSON, Clerk •� `> Deputy Clerk Paxine M. Ne e d 00244 H-24 5/76 Ism AXESWIENT SPEC IFI CATIONS 20 - 112 - 7 � y c� Number 2 0 ` 1 1 2 — 7 In consideration of Contractor's provision of service for one and one half months at no additional Cost to County, under terms and conditions of Contract 020-112, County and Contractor agree to extend the termination date of said Contract to September 15, 1977 and substitute a revised program budget, while all other parts of said contract remain unchanged and in full force and effect. Specific Contract changes are as follows: Paragraph 3 Term is hereby deleted and replaced by a new substitute paragraph as follows: The effective date of this Contract is Febuary 1, 1977 and it terminates September 15, 1977 unless sooner terminated as provided herein. The Budget of Estimated Program Expenditures, as set forth in Paragraph 7 of the Service Plan is hereby deleted and replaced by a new substitute budget as follows: BUDGET OF ESTIMATED PROGRAM EXPENDITURES City of Lafayette Meals for Elderly Federal Local Personnel (Administrative Aide) S 190 $1,120 260 Hours at $5/hr. =$1300 Building Space 241.24 Printing and Supplies 187.22 Other 934 Meals provided at $1.50 per meal 2,616 $1401 675 Meals provided at $1.80 per meal $1215 5% School District Ad-ini4trative Costs 147.95 Cafeteria Worker- Mileage 33.74 TOTAL EXPENDITURES $3,416.15 $1,110 Less income (participant reiobursesent) 416.15 TOTALS $3,000.00 $11110 Net Contract Cost-$3,000 f ti' Initials: Contractor County Dept. _ CO ST3.11 N7 nG_:.:,_._..i. (Centra Cosa County ii,—n Resources Agency) Number Q -1i2 - 1 i. identification of Contract to he Amended. Num.: 20-112 Department. Social Service/ Area Agency on Aging Subject: Hot lunch program-Lafayette Effective-Date of Contract:Feht,4W 1. 1977 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and premise as follows: Contractor: City of Lafayette Capacity: Political subdivision Address: 975 Oakland Street Lafayette, California 94549 3. Amendment Date. The effective date of this Contract Amendment Agreement is July 31. 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. S. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: Title III Older Americans Act of 1967 California Government Code 53703 S. Signatures. These signatures attest the parties' agreement hereto. COA:ZTY : �C�4� . CALT_.iaRl ,' n C.. 3y/ " � �� Chairman, Board of Supervise MAYOR Designate official capacity in business Attest: J. R_ Olsson, County Clerk and affix corporation seal) > State of California ) County of Contra Costa ) Deputy ACKNOWLEDGMENT (CC 1190.1) The person signing above for Contractor Reco=ended by Human Resources Agency known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Fora Approved: County Counsel Dated: September 20, 1977 By HRA ,WrsIAPPROIrEpN r� Deputy J_42 i i J 4anYw, Hot M;crcfilmed with board orae{ I�.SS311411\11111 In the Board of Supervisors of Contin Costa County, State of Califomia October 4 ,jq 77 In the Matter of Approval of Contract Amendment for Area Agency on Aging IT IS BY 7M BOlIRD ORDERED that its Chairman is AunmiZED to execute Contract Amendment #20-112-1 for Social Services/Area Office on Aging with the City of Lafayette for extension of hot meal service for elderly persons for an additional six weeks to September 15, 1977 at no increase in funds. PASSED by the Board on October 4, 1977. 1,7 i S a' I hereby aerlify*hal the I, -g,' is a true and coned copy of an order entered on the rnlnL*n of said Board of Supervisor an the dole adarasaid. Orig: Hunan Resources Agency Witness my bond and the Sed of Ow Board of Attn: Contracts S Grants Unit Supervisor cc: County Administrator offixed this4th day of October ig 77 County Auditor/Controller County Social Services J, R. Ot SON. Clerk _esyj I��i - Clerk Maxine M. Netoe d 00241 N-24 31%6 IS- n. CONTRACT AMENDMENTS AMENDHENT NEW TERM EST. AHT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 100% Federal) 1. United Council of Health Nutrition 10/1/77- $ 16,228 Spanish Speaking Project 9/30/78 Organizations, Inc. Site Management 2. City of EI Cerrito " " ^ $ 1,433 3. Pleasant Rill ' " " $ 1,192 Recreation Dept. 4. Greater Richmond " " " $ 34,033 Social Services Corp. 5. Rome, Health b " r " $ 50,553 Counseling, Inc. PASSED BY THE BOARD on October 4, 1971. canutm COPY I entffr that this Is a tam ttvs E cotraef copy or Orig: Human Resources Agency the oftla"domtmeat whfeb Is on fue to my office. sod tbat U was paned E adopted by the Board or Attn: Contracts b Grants Unit Soperrlsers of Contra Cats Cooats.Cattrotttta, as cc: County Administrator the date sborn.ATTExe: J. A OLSS0V, County County Auditor-Controller Clerk -f�O Ctesh of uta Board of Saperrlaoq, County Medical Service ad'' Services � CT 4 1977 County Social Service � County Health Dept. dg i 00240 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COOBTY, STATE OF CALIFORNIA October 4 19 77 In the Matter of Authorization for Contract Negotiations The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the completion of contracts and contract amendments for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is AUTHORIZED to conduct contract negotiations with the prospective contractors named below for completion of purchase of service contracts and contract amendments for the anticipated terms and effective dates and not to exceed the estimated contract amounts (payment limits) as follows: I. CONTRACTS ANTICIPATED MAXIMUM PROSPECTIVE COUNTY PROGRAM TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 1. Steve Thompson Medical Consultation 10/18/77- $ 18,000 Associates Services (PHP) 3/31/78 2. Contra Costa County social Activity 10/I/77- $ 226,930 Assoc. for the Service Workshops 9/30/78 (75Z Federal, Mentally Retarded, Inc. for Mentally 252 County, Retarded Adults Title XX) 3. Martinez Bus Lines, Inc. Social Transportation 10/1/77- $ 103,320 Service to Workshops 9/30/78 (75Z Federal, 25Z donation, Title XX) 4. Mt. Diablo Social Vocational 3 10/1/77- $ 91,000 Rehabilitation Service activity 9/30/78 (752 Federal, Center workshops 25Z County, Title XX) 5. State Department Health Child 7/1/77- $ 18,000 of Education Nutrition 6/30/78 (1002 State) Education Project (County operated) 002J9 IN THE MMIECIPAL COURT FOR THE MT. nLASLO JUDICIAL DL5TIUCT IN AND FOR TNS COUNTZ OF CONML COSTA, STATS OF CAInWiIA COUNTY OF CONTRA COSTA, a bock ) corporate and political of the ) State of California, ) Plaintiff ) NO- 14603 sArrSFACTEON OF June vs. ) ) Daniel Hernandez Defendant ) ) The Judgment of County of Contra Costa, entered an Ja•mar. 6, 1 170 in the above Court, recorded in Book 6Q at Page h06 having been paid in full is hereby 1%LUy satisfied. Dated: OCT 4 1977 By order of the Board of Supervisors � N. Boggess Zg of the ervisors Contra Costa County, California State of California ) 330 AC�1�T (CC 1181, 1].811) Count,T of Contra Costa) On OCT 4 1977 , before see, Mawe tit.Neu"eta a Deputy County . N. Boggess -, known to me topersonally be NUthe person xho subscri this instrunent and to be the Chairman of the Board of Supervisors of this County, and ackoosrledged that he executed it. By Ma+c+ne M.Ne�,r:.ra Deputy GounV rk of this County (M 2100 7/75) 002W MicroPirn d ••;tb board order J In the Board of Supervisors of Contra Costa County, State of California OCT 41977 .19 In the Manor of Satisfaction of Judgment Daniel Hernandez On recommendation of the County auditor-Centraller N IS BY' THAT the Mal-- IS Fid AUTHORIZED to execute Satisfaction of Judgment which was taken to guarantee repayment of the cast of services rendered by the County to Daniel Hernandez who has made repayment in full. Passed by the .Board on OCT 4 1977. x, r r � s � � 1 hey cwMfy that the foregoing b a true and carred copy of an order entered on the minutes of sold Boord of Supervisors on the dote afaresoid. Originating Dept: Auditor—Controller Wdneas my hand and the Seal of the Board of CC: County Adr-inist.ator +Upenisoa OCT 1977affixed this day of 19 _ J. R. OLSSON, Clerk Oepufy Clerk N 24 rL74. 154r Maude M.rve�r_•� 00237 TS6MLNA7iON of BEUGURSEMW AGiEEMM lbe REI[ Ni AGREUMUT and MOrICE of LIEN executed on February 26. ],962 by Pers1 Gamblin and recorded in the official records in the office of the County Recorder of this County on March 1. 1962 in Valume 6066 at page 68 is hereby released. Dated: UCT 41977 By order of the .Board of Supervisors. G� CBl.ISMAtl OF SHE BOAHII EEVZSOBS Contra Costa County , r/, 1 STATE OF CALIFORM County of Contra Costa on (date) OCT 41977 before me, Wsine M.Metdcge a depu%y�county clerk of this county. personally appeared W.K 6nn'�,.,,. known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that be executed it. James H. Olsson, County Clerk /� by Maxine M M6crofllrned %i}h hoard order Deputy County Clerk VO (M 20'29 11/72) In the Board of Supervisors of Contra Costa County, State of California OCT 41977 119 _ In rhe Matter of Termination of Reimbursement Agreement Pearl Camblin on recommendation of the County Auditor-Controller W IS X THE 30A3D ORDERED THAT the Chairman IS HEREBY AUTaDR=M to execute Termination of Reinft=ement Agreement which was taken to guarantee repayment of the cost of services rendered by the County to Pearl Gemblin who has made repayment in full. Passed by the Board as OCT 41977. - � y I hereby certify that the foregoing is a true and correct cope of an order entered on the minutes of said Board of Supervisors on the dote a&rncid_ Criginating Dept: Auditor-Controller Witness my hand and the Seol of the Board of Supervisors cc: County Administrator aid this 110 of-1 1477 19 _ f J. R. OLSSON, Cleric d�`�'/o-J �Deputy Clerk H 24 1204 15+r 00935 In the Board of Supervisors of Contra Cotta County, State of California . October 4 ,lg 77 is tiro Molter of Executive Session. At 10:45 a.m. the Board recessed to meet, pursuant to Government Code Section 54957.6, in Executive Session in Room 108, County Administration Building, Martinez, California to consult with its representatives in connection with discussions of salary matters. At 11:00 a.m. the Board reconvened in its Chambers and proceeded with its regular agenda, q vv_ y a platter of Record I hereby aerfiflr Ihat the 6- --in0 Is a trw and correct copy ofd ordered on the minute of sold Booed of Supervisors at dro daft aforesaid. Witnew my hand and the Seal of the Board of Supervisors affixed this'+th day of_ October 19 77 J. R. OISSON, Clerk �` ii Do"Clerk Maxine M. Neufe-d 00294 H 2 3176 is" Hegis;.raticr i.-C. 77OW533 ATTACIDERIT 2 SUMARY OF PUBLIC SERITIC- S I.OYI ''T PROVIDM FOR PARTICIPAlITS List each occupation and a descriptive summary of the duties involved. Attach additional sheets as necessary. TYPIST C= Under close superwisioa, perform typing and clerical -work of a varied and routine nature; will serve as receptionist and respond to i=piri es from the public. TYPICAL TASKS Takes income cells, deteru nes problem, refers calls to another agency or routes calls to appropriate person, or takes message. Sends out complaint fords and maintains los. Opens and stamps mail and correlates sdith file. Loss incoming complaints, maces up file folders, and types control cards. Checks complaints with Consumer Protection Council Index. Better Business Bureau and ,attorney General's statewide inlex for comOM s on the sass firm. Checks the log for when the complaint fora was sent, dates,and files cased under when the complaint was received, files copy of cowp1#nt. Types letters, affidavits and drafts of legal documents. logs letters sent in the statistics folder and on the control cards. Keeps a pend box for letters sent out. Rills cases on the appropriate date and routes to the appropriate pe.^aon. Files all folders in the closed or open file drawers. 73-pes yellow 3X5 cards on cases filed by other cou:ties; files these cards in the Consumer Protection Council Inde:. Types up the Contra Costa County Consumer Protection Council statistical i:00_—,ati0n each month and mails a copy to the other counties. :HJT District Attorney's Office, Special. Operations wO"3 13201 San Pablo 4300 `' San Pablo, Ca %S06 (415) 233-7060, 3511 Registration No. r/owi33 ATTACHM M 1 COST SCHEDULE AND BUDGET SUMMARY i Hnoho�ree 1 1�rpist aLm* — 209.3W 13 bL-month3,4 Par par3ofs A $M-00 a 13 Z S333.00 .................................. S4=-90 Frmv Benefits FICA, Medical, Retirement, voile ans s Comp. 2S%of 34,329.00 ................ 2,212.12 Total. Cost $4-54102 4 K #fi �f F A. l� 00232" Registration No. 77008533 AT^�ACHl�NT I COST SCSEDUW AND BUDGET SM94ARY 1 Employee 1 Typist Clerk - 209.388 13 bi-monthly pay periods at $333.00 1 x 13 x $333.00 . . . . . . . . . . . . . . . $4,329.00 Fringe Benefits: FICA, Medical, Retirement, Workman's Comp. 284 of $4,329.00 . . . . . . 1,212.12 Total Cost $5,541.12 z r r .0 t� rc x v 00231 i Iii 41ITNESS WHEREOF, this contract has been executed in quadruplicate, by and on behalf of the parties hereto, the day and year first above written. ,F1�LOYSR ?LOYMENT DEVELOPMENT DEPARTMENT . N. Bogge,; ignature Signature W. 11. Roz*:33 Albert Bron Printed raPrinted Name Chainaaa of the Board of S rs Haaager Tim e 551 Pine Street' 217 Harbour Way ress Address Martinez, CA 94553 Ei.cb=nd, CA 94801 If Employer is a public agency, a resolution, order, motion, or FORM APPROVEL ordinance confirming the above certification must be attached to laver B.c'AusEms f eouc this agreement. . Do Nor W.ir,in This Space AUUMT or"IS[sruuTe Yrraurlrl r.p S aaa.ol""W"MtYCk Ir01 OIYT[S STATYTSS r1%al flat aaa.IIIte[aStM Lftw/Mart[ rw.tT"ft S Yl.acce"S1ea[ipWSWtt tlrt ITW ailorllaT s I hereby certly aeon my owin personal knowledge that RT'•'-1Q- a e-�• "" ated f m are available/or the period aadparp"r o/ rbc expeaditare oared above. SlarareQ[OF attaa.Tlrt errlC[S ons[ I hereby terrify that all cooditioss fat exemption sec forth is State Adminisaative Nanaal Seerioa 1209 have been complied with and this document is exempt from review or approval by the Depattmea[of F: 1 hereby certify that all caoditions for exemption have been complied with and this contract is exempt from approval by the Department of General Services. 0141111aTpe w d"ICea w[ow ON ataair M m[axon 10,19 401 n 00230 •', DE 8306 (Rev. 12-76) —6— contact in relation to the contract with any employee of the United States Department of Labor. Upon breach or violation of this condition, the contract is terminable at the option of the United States Department of Labor without liability to the Department. 19. Every reasonable course of action will be taken by Employer in order to maintain the integrity of this expenditure of public Hinds and to avoid any favoritism, questionable or improper conduct. This contract will be administered in-an impartial manner, free from personal, financial, or political gain. Employer, its agents and employees shall, in administeri.rg the contract, avoid situations which give rise to a suggestion that any decision was influenced by prejudice, bias or personal gain. 20. Attachment 2, Swomary of Public Service nployment Provided to Participants, is attached hereto and incorporated herein by this reference. 21. Notwi.thstandirg any other provision of this contract, if the Employer is a state agency, since performance of this contract will benefit both state agencies, costs under this contract are not computed in accordance with Section 8760 of the State Administrative Marnal. S � � f 3 - 00 OO DE 8306 (Rev. 12-76) —5— 14. F-ployer may terminate part.ic_pant(s) in. accordance with its regular employment practices, but oa?y :er noti yirg trrs -r- ticipant of his or her unsatisfactory performance and providirg- him or her with an opportunity to improve thereon_; provided further, that Employer may terminate such participant(s) only after notifying the Department prior to the termination or notification of termination, whichever occurs first. 15. Any and all tools and equipment purchased by the Department for the purpose of this contract, except those items provided to the participants as uniforms, are the property of the United States Department of Labor and the State of California, `mployment Development Department. Upon the termination of the agreement, the Employer shall immediately return to the Department such tools and/or equipment. 16. The Employer and its agents and employees (including participants) shall act in an independent capacity in the performance of this contract and not as officers or employees or agents of the Department and/or the Federal Goverment. In addition, the Employer and its agents and employees (including participants) shall not encumber or in any gray contract on behalf of nor in the name of the Department and/or the Federal Government. 17. Employer agrees to provide permanent employment in its regular work-force, which shall be financed from funis other than funds from the WIN Program, to all participants who perform satisfac- torily in their respective work assignments after the subsidized period specified in Attachment 1. This unsubsidized employment shall be at a level of responsibility and pay comparable to that which was provided each respective participant during the period of subsidized employment under the pradran. It is acknowledged that there are contingencies not within the control of the Employer which would limit its ability to comply in full with this paragraph 17. Such circumstances include cases where: the participant does not perform satisfactorily on the job; funds to provide for continued employment of the participant are requested by the Employer from its appropriating authority but are not approved; the &iployer places a freeze on further hirirg after the contract is signed; the participant is unable to comply with Civil Service regulations which are required by law and are reasonable and appropriate to the job. However, this commitment requires all good-faith efforts to provide such unsub- sidized employment for each participant :rho performs satisfactorily. 10. As required by 41 Code of Federal Reialatlons 29-61.1(a), no individual retained or hired by the S-:ployer has performed or :,rill perform •'representational activities" before the United States Department o, Labor if such i nd'ividual was formerly employed in the Office of the Assistant Secretary for urployment and Training, the Employment and :raining Administration, or•a:rf subdivision thereof in a position GS 14 or above within twp. .�4) years prior to the performance of such representational activity, defined to include any appearance, cowrersation, or other direct DE �306 (Rev. 12-76) -4- VV� nor shall the Employer be reimbursed for its costs, including the cost of coverage for fringe benefits, for any individual participant in excess of $12,CM per annu:i (: 1,000 per month) from funds made available under this contract; provided, however, subject to availability of funds under this contract, the Employer may be reimbursed for its costs incurred for providing uniforms and/or pre-employment physical examinations to participants irrespective of the $12,000 per annum (51,000 per month) limita- tion. 9. The Employer shall maintain the confidentiality of any information regarding participants or their immediate families which may be obtained through application forms, interviews, tests, reports from public agencies or counselors, or any other source. Without the permission of the Department, such information shall be di- vulged only as necessary for the performance or evaluation of this contract and to persons having responsibilities under the contract. 10. The Employer shall request reimbursement monthly within 30 days following the last payroll period of the preceding month for participants` salaries. including the costs of coverage for fringe benefits, by means of a VIIN-PSE invoice form supplied by the Department. The invoice form, together with a completed Employer payroll report, shall be submitted in triplicate monthly in arrears to: yment Development DeB!EtT at 21.7 Rau- WAV Richmo=4 CA 94501 Attenttiaa- WnVFW Monitor U. This contract is subject to Title VI of the Civil Rights Act of 1954 and the regulations issued under that title. Any service, financial aid, or other benefits to be provided under this con- tract shall be provided without discrimination because of race, color, or national origin. The Employer shall permit reasonable inspection of its records by the Department to insure compliance with this paragraph. 12. This contract may be amended only by written agreement of both parties. There are no oral understandings or agreements not incorporated herein. 13. The Department may terminate this contract at any time, upon written notice to the employer; the Employer may terminate this contract upon ten days, written notice to the Department. In the event this contract is ter:A- rated pursuant to this paragraph, the _nployer shall be paid for its actual allowable cost of pro- viding employment to Project participants in accordance with the terms of this contract prior to termination. The -=?I ire 11 submit a final invoice within 60 'ays folly.-r.r termir � DE 8306 (Rev. I2-7)) -3- k. The Employer shall provide the Department with nonthly reports, on forms supplied by the Department, for the review and evaluation of participant progress and program effectiveness. These reports shall include records of participant performance and: attendance. 5. All jobs developed under this contract shall be for thework- week, the hours, the fringe benefits, and the wages prevailing for similar occupations by the sake employer. The Employer shall pay to all participants a wage which shall at least be equal to the higher of the applicable State or Federal minimum gage, or the prevailing wage for the work performed by persons in similar public occupations by the same employer. 6. The Employer shall provide workers' compensation coverage:to all participants. In no case shall the workers' compensation cover- age provided such participants be less than the coverage provided by the Employer for its regular employees. 7. The Department or its designee and, in addition, the Secretary of Labor or his duly authorized representative and/or the Comptroller General or his duly authorized representative have the right to observe and to monitor all the conditions and activities involved in the Project under this contract with prior permission of the Employer. Such permission shall not be withheld unreasonably. Employer shall maintain such program and fiscal records and make such program and fiscal reports as are reasonably required by the Department and shall maintain such records and reports for three years from the termination of this agreement. S. Insofar as Hinds are available to the Department under Section 431(a) of the Social Security Act, for the purpose of financing this contract for Federal Fiscal Year 1=41= and Federal Fiscal Year _ _ _ , the Department s. • reimburse the Employer a to ,. cast undar this contract of $ 5.541.12 as shot-in in the Cost Schedule and Budget Summary, attacned hereto and incorporated herein as Attachment 1. The total cost to 5e rbi.mbursed to the Employer shall not exceed S 541-12•— in Federal Fiscal Year 197741M , Adth the balance of the total cost under this contracE. to oa reimbursed to the Employer is Federal Fiscal Year _ -- . This total shall be an amount not to exceed 100' of the 7., oyer's costs, including the cost of coverage for fringe benefits, of employing participants, as specified in Attachment 1; provided, however, that overtisre shall be paid by the E:%o?oy er anti shall not be a cost reizburs- able under this contract. The cost of coverage for fringe benefits shall be cased i non ax is limited to the premium, cost incurred by the Fmolcyer or, ::here the Employer is self-inslared, the ave: Te benefit cost per employse (including ronparticina nt employees of the employer. •'E In no event s?rall ir:ployer incur costs rerrbursable under contract in excess of the total amount for each federal iiscaz year as specified in or cc^.puted pursuant to this paragraph c, Q0M Regis ration No. 77008533 CONTRACT BEWEEN THE STATE. OF CALIFORNIA EMPLOYMENT DEVr_OPMENT DEPART100iT AND THE Ooatra Oosta Coua#.4 (District AttOrne9) CONTRACT FOR WORK INCENTIVE (WIN) PUBLIC S EEWIC E Et•TLO YMENT THIS CONTRACT is made and entered into this 4th day of October. 1977in M , County of . rnsta State of Callr'ornla, oy and between t ate os CaIiXornia tnrough its Employment Development Depart- rient, hereinafter called the Department, and Cacrtra Costa (District Attoraev) , hereinafter calle t e rmp oyer. This agreement provides for a PUBLIC SERVICE E1,7LOYNENT PROJECT (hereinafter "Project") authorized by Section 432(b)(3) of the Social Security Act (42 United States Code 632(b)(3)) and Division 2 (commencirg with Section 50DO), of the California Unemployment Insurance Code. The parties hereby agree that: 1. The term of this contract shall be from october 5. 1977_ through -April 15. 1Q'j$_ not to exceed one year. 2. The Department shall refer individuals :rho are registrants under the 'fork Incentive- Program (Title IV-C, Social Security Act), hereinafter WIN, to the Employer, who will consider them for public service employment. Employer shall employ 1 such individuals as employees, hereinafter "participant r, referred to it by the Department. Employment of participants shall not conflict with any applicable collective bargaining agreement, nor shall operation of the. Project result in either full or partial displacement of the Employer's current full-time employees. If a collective bargain- irg agreement is applicable, appropriate union officials shall be informed of the hiring of the participants, and participants shall be informed of the existence- of the collective bargaining agreement. 3. The Employer shall provide such supervision, safety instructions, materials, space, equipment and timely job instruction as are necessary for the operation of the Project. Where special cloth- ing or equipment is provided to the 2imployer's regular employees, the employer shall provide the same type of clothing or equipment to the participants. The Employer's facilities and equipment used under this agreement shall comply Ath all applicable Federal, State, and local health and safety laws. 024 DF 8305 (Rev. 12-7c) Microfilmed with.board order In the Board of Supervisors of Contra Costo County, State of Califomia OCT 41977 1g ut tbs A+otr.r of Work Incentive Program/Public Service Employment Agreement No. 77008533 As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute a Work Incentive Program/Public Service Employment (WIN/PSE) Agreement with the State of California, 1 Emp oyment Development Department, to provide specified training for one Typist Clerk in the Office of the District Attorney for the period from October 5, 1977 to April 15, 1978. Authority is delegated to the District Attorney to approve time sheets and other documents necessary to meet the terms of the contract_ Passed by the Board on OCT 41977 r r •'0'x"7 1!M fareD0in0 b a title Ond cormd copy of on order w"red on tlfe WnW"of said gourd of Supervisors on the date aformokL Witness my hand and the Seat of the Board of cc: California Employment 5iP-"ffi "a' day o(iCj i ?977 19 Development Dept. c/o DA axed this T County Administrator — County Auditor/Controller 11-1 Director of Personnel ` �f. .� J. R. OLSSON, Clerk District Attorney g �i!?j:,u �y� �/ D aputy Clerk (District Attorney's Office to Distribute) MM H-:�5/,'6 Is. oOM1Fv� VES ATIW NO. 770011294 Amendment Page 2 Page 1, Stem 1, is amended to reflect an eat-3i— in the term of the contract from september 30, 1977 to December 30, 1977- Page 2, item 8, is amended to provide :*:snbursement in Piscal Year 77/78 in the amoaat of S2,557.40. 'Masi F is - 4 W. N- Attac 1 is amended to reflect a change in the budget described for the 1.2 *;i C1�aic from 16 pV periods to 22 pay periods at a new salary rate of 3333.00 per Pay prod commencing with- the 17th pg7 period. The sub total for salae-- is increased iron 515,850.00 to $17,W.00. An.,additi anal 3559AP is alloted for Fringe Benefits. The total cost will be $22,907.80 rail.-ding ra increase of S2,557-40. a. r _ 002-23. . AMEMM? OF tDNMCT 25%3,1::.1 -Mii; 253 BDGSST TION Mo 77001299 AIS' 2 $F�JEEli �fiE STATE OF CRIMORKM 126203DOW DEEVEWE14M DEPARTMENT CALLM FDD Alm - Co&.ra Costa Cowin it The move-referenced contract is amended by written agreement of both aarwes, effective September 27s 14'47 as f0210era: `F— s v'.avbOdl Zxcept as hereby amended, all teras and conditions of tse re-ain uncharsed and in 21211 force and effect. I:WI32SS WEEMF, this amendment has been sisimd. 21A ^pao upli_ste by and on behalf of the parties hereto this di y. mm DCT 41977 .; SIGF,ATURE Me T an, Board of .5�'ervisors ' TITL£ �� TITLE b51 Pa:+r `..oec.; -21? lY Hartinez,C--A'945j3 (415) 372-2= Riabw=4 CA 94SM 500 ADDRESS /TII.UWRE ADDRESSTz-ZE?WfD; FORM APPROVk* ��' Ag `�� JOHN 8 I a Recommended by tment _ Mltrofilmed with board c In the Board of Supervisors of Contra Costa County, State of California OCT 4 *77 19 6r dw Money of Amendment to Work Incentive Progra=/Public Service Employ- ment Agreement No. 77001299 As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that its Chaiaman is AMORIZED to execute an Amendment to a Work Incentive Program/Public ServicemIo nt (WIN/PSE) Agreement with the State of California, Employment Development Department, to provide additional specified training for one Clerk-Typist in the Office of the District Attorney for the period October 1, 1977 through December 30, 1977 Passed by the Board on OCT 4 1977 s z s .d I hely certify that the foregcft h O tette and carred OOPY of an order entered on the Wnutw of said Board of Superrlm on the date aforesaid. Witness my hand and the seal of the Board of cc: California Employment affixed lhis of 41971 Development Dept. 19 _ c/o D.A_ County Administrator i I R_ OLSSON, Clerk County Auditor-Contoller ` � �i Director of Personnel rfa�unetd Neulefd�� Dib Clerk District Attorney (district Attorney's Office to distribute) WWF++ It-24 3/76 1Sm To add to section 5. cage 6: Provision of High Blood Pressure educational activities in the high risk target area of Pittsburg will he accomplished, after an initial planning phase by the Council and staff, by a nurse/educator. To add to oage 10a. Time Frame of Activities Under Phase B, supplementation: Provision of additional High Blood Pressure educational activities In the target area of Pittsburg (Jan. - June). S, 1 • 00220• ADD=SDGM TO: HYP'3TEgSION COORDINATING COUNCIL P3aJcCi: CMMRA CQSiA CIIM HEALTH DEPARME-T (To replace Section 1: Objectives on pages 3 - S) 03J'CTIVrS AND ACTIVITIES OBiZI GIVE I To develop and implemeot a functioning countywide hypertension coordinating council with at least 50% of its membership representing consumers and to include representatives of autonomous providers of high blood pressure services. ACTIVITIES 1. Identify and contact consumer, community, and provider organizations having . interests in high blood pressure control. 2. Once identified, consumer, community and provider organizations will be. brought together for council meetings_. OBTCTTVE II To develop a written five year plan for hyperteasion control in Contra Costa County. ACTT-=TES 1. To identify, based on latest demographic and vital statistic informtion, the geographical/neigbborbood areas with the greatest need for increased high blood pressure control services, and to assure that limited resources will be targeted to these areas. 2. To inventory available high blood pressure resources in Contra Costa County. 3. To make progress toward the creation and functioning of at least one additional High Blood Pressure service project in a high risk target area in Contra Costa County. This will include, but is not limited to, the provision of increased patient and community education activities in the high risk target area of Pittsburg. OBJECTIVE III To begin development of an information center for High Blood Pressure Rancation and resource materials. ACTIVI TES . I. To collect, review, and catalog available high blood pressure educational materials from local, state, and national sources. 2. To publish, disseminate, and update periodically a directory of ccemuaity hypertension resources. - • 0 ZQ 3. To disseminate available high blood pressure educational materials, resources information. and information* regarding hypertension epidemiology and control to interested and involved community agencies. • hHYPERT-MIO8 COOADMATING COUNCIL NAARaiTI4E BUDCEr JUSTrFICATIO.7 Personnel: One Proarao Assistant: This position is necessary to organize, create, and put into action a coordinating council for all Hypertension activities in this county. One Intermediate Twist Clerk: This-position is necessary to handle the large number of letters, records, reports, minutes, and tele— phone calls. supplies' Educational materials for patient and community education for the target ;rea of Pittsburg as well as materials necessary for members of the Council. Travel: This will provide for mileage within the county to he paid to the staff for travel necessary to fulfill the objectives of the project. 00918 _ p E3MUNO G 920" JAL. Gww••+� w=,as2! JIGIrCY iv0F HEALTH pERSON,wrr-L BWGtT (October 1 1977 - July 31, 1978) `a:e o= !,D?licant: cmrmc?S Per Cent Person Annual Amount la-Rind �i�ne � -csition of ?±me YearsSall Requested Support -oject Assistant 40% 1550/mo 744Q 40% 761Ima 3654 Clerk Nurse!Eiucator - 10% � � 1860 C M4 � t r t • 00217 -� Gf c�:i__:., _•_atrr AN-- .-VAN! AZIvCtt Es.+uKo G 3?OwN ta_Cw..... OF 'JEALTH BUDGET ?0?21 B \:me of Applicant: COW= COSTA C0UMM MFAI22 DEPART= Amount In-Rind 'ersozanel Requested Contribution Salaries & Wages 12.954 Fringe Baaefits @ Z 1,300 $ 14,254 .zatractual Services* Cc,sultZnt Costs* ^-erat;-s E-coenses Supplies .1,000 Travel �746 Rental or Lease Costs: Facility Space Equipment Fnblications Lquipoent CC=unication Costs Ccaputer & Data Processing Estimated Salary savings -1,000 Otherj i Total Oneratine Expenses 15,000 -07--A. DUCT COSTS REQUESTED TRIS PERIOD 15,000 Indirect Costs Rate Z (i° applic_ble) Base - OTAL FUNDS REQUESTED THIS PERIOD � 25.000 := It_mize , ese expenditures on attached forms. O©5 4� AMERICAN HEAT ASSOCIA.71ON Contra Costa Chapter O� J.E rP4 INCORPOMATEO 1»I • FORMERLY CONTRA COSTA COUNTY`MtART ASSOCIATION 1430 CROKAERIS ROAD WALNl1T CRI=CAUFORIMA 94596 PAX BOX 4603 (417)9351060 1 of MAY AREA CONSIH[D HEALTH AGENCIES DRINC BOARD OF DIRECTORS OFFICERS. May 1.7, ].M FRANK K.N[ia[.M.D. , JACOUiS CNAN/N.Y.D. PN\SID[NT ELtCT PAUL CWNCI.M.D. Harold MST M.D. vlc:rwcslDcwT ran�.sacNGER Chief Of Chronic & Disease Section CHAIRMAN OFT•4i SO&WO State Department of Health WILLIAM D[TM[R US] h76i�Y Way _ VIC[.CNAIRMAN 666776 a6L�lCJ.4.I ��Oi c t R AL3 W t Li.i BetheleYP Ca 94704 sccwtTAwY " JOHN C TRtAsuwSU:1 iw Den= Dr. Nazar: lAM ES A.LWART.M.O. `�•_t `w�_ PAST PREStOtNT It is ny pleasure to infor t you YWe Board CAL.Q^UWAN PAST CNAIwMAN of Directors of the COnt2a Costa Chapter of STANDING COMMITTCE CHAIRWZN tba American Heart Association have given their_ CAM ANROON.M.O. andorsemetnt of the proposal mibmi.tted by the , PuSuc EDUCAT/ CR COM�.I V LAITY s[wVIveci Contra Costa Health Department for their High :AYES A.EWART.Y.o. Blood Pressure program. These include support- of upport M EMgLRSMIP-NOYINATINO of c,,.Runny Hypertension programs4 in Pittsburgh ?Of'RT!Iw4M LJCTT P_RSONN:L and adjacent areas of the county and planning ELLIt S.ILLANE and developing coordinated county wide Hypertension FUND RAISING ADVISORY activities with follow up as such. DAVE►UNNII.AN DUDGET AND FINANC= CLL[N KILL[6REM.Y.O, We regpmst your favorable action OD those two P[S[ARCM 41 t T "I.D. ��4• MARV/N E-SEIN. PROFESS4ONA4L 4900CAT110R DIRECTORS lank you for your consideration. LOUISE AGNEW ROSS AL£XANDI:R �=_Y,,.� o1LDt RT BYERS.MA. .7.LIR..>�aly! CARLCONTI w[NOY LILYOUIST.R.N. � GLLN MCPADIN I _. � � �r. �-1•`. � ��• • Q U.MARCUS.Y.D. JOHN E.MASON.Y.D. r=nk Z. Hesse, M.D. A LH[wT M V ATT.04.0. ALLCN K.PtRKLE•Y.D. vI KC RU••RICNT.[SOUIRU <NIRLLY J.LOtNRtR EXECUTIVE OIw[CTOIW - 00215 A NIERIC-A1'1 HEART ASS l..iAT!Vii! ontra CCosta Chapter O�Mt1•P~ IMCORPORATEO%*st • PORMERCY CONTRACOSTACOUNTY MEAwr ASSOCIATION 3440 CRCtCAE1M ROAD WALNUT GREEK CAUFORMA 94391 P.0.BOX 4603 (4/319=4060 MENHIR OF HAY AREA COMBINED HEALTH AGENCIES DRIVE BOARD OF DIRECTORS OFFICERS. May 17, 1977 Fn-NK E.H[SS[.M.p. PRESIDENr JACOU[S CNANIN.M.D. PR[s10CMr iLCCr PAUL.CIA.NCL M.O. Harald tames=' M.D. VlCEPRICSlO CNT ilk "'" OV rr.D J.sAcnccw Chief Of Ch on9 C 4 Disease Section CHAIxMAMorTNcw+►Ro State Department Department, Of Health WILLIAM D[rMtR VICEi NA/NMAN 2151 Berk %W G E N A LO W[LLS Berkeley, Ca 94704 SECRETARY JOHN C.aoss Deal Dr. No==: rREAsuR[w - J A-ES A.CW ANY.M.O. PAsr -ReLSPO[Nr it is my pleasure to inform you that the Board CAL DAUSMAN PAST CHAIRMAN of Directors of the Contra Costa Chapter Of _ STANDING COMMITTEE CHAIRMEN the American Heart Association bav`er -'given thei CARL ANROON.M.O. endorsement of the proposal submitted by the PUA Ca"' . EDUCATIOft VIC9 Contra Costa Health Department for their High COMMUNITY S[FVtCC g - JAMES A.EWAMr.M.D. Wood Pressure program. These include support.. MSV y1[ASM/r P/OMINAT/NG Of cImmun ""S am Hypertension progrin Pittsburgh I;ON£AT OKAMLCTT L � �` Pt KSONNEL and adjacent areas of the county and planning LLLIE S-ILLANC and developing coordinated county wide Hypertension FUND RAI5IN0 AovISORY activities with follow up as such. DAVE VUNRIMAN U UDGET AHO PINANCC ELLEN KILL �,t.. CYREW.M.D. We request your favorable action on the" two R E S K A MC M applicat ions. M A.4V IN EPSTC/N.M.O. Tt PROFESSIONAL COUCATIOM DtitECTORS Thank you for your consideration. LOU1St AGNEW ROSS ALEXANOCR Sincerely! GILBCRT DYERS.M.O. CARL CONTI WENOV LILYOUIST.R.N. - C.LCNMC✓AOIN GARY A.MARCUS.M.O. JORN r.MAsoN,M.o. Frank E. Hesse, M.D. ;. ALBERT M V A TT.M.O. r1wt,ZaGlent ALLCH K PIRKLC.M-D- .Iti- I.I.r.wzcNr.esDu1RE SHIHLLY J LOCHNER CAC"rIVE DIRECTOR } 00214 n o=n1itECrpaS LEQAI E.INISTRTR HWEILEA MIN�S •, �S S.'NT�EA `�,,,/"" ADA F6R ;'-Z)a H.STA 4L_Y MT.DIABLO HOSPITAL MEDICAL CENTER YTREASURcq JJ,ti J BATE D"ii-c oii R 13E-RT A.CUSACK O'RECTpa t%*3Ar 1977 C. Conga acsta County peal h Dept. l3ll }:arti 5#. Martinez, :a 11:753 Tear Er. prices: It has been a 1--msrre to work with you in ay city as staff person for tste Tis+ _Force on bjpertension for fntrax Contra Costa County w` I believe we have started a novercnt in :antra Costa Cott:aty Tdtereby r.Lbl l c and private healon acenc_es *,an work together to provide }nfetemian services. We have net several times to discuss -utv3l coo7-sation in otr: arplic,tions for state tgpe_rtensian funding. I sincerely bore is b.ve the orpoe.=itf to i=plenent our proyrams. 3 would be very 'raFcy to 'rartici;ate 3r. a county--side »ypertension Council} which r understand is a rajor componsnt of your proposal. sf��r�xx, car-oIF 3tersae.-t, rI;, F.P.P. Car:-w,-4:y peal th :.ducator OQM3 2540 East Street Concord.California 94520 (415)682.82x0 r t Floyd Marctns Superintendent of Schools Contra sir' rsrt= i5 S ::SstU►rJ 1104d ossa RobwT Fifie4d Rckw.d Ktsf* HitiC (ifcni5�3 S"o-oin tooldvots r County �33 y ray 9, 1977y;✓ Dr. Harold Hozar, H.D. Chief, Chronic Disease Cont'ro'l Section State Department of Health 714 P Street Sacramento. CA 95814 Dear Dr. bazar: It gives us particular pleasure to endorse the accompanying proposal, as it is a direct thrust against one of the most critical problems of modern day society--cardio-vascular disease--our nation's number one killer. The Office-of the Contra Costa County Superintendent of Schools will cooperate fully with the Contra Costa County Health Department in the High Blood Pressure Control Project in providing a useful educational program for this county's students. We anticipate that the level of educational involvement associated with the accompanying project will enhance the type of behavioral changes needed in our culture. If this project nears its potential, it will indeed be a most worthy contribution to all of our citizens. He commend the Health Department for its efforts and look forward to involvement in the imple- mentation of the project. Cordially, Paul A. Parker, Ph.D. Coordinator of Personnel Services PAP:im '` LG-S, j"f-ED A NOS COW:U til T`( HOSPITAL DISTRICT Pl MURG, CYiFORN A 94565 Te:-p&MOW 11IZMX941 r:M•[ftT nKronws JL v[.vsTerrr< fry - - PcJ:l la;.rsy+ May 10,.1977 - L f ua J. Ari Dr. Harold Morar Chief, Chronic Disease Control Section 2151 Berkeley Way - Rom 519 Berkeley, California 94704 Dear Sir: Los Madanos Comnnity Hospital fully supports the anticipated project of the Contra Costa County Health Department to implement a Hypertension Program to search out those individuals needing care and finding means for follow-up. We feel that many citizens of Pittsburg have high blood pressure which is either undetected . or untreated. We feel that those individuals must be identified ' and helped to-obtain treatment as soon as possible. We further feel that the Health Department's plan to initiate a county-wide Hypertension Planning and Coordinating Council is an idea that deserves our backing. Too often Hypertension projects fail because of the lack of "watch-dogging" and county-vide and community involvement. This kind of a council could well involve itself to assure lark of duplication, standardize procedures, and provide the public with the information it needs .to conquer "The Silent Killer" (Hypertension). Sincerely las A. Ventrice Administrator KAV:ahw �i r OOM I CONTRA COSTA COUNTY RIC""O%O CLINIC n='ar= .14;-.- `e.ITeaEAST MEDICAL SERVICES ld. 4, AjX.S4 .,(;/.p.0.C.L.I..L s=:e:•..*si.Te' TrIAP"o+4 Z35-"Z C,.;Cs3.Ltils.9a3:9 i�LL►�ht d:i-170 HOSPITAL AND PITT791WG CLs1.1C 43 CIVIC AVIj. G=OaGE MILLER C£hTFA WEST AOMSHISTRATION Or FICs "TTS3U.C.Caul.3o.S65 Z83t","TO-D4. 25W ALiI USS AVE— T[LIPWOW04 4S9-62AZ AIC-JoM.D.Ckor.UN6 S_LLiwO*[L'E�ii1IIwEl~.CA3,JF.SiS53 TELEAIC�3I2•G200 pAxLCY CUMK - ZSD w.It_A C"LEY.CAUP.94361 T{f,L►Il &x—2" May 10, 1977 PLEAS[OIRECC REPLY TO Ds. Harold No= Chief, Chronic Disease Control Section 2151 Berkeley Way, Room 619 Berkeley, California 94704 Dear Dr. Mo=ar: Contra Costa County Medical Services and the Pittsburg Outpatient Clinic fully support the anticipated project of the Contra Costa County Health Department to design a Hypertension Program to implement blood pressure control services in the Pittsburg area. We agree that many Pittsburg citizens have high blood pressure, are unaware of the risks of this problem, and need referral, follow-up and education services for this health problem. le further agree that the Health Department's plan to initiate a county- wide Hypertension Planning and Coordinating Council has long been needed. Ile accept the responsibility to help initiate and serve on the Professional Advisory Committee to the proposed project. SincZk: ,, I Jay Aiken, M.D. Chief, Internal Medicine Contra Costa County Medical Services JA:mbh ~ 00210 w-3to ACCRIED1TCD 9Y TME JO1HT COM04I5310H Ori HOSPITAL ACCRECITATION REF=RE\CES/SIBLICGRAPHY R.D. et al, Adhering to Medical P.egi!^•-rs: Pilot Ezoerinents in Patient Education and Social Support, Institute for SMiai Research, the University of t:ic_higan, 1970_ national Center for Health Statistics, "Hypertension: United States, 1974", Advance Data, No. 2, Nov. 8, 1976. Contra Costa Planning Department, 01975 County Wide Special Census of Contra Costa County", Feb. 1977 Alderman, M. H., "High Blood Pressure: Do We Really Know Whoa[ to Treat and How?", New Eng. J. Med. 296, 13, p. 753, I4arch 31, 1977_ Stason, W- B., and Weinstein, M.C., "Allocation of Resources to :!anage Hypertension", New Eng. J. Med. 296, 13, P. 732, .March 31, 1977. .Kessrar, D. M., et al, "Assessing Health Quality: The Case. for Tracers", New Eng. J. Med. 288, 189-194, Jan. 25, 1973. National High Blood Pressure Education Program, Program Directors Handbook, 1976. Fisher, June M., Hypertension: Assessment and Management: A Training Manual for Extended Nursing Roles, Drew Medical-Dental-Cent. Inc. National High Blood Pressure Control Program, Patient Education in High Blood Pressure: An Annotated Bibliography, July, 1974. Ragland, D.R., Behavioral Approaches to the Treatment of Hyperten- sion: A BIM ograp y, U. S. Dept. H.E.W., 197 Sta-mler, J_, High Blood Pressure in the U.S.: An Overview of the Problem and the Challenge, National Co on HBP Education, 1971. Subcommittee on Reduction of Risk of Heart Attack and Stroke, High Blood Pressure Control, American Heart Association, 1.974_ W� 17. FAser, at xzt of L`ypa t9.^.5_7:'._ A z) 1s. 213`or--3 Health E_•Ucati.= co—ttze. Fa`t= C+, the -a?3- c2 t-a6urz �.se ses ;,. -vne crtit States. _,;-3wioP»:y 1971, 543- 19. Naa3;,, E., Patz--:c{, F T_. Pz6b2--rs of zgec' gammasc$cz- t1c= at ho=. Nu_-snz Eessar_-n, Jain.-Feb. 1963, 17, 52-55. 20. R 3an-be o, S.G. A case for patient etre. F-osp:tz7- ro ster-r_ Isaxe.sat, Jas, 1573, 21. P.a��, E., et al. the �xat's coa2e.�� hj s ' 7C i= . AariCZn JO'—'-=al- wae?iCZ2 C��i..ra. 3 7. 1j7i, 22g, 269�-273. 22. , •7.:�. e 7`�—s•;t CTQ:.3 C C�.SSa59 � .: cor-7ar;zc.n 3a oixtaa= a=d the ns-*•sss' extan ad role. JAS-k. Jan. 20, 1975, 23t, 2&-267- 23. Shock, NOW. i' physiology ofa ..a. Scient2ic A.ea:-ica-c, Jan. 1962, 100-130. - 24. Tas's Faroe ?--P its to t:"& Eypexteas;on l^fQt=t`Qz 2=a Echtczti= ciao y-Co^ttse, Vatioml Eic& Blood Pxe=x--s Education Bsths3da, ''Las Hation3l Z^stitetss of Eealt'h, Sept. 1, 19?3, as 1-20, 25. Yatezans - E-4-,; t-ratica Cooperatsva Stt3Y Gr:.upz Effects of treat=nt oa i .--a-2e:-tension. J:'_kre--. 11, 1967, 202, 102E-1033. 26. facts of tt-,.ata -st o:sn"M=4 ty:ln h3parten.-Am. Aug. 17, 1970, 213, 1143-1152. 27. E=--cta of tr eat=szt an rorizisifi7 in hyrorten-an. Cir_rl,,.a;t :- Fay. 1972, 1, 664-671- 2B. N33.ber, J.A. EypertenAcn as a co_= tg przble=. .2�enti-va - 2i�cinee, Sept. 19"4. 353-360. 29. ., Bar--aa, J.G. ?Ade .g elevated blcod prssSM--es-Experience foumd in a ce==i ty. Yj.-szesea f--cieiwe. 19-69: -52 13034306. 30, ___, Ea.-.-o-•r, J.G. Hypertension: A ca tp problem. 1C=rt� -Jou..-:saZ of :_-'..=cine, t Y. 1972, 52., 653463• - 31. 1:snslow E.E. The role of the :nurse in pati.=t e� tiaGs. Focs;ss M:+ ca-disc patient. The Nursing CII'dc. of sevtth �srica Dau. 1971, QvM 1. B attLe='*;, B., Szeg -n, i:.�.? Fit=' A. :f7:S: Part is r-a actic. n eita ti�c=..:.'_.on. Par'. TT': ?...^..•i. .n4- • ies Cmrt Tis'.. ur—s nz, jm!,7 w t:g_. 1975, Ii, 4 & 5. 2. Caldval?, J-FL., et zL The dzopatit prnhL--_ in an i-1ypar',=siva -trea=m t. J. Chronic Dissas9. 1970, 2. 579-592. - 3. Cc2bo t;v p.A,., ?os, B.L. A9 ox C dsratlans far hea3t!z t aac d___ _ Vee h»--s=-•z C'�-Ccs of North wrscs. Dec. 1971, b 605-a k. 4. Daviz, P.S. vi A2'4_z".4 CMs in pati-mats' CC=z ,z-_-a With doctce z - orda_ : AL-.alyss of cnngxza:xe► bat-ween =rrd a„/ rssp .1ses Zn4 re=nts of a':,mics? ir:ast gatio s. J. �a�i.ca2 -Education, 11ovr, 19c0, �*1, 5. 'ie m-spas" role i!, tr9at,mg 1waartensi=s. laxl , dryp 10, 1575, ,x. 93-94. 6. P�art7, F.A. Jr., Hattie, B.C., Finnerty, F.A. �. Rypc,*cansion - - ia the inmir city. s Ar ly`s3 s of clinic c dra„pouts. Cis et:?�t�c 1973, `3-7j- 7. fie;s, E.D. Nsc'M"cal treatment of cb_caic bypertem-dcn. Cgnceaots of Catr,a-ascv2_,r D±sense, 1971. AS, 17. �. s Eynertenslom Office eva"sratio3. ilexT YOrkf �.r"":✓ric fieart Assoc:ati=n, 1972, p 5. 9. She treat^ nt of hypertension; Uby-, rahan and hors. - Arsr-"_can doer:-.•al of i edicir-s, 1972, „j2, •',. _ 10. Eaa, C.G. $perta=ion in general practice.. Preventiv_. SaYst. 1974, 3: , 313-372. lie Ha_-Mon, IL, Lord, H.D., Mzo=s=s E.N., k .sniewski, T," The- rale of blood pressure ca itml in preventing eoWlicatl.ors of bypartension. Lancet, 19&4s Ix 235-238• 12. James, t.11. Eyparzensiars: Fiedical and nursing jLvgUcat-.ous. Mm - Wuzelnz CIL-acs of :North 4"y-Acs. June, 1970", 1-1. 203,"295. i3. !£a=$13, N,, Casi.,e]3i, N.P., ?'.�aamara, P., at al. Rale of blood M pressr_-S in the da7e20p=9nt of congestive heart fal3 rs: 3;er F�—d zz b "3'; i . 2+'_X& 1972,2, 2§7., 7811-787. tw 15. tTolf, P-k., verLar, J.' at al. C 3353?i5n 3^.1 i_ .r JCA. M.A., Cc-t. 12, iWO, 21,4' 3014310. 00 to t.ze .Drescr_a_d reoicen (11addoc,%,1967; Roth,1971)_ Urine stt`dj—s oa pat=eats who said that theY were taking t el cedi.cation often show-ed non-co. -0Iiance (tixnerty, 1973; Wilber,1969). Ignorance of the public about hypertension is another factor in mon-compliance). h Harris poll tak-ea in 1973, showed a great deal of public igZo„ance about Vne ratuv-e, causes and -treatment of hypertension (Task rorce,1973)_ -gsynpto.atic patients will not folICK4 prescribed-therapy if not motivated. Skilled nurses with an attentive ear are better able to motivate patients than the physicians (Edi,-. I+TWH,3975). -Nurses deyonstrated that an education program for patients with congestive heart failure increased the patients adherence to the prescribed regimen of diet and tzedication CRosenberr _ Ie tensive - patients followed by nurses in decentralized centers and by pHN h=e visits had significant decreases in diastollc blood pressure- and had increased compliance (kunyan,197.5). The efforts of community organizations, nurses and physicians- in patient education through radio talk shows, speaking to local groups and local newspaper stories are effective in increasing the number of diagnosed and controlled hypert'ensives in the community (Wilber21959). - t - a.Y V The National High Blood Pressure Education Program Health Education Com--: tee state 3T: 1971, hat hypertensio, is i:1e major cause of disability in the Unites States. Because hypertension often manifests no symptoms, the majority of people With elevated blood pressure are not receiving any treatment. Hypertension of ever. nodesL degree (above 140/90) may lead to heart attacks, heart failure, strokes, renal failure, striate hemorrhage of the fundus, dissecting aortic aneurysm, transient cerebral ischemic and acute hypertensive encephalopathy (Batterman,1975; Kannel, 3967, 1970, 1372; Hames, 1974; VA Study, 1970; Jones, 1976; Soc. of Actuaries, 1959). The incidence of major complications of increased blood ppessure rise with age. Coronary hea, t disease., cerebral vascular accident and congestive heart fail=e are the major complications in older patients CVA Study 1972?. Studies conducted at the veteran's Ad=lrdistratjon Hospitals (1967, 1970,1972) indicate that morbidity-from hypertension is decreased with treatment. Treatment is usually the administration of anti-hypertensive drugs. These findings are also described by other authors (Hamilton, 1964; Moser, 1974; Fries, 1971,1972; Hilber,1969). Because the treatment for hypertension must continue, 'for a long time and because the patient often has no symptoms, non-compliance With the medical regimen is a serious problem (Caldwell, 3970). Won-comp iance was found to be about 30 to J uc=z eat O=t.;... Lz e-;: at the wrong time or in the wrong dosage although the patient rarely told the doctor that he was not completely faithful MM k I Curriculcn Vitae V000, Orlyn H. , M.D. , X.P.H. College or University: Alabama College B-S. 1.936 Medical School : Medical College of Pa_ H;D_ 7946 Public Health: Univ. of Calif., Berkeley Dates and Positions . "'-.' 1953-55 Di rector of Medical Out-patient Department of ' the Baltimore City Hospitals - 1955-63 Chief Physician of Montebello Hospital., Baltimore 1-934-63 Teaching Staff of Johns Hopkins Medical School 1963-64 Acting Director of Student Health Services, ' University of Florida ' 1965-66 Medical - Consultant for the State o-F Calt-ordia Department of Vocational Rehabilitatio' '. - 1967-68 Medical Consultant, Contra Costa County 1958-70 Assistant Health Officer, Contra- Costa County 1970-74 Chief of Community Health Ser-11ces, Contra Costa Cour, . 7974-75 Acting Health Officer, Contra Costa County 1975 Permanent Health Officer, Contra Costa County �i .002 Appendix PCAH FOR - PROVIDER EDUCATION The Heart Association of Contra Costa County is already active in the provision of continuing educa- tion in the field of hypertension management, and an important function of the project's planning process will be the organization of continued and combined efforts to reach practicing physicians, with a particular thrust in geographic areas of greatest need ex: West and East County. The utilization of traditional (conferences, seminars) as well as innovative methods (programmed in- struction modules, utilization of a cassette tape library so that physicians may listen to programs concerning hypertension management while en route to normal activi- ties, etc.) will be stressed. In these activities, the objective will be to combat the problem as asserted by Finnerty* "Physicians... have not provided adequate treatment to about 80% of those who have been identified", and to aim toward a skilled ' and knowledgeable local cadre of health professionals in the field of blood pressure control . QOM * State Plan for HBP Control , 1976, page 32 Description of County-wide "Ad Hoe Co stteee on !jypertensioa Contmir, Agency Members,- I- embers:1. Contra Costa County Health Departmnt of Public Health. 2. hest Contra Costa Health Care Corporation. 3. Ht. Diablo Hospital Education and Outreach Program (representing also the central county Task Force on Hypertension). B. American Heart Association: Contra Costs Chapter. Ihis eomittee has set during the spring and with reference to health department project planning, was in agreement on the need for services in the Pittsburg area and the appropriateness of project activity in that region. f 1 1 5w 4 4 ! N 00262 S;:Sj0;'1 COORD11.11"I\s COUNCIL Page - 2 - Goy't. A^er_cies Social Security, Richmond Health Services Agency_ *Tested Voluntary Agencies - e.g. KIManis Contra Costa College Diablo Valley Colleze Other Private/Industry ex: Dick Pomeroy Ambulance Co. ",nom Community/Business _Orsanizations - e.g. BANKS N;ut-- itionist/Dietetic Association County Medical Society Dental Society ahs^�,acists Society Nursing Society - CO1Sb,,m:-:RS/People with hypertension; Conanmer Health:Advocates Communications media representatives h�g POSSIBLE 17:1TIAL f-0774S RS sl is Denartment EMergency Medical Services Chronic Disease Nursing health Education Counzv Medical Services Hosoitals Nt. Diablo John Muir Kaiser Los Medanos Delta Richmond Brookside Nursing Homes Rep. Volunteer Agencies heart Association ." Red Cross Volunteer Bureau Inter Agency Health Council — Central* " ^ w West n n ^ w (?C85t9\ii - o:a: - _rt'd z�srtcies ?ire Department ' 'olice Deaar_me:t Schools 02W 6*There is the possibility of Central County Agencies being ee-presented by a delegate fro-m the Central County Hypertension Task Force; this will help in keeping Council to a workable size. • Presently no active Eastern Region Health Council ti 4 <wAliW p a CD L n � P Yr r C * c- r •~ �� J C � p ti J D ,i ✓ ta �^`�y 0Q2 oo�Q c � r yr '_a TIME FRAlu.; ACTIVITIES -11ASF A; P1.,NTN`1TNr, SEPT OCT NOV DF.0 ,TAN FEB MARCH APIC MAY •i11NF liri.nF of Program nssiatnnt and clerk 'Ad lice" committee and Program asnistont, Wm 'ith can-siihthy concult:Ition, Qolects and �otl fie. Arenctoa +and indiVidt,ala for �ouncil Pnt'ticipntion. " 1GNSF' n 1!!PTZMTATION '.c±unctl Mcctinpst (determination of \ .ommunity ne.—da, identification of ;irh risk neinhhorhonds, Plan for IIIP service roordinotion) formation of Council committaos, ncvclopmcnt of 11317 Ilogistry with licart Asnociation, C_ Plnnninr-/Cnordinnting/Unlurtion Acti v i ties rogarding County IMP - Projcctr:, � Crente Hnrnnurea Airactory and Educa- tienn l library, r Provide Education Activities, f !� • Pill'ltcntion of 5-year county plan rnr 1111P control. • Proposal for service pro}oct in high rtak Aron written. PIIASY C, F.VATAIATIOl1 . lfenauecment of attainment of obJoctivos LU D. EVALUATION Activities: See following page for Time Frame which lists specific project activities. Plan of Evaluation: The major mechanism of evaluation will be measure of attainment of project objectives. Detailed plan is as follows: Phase A: Planning Planning will be evaluated by the council on a monthly basis to deter- mine to what degree time frame and objectives are being met. Reports will be sent quarterly to State Department of Health. Phase B: Implementation Quarterly review of project progress will be made by the Community Hy- pertension Council to assess the degree to which objectives are being met. Report will be sent to the state. Phase C: Evaluation Accurate records will be compiled showing activities for each HOP pro- ject in Contra Costa County. Statistics, data collection, degree to which each project adheres to overall HOP plan, degree to which each patient in each project adheres to treatment plan, and the total impact of all projects on the target areas will be assessed and evaluated. Report will be sent to the state. E. PROGRAM CONTINUATION PLANS Once the Community Hypertension Council has been established, function- ing and has been evaluated, the resources of the Health Department will be utilized to the fullest extent possible to see that the activities of this project continue. It seems entirely feasible that the Heart Association :-ro,11d, at this point, take a leadership role in maintaining fiinctions of the council. Since coordinating, monitoring, and continuing evaluation of Xypertension Projects is such an integral part of reducing the morbidity and mortality due to this disease, the Health Department will spare• no effor in ensuring that the Community Hypertension Council remains as'a viable and effective organization. 00197 9 embers w1ll includta: co=unl.ty health ' Orkers, health OL..�r iliterested health professional (e.-. pharma2:_Izt ::u_-.riLionist, dentist, epidemiologist, cardiologist, county health teen p-roject staff, etc.), administrators, hospital representatives, citizens ornanizat_ons, individuals with hypertension, community leaders including business representatives, communications media representatives, and other interested voluntary and community agencies (ex: Red Cross, Kiwanis Club, etc. ) . Community ("consumer") representation should be approximately 50%. It is expected that the Council Mould have at least the following co=aittzaes' 1) Volunteer Coordination, Recruitment, Training 2) PR/Education Committee - a) Community awareness of HBP problem and of screening/detection ongoing efforts b) Community understanding of importance of "Staying on Treatment" 3) Program Committee - a) Protocol Standards b) Support Services 4) Medical Standards - Review referral criteria. Review criteria for training and supervision. 5) Budget and Finance Committee - Fund raising, etc. Eventually, the council may have regional sub-groups after the initial planning stages have evolved. *For a complete list of intended members of the HBP council, see Appendix. With the help of this registry, patients with elevated BP's ::ill be rescreened at their local BP control project, and a decision will be made at the project level regarding need for entry into medical evaluation. The Heart Association will also play a key role in development of the county HBP council, with a special effort to be made toward the encouragement of more consumer and voluntary participation. 5) Professional and Vocational Training Facilities - Specifically, there will be close coordination with the local junior colleges which train allied health professionals. Efforts to involve these students in patient education programs will be made. (These junior colleges already have an excellent "track-record" of student involvement in community health education). 6) Employee and Employer Associations and Industry - Activities involving industrial and employee health representatives will include inviting them to sit on the coordinating council, as well as arranging any needed consultation sessions with them regarding improvement of hypertensive employee's compliance behavior re: prescribed medical management. (Ex. - Social Service Department - Richmond - has active employee health program including BP measures. , T) Pharmaceutical Companies - Representative(s) from companies involved with production of hypertension control medications will be invited to sit on the council, at least in a Technical Advisory Capacity, and it is hoped that any educational and Informational materials they produce will be available to the projects wh1ch need them. 8) medical Group Practices - Kaiser, ani CaLLnty Kedieal Services, provide medical care to a significant proportion (ago^oximately 30-35x) of the county's population. Representatives (M.D. rs, nurses, educators) from these two medical groups will be important partici- pants on the council. 00ria. 7 4. Tasks :•,?z inr, to cooperation with specific agencles : Ai effort will be made to follow recommendations of State Plan for HBP control regarding potential roles or local agencies in a coordinated attack on the hypertension problem—specifically with an emphasis on obtaining the following agencies cooperation: 1) Contra Costa County Department of Education - Regarding program of HBP education for teachers and students*, with an initial emphasis on high-risk target areas and/or districts which show particular interest in the subject. 2) Health Services Agency - In particular, close cooperation between the county-wide hypertension council and the HSA sub-area council (for CCCounty) will be implemented. (Preliminary discussions have already taken place with a representative of the HSA)_ 3) Professional Societies - In particular, medical society cooperation in Coordinating Council, continuing education activities, and participation in planned referral and FU -programs. 4) Voluntary Agencies - Specifically, the Heart Association of Contra Costa County has been very active in hypertension activities in the past, has had an integral part in the planning of this proposal, and will continue to play an active role in the county's HBP control efforts. It will be particularly active in the areas of public and professional education, with the goal of ensuring that every detected hypertensive finds entry into the health care system, through a planned registry of persons screened through periodic cou ty-wide szreening efforts. (ex: Health Fairs, Impact -Days, Hospital Week Screens, etc.) It should be noted that efforts have already begun', starting with activity on the part of the local Heart Associat Committee on Nutrition and Risk Factors_ V66, `cr specific projects and activities to be planned will be based on demo- graphic and vital statistic evidence of elevated risk for hypertension, as well as evidence of inadequate community resources to meet the docu- rented need for services. C. Tasks - (see paged 5. :;ho iJill Do the Work - The Program Assistant will have initial key role in community contacts with agencies and individuals in the preliminary stages of council formation. The Health Department and other members of the "Ad Hoc" Committee will support and aid in these community contacts. After the council is formed he or she will plan council agendas, facili- tate council activities, and chair the meetings until such time that a council leader is elected by members of the council . The program assis- tant will also he responsible for ensuring that objectives are met, in- cluding the drafting of the five year planning outline and the one new HBP project proposal. ` The clerk will be responsible for office support services for the Program Assistant. 6. The membership of the council will reflect the ethnic characteristics of the county, with a special -attempt to have active and full representation of the higher risk target areas and ethnic minorities. Regarding project staff, the county is an Affirmative Action Employer. 7. Services will be eventually received by: First Priority: target groupsdecided upon by the council Second Priority: all county residents :.nen work will begin: See Time Frage �1��t7 C. •l'T;;ODOLOGY 5 pity agencies. 11 . To contribute to the planning and impleaen- Reports of parr_icirczior tation of continuing professional education in professional educa- in coordination with the Heart Association. tional programs. Specifically, to aid in the following ac- tivities: . Identify providers in need of continuing education. . Establish educational objectives for pro- viders. . Develop education program. 12. To review and utilize when appropriate the Staff Report. educational and technical resources avail- able through the National HBP Education Pro- gram as well .as the State HBP Control Pro- gram (e.g. Clearinghouse materials). 13. To provide training to project personnel Reports of trainings and county medical services personnel in- planned. volved in HBP management regarding such practical topics as: . New approaches to effective adherence management . Behavioral modification techniques . New approaches to non-pharmaceutical management of borderline HBP 14. To publish a directory of community hyper- Publication of directory sion resources. 15. To organize a library of practical and use- List of educational ma- ful HBP educational resources. terials available. 2&3. Geographic area to be served will be the entire county; targ�t,,tm lation �J}xiG C. '!:—T-tOD000GY 4 H5? services (Ex: County Medical Services, 1.edical Society, Kaiser Hospital , etc.) S. To identify, based on latest demographic Council Committee Report and vital statistic information, the geographical/neighborhood areas with the greatest need for increased HBP services, and to assure that limited resources will be targeted to these areas. 6. To develop a written 5-year plan for hy- Publication of written pertension control in Contra Costa County. plan by council and staf 7. To make progress toward the creation and Submission of project to functioning of at least one additional HBP funding agency. service project in a high-risk target area in Contra Costa County. 8. To work closely with schools to develop Written HBP education a program of high blood pressure education program for appropriate for teachers and students, with an initial grade level. emphasis on its implementation in high-risk target areas and in districts which show a particular interest in the subject. 9. To design and implement a follow-up mecha- Development of HBP regi- nism so that 75% of individuals newly stry and review of its identified as having a significant SP records. elevation (Ex: in community screening ac- tivities, County Clinics, and Community P. Hospital ER's) will be retested and re- ceive any additional required services. 10. To furnish up-to-date accurate information Documentation of request K regarding hypertension epidemiology and and services given. control to interested and invovled commu- OV l C. 'f:£ThODOLOGY 3 1 . Objectives: The ultimate goal of the project is to control high blood pressure in order to lower morbidity and mortality from heart disease, stroke, and kidney disease in the people of Contra Costa County. The objectives which the project seeks to attain in - the 10 month period are the following: Means for Objectives Evaluation 1 . To have a functioning, county-wide hyper- Reports on Council Meet- tension coordinating body whose purpose ings would be to make progress toward a coor- dinated system of county-wide HBP services, a system which would be compatible with the principles, objectives, and strategies delineated in the State Plan for Hyperten- sion. 2. To demonstrate county-wide cooperation be- Council Reports; Reports tween the different community agencies on Coordinated Services with similar HBA control goals; and to residents. eliminate duplication of effort in NBP services. 3. To increase consumer participation in the Council Membership list planning-implementation-evaluation pro- cess for HBP control by having on the coordinating council a minimum of 50% of county citizens who would be described as consumers e.g. consumer health advocates, nembers of interested service or civic groups, individuals with hypertension, etc. 4. To include on the coordinating council, re- Council Membership List presentatives of autonomous providers of 0(W90 I:T .- A and B (continued) page 2. IZ addition, many voluntary agencies hava their train offices in the Cental County Region, and with coordinated planning efforts leading to ....:tLa3 Batting of high-risk target areas as sites for priority actions, there would eventually be better distribution of community efforts and _asources. Titus, in summary, expertise, manpoider, and health and coamunity resources are seen to be present at high levels in the Central. County Area, but tend to be lacking in the East and West Areas, especially when compared to the need for services as documented, in this case, by demo- grapic data which point to a sizeable hypertension problem in West and East Counties. In addition to the definition of priority areas for increased HBP services-planning, the need for coordination of existant HBP services is a Pressing one in the County. The problem of duplication of services (ex.: screening activities) is a matter of concern and it would be a major task of the Planning Body to coordinate services so that duplication does not exist. further Onevcommunity need to be addressed with this project is the need for core co:nmunity participation in the planning process for HBP services. It is intended to staff the Council with an individual committed to Consumer ealth Advocacy, so as to implement a high level el of community input and feedback in the Council's activities (and tOA111 the consumer positions on the Council with respected and representative community members) . An aop_oxination of makeup of the Council will be 1/2 providers, and 1/2 consw-ae^s. The existant community resources Which specifically address the HPB problem are in agreement on the need for a County-wide planning effort and agree to (and have begun to) participate actively (i.e. the Central County Task Force on Hypertension, the West Contra Costa Health Care Corporation, the Heart Association, as well as the Health Dept. and County Medical Ser- vices) . In addition the Council will work closely with the local Health Services Agency in planning endeavors. (Again, initial communications have already been set in motion.) _i-al Point: the project understands zed is aareeren_ with tee importance in National and State HBP planning given to adherence manage-- n: nt considerations, and every attempt will be wade to give priority in planairg to interventions which improve adherence - i.e.a"pro-adherence strategy" will be stressed. -189 F j end B (!geed ar.3 Co:rmunity Coordination) Thi! County of Contra Costa is the home of 532,829 residents (1975 census) and within its boundaries there are three medically underserved areas: in Richmond in the West, and the Pittsburg-W. Pittsburg and Brent- wood-Oakley-Byron areas in the East County (as defined by local HSA proposal, 1976) .** Only one of these areas (Richmond) presently has an active high blood pressure control service, (and its activity does not presently reach the entire West County region which may be considered in need of services) . Thus there exists a definite need for a coordinated planning effort on the :art of many diverse agencies and groups in different regions of the county, in the area of organization of high blood pressure services_ This planning effort would initially address the problem of reaching at-risk target populations who otherwise might not attain effective control of their hypertensive conditions due to lack of appropriate community health resources which would serve to detect, refer, manage, and educate a hypertensive indi- vidual. In considering the need for county-wide planning and coordination of HBP services, the problem of maldistribution of medical and health resources is of relevance, since the majority of the physicians in the County are in the Central county area (64$), whereas the majority of the population thought to be at-risk for elevated blood pressure (particularly low-income groups, and also, classically, the black population) are in the West county and the East county areas. (See Table 1, representative data.) The lowest income cities were San Pablo ($9,332 median income) and Brentwood ($9,778) neither of which have local HBP services. TABLE 1 ' Population AV.Income t Caucasian Black Span. Other west County Cities 127,92,6 $13,268 7.7,x.4 11.9% 4_1� _ _1_.2A Central County Cities 220,643 18,781 94.9 4 1 .2 1.4 2.5 East County Cities 61 ,224 11 ,511 72.7 10.1 15.5 1 .7 T=409,793*** *A description of the general problem of hypertension (its prevalence, its public health significance, etc.) will not be addressed here, -see Appendix. **See Appendix. ��8� ***rias not include u::incorporated a^eas. u; HYPERT---VISION COO.RV0AT_►.`:C COUNCIL TABLE OF COtiMTS N3c2&1iZstE PA;E: A and B. Background and Needs; I Cx=jaity Coordination C. Methodology 3 1. Objectives Tasks relating to cooperation with T specific agencies. Council Committees 9 D.. Plan for Evaluation to Activities to be performed loa (rim Fri of Activities) E. Plan for Continuation 1o. APPE"ICES . Map of County and Regions . Hypertension Coordinating Council: Intended members ; . "Ad Hoc" Cosmittee on Hypertension . Plan for provider education . Curriculum Vitae: Dr. Oriyn stood . Background information: hypertension . References for Background Information . References/Bibliography for Project . Letters of Support Project Budget r f Narrative Budget Justification rs, 00187 _=aDo5_,l 'Su=ary Sheet (continued) :1-e of Project 4YPfRT SIa.V C00RDMAMM, COUNCIL The project will address objectives dealing with increased consumer participa- tion is %B.P. planniogjand in implementing planning efforts toward long terse objectives of irproved county-vide distribution and delivery of high blood pressure services, with priority activity in high risk target areas (exa:Vle: low income areas). The council :ill work closely with R.S.A. in planning local services. The rajor short term objective would be the creation of a functioning representa- tive (50% consumer. 507. provider) County hypertension Coordinating Council, vnich would have as two initial tasks: (a) the planning of at least one additional H.B.P. control project in a high risk target area (b) the demonstration of an improved level of coordina- tion o; H.B.P. services throughout the county (elimination of duplication of services). D. Activities The activities of one project staff would include (but not be limited to) the following: (1) organization of one H.B.P. Coordinating Council and recruitment of members. (2) staffing all meetings of the council and it's c- ittees. •(3) authoring (with input from council) planned project regarding K.B.P. (6) publication (with input from council) of a county-gide 5-year R.B.Y. control plan. (5) publication of a directory of county H.B.P. resources and resource library of R.B.Y. educational materials. (6) consultation to existing H.B.P. projects especially with regard to evaluation and quality control. The project will be staffed by a Program Assistant and a Clerk (part-time). PRO?OSAL SWN-1:v_ SEir.£T H £SR T M4S ION CD0RDDMTDM COUXCM ,F=c=t Requested for Budget ?-�riod CL'11.�� CUSTA Col—rsTY BEAU.[ D PARZC:�T MI Ward St., (P.O. $os 871) `Irtijes Calif. 94558 3 ccsc=:be bt--efl -. ^ze x=o3Je=s,or ;seeds addressad in the proposal. size, a=d cbaractertstics of the target population. of the proposed ,project. - tZi,2s to be perfo..:..ed, in order to achte7e the: stated objec ZtV*s. Vi 1;z -.AY A. xrd5leas/needs addressed in proposal: _ The County of Contra Costa has a population of 582,829 residents (1975 census) ani his within its` boundaries three areas defined as cedically underserved in a ;recent U.S.A. proposal. (These areas are: Richmond. Pittsburg - Vest Pittsburg and Brent- aid-t3alep-Byron). - nt present there are only fragment ed control services, with most activity bind in intermittent screening efforts. In addition, the eastern pact of the county,. t%e reZ;ion z.ith the lowest inrtos -, also has the fewest medical and high blood pressure coC:_r of r asour cis. in suv=s3ry, there exists a 3efinite need for county-slide assessment of high blood pressure service needs in order that rational planning and coordination of H.B.P. control ser%-ices -say be carried out. with a'priority given to areas where need is Oot,-,;—ined to be the greatest. A- of Tar,!-:" :ns rorul'2tinz addressed is defined in the -AbO ; sa�;iQn. '_ ^Ss a� ice :°cps.<•.d ?rte.= V ' ',"le •,Z*ice-sty ,.oat of the project is to decrease the =arbfdity and =artaLity zrrn b:r:r:e lion and hypertension related diseases. STAB° .��•,A;;rCt.+lA—hfatlM AND wEtfAtf AGEN," G. DROWN la., D_:a.;�RTM£NT OF HEAE.irf GRANT APPLICATION 3a�r y�1 TO BE CCMPLETED SY APvLIC.-VT 1_ TITLE OF PROJECT IOR PROGR"I HYPERTENSION COORDINATING COUNCIL 2 NAME AND ADDRESS OF APPLICANT[Sams- uotber. 5. PROJECT PERIOD Saret cay.Couary.Sun IIT Cody FROM l.Ila.Dep. Yrj THROUGH(.Ifo..Day. Yr.) CONTRA COSTA COUNTY HEALTH DEPARTMENT. 1111 Ward Street (P.O. Box 871) October 1, 1977 July 31, 1978 Martinez, California 94553 � BUDGET PE4100 - FROM(Ma.ray. Yi j THROUGH lblo.Day. Yr.) October 1, 1977 July 31, 1978 • 7. AMOUNT REQUESTED FOR a BUDGET PERIOD $ 15.0011 a. EmpLOVF_R*S IDENTIFICAT1011 WJUS A(if- applicable Unci"s rwdinre eoatap 4. DIRECTOR OF PROJECT(1FP0Z= a or Caste Divccmr iL FINANCIAL MANAGE.tiIENT OFFICIAL NAME fLam Fv=.Waddle t,oralj mAPAE(Less:Firstb uWc L-wzdtj ❑ W. 19 Mr. ❑ ?.Ga Word, Orlyn H. Meyer, Donald R. ���Dr- t � t5>.eilY/Ti TLE HEALTH OFFICER TITLE DATA AND PROJECT COORDINATOR 5=AL SECURITY NtrASER 439-26-9473 AD0RESS($:reef Pieasbrr for Boz tivaicj.S-Mt a---GEtr. ADDRESS lSarss JV_h_(or Bax JV--bo).Sarre varve.Clrr. S:rr lar Cacaayj.ZZ?Cady Sane(or Cou4v7).ZIP Code) Contra Costa County Health Department Contra Costa County Health Department 1111 Ward St., (P.O. Box 871) 1111 Ward St., (P.O. Box 871) Martinez, California 94553 - Martinez, California 94553 OFFICE-ELEPHONE(.leen Code.TaL/Yat.E=ctn ) � OFFICE TELEPNOYE(.Urs Co*.T&ho..Ezwnignj (415) 73 2-?SDL. _. (415) 372-2530 Av_�;.S; x:�_'rr el G•'Wit:_':�':ri;cj._ _i,a lsr.r�i s.�::ad Proicer Q;:r_:�:of SIGN ATURES -121--a Ink- �.1-!*Sf sJ►'!�:' MAPPLICANT HYPERTENSION-COORDINATING COUNCIL ' tea rQrJ�j "� GATE(�:n., D:R EC70ft OF PROJECT DATE • S vA7U �l ` OF;:,CIAL AUTMOR!Z`-D TO SIG:, FGR 1 U naR- A??LIC:-:+T In the Board of Supervisors of Contlla jCosta County, State of Califomia October 4 _P1977 la the A%ffer of Report of the Finance Committee on Application for a Hypertension Project. The Board on September 27, 1977 having referred to the Finance Committee (supervisors R. I. Schroder and J. P. Kenny) a request from the Director of the Human Resources Agency that the Board authorize the submission of an-application for state and federal funding for a hypertension project; and The Finance Committee (Supervisor E. H. Hasseltine substituting for Supervisor Kenny) having submitted an October 4, 1977 report recommending the following: 1) Authorize the Chairman to sign the application for funds; 2) If the funds are granted, that the Health Officer explore with private agencies in the community the possibility that the County sight contract with such an agency for the staffing of the proposed Hypertension Coordinating Council rather than having this staffing provided with County employees; and IT IS BY THE BOARD ORDERED that the recommendations of the Finance Committee are APPROVED; PASSED by the Board on October 4, 1977. 1 hweby cm Wy dict the 6, go' h a fmo and corrad copy of an order eoterod an the minutes of soil Board of Supervisors on the dote aforesaid. cc: Director, Roman Resources Witness my bond and the Seal of the Board of Agency Supe'vis— Cont act s Grants Unit afr, this 4th day of_October 19 77 Health Department County Administrator J. R. OLSSON, Clerk Deputy Clerk Jamie L. Jo on n�Q62W 00 H-?4 i^G 1%. i In the Board of Supervisors of Contra Costa County, State of California October 4 .19 77 In the Moth of "Preliminary Operating Plans for 1978, Central Valley Project" The Board having received a copy of "Preliminary Operating Plans for 1978, Central Valley Project" from the United States Department of the Interior, Bureau of Reclama— tion; IT IS BY THE BOARD ORDERED that the aforesaid cor,mmnication is REFERRED to the Public Works Director. PASSED by the Board on October 4, 1977. r 1 busby cerWy tbaf ibt foetpoirrp b a trite and aired copy of on order entered on the minutes of soil Boord of Supwvbm an As daft aformoKL CC: Public tlorks Director wines my hood and the Seal of the hoard of County Administrator affiizsd this 4th day of Cctober . 19 77 Jam.J. R. OLSSON. Clerk ! t By. ., +Pab Clerk ie G rrez 0082 H-2i N)15re r In the Board of Supervisors of Contra Costa County, State of California October 4 1977 In the Maher of Refund of contributions to the cost of undersrounding utilities Subdivision 4943. San Ramon Area. The Board of Supervisors on August 23, 1977 having referred to the Public Works Director for report-letter from Woodhill Development Company . requesting the refund of the $16,000 fee paid for the future undergrounding• of utilities along the San Ramon Valley frontage of Subdivision 4943; and .The Public Works Director having submitted a report and a recommendation that the Auditor Controller be authorized to refund the aforementioned 516,000 fee; and IT IS BY THE BOARD ORDERED that the receipt of the report of the Public Works Director is ACKNOWLEDGED; and IT IS FURTHER ORDERED that the Auditor Controller is AUTHORIZED to refund to Woodhill Development Company the $t6,000 contribution to the Road Fund as evidenced by Auditor's Deposit Permit Detail No. 146744, dated May 13, 1977) such contribution having been part of a $62,OOO contribution including road improvements. PASSED by the following vote of the Board on October 4, 1977: Ayes: Supervisors R. 1. Schroder, E. H. Hasseitine, W. N. Boggess. Noes.: Supervisor N.. C. Fanden Absent: Supervisor J_ P. Benny. In voting No Supervisor Fanden advised that she is opposed to the xray that this occurred and feels it is the developers responsibility to pay for underground utilities in connection with Subdivision 4943. I hefty e:ertify that 111eyforen4 b a true and corred copy of on order entered an the minutes of said Board of Superverars an the daft aforesaid. lA th—my hand and the Seal of the Berard of Originating Dept: PW w'a's LDO arirs.d th4lith day of October 19 T7 cc: Woodhi l l Development Co. J. R. 0LSSC)1V, Cleric 348 Alamo Square Alamo, CA 94507 By os.v Deputy Cleric Public Works Director N. Fous Director of planning poseadw (on } Auditor-Controller A H-2431760- O q fO f9 a q UN O f7 4 U `� 4 Q 4 a Q O C -' R r) Q S6 4 ^) _c U p Ls.L:. U. L=• L'. U. y -.- L:.U. L:. < n L:.Lt. ;LT, u.LU U. Lz.Lt.Lt.LL. LL L•. < E < = = _ = ^ L L L = = _ >. L Y ^ = x C C C = -Y = ^ ^ C C C T N T C3 0 ca iA � hh[% h> tAhtn t2'Aaa 2 HO � ytI�VS Ohyt/a] to to to .fl O O O-2 .2 OOOOOOOOO O O O O— .2 .2 O—.2.2 0 2.2-2 .2 .2 .2 OOO C v v v u v c) is v v v u6 ; ; v v v v u v 5 u is is 5 V 6 u t 16 v u u ~•, Y d Y y U y U d d d d y y a Y u Y d U d U U Y U U y U u U a V U V �Y := aaaao. ccacaa � aacaarso. caa. cx c. o. aa. c. n. = n. ^ x• _ S..L. r oo tp [i0 tap G4 to OO rd sD to C6 a0 m m tap e_0 e_0 np t�0 C6 m = O GO w = = = c0 0o t0 L .. C _ ` � N N N N N N N N N N N N » N M N N N ,N •N N N N •N N •H •N •N N •N L y y Y Y d y U y y y Y Y d d y y y y y y U y Y y U U U U Y U U U 6) u � �-FFFFFFFFFFFHFFFFFFFFFF FFHHFFF FHH r F„ O L. M uuur` u u a — 2 a .. 0 u C v o .v v v 0 3 2 = = o a a o � 2 - 0 2 2 9 2 2 a 2 a V V •?a O O() » U N a U Y ^ ^ 0 �+U = r✓ u � -o � — __ — =a °'� �" o` d� � oU o =9 Q o :7- 2� 5 v, in in Q�CJ o = 3� ."c y!3 Ls'U�3L)3 u o u v a aCQw�3Liu: cibCE �n c'�v���ax >t4�z E F N N N N N N N N N ^ C d.r O O O O O O O O O O O O O O O O d d y d y Y 67 d O O c= %n000Mo—000n0Cv oNvv„ NC-%m00sto Qoo o O OOaofn v NN'7 (n Nt+lf7r+ en It NNl/)t- > onC.1 CJ N V!VI V)V!N H!iA N N V!to V!H W%V/ O\ 603,60% �7 Q a o Q _ E x u co 9 " V = eb 3 vs v' rj o _o �_ = ae t v O v �0� U n ^ O O v o-�'v O n g t) 3 ca � Cc) C E ta Ems., uU E-t�'a •- �,v V Q 3 3 3 y xd cyaa..'1 uEo-E.'nxF a '�.o ._ ,., n r s a_ a O nptn i �4. OL'. G a1i1 ^ tr N? > NGG N .. .. i9 NVI rs •L ,. = u � __ .r f-3V7 00 T i{. < —1 a C 7 ? u r.@ y +0� y u t 4 O r. ..moi. U u U 72 ►. .. r..F i r G •L7 L w. .�..• Q) r U a. L� Y_ fa ONU O r f a :L722 F-: 1AOU . 11'I � U O UO U� UQOG• ;_O O OC. 9 0", HALES TESTING LABORATORIES PART VI. MISCELLANEOUS TESTS 1. Conductivity Test on Conductive Flooring -4 Hour Minimum ............... S 30.00/Hour 2. Pachometer.Locating of Steel with Instrument-4 Hour minimum ............... 30.00/Hour 3. Schmidt Hammer Test of Concrete-4 Hour Minimum......................... 30.00/Hour 4. Proof Load Testing of Anchors: a) Man with Equipment.each.......................................... 30.00/Hour b) Additional Technicians,each ........................................ 24.00/Hour c) Equipment for special conditions,cast+15% 5. Test of Roofmg Tile a) Flexure Tat....................................................... 10.00 each' b) Absorption Test .................................................... I0.00 each' 'Unit curse is baud on a rutin of rm units per ter,bss Om&a=its add 30S to uak chagt 6. Tests of Asbestos Cement Pipe a) Crushing Strength Test...............................................20.00 each b) Alkalinity Test .....................................................30.00 each c) Uncombined Calcium Hydroxide (Keasby-Mattison)........................35.00 each 7. Gypsum or Foamed Concrete Inspection of Placement and Sampling-4 Hour Minimum ......See Technics!Service Rates Compression Tests ...................................................6.00 each 8. Fueprooling of Structural Steil Inspection of Placement and Sampling-4 Hour Minimum ......See Technical Service Rates Density Tests (per set of 3) ........................................... 17.50 each 9. Cement Content of Hardened Concrete ................................. 175.00/Sample 10. Molds Hardness Test.................................................. On Quotation SUPPLIES 1. Cylinder Carriers,per pair ............................................. S 15.00/Pair 2. Kcllv Ball Penetrator (for slump test) .......................................50.60 each 3. Stump Cone ...........................................................20.00 each 4. Tamping Rod ...........................................................3.00 each 5. Slump Cone and Tamping Rod.........................................23.00 Complete 6. Concrete Scoops........................................................ 10.00 each 7. Wire Mesh Cages (6"x 12") for Shoterete (Ganite) specimens....................4.00 each 8. Cylinder Molds,6"x 12-.Single Use.with Lids.Meld .......................... .75 each 9. Cylinder Molds,2-x 4"and 3"x 6" ....................................... • SO each 10. Cylinder Molds.3"x 6- (4 unit styrofoamw/cover) .............................2.00 each 0"079 !V t -14 HALES TESTING LABORATORIES PART V. SOILS TESTING • BASE COURSE MATERIALS AIOISTURE DENSITY DETERMINATIONS - Compaction Characteristics Maximum Density - Optimum Moisture Determination Each Material Type i. ASTM D698 - AASHO T99: .......................................... .S 50.00 2. ASTM D1557 - AASHO T180: ..............................................65.00 3. Test Method California 216D (Calif. Impact), . Part 11 Five(5)layers, Four(4)Points-Standard Method ..........................75.00 4. Control of Compacted Fill ...................................See Technical Service Rates 5. Moisture-Density Checkpoint for Identification of Material...........................25.00 BASE COURSE MATERIALS: 6. "R"Value by Test Method California 301B.inc.Kneading Compactor,Hveem Stabilometer,Exudation Pressure.Expansion Pressure, per set of 3 specimens ..........S 75.00 7. Sand Equivalent (average of three trials) .........................................30.00 8. Abrasion Resistance - Los Angeles Rattler, 100 do 500 Revs. (Calif.211) ..............76.00 9. Soundness Test,Magnesium or Sodium Sulfate,5 Cycles,per sieve size.......:. 25.00/Fraction 10. Sieve Analysis of Pit Run Material to 254-"max.size,inc.Wash ....................50.00 each 11. Durability Factor (aggregate Base Mat'L) (Calif.229-E).........................80.00 each 12. California Bearing Ratio (U.S.Corps of Engr.Procedures) Cohesive Soil ................................................. 425.00/Sample Granular Soil .... ............................................. 200.00/Sample 13. California Bearing Ratio at 95;6 max.density ............................ 425.001 Sample CONSISTENCY LIMITS 14. Liquid Limit and Plasticity Index -ASTM D423,D424 ..........................S 50.00 15. Hydrometer Analysis (does not include sieve analysis) ..........................50.00 each 16. Shrinkage Limit, ASTM D427 ............................................25.00 each 17. Shrinkage Ratio. ASTM D427 ............................................25.00 each 18. Volumetric Charge, ASTM D427 ..........................................25.00 each 19. Lineal Shrinkage, ASTM D427 ............................................25.00 each 20. Specific Gravity (approximate) ASTM D427.................................50.00 each 21. Preparation for Plasticity Index when found Non-Plastic ......................... 10.00 each LII►IE OR CEMENT TREATED BASE: 22. Lime or Cement Content C388-D ...................................... S 30.00/Point 23. Compression Tests a) Molding and curing set of 3 specimens .................................. 28.00/Hour b) Testing ............................................................8.00 each -9- HALES TESTING LABORATORIES PART IV, ASPHALT • ASPHALTIC CONCRETE • MINERAL AGGREGATES: PHYSICAL-MECHANICAL TESTS LIQUID AND PAVING ASPHALT 1. Flash Point ...................................ASTM D 1310 or D92......S 25.00 each 2. Saybolt Viscosity ............................................ D88........30.00 each 3. Distillation to 680°F. ....................................... D40........40.00 each 4. Residue to 680°F..Per Cent .................................... 0402.......55.00 each S. Penetration................................................. D5 ........22.50 each 6. Solubility ..........................................D2042 or D4 ........20.00 each 7. %Water ................................................... D95........ 12.50each 8. Softening Point ............................................. D36........25.00 each 9. Specific Gravity ............................................. D70 ....... 25.00 each 10. Otiensis Spot Test............................................ D1370..... 75.00 each 11. Ductility................................................... D113 ...... 90.00 each 12. Loss on Heating ............................................. D1754..... 20.00 each ASPHALTIC CONCRETE AND ROOFING 13. Film Stripping ....... ....................................Cal_302......S 40.00 each 14. Centrifuge Kerosene Equivalent Inc. K Factor ..................... 303........ 65.00 each 15. Stabilometer Value of Bituminous Paving Mixtures,including Sample Preparation ..... ..................................... 304......35.00/Point 16. Stab-dometer Value of Premixed Sample .......................... 304_.....22-501 Point 17. Swell of Bituminous Mixtures .................................. 305........ 20.00 each 18. Cohesianeter Value in Conjunction with Stabilometer Test ........... 306........ 27.50 each 19. Bitumen Content of Paving Mixtures ....................... ................40.00 each 20. Gradation on Extracted Sample including Wash ...... ..........................30.00 each 21. Inspection of Batching and/or Placing of Asphaltic Concrete.........See Technical Service Rates 22. Marshall Test. Cored Sample ..............................................45.00 each 23. Marshall Test. Remoulded Sample (includes moulding set of 3)........... ....... 90.00/Set 24. Complete Design of Wearing Surface by Marshall Method (15 Sampls per U.S.Corps of Engineers for Airport Pavement) .................. On Request 25. Roofing: Ply Count and Asphalt by Difference .................... . D2829:...35.00/Hour 26. Moisture Vapor Susceptibility including Stabilometer and Moisture Content......... 90.00 each 27. Specific Gravity of Compacted Sample ........ ............................. 12.50 each 28. Nuclear Probe Field Density Testing (4 hour minimum) . ...................... 29.00/Hour AGGREGATES FOR ASPHALT CONCRETE 29. Sieve Analysis of Aggregates, per"bin sample' ... ...........................S 12.00 each 30. ,Material Finer than No.200 Sieve (By Wash) ................ ASTM C117....... 1250 each 31, Sieve Analysis,including Wash Referee Test,Pit Run............ CAL.202.•••.... 50.00 each 32, a) Resistance(R)Value (3 points)..... ..... ................... 301 .• . .. 75.00 each b) For cacli additional point on same sample .................... ............ 20.00 each 33. Sand Equivalent ...................................... . .. .. 217........ 30.00 each 34. Vet Shot Rattler Test.................................... . 210........ 60.00 each 35, Los Angeles Rattler Test (Loss after 100&500 Rev.)............. 21`1.........60.00 each -8- wi?? HALES TESTING LABORATORIES PART 111, STRUCTURAL STEEL • REINFORCING STEEL • WELDED STEEL NON-FERROUS METALS: PHYSICAL-MECHANICAL TESTS OTHER PHYSICAL-MECHANICAL.TESTS: 18. Cold Bend Test,V.-"t x I"w specimen.....................................S 7.50 each 19. Tensile Test,Yield Point,Elong.,R.of A.,to IW'Sq.Inch Cross-Section Area ...... 12.00 each 210. Tensile Test,Yield Strength @%offset (0.505".0.357",0.252"Dian.specimens).... 15.00 each 21. Stress-Strain diagram with report,additional charge............................ 15.00 each 22. Tensile Test,Cast Iron Type"B"Specimen,0.750"diam........................ 9.00 each 23. Tensile Test,Cast Iron Type"C"Specimen,1.250"diem........................ 11.00 each 24. Trans%vrse Test,Cast Iron,as per ASTM .................................... 15.00 25. Tensile do Compression Tests,0.505"diam.,at elev.temp.to 1800°F. .......... On Quotation 26. Tension Testing using Strain-Gage adaptation and analyses on structural member of component parts .................................................. On Quotation 27. Compression Test on Metallic Material.................................... On Quotation 28. Rockwell Hardness Test (3 readings) (plus preparation)........................ 6.00 29. Brinell Hardness Test (per point).......................................... 6.00 30. Brinell Hardness Test in Field (4 hour minimum) ............................ 30.00/Hour 31. Preece Test,ASTM A239 (6 Dip)..........................................18.00 each 32. Weight of coating in zinc coated article,ASTM A90 ............................18.00 each 33. CHARPY or 1ZOD IMPACT TESTS (Min.of 3 specimens) (absorbed energy only) a) Room Temperature ...............................................S 5.00 each b) To Minus 100°F. .................................................. 9.00 each c) To Minus 320°F. ..................................................15.00 each NMT- 1tom:meat"rw=tirg of beada:psatioa-so-so pat spcc o flpwzeseest aad"Votting of S of shot-S I Ae Po spmoea 34. TESTING MACHINE TIME (One man and equipment)' a) Universal Testing Machine,60,000 lb.capacity ........................ S 30.00/flour b) Universal Testing Machine,200,000 lb.capacity ......................... 50.001 flour c) Universal Testing Machine,300,000 lb.capacity ......................... 50.00/Hour d) Low Strength Testing Machine, 5-500 Kg rangy ........................ 50.00 J Hour *%um per bou additioaaf am 35. CALIBRATION TEST OF HYDRAULIC RAMS AND DYNAMOMETERS a) Universal Testing Machine and 2 Technicians.......................... S 78.00/Hour b) Tabulation of Data,Plot Curve,Report ................................ 35.00/I lour 36. CALIBRATION OF PRESSURE GAGE,DEADWEIGHT,min.charge ------------ 25.00 each 37. UNCOATED 7 WIRE STRAND for PRESTRESSED CONCRETE. Y,"to 56"diameter,as per ASTM A-416 a) Breaking Strength only,.............................................S 35.00 each b) Yield Strength,Breaking Strength and Stress Strain Carve.. .......-------- 60.00 each NOTE: 4 spc meo prcparatwa or wacsiearf at euo colt by %Pmat fixtures and matetats amesua for testwg at extra coat y Prim fot f'hy*2k&&=h="Tcaing Semi=oat 1 ucd.it be quota upon teq-W11 6 HALES TESTING LABORATORIES PART 111. STRUCTURAL STEEL • REINFORCING STEEL • WELDED STEEL NON-FERROUS METALS: PHYSICAL-MECHANICAL TESTS REINFORCING STEEL: 1. Tensile and Cold Bend Tests: a) Size No. 2 through No.8 ...............................................S .16.00 b) Size No.9 through No. 11 (I VL"Square) .................................. 18.00 c) Size 14 (Tensile only) (plus Machining) ................................... 20.00 d) Size 18 (Tensile only) (plus Machining) .................................... 25.00 Deformation Test through Size No. I I .................................... On Quotation Sampling or Tagging Reinforcing Steel ..........................See Technical Service Rates WELDER QUALIFICATION: 2- Tension Test,Reduced Section: a) Specimens w/cross-sectional arta to 1"Sq.Inclusive ......................S 10.00 each b) Specimens w/cross-sectional area over I"Sq. ............................. 15.00 each 3. Side Bend Test ......................................................... 6.00 each 4. Guided Bend Test. Root or Face ... ...... ................................. 6.00 each 5. Free Bend Test including percent Ductility -------------------------------- On Quotation 6. Nick Break Test ........ ............................................. On Quotation 7. Transverse or Longitudinal Fillet Weld Shearing Test ................................30.00 8. Light Gage Welder Qualification Test ..................................... On Quotation 9. Witnessing Welding Test or Processing Reports....................See Technical Service Rates 10. Radiographic Examination of Procedure,or Operator Qualification Tests ......... On Quotation STRUCTURAL STEEL: 11. Tensile and Cold Bend Tests to l"Plate Thickness Inclusive ..... .............. S 18.00/Set 12. Tensile and Cold Bend Tests,Specimens over 1"Thickness .................... On Quotation 13. Flattening Test (Pipe) .................................................. 6.00 each 14. Tensile and Flattening Test (Pipe) .......................................... 18.00/Set HIGH STRENGTH BOLTS: 15. Bolts: (to 1-1/8"diameter inclusive): a) Proof Load Test .... ..............................................S 12.00 each b) Ultimate Load Test . . .. . .... .... ...... ............................. 8.00 each c) Hardness (Rockwell) Test.average of 3 readings ....................... 6.00/Sample 16. Nuts: a) Proof Load Test .. . ............................................. 10.00 each b) Hardness (Rockwell)"Test.average of 3 readings --------------- .. 6.00/Sample 17. Washers: a) Hardness (Rockwell) Test,average of 3 readings ................., :. 6.00/Sample b) Depth of Carburization determination ...................... }_.::t-........ 25.00 each 001'75 HALES TESTING LABORATORIES PART 11,PHYSICAL-MECHANICAL TESTING CONCRETE - AGGREGATES - CEMENT - MASONRY MATERIALS CORING-CONCRETE,MASONRY OR ASPHALT: 33. Equipment and Operators(2).......................................... S 50.00/Hour 34. Bit Charges: a) 2 inch core x 4 incl[length or less ................................... 17.50/Core b) 4 inch core x 8 inch length or less ................................... 30.00/Core c) 6 inch core x 12 inch length or less ................................... 35.00/Core d) 8 inch core x 16 inch length or less ................................... 50.00/Core 35. a) Compression Tests on Core Specimens.2",,V'.6"diameter ................. 9.00 each b) Compression Test on 8"diameter Core Specimen ......................... 20.00 each 36. Shear Tests on Core (Masonry) .. ....................................... On Quotation [MOTE: lnpuiee End Cooditim of Cooaeoe Core Specimen of ammw)at esus eom CONCRETE MASONRY UNITS: 37. Compression.ASTM C140 (8" x 8"or 8"x 4"x 16"units) ...................S 10.00 each* 38. Absorption and moisture,ASTM C140 ......... ............................ 10.00 each* 39. Tensile strength,Calif.Masonry Assoc. ..................................... 40.00 each* 40. Linear Shrinkage (Rapid Method) C.M.A. ASTM C341 ....................... 20.00 each* 41. Linear Shrinkage,ASTM C426 (Modified British Method)...................... 35.00 each* *Unit chaW a based on cmWacum ASTM series of three%ails pa test.ka than these uoks add 3M to unit cbagw BRICK: 42. Absorption,with saturation coefficient,ASTM C-67 .........................S 17.50 each* 43. Compression,ASTM C-67 ............................................... 10.00 each* 44. Modulus of Rupture,ASTM C-67 ......................................... 10.00 each* •Unit ch&W is based an conducW*ASTM tales of throe rails per tat,las than tkw units add 30%to unit duwzr. COMPRESSION TESTS: 45. Mortar cylinders (2"x 4") .............................................S 6.00 each 46. Grout prism .......................................................... 8.00 each 47. Mortar or Grout 2"cubes................................................ 6.00 each 48. Cure and Hold Specimens of Mortar and Grout .............................. Same as Test 49. Compression Tests of Grouted Masonry Prisms ............................... 35.00 each NOTE: Psepmum of Gemmed Kowa!tars(of aeaettrr=1 at Cum COL HALES TESTING LABORATORIES PART 11. PHYSICAL-MECHANICAL TESTING CONCRETE • AGGREGATES • CEMENT • MASONRY MATERIALS CONCRETE AGGREGATES: 1. Tests of Aggregates for Mix Design,Per Sample(including items 2-6) .............S 50.00 each 2. Sieve Analysis: Coarse aggregate ......... .................................. 15.00 each 3. Sieve Analysis: Fine aggregates.including Wash ... ..........:.................25.00 each 4. Specific Gravity only,ASTM C 127, 128,SSD, fine or coarse ..................... 12.00 each 5. Absorption.Erne or Coarse Aggregate,ASTM C127, 128 ........................ 12.00 each 6. Unit Weight(Aggregate)ASTM C29 . ..... .................................. 12.00 each 7. Organic Impurities in Sands for Concrete.ASTM C40........................... 15.00 each S. Sodium or Magnesium Sulphate Soundness,ASTM C88,min.S cycles .......... 25.001 fraction 9. Los Angeles Rattler Test.500 Revs.,ASTM C 131 ..............................60.00 each 10. Wet Shot Rattler Test (Method No.Calif.21OC)... .. ..........................60.00 each it. Measuring Mortar Making Properties of Fine Aggregate,ASTM C87 ............... 120.00 each 12. Cleanness Value (Method No.Calif. 227E) (Course Aggregate Only) ...............35.00 each 13. Sand Equivalent Test (Method No.Calif.21711) . ..............................30.00 each 14. Durability Factor,Concrete Aggregates (Calif 229-E) (per Fraction)' .............45.00 each 15. Flat and Elongated Particles in Coarse Aggrcgatc (Corps of Engrg.).................35.00 each 16. Potential Reactivity of Aggregates (Chem.Method) ASTM C289 ................ 125.00 each *Docs&x iadwk sample prepamwo or sieve ambsis CEMENT: 17. Cement Sampling and Storage by"Grab Sample"Method,per Title 21 .........E 9.00/sample 18. Physica)Chemical Tests on Portland Cement ................................. On Request CONCRETE: 19. Concrete Mix Design or Review of Submitted Mix Design ......................3 45.00 each 20. Laboratory Trial Batches,per Trial Batch ... ..... ........................... 140.00 each 21. Compression Test,6"x 12"Cylinders.as per ASTM C39 .........................6.00 each 22. Cylinder Molds,6"x 12"Acetal,with Lids................................... . .75 each 23. Unit Weight using 6"Concrete Cylinder......... ...............................7.00 each 24. Concrete Cylinders,Processed and Cured.but not Tested .........................6.00 each 25. Compression Test Gunite Cylinders,6"x 12" ..... .............................9.00 each 26. Wire Mesh Cages.6"x 12". for nuking Gunitc Specimens,each ....................4.00 each 27, Gunite Cylinders,Processed and Cured.but not Tested .. ... ... ...................9.00 each 28. Flexural Strength of Concrete.6"x 6"x 24"Specimen,ASTM C78 ............... 18.00 each 29. Volume Change of Concrete (Drying Shrinkage Test as specified by ASTM Designation C157 or State of Calif.Test Method no.Calif. 530,(does NOT include Trial Batch) . .... . . . . ... . .. . ... .. . . .. . .......................... 100.00/set 30. Creep of Concrete in Compression,AST161 CS 12 .... ............. ........... On Quotation 31. Static Young's Modulus of Elasticity in Compression of 6"x 12"Clyndrical Specimens.ASTM C469 . ... ... .......................I................... 75.00 each 32. Splitting Tensile Test ........................................ .....:... 10.00 each -4. W173 z� HALES TESTING LABORATORIES PART I,INSPECTION AND TECHNICAL SERVICES SPECIAL TESTING: Special testing consists primarily of load-dellection tests to verify the properties of a complex struc- tural or mechanical member. It can include the design and fabrication of special testing fixtures,special loading systems, special instrumentation and data acquisition systems or a combination of these ele- ments Such tests are performed on a time and expense basis,or in some cases a Lump Sum price can be negotiated TESTING OF CARGO CONTAINERS: Included in Special Testing is the structural testing of sea-going and air-borne cargo containers up to forty feet long. Thew tests ate performed at our outdoor testing frame at our facility in Santa Clara. Testing is generally performed on containers for compliance to ABS or ANSI specifications_ PANEL CERTIFICATION TESTS: Facilities and Staff are available for testing pre-fabricated panels in accordance with ASTM E72. STRESS MEASUREMENT: Stress measurement by strain gage or photo-elastic methods can be performed at our laboratory, your shop. or anywhere in the world_ Photo-elastic methods include both stress frozen models,birefringent prototype coatings, and Modeltech analysis. Residual surface stresses can be determined by strain gage and x-ray diffraction. Consultation and the design of instrumentation and data acquisition systems are provided. ACOUSTIC EMISSION STUDIES: Either spot chert;or permanent monitoring systems. JY f:4 4. 0-01-72' ty HALES TESTING LABORATORIES PART 1.INSPECTION AND TECHNICAL SERVICES BASIS OF CHARGES: 1. Inspection and Technical Services including travel time from portal to portal are-charged.at hourly base rates. 2. Premium Charges arc added to base rates for overtime.Sunday and Holiday work,swing and grave- yard shift. 3. Minimum hourly charges are as follows: a) Inspectors Services under 4 hours ........................................ 4 hours b) Inspector's Services over 4 hours ......................................... $hours e) Show-up Tune ............................................... ...... 2 hours d) Sampling and Tagging Materials.minimum.................................. 2 hours e) Pick-up of Samples,minimum .........................I................. I hour 4. Expenses are charged as follows: a) Subsistence(as per union contract) .................................... Cost+ 15910 b) Mileage: No charge for mileage under 50 miles round trip Mileage in excess of 50 miles ........................................... 20¢Mile c) Rental of Equipment,Outside Services and Consultants,Transportation Fares for Public Carriers,Puking Charges when not provided by Client,Telephone Charges, Tolls.etc ..... .................................................. Cost+ 15% d) Freight Charges for Sample Delivery (Minimum billing:S2.00) ............... Cost+ 1590 S. Minimum Charges for services when billed separately............................ S 12.50 BASE RATES: 1. Inspectors Services(includes Supervision) a) Review of Speof catam rem b) oepetaatioe of Wack Asv;aeeats t) Job Meetw Cmdesesoes,Telepboee Cans d) Review sed Foaowp of Rspwu e) t'gest Cbatn.mdMn Fidel Tres RATES PER HOUR......... S 24.00/flour 2. Laboratory Technician,including Supervision ............................. S 2800/Hour 3. Ultrasonic Testing,including Supervision................................. S 28.00/Flour 4. Radiographic.Magnaflux and other Non-destructive Testing ................... On Request S. Staff Engineei s Services.............................................. S 35.00/Hour 6. Staff Consultant or Principal Engineer ................................... S 45.00/Hour PREMIUM CHARGES — Add to Base Rate: 1. Overtime ................. ................................... Add S 7.00 flour 2. Sundays and Holidays .......................................... Add S 14.00/Hour 3. Swing and Gra%xyard Shifts ...................................... Add S 4.50/flour 4. Nuclear Probe for Field Density Tests .............................. Add S 5.00[Hour '2' 00171 � y HALES TESTING LABORATORIES FEE SCHEDULE EFFECTIVE UNTIL MARCH 1.1978 TO OUR CLIENTS This Schedule of Fees is based on and adjusted to negotiations completed with the Operating Engineers Union,Local 3,the bargaining union for our Inspection and Testing personnel. For budget purposes,we will be pleased to present written proposals for our services on any mgjor project upon request. You are cordially invited to visit our Laboratories,meet our Staff,and look over our fatuities. IF 100-1 D.D.Donaldson,President SAFETY Hales Testing Laboratories subscribes to all Federal and State Safety Codes and Regulations.However, we cannot act as safety inspectors and we assume no responsibility for job safety conditions except where unsafe conditions affect our employees TERMS OF PAYMENT Invoices arc submitted either an a moaWy cassis at saes seek n completed.They become due and papblc,bw renderrd and if am paid sithaa tarty-f"days ate waled to a smelt churl of 1%per tttoatk thereafty,until paid.If suit or action is iossituted flat aoaq>,ymeat,or otk=carie,tbt diau stns be liable tar incl►was as the court may adjudge angaable for AttantT%fen and other custa in said wit at action It is tnptestty agleed and wdentood that the itare of say spch suit or action sba9 be,at the dwietion or tWa Testmog t-Aosta its in any court of cnapeteat iu bgocam.khanrbe County of Aboada.Stam of Gtifornut.Nair Tcxuq Ltbataraeiss my at its--vidthald dabmy of teporn sad othtirdata pendiot teceipt of paytaeot for an seteicss seatlgtd 0170 HALES TESTING LABORATORIES personnel charges shall be compensated at the sates shown on the attached Fee Schedule less five percent (5%) . All other charges will be as per Fee Schedule, with the following exceptions: 1. There will be no charges for mileage and travel time to the job site. 2. Fee schedule will be adjusted after March 1, 1978 in proportion to increases negotiated into Onion contract. (Estimated at this time to be seven percent (7%)) 3. Cost of personnel sent to Japan will include actual air fare and subsistence. Subsistence is estimated- to be $75.00/day. Y a } a^ M W HALES TESTING LABORATORIES APP88DIS 'A' Consultant will furnish the County with proposed testing program, staffing, and cost for each major construction phase to include the following scope of work. 1. Concrete mix designs and trial batches. 2. Concrete placement inspection. 3. Fabrication shop welding inspection (Japan). 4. Field welding or bolting inspection. 5. Deck welding inspection. 6. !Masonry inspection and tests. 7. Precast concrete fabrication inspection. 8. Precast concrete erection inspection. Budget forecast for the above was included in Hales' Sept. 9, 1977 proposal. Because construction schedules and quantities on all items are not known at this time certain assumptions were used in order to arrive at a forecast total. As quantities and schedules are developed and contracts are awarded for the various phases Hales will forward budget estimate costs based on those schedules. M198 aM' CONSULT11' SERVICES AGRE_i'ENT S3 cial Conditions. T--se Spec-f-I C:^±, are below by reference. " (a) Public Agency: Contra Costa County (b) Consultant's Mame S Ad —_ss: wales Testi ag T.ao stories 646 Hevenberaer Rd-. -nakland. California 94621 (c) Effective Date- (d) Project Nw—_, Kxber & Location:Contra Costa Countv Detention Facility, (e) Payment Limit: $90,000 (Ninety thousand dollars) Inez 2. Signatures. ?hese signatures attest the parties' agreement hereto: CJ:.SULT NT (Deatgnate or,tcP:cit:J in usinass State of California ) ss Contra Costa County ) ACM4J.•.L=•Z!V_ (CC §1190.1) the person signing above for Consultant, kwn to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it;, and that the corporation or partnemhip named above executed the within instrument ' pursuant to its by-lass or a resolution of its Board of Directors. PUBLIC AGE*kiT (SEAL] By: Vernon L. Cline Public works Director /�� r By Gate: C6Unrr Ci ALAV_pA ((,, 3. Parties. Effective an the above date, the above-named Public Agency and Consultant mutually agree and proemise as follows: 4. cloyment. Public Agency hereby emplay8 Consultant, and Consultant accents such employment, to perform: the professional seiviLes described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof. o. Insu-ante. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a) Workers' Compensation Insurance pursuant to state law, and (b) Comarehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a min-= combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requirizsg 30 days' written notice of policy lapse or cancellation. 7. ti-rent. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental e::penses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Sec. 1(e) without prior written approval of the Contra Costa County Public Works Director. Consultant's statement of charges shall be mAzdtted at cmvenient intervals. Payment will be made Within thirty (30) days after receipt of each statement. c. err nation. At its option, Public Agency may terminate this agreement at aril time by written- notice to the Consultant, whether or not the Consultant is in default. Upon suck, tenrdnation, Consultant agrees to turn over to Public Agency everything pertaining to the work possessed by him or under his control at that time, and will he paid, without duplication, all amounts due or thereafter becoming due an account of services rendered to the date of termination. 9. Status. The Consultant is an independent contractor, and is not to be considered an esployee of Public Agency. 10. Indemnification. The Consultant shall defend, save, and hold harmless Public Agency and its officers and employees from arae and all liability for any injury or damages arising from or connected with the services provided hereunder by Consultant or any person under its control. Attach^ents Appendix A Appendix B Fo-n approved by County Counsel n Microfilmed with board order 6/77 t.. t .Iohr_-*rL 5[ ,lntoo, lac. Co +p.�aES AFFCRD!r+G C0:=_RAG_S —_-- —_ 5C California St. San Francisco, California 94111 A "wee insuralme co. Homme Ind�ity co. k646 s Testlab of ies Testlab of urLP �+ Hare Inds ity Co. Tose & S.D.D. Corporatica „ —� - Hegenbarger hardurE+aad, ca. 9462.1 po.lc es of insurance Estee below have been issued to the insured named above and are in force at this time. Thousands soLCrNMR VOCCr LttsOEACf +T;••: )rE1PYAtIDN DATE 07URRAE a-.:r. GENERAL LAMITY BDDr vxRf f _ Y /► 1'8J 1,.�*RP.�[N£�+SIYf f{�1f IM 840MO S1i.JI�fV : 11]o;�cMas:s-abEaav�.s wiovtmrD+w.cc F-` t'7_£cPLOSr.M AND COLLAPSE ❑V,JERGROUND NArA1tD +'..+ DaaJV�T . 0EiT.D OPEwa..C+N5.4 A:ARD BOOiLr MAAJRr ANO [].;,,tVAcrWt, .. � naooERrvoAMACE s 500 s Soo Ba3AD f,1MV POOVERTf O➢MBtYEO C'_�. 0AM&U D�s�'EPENMNi CANrRACTDgS t❑a_�i_ti.L a 'nr°t[aauedXongsefs s OwsNawO. I,rv. . AUTO'AOB" L.I OMM6�acrlYltl,R. s (EACH VERSOI'ii BpplLv wnTRr s ❑t-�:.:1•PSE•+£NS�rE FW1r (EACi1000URiIENCEI t B �l Z3„ED C► 13817SE S/23/78 . lt..'JJf vanvtrtn D.MACE s r 6001LV"RV AND ' VMPEDAMAGE A f 5W 1 C,7Mai+E0 EXCESS LIIISLLlT1f 00(MLr!NJURV AND ❑L'M'5wELLA roRM VROVERtr DAMAGE f s _) 0 OtrERT[.ANUMBRMA COMBWMD 1`NORKERVCOMPENSATS" ' STATtnoRV t and }4w'!"*".';""'�i'tw' C ' Eta�LorERsuAsam ; VC 9491IQ3 F61IJ78 OTHER I '•..,.,. ......,r, ....,�,Twy....:•�.,��.....:�.K=..��� .'..�►�ti —.--ate[arcs--:"-'•--•-�c.`J'�, `�^Z'_�?'w'�4.-r-",•c6••r_a,.i.- ! "Hy endorsement to Policy Ho. IDR 8407360, Contra Costa County, its officers, employees and agents are named as additional insureds solely as respect* the below listed job" ! Job: Contra Costs Couwty Detention Yaciltty Project (W.O. 5269-926) t' . canccllz .,-rr S'11U:J s r' .! I __ .� __ _ _. _ _ _ suing corn- I P311y Lvl; :• —,.-. •_ 1 +� mall su:h.,. i Contra Costa County Public Works Dept. c�rE �,<<Lc_—Septembe)[S$, 1977 &APalrytittratioa 51d$. 651 Pine St., me in", Ca. 94553 ri Atter: Tbaws M. Finlay — ` Detention Facility Pt !tanager ! Johnson 6 Anton, Tae. 00166 Microfilmed with board order V V _ - •-af rte., : In the Board of Supervisors of Contra Costa County, State of California October 4 .19 77 In the Matter of Detention Facility Project Authorize Agreement with Hales Testing Laboratories Oakland, California (Work Order 5269-926) The Board of Supervisors AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with Hales Testing Laboratories, Oakland, California. The Agreement provides for materials testing during construction of the Detention Facility Project to assure materials supplied meet project specifications. The Agreement specifies the maximum payment shall not exceed S90,000.00 without the written authorization of the Public Works Director. PASSED by the Board on October 4, 1977. s w T,. t x I hereby oerdfy tial the forepoisa Is a tnrs and oorreof o*y of an order enterod oa the minutes of surd Board of Superwimm an the dole aforesaid. Orig. Dept: Public Works Department W*ws my hand and the Seal of the Board of Detention Facility Prof. SvPwwi O _,,__/ of .ed 04k&day of s-!tet v 19 ZZ cc: County Administrator County Counsel County-Auditor-Contro-ler J. R. �O7LSSON, Clerk Hales Testing Laboratoriegy -Deputy Clerk Public Works Director 00165 H 2i i,7n ISm In the Board of Supervisors of Contra Costa County, State of California October 4, _1977 In the Mohr of Faithorizin regal Action to evict Mr- Ma Gailirar f=B=t=an Field. She Public�Works Dir reported that repthat lfr. Fton Garlick, 118 Sussex Street, Qyyy%rd, Cal i fr.rn.a, has been operatingan nr1aUth n mai commercial activity on Buchanan Field; IT IS BY SFF£BOAR OFA that OWnty Counsel is authorized to initiate and take all legal acLums necessary to enjoin all unauthorized commercial and related activities at &sbanan Field by Lr_ Garlick, and to procure his removal from the field. PASSED by the Board on October 4, 1977 by the following vote: AYES. : Supervisors N. C. Fabden, R. I. Schroder, E. H. Hasseltine HOES: Hone ABSENT: Supervisor J. P. Benny ABSTAIN: Supervisor W. N. Boggess for the reason that he is a tenant at Buchanan Field. 1 hereby certify that the foragoing is a true and correct copy of on order entered on the minoies of sold Boo rd of Supervisors on the date oforesakL Originator: i?u5l i,c Ttibrtm Dept. Witness my hand and the Seal of the Board of Administratiat Divisicnsup"'o" affi-d thb__4tl day of rr.r„t=., . 19�_ cc: County AdministratorOounty Counsel Public Works Director J. R. OLSSON, Clerk Acting Aixl—rt Bra l.sic 'J 7 . , , , Deputy Clerk County Auditor—Controller _,., Sandra L. Nielson Mr. Ron Garlics 118 Sussex Concord, CA M164 H-24 4177 15m J. °" ^The Board of Supervisors Contra iYCkra ^�EE��}��]] E•Otfuo Ckrlr of tn.Boar^ Anlr„n-snasra,5.dd.r 9 Costa Yn.Wnteln.Nu,rtl la, , County 4151 3132-2310 l4ai:tner.Glifwnu 9a5Si County .+amr,P.Krr,n,•R.tMvgnp HKnCY C. RMert E SUvoY,•lJtayflY r.t Dist.i,-i W ar,en N.B--C-6 September 30, 1977 REPORT OF FINANCE COMMITTEE ON UNION OF AMERICAN PHYSICIANS SALARY REQUEST ON BEHALF OF HEALTH DEPARTMENT MEDICAL PERSONNEL On September 12, 1977, representatives of the Union of American Physicians met with the Finance Committee urging further adjustment for Health Department medical personnel to accomplish 'parity` with County Medical Services personnel. Representatives of the Union were requested, and did file a letter with the committee detailing their request. The Personnel Director was present and was also asked to furnish his comments. The latter has advised that the Union of American Physicians was granted Informal Recognition by the Hoard of Supervisors on August 23, 1977, that the organization is presently in the process of seeking Formal Recognition. He further indicates that taking these steps into account, the appropriate course of action is for representatives of the Union to consult with county representatives over the compensation request. The committee concurs and recommends that the Union of American Physicians,46 so advised. I� R. I. SCN AFAR E. H. HASSELTINE Supervisor, .-..-U'ict III Supervisor, District V (Substitute for Supervisor J. P. Kenny) Microfilmed wifn board order C In the Board of Supervisors of Contra Costa County, State of California October 4 ___,1977 In the Matter of Report of Finance Committee on Union of American Physicians Salary Request on behalf of Health Department Medical Personnel. The Finance Committee (Supervisor R. I. Schroder and Supervisor E. H. Hasseltine substituting for Supervisor J. P. Kenny) having this day submitted its report on the request of the Union of American Physicians urging further adjustment of salaries for Health Department medical personnel to accomplish "parity" with compensation received by County Medical Services personnel; and The Finance Committee having recommended that the appropriate course of action is for representatives of the Union of American Physicians to consult with county representatives over the compensation request and that the Union be so advised; IT IS BY THE BOARD ORDERED that the recommendation of the Finance Committee is APPROVED. PASSED by the Board on October 4, 1977. •a I hereby aenity dK* the foregoiep is a true and correct copy of as order enured an the miouhs of said Board of Superriiom on the date aforesaid. cc: Union of American Physicians Wxtnew my hard and the Seal of the Board of World Trade Center, 3201 SOP°^"iO" San Francisco 94111 affixed"4th day of October 1977 Director of Personnel Employee Relations Officer County Counsel / , J. R. OLSSON, Clerk County Administrator gyi`.� . Deputy CJ-k Helen C. Marshall 00162 H-24 W"e.Is. A-31 - AlLernate (6-77) J � GENERAL PROVISIONS (Cont. ) 13 . Before any work is commenced on this contract, or pursuant to a purchase order. the Contractor shall furnish to the Public Works Director: (a) Evidence of adequate Workmen's Compensation Insurance pursuant to State law. (b) Certificate of Public Liability and Property Damage Insurance with a minimum combined single limit coverage of $500,000. A rider attached thereto shall name the specific agency as a named insured. (e) Said rider shall provide for notice of cancellation to the agency at least thirty (30) days prior to cancellation of the policy. 11 . By acceptance of the contract or purchase order, the undersigned agrees to save. indemnify, and hold harmless the County of Contra Costa. or its representatives, from all liabilities imposed by law by reason of injury or of death to any person or persons or damage to property which may arise out of the work covered by this contract, or performed pursuant to the purchase order, and does agree to defend the County in any claim or action asserting such liability. Date Company Authorized Signature Address Title California Contractor's (SIGNATURE TO BE NOTARIZED) - License No. 00161 GENERAL PROVISIONS (Continued) 10. Paragraph 8 of Chapter 1. Article 6, of the County Ordinance Specifications is hereby modified as follows: Construction operations shall be performed in such a manner that there will be at least two (2) 12 foot wide traffic lanes open to public traffic at all times. At the end of the day's work and when construction operations are not in progress, the full pavement width shall be paved or plated for the passage of public traffic through the work area. Temporary paving may be two (2) inches of either asphalt concrete or "cutback." All traffic control shall be the responsibility of the Contractor. 11. The existing concrete slab shall be removed as necessary to install the storm drain culvert. 12. The thickness of the asphalt concrete surfacing shall match the thick- ness of the adjacent pavement, but in no case shall it be less than 0.40 foot thick Paint binder shall be asphaltic emulsion. Type RSI. FILED J. a. OL=N TRA COSTA CO. s _ 0060 -2- A171 - Alternate (6-77) i;i:'.:Ef.AL i nOV 1 S 10:15: 1 . The contract unit prices shall include full payment for furnish- ing all labor. materials. tools. equipment, and incilentals. necessary to conplete the project as shown on the Plans_ Any reference to the Standard Specifications (S.S_) providing for additional payment for work shown on the Plans or necessary to complete the project shall not apply. 2. All construction shall be perforned in accordance with the pro- visions of Title 9 of the County Ordinance Code. and the 1975 Edition of the California Department of Transportation. Standard Specifications (S.S. ) subject to the inspection and approval of the Public Works Department. ;ny channe in the scope of work or quantity of work will be by written order of the Engineer which will specify the work to be done, adjustment of allotted time and the basis of compensation for such work. I.. The undersigned shall complete the project within the allotted time of �Q working days. counting from and including the date stated in the Clot ice to Proceed. 5. For labor performed at "force account" the percentage (S.S. Section 9-1 .03A (lb)) . "Labor Surcharge", to be applied to the actual ►rages paid (S.S. Section 9-1 .03A (la)) will be 23 percent. The second paragraph in Section 9-1 .03A, "Work Performed by Contractor", of the Standard Specifications is amended to read: To the total of the direct costs computed as provided in Sections 9-1 .03A (1) . "Labor."9-1 .03A(2) , "Materials" and 9-1 .03A (3) . "Equipment Rental ." there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials. and 15 percent to the equipment rental. 6. The undersiclnea agrees to comply with all local , State, and rederal rc!lulations applicable to labor, wage rates, hours of work, al,prentices. and subcontractors. Vages paid shall be not less than the current list of prevailing wages on file in the office of the Clerk of the Board of Supervisors. 1, t!cither a raithful Performance Bond (Surety bond) nor a Labor and Materials Cond (Surety bond) is required for work done under this cwitract. ;i. The c4junty wi 1 i file a riot ice of Completion upon acceptance of Lhe complctcd work by the Board of Supervisors. I. Tlrc work -.hall be performed under the general supervision of tfie Public Itorks Director. or his authorized representaLtive, who shall have the authority to approve or reject any portion of the work, or to order the suspension of the work for cause. 00159 Parker Avenue Culvert Proj. No. 0971-4422-661-78 Y.O. No. 4422 PROPOSAL The undersigned, being a duly licensed Contractor in the State of California, hereby offers to do the work necessary to complete the project as described in Paragraph A for the following limp sum price: Dollars ($ I. And, further, the undersigned agrees to enter into contract with the County or accept a purchase order to do the work as provided above and in conformance with the following General Provisions. Paragraph A Installation of 62 linear feet of 24-inch diameter reinforced concrete pipe across Parker Avenue, connection of the pipe to existing drainage inlets and the removal of the existing concrete slab underlying the roadway surface necessary to install the storm drain pipe. The location of the pipe crossing is approx- imately 5501 north of 6th street in Rodeo. Y it IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA October 4. 1977 In the natter of Approving Plans ) and Specifications and Authorizing ) Purchase Order for Parker Avenue } Frontage Improvement Project, } Rodeo Area ) } Project No. 0971-4422-661-78 } Bidder Total Amount Zanatelli 6 Sons $2,530.00 P.O. Box 342 Pinole. CA 94564 carone Brothers, Rodeo Mountain Construction. San Ramon WHEREAS Plans and Specifications for the construction of Parker Avenue Frontage Improvement Project. Rodeo area. have been filed with the Board this day by the Public Works Director. and informal bids being duly invited and received by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project. have been approved by this Board; and The Public Works Director advised that this project is considered exempt from Environmental Impact deport requirements as a Class 1C Categorical Exemption under the County Guidelines, and the Board concurs in this finding; and IT IS BY THE BOARD ORDERED that said Plans and Specifications are hereby APPROVED. The Public Works Director recommended that the bid listed first above is the lowest responsible bid and this Board concurs and so finds; IT IS FURTHER ORDERED that the Public Works Director is AUTHORIZED to arrange for the issuance of a purchase order in the amount of $2,530.00 to Zanoteili s Sons. PASSED by the Board on October 4. 1977. CE97`I1`111)COPY I efttlb that tbfa in a ma.tfoa a miftt ropy of tN 069100 document wbirb Is on Hle is my*Met. mad tb-It seas Passed t adovted by the Hoard of anyaeeu—of Contra Costa Coontr.Ca�tforala,on the date shown-ATrmT: 7. H. OL45o`i. Coast) . 1ft A OX Clerk. LWkof Wd Hoard of 9uverslwm -� P 9 Originator: Public Works Department Road Design Division cc: Public Works Director Contractor County Auditor-Controller r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA ) In the Matter of Authorizing ) Certain Expenditures of Funds ) Derived from the Sale of the ) RESOLUTION NO. 77/626 "Weimar Medical Center" Property ) WHEREAS, an "Executive Committee" has been established to consider and make recommendations to the fifteen (15) Counties holding an interest in that property known as the "Weimar Medical ' Center" property, and WHEREAS, the Executive Committee, composed of representatives of Placer, Nevada, E1 Dorado and Colusa Counties, having met in Auburn, California on September 15, 1977, has recommended that the owning counties address the following questions: "1. The Executive Committee of the Weimar Central Committee recommends to the Weimar Central Committee that it pay $5,000 from Placer County Trust Fund 32060 to the Colfax Cemetery District for the acceptance by deed and permanent maintenance of the Weimar Cemetery. Vote yes Vote no "2. The Executive Committee recommends payment of $165.000 to auditors Bartig, Basler and Ray for services rendered from P.C. Trust Fund 32060. Vote yes vote no" NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, RESOLVED, that: 1. The aforementioned questions be answered in the affirma- tive, and BE IT FURTHER RESOLVED, that the Clerk of the Board of Supervisors be directed to transmit a copy of the Resolution and the completed "mail ballot", indicating the affirmative response, to Mr. Jim Henry, Chairman of the Board of Supervisors, County of Placer, and Chairman of the Executive Committee. PASSED AND ADOPTED by the following vote of the Board on October 4, 1977: AYES: Supervisors N. C. Fanden, R. I. Schroder, E. H. Hasseltine, W. H. Boggess. NOES: None. ABSENT: Supervisor J. P. Kenny. cc: Hr. Jim Henry . Public Works Director M��c County Auditor-ControllerSRE tfON N0. 77/626 Eounty Counsel oIty Administrator QUITCLAIM OF EASEMENT CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, for valuable consideration, receipt of which is hereby acknowledged. does hereby remise, release and forever quitclaim to THE DIABLO PARTNERSHIP, a California limited partnership, all its right, title and interest in the following described easement: All of that parcel of land described in the Grant of Easement from Chyna Associates, Inc. to Contra Costa County Flood Control and slater Conservation District recorded July 21, 1975 in Book 7570 at page 834, Contra Costa County Records, excepting therefrom any portion of said parcel of land lying within the area described in the grant of Easement to the Contra Costa County Flood Control and slater Conservation District recorded September 7, 1977 in Book 8496 at page 252. DATED: October 4, 1977 CONTRA CO COUNTY FLOOD CONTROL ONSERYAT,1 DISTRICT 0.1 PIT t's.., _ By -- warren_tt. loggess Chairman, Board of Supervisors ATTEST: J. R. OLSSON Clerk tai 10-4-77 Bn Y1 uty Clerk Sf1 r8 . Nielson 00155 San Ramon Creek F.C.Z. 3B EXHIBIT "A' All of that parcel of land described in the Grant of Easement from Chyna Associates, Inc, to Contra Costa County Flood Control and Hater Conservation District recorded July 21, 1475 in Book 7570 at page 834, Contra Costa County Records, excepting therefrom any portion of said parcel of land lying within the area described in the Grant of Easement to the Contra Costa County Flood Control and Hater Conservation District recorded September 7, 1977 in Book 8495 at page 252. w� h� i1 L 7 s fis h V� y' BOARD OF SUPERVISORS. CONTRA COSTA COUNTY, CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Re: Releasing District-Dwned Access ) Easement to The Diablo Partnership, ) RESOLUTION NO. 77/ 825 San Ramon Creek, Flood Control Zone 36 ) (F.C.D. Act Sec. 31; W/O 8399-7520 ) Gov. C. Sec. 25526.5) 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: The Contra Costa County Flood Control and Water Conservation District acquired an easement for certain access rights to the San Ramon Creek Channel as described in Boot: 7570, Page 834, of the Official Records of Contra Costa County, recorded June 21, 1975. This Board hereby determines and finds that portions of said easement have been superseded by that Grant of Easement from The Diablo Partnership to the District, recorded September 7. 1977 in Book 8495. Page 252. as required in connection with Land Use Permit 12053-77, which portions are described in Exhibit "A" attached hereto and made a part hereof, are no longer needed or necessary for District or other public purposes and that their estimated value does not exceed Two Thousand Dollars ($2,000.00). This Board hereby RELEASES said easement portions pursuant to Government Code Section 25526.5. and the Chairman of this Board is AUTHORIZED to execute for the District a quitclaim deed releasing the easement described in Exhibit "A" to The Diablo Partnership. The Real Property Division of the Public Works Department is AUTHORIZED and DIRECTED to cause a certified copy of this resolution to be recorded, and is further DIRECTED to cause said quitclaim deed to be delivered to the grantee. PASSED on October 4. 1977, unanimously by Supervisors present. RF:dlb Originator: Public Yorks Department. Real Property Division cc: Grantee (c/o Real Property) Recorder (c/o Real Property) ,MMON NO. 77/925 00453 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. STATE OF CALIFORNIA In the !tatter of Completion ) of improvements and declaring ) RESOLVIION NO. 77/824 certain roads as County ) roads, Subdivision 4017. ) Clayton Area. ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4017, Clayton area, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision nap: 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 4017 October 5. 1976 United Pacific Insurance Co. 049315 Name of Performance Bond carrier and Bond No. c BE IT FURTBER RESOLVED that the $500 cash deposit as surety Auditor's Deposit Permit Detail No. 139916 dated September 23, 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 rnshow and dedicated for public use on the map of Subdivision 4017 filed October 7, 1976 in Book 190 of raps at page 19, Official Records of -+ Contra Costa County, State of California, are accepted and declared to be County Roads of Contra Costa County: o Mt. Sequoia Place 32/52 0.10 Mountaire Parkway 40/60 0.22 Mt. Everest Court 32/52 0.13 PASSED by the Board on OCT 4 1977 C 0 Originating Department: Public Works Land Development Division cc: Public Works Director - Kaintenance Recorder Public Works Director - LD The Rablves Organization 1460 Washington Blvd. Concord. CA 94521 (subdivider) California Pighvay Patrol - Accident Investigation 5001 Blun Rd. Martinez, CA RESOLUTION No. 77/824 . 0059 aY Co::'c�Or s Office Contra o:n`yTre ��-+f,,�[► County Tre:surn•.:v C^" —ro Costa A:tree P.Lome. P.O.Boz 531 Assist2w Trrasurer Tax Cc`-ctor G25 Court Sreet W h:artinrz,Ca:i!ornia 90553 YL (:15)372-4122 r •� September 22, 1977 Vern Ryan 2565 Stone Valley Road Danville, California 94526 Dear Mr. Ryan: The records in this office indicate both installments of county taxes for the 1976-77 fiscal year have been paid on the follow- described ollowdescribed property. Parcel No. - 192-020-006 Assessed To - SLADE, DWELL V & MIC1W A C Description - LITIN,A HOMESTEAD POR LOT 4 Land Value - S19,625 Improvements - S 875 Exemption - S 1,750 Net Value - $18,750 1st Installment - S1,152.69 pd 10/29/76 2nd Installment - $1,152.69 pd 4/11/77 Very truly yours, EDWARD W. LEAL Treasurer - Tax Collector �e."ZI , Alfred P. Lomeli Assistant Treasurer - Tax Collector &b 00151 mu:,oaWnnis WIM boord order ir � . a t Edward re Leal CounryTcax Col lector's office Alfred P.Lomeli Co�ieccw ( Sta Alfred P.r o met Aaisanr Troasuter•Tax Coilaccor P.L.Sar 631 . court Sweet Ma C^'l.RI .�t Martinez.California 94553 �.lV (415)372.4122 septeeber 22, 1977 TO fiM IT NAY COWMN: - For Paroei No. 192-mo-006, we estimate the 1977-78 fiscal year county taxes to be $3,967.08. . tea Deputy Tax Collector kdmb r a :N 00150 irmaosami a with board order AMERICAN FIDELITY FIRE IN 7AZ ANCE COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY )NOW ALL MEN BY THESE PRESENTS: That Amencan Fidelity fire Insurance Company,a Cogmntlon in the State of New York.having Its principal office in Woodbury,State of New York,pursuant to the following resolution,adopted by the Board of Directoa of the said Company on the 16th day of February, 1969,to wit: "The Presidenk or any Vice-President,or other officer designated by the Board Executive Committal shall have authority, severally,to make execute and deliver a power of attorney constituting as Attorney 4 a-Fact such persons,firms or corporations as such oMats may select from time to time."does hereby make,constitute and appoint: ROBERT W. SKINNER of SAN FRANCISCO. CALIFORNIA its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred in its name,place and stead,to sign, execute,acknowledge and deliver in its behalf,and as its act and deed,as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding$200,000.00,as to any one project, for or on behalf of this Company,in its business and in aceor. dance with its charter,and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby,and all of the acts of said Attorney-in-Fact,pursuant to these presents,are hereby ratified and confirmed. IN WITNESS WHEREOF,the American Fidelity Fire Insurance Company has caused thew presents to be signed by its President andjor Vice-President,and its Corporate Seal to be affixed AMERICAN FIDELITY FMZ INSURANCE COACANiY ED Luther H.Williama,President State of New York I sa. County of Nassau On this 16th day of March. 1977.before the subscriber,a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified.came Luther IL Williams of the American Fidelity Fire Insurance Company,to me personally known to be the individual and officer described herein,and who executed the preceding instrument,and acknowt- edged the execution of the same,and being by we duly sworn,deposed and said.that he is the officer of said Company aforesaid, and that the sed affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and signature as an officer were duly afdxad and subseabed to the said instrument by the authority and direction of the said Corp. oration,and that the resolution 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 otficial seal at Woodbury,New York the day and year above written. �nA " J wo. No Public ELIZABETH M.ROSELLE NOTARY PUBLIC,State of New York No.30.SU3115 Qualified m Nassau County Commission Expires March 30,1978 State of New Yolk County of Nwm } 115. CERTIFICATE I.theNew Assistant Seen"str of AMERICAN FIDELITY FIRE INSURANCE COMPANY,a stock coon of the State of ods.DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certlfiate o Authority remains in full fora and has not been revoked;and furthermore,that the Resolution of the Baud of Disectoe;as set forth in the Certificate of Authority.an now In force. Sicard and Sealed at the said Compwy.at Woodbnry.New York.dated this 22adday ofF September 77 Assistant Seaeta'ryr rA,croiilmea with board order CA S 200 (3/7) R :r:l'•iJr]t z c:ze wn-der the Unemr!o meat Insurance Pict efth re;,^cct t0 St:,^:1 :�; U:' _ems^!•� t::c'l`•.. :;aid curet 41-11 nay the same in aR anlottnt. not t!:N :.crnu:tt i3ci•e1nf'1jove set forth, and also Ln case suit is gar:•. tion I.7ni, mil! na;:, in addition to tine' face account cow-r. anvi reazonatle xrenser, and fee:., including reasonable ;;ttor::•�;•'s fires, incurred by County (or cit; a5sirnee) in successfully c::forcin.1 artelt o: litsation, to be at:rcied and fixed b;; the court, and it, i._ taxed, .3:a costs anti to oe included In the ,iuurccent therein ren- It ?s herr! ,: exrrer:.ly ntinulated and arreed that this bond shall int:r to the vencrit or an- and all persons, companies and corporations crit:t.Seel to file claim under Title lj (commencing with Section 3082) �:f?`art it o!' ! visien 3 or the Civil code, so as to rive a right of action to them or their as: Lgns in any suit brought upon this bond.- F;,nild L.:e eo::dl r tori or rhis hc-n' be fully urrforwcd then this :.i:.tll becos:e null and vold; otherwise it ahall be and remain in full force and eflcnet. C. No alteration of said subdivision a,reement or any plan •>r snecil'ication of said stork arreed to b;; the Princlnal and the County shall relieve any Surety fram liability on this bond; anti. con- zent is hereby riven to make such alterations without further notice to or Nn.,ent by :t:reL and the ;;uretic hereby walve. the provisions of Cn! ;'. uiv't ':ode anti :Molds itself Lound =ithout regard to and t �':13r_tlLi:: of wri action a7alnnt rrincipal whenever taken. P:l>> Sti A+a;l_ ua ---Member 22� 1977 Pi:1..7.",'1 PAl. SURFII'Y nor., c Ryon American Fidelity Fire Insurance.-Company a a s a s i z a s I s s r I of California ) C(-,.inty a _� )s:,. (AC KN0*.•1L.t:b::14E,ill ISY 3"UHETY), , On the Person(z) t.toce name(:,-) is/are si F.ned :rz:r•v for ::ur tx and who =stare Lnown to r-s.r to ae Attorney(0-in-fact V(:r t n-i s t:..:•t ,raLr ::urs- L;-, 1--er:-ona i ly ar-t-am•d bel'ure Rte and ackno.rledr*ed Io r.:, that he .:11-ned Lite naw. W* Lite Corporation as ;Surety andd hi.;/ t.r,ir :nt nigme;c;) a;: it:. AttorneY(z)-'_:&-Fact. Rotary ruL-Lic l'or• C:ouctty and State 00145 STATE OF Mthl ik SLCOUNTY# Alameda I' Dal Smtaml+sr 77 niL bOn Va rie aedms*N& a Nohq Pubic is ad fa said Staff wmm* awed j Vern S. Ryan kaowa to me, ! to be Ds perms_.VAM mae, is mftmw to ft witdia Icatrucae d. °f"3"A. �'p ��� and adma iloW to we 09 he exemW the um ►;lQ►Ai 0"�r. +t+1 WITIl 5 sy MW Jw affied at i' Mf C E'uAMea�coorh �AftoCL>�'�il ii batuy ftk in ad for=d Sbte. r• �r AcarowiEuc�nr-c..wr-+rhea r.:.zi.�.:.au STATE OF CALIFORNIA SS MOM OF SAN FRANCISCO ON TIN IS -�?, /- DAY OF �X- hP�, IN TIE YEAR 19�, BEFORE 14E, A NOTARY PURI C IN AM THE COUNTY ANO STATE AFORESAID, PERSONALLY APPEAR£0 ROBERT Y; SKINNER 13010 TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTROWNR' AND KNOWN TO ME TO BE TIE ATTORNEY-IN-FACT OF AMERICAN FIDELITY FIRE INSDRARCE COMPANY ANO ACXPOWLEDGED TO ME THAT HE SUBSCRIBED THE MAME OF THE SAID COMPANY THERETO AS SNRFTT, ANO HIS OWN MME AS ATTORMIEY-IN-FACT. 06-E'cCiAL���ALrrrrt•� KATHLEEN Fd. RAY 7 / �i L ,coon ►u►uC- cAi�roawi4 L ( /t-y--l� l = on ra cam ac Wc.�...�� ( / ,f R w c-e,.,�.....,,_L+.. = / NOTARY PUNLI C /j EXECUTED IN 2 COPIES _ Bond No. 04-346-2552473 Premium: $873.00 IMPROVEtIENT SECURITY BOND FOR SUEIQI'!IS IOl: :;:tf:1r�iC::1' (Performance, Guarantee, and Payment) (Calif. Government Code 5566499-661:99.10) 1. OBLIGATION. veru S. Ryan as Princ pal, and American Fidelity Fire Insurance Company a corporation organized and existing under the tans of the State of Nev York and authorized to transact surety business in Cali:'ornia, as Zurety, hereby ,jointly and severall; bind ourselves, our heirs, executors, administrators, successors, and assigns to the County of Contra Costa, California, to pay it: (A. Performance & Guarantee) TWENTY-EIGHT THOUSAND SIX HUNDRED AND 00************************** Dollars 28,600.00******* ' for itself or any city-asslgnee uner the below-county subdivision agreement, plus (B. Payment) TWENTY-NINE THOUSAND ONE HUNDRED AND NO/100********* Dollars (4 29 100.00******* 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. 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 Humber 4945 , 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 t1ap 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 meaning; and shall indemnify and save harmless the County of Contra Costa (or city assivnee), its officers, agents and employees, as therein stipulated, than 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- ahle expenses and fees, including reasonable attorney's fees, incurred t",, County (or city assignee) in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. R. The condition of this obligation as to yectlon 1.(B) above i. nur_h that -aid 'Princip{al and the undersigned as corporate surety are held firmly bound unto the-County of Contra Costa and all contractor:; , su"eontr actors, laborers,' materialmen and other rersons employed in the Pe.,rfnrmance of the aforesaid aprrecusent and referred to in the aforesaid Civil Code for materials furnished or labor thereon of zany kind, ((o��r//��forcc _1_ wuuorilmea with board ordj*147 12. RECORD W. ' In consideration hereof, County shall allow Subdivider to =ile and record the Final 'tapoc Parcel `tap for said Subdivision. CoSTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Clue. Public Works Oirector. : n�1-✓��I Vern S. Ryan By c By 4111 I�r Dep v (Designate official capacity in the buisines� REC0,.41ENDED FOR ROYAL: _note to Subdivider; (1) Execute acknowiedg- meat form below; and if a corporation, affix corporate seal. By 4sisnPublic Wt5ks Director (CORPORATE SEAL) FoRm APPROVED. JOHN B. CLAUSEN. County Counsel Y * �; �! w : # * # .t � t • : * a * : 4 : * ! # # t * t # s k * ! � # ft * it !c * k tr * � !s sr � State of California n 1 ) (Acknowledgment by Corporation, Partnership, County o= (1�4»f y0 r~o�rl )ss' or Individual) On 2, /4,17 the person(s) whose name(s) is/are signed above for Subdivider and whd 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 tie and acknowledged to me that he executed it and that the corporation or partnership named above executed--it. (NOTARLAL 3 CFF]CL-kL SEAL BAR8a7A L PETERSON = / ,� ! NOTARY PUS!IC CAUFOW&A Y F . fta;mfO'I"'1°C=ft cam 0"', kP ta�cr�Eom Bar 2Z rotary Public For said County and State l 3 (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) M*4g 12. RECO"-MAP. ' In consiceration hereof, County shall allow Subdivider to file and record the Final %Up or Parcel `iap for said Subdivision. M4TRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, Public Works Director. Vern S. Rya $S, , t 8 Dep v (Designate official capacity in the buisines� REMV,E%D D FOR T' ROYAL: Note to Subdivider; (1) F--ecute act nowledg- •meat foray below; and if a corporation, affix corporate seal. By sist nf Public W64 Director (CORPORATE SEAL) FORM APPROVED: .TOED! B. CLAUSEN. County Counsel State of California ) (Acknowledgment by Corporation, Partnership, County of 86;4b:12 A 4 )ss• or Individual) On SS",ial, .2 :2. 1971 the person(s) whose aame(s) is/are signed above for Subdivider and wh6 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 ae and acknowledged to me chat he executed it and that the corporation or partnership named above executed it. (NOTARIAL 3 CFFICIAL SEAL NOTARY P 5 L. PETERSON 4 CAUFORMA A /J6t.7317'YX; �. Re,4 Y�6 Gr tc '�fr� notary Public for said County and State (Subdiv. Agra:. CCC Std. Fora LD-9 (:Rev 1177) Y 5, WARRANTY. Subdivider warrants that said improvement plans are adequate to az.:cr.plish this wor aas promised in Section Z; and if, at any ti=e before the Co,::ty's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. b. NO WAITER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising fro& the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabi itI'les`ass defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts. elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury. death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceeding(s) concerning these. C. The actions c-lu ing 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 o; 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 reviewed any plan(s) or specifications) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged da-mage resulted partly from any negligent or willful misconduct of any Indemnitee. S. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments iii accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NOXPERFOMANCE AICD COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGV"0.?. If, before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement andior any deposit or bond securing-them. -2- 00144 L7U CgEEMEYf (§I) Subdivision: 4945 (§1) Subdivider: steiV e e §§66462 d §§06463) (§1) Effective Date: SpEs �-'e '�, 1077 01 ! y i�:; (§1) Completion Period: one yearid C, wCO r cnsra co• P" 1. PARTIES• & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually pronise and agree as follows, concerning tM—mbdivisioa: 2. IMPROVEMENTS.. 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 066410 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 he :ree i'ron defects and will aerform 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. 21PROVEMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performar_ce and Guarantee: S 500.00 cash, plus additional security, in the amount of S 7g hnn_nn which together total the estimated cost of the Mork. Such additional security is presented in the form of: Q Cash, certified check, or cashier's check {�acceptable corporate surety bond Q Acceptable irrevocable letter of credit with this security the Subdivider guarantees his performance of this agreement and of the wort: for one year after completion and acceptance thereof against any defective workman- ship or materials o: 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 $ 29.100.00, which is the estimated costo the work. Such security is presenter fora of: Q Cash, certified check. or cashier's check a Acceptable corporate surety bond Q 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 t'ie Subdivider. -1- 001g3 Mlaofilrned with board order I`t TNF. BOAPF) OF SUPFRVISnRS OF CONTRA COSTA COUN-N, STATE OF CALIFOPItIA a In the Natter of Approval of ) RESOU)TION NO. 77/823 the Final Nap of ) Subdivision 4945. - ) Alamo Area. ) The following documents were presented for Board approval this date: The Final Map of Subdivision 4945, property located in the Alamo area, said map having been certified by the proper officials; A subdivision agreement with Vern S. Ryan, 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 County Ordinance Code, as follows: a. Surety Bond (No. 04-346-2552473 issued by American Fidelity Fire Insurance Company with Vern S. Ryan as principal, in the amount of $28,600 for Faithful Performance and $29,100 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 02319, dated September 23, 1977,)in the amount of ASOO, deposited by : Vern S. Ryan. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and 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 $3967.08; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Cash Deposit (Auditor's Deposit Permit Detail No. 02320, dated September 23, 1977 deposited by Vern S. Ryan, in the amount of $3967.08 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 October 4, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning Vern S. Ryan 2S6S Stone Valley Rd. Danville, CA 94526 Tax Collector RES011TtION NO. 77/823 00142 IN TEE BOARD OF SUPERVISORS OF CM1TRA COSTA COUNTY, STATE OF CALIFORNIA In the Batter of completion ) of improvements, Land-Use ) Permit 475-72, ) RESOLUTION 1.0.77/822 Danville Area. ) } The Public Works Director has notified this Board that improvements have been completed in Land Use Permit 475-72, Danville area, as provided in the agreement heretofore approved by this Board. NOW, THEREFORE, BE IT RESOLVED that the improvements in Land Use Permit 475-72 have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Agreement: Road Improvement Agreement Date of Agreement L. U. P. 475-72 January 15, 1974 Fireian's Fund Insurance Company SC-6256741 z BE IT FURTHER RESOLVED that the $500 rash deposit as surety (Auditor's Deposit Permit Detail No. 105171 dated January 23, 1973 be RETAEYED for one year pursuant to the requirements of the Road Improvement Agreement. IT IS FURTHER ORDERED that the WTDE_NIZZ OF SAN RANON VALLEY BOULEVARD -a is ACCEPTED as a County Road, the right of way was conveyed by separate r- instrument, recorded on January 21, 1974, in Volume 7136 of Official C:) Records of Contra Costa County, State of California on page 521. 5 ' 0 U PASSED by the Board on October 4, 1977. cc0 Originating Department: Public Works Land Development Divisiom ccs Recorder Public Works Director Planning Director" Mrs. K. Forsyth . 1925 San Re+an Valley Blvd_ San Ramon, CA RESOLUTION NO, 77/822 0041 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA in the Matter of Policy - Y for County Burials. ) RESOLUTION NO. 77/821 The Contra Costa County Board of Supervisors RESOLVES THAT: These policies and procedures, to be effective October 1, 1977, apply to county burials (an all previous resolutions and orders on these matters are hereby rescinded): 1. Indigents. Indigent burials, pursuant to Welfare and Institutions Code Section 17009, may be authorized only by the County Hospital, Social Service Department, Sheriff-Coroner or District Attorney-Public IkAministrator. 2. Veterans. Veterans' burials, pursuant to Military and Veterans Code Section 942, may be authorized only by the Veterans Service Officer. 3. Removal Fee. For body removals, funeral directors shall be allow a ee­oten dollars ($10) plus 25 cents per mile both ways. 4. Funeral and Burial Fees. For county indigent decedents, funeral directors shall be allowed a fee of $325 for providing funeral services for persons three years of age or over and $125 for providing such services for persons under three years of age. Cemetery operators shall be allowed a fee of $150 for providing a burial plot or cremation for such persons three years of age or over and a fee of $55 for providing a burial plot or cremation for persons under three years of age. These allowances may be increased in exceptional cases on approval by the County Administrator. 5. Burial Services. For these fees, funeral directors shall provide the following services: (a) Properly embalm the deceased; (b) Suitably clothe the deceased; (c) Provide a regularly manufactured, cloth-covered and trimmed casket such as a `flat square' casket; (d) Provide a suitable religious service, if desired by family or friends; (e) Suitably transport the deceased to the cemetery; (f) Arrange for burial or arrange for cremation if requested and authorized in writing by the deceased's next of kin in order of survival; (g) Turn over to the County Treasurer any monies received for the funeral and/or burial from family, friends, Social Security benefits, or other insurance of the deceased. 6. ExcessMilea e. Funeral directors who are reasonably required to trave mote than fifteen (15) miles round trip to make internments shall be allowed mileage reimbursement at the rate of 25 cents per mile, both ways beginning with the first mile. PASSED AND ADOPTED on October 4, 1977. cc: Orig: Administrator cc: Morticians County Auditor-Controller Sheriff-Coroner Human Resources Director Social Service Director Medical Director RESOLUTION NO. 77/821 00140 In the Board of Supervisors of Contra Costa County, State of California in the [latter of ) Compensation and Benefit Adjustments ) for Certain Offices and Employees ) BPSOL[SIOM NO. 77/820 Further Amending Resolution 77/602 ) WHEREAS the Board previously adopted Resolution 77/794 providing for internal salary relationship adjustments for certain County offices and employees for the 1977-78 fiscal year which amended Resolution No. 77/602; and WHEREAS the County Adm:n;crrator submitted a memorandum to this Board dated September 28, 1977 recommending that one additional internal salary relationship adjustment be made, and that monetary allowance for law-book (purchase-replacement) and training allowance be approved for Deputy County Counsel I, II, IIZ and iv employees; and WHEREAS, the Board having considered said memorandum; NOW, THEREFORE, BE IT RESOLVED that the Board amends Resolution 77/602 as follows: 1. Effective October 1, 1977, adjustment of the internal salary relationship is made for the following class: Chief Deputy Sealer of Weights and Measures to Salary Level number 455 2- Effective October 1, 1977, incumbents in the classification of Deputy County Counsel I, II, III and IV shall be eligible for a maximum reimbursement of $125 for the fiscal year 1977-78 for the purchase or replacement of law books and/or for the reimbursement of training expenses incurred in the pursuit of educational courses, the subject(s) of which are directly related to the job duties of a Deputy County Counsel. The reimbursement of training expenses shall be consistent with the Administrative Bulletins on Travel and Training. Passed unanimously by the Supervisors present on October 4, 1977. Original: Civil Service cc: County Counsel Agricultural Commissioner County Administrator RE90rsrrlON MO. 77/820 Lam' t 00139 EXHIBIT "B" The Offer of Dedication to Contra Costa county of an easement for storm, flood and surface water drainage, including construction, access or mainte- nance of works, improvements and structures, whether covered or open, or the clearing of obstructions and vegetation, recorded December 10, 1970 in Book 6272 of Official Records at page 232, Records of Contra Costa County, California, more particularly described as follows: Portion of Section 7, Township 1 South, range 1 Nest, Mount Diablo Base and Meridian, described as follows: Commencing on the northwest line of the parcel of land described in the deed to Eibaco Inc., a corporation, recorded August 24, 1977 in Book 8477, Official Records, page 824, distant thereon North 57' 55' 44" East, 295.55 feet from the most westerly corner thereof; thence, from said point of commencement southerly along the arc of a curve to the right with a radius of 630 feet, the center of which bears North 36' 03' 11" East, through a central angle of 0' 11' 45" an arc distance of ?.15 feet; thence southerly along the arc of a compound curve to the.right with a radius of 20 feet, the center of which bears South 35° 51' 26" best, through a central angle of 85' 45' 5410, an arc distance of 29.94 feet; thence, South 31' 37' 20" Hest, 136.77 feet to the actual point of beginning of the herein described parcel of land; # thence from said actual point of beginning continuing South 31" 37' 20" best, 10 feet; thence, North 58" 22' 40" Nest, 112.74 feet; thence, North 310 37' ► 20" East, 10 feet to a point which bears Borth 58" 22' 40" Nest from the point of beginning; thence. South 58' 22' 40" East, 112.74 feet to the point of beginning, t - P , x rj i - t EXHIBIT "A" s The easements for constructing and maintaining a roadway embankment described as PARCEL THREE and PARCEL. FOUR in the deed from Roundhill Enterprises to Contra Costa County, a political subdivision of the State of California, recorded October 18, 1976 in Book 8056 of Official records at page 318, Records of said County, more particularly described as follows: PARCEL THREE Beginning on the northwesterly line of Subdivision 4341 at the most westerly corner of Lot l as said Lot 1 is shown on the nap filed November 25, 1970 in Book 134 of Haps at page 1, records of said County, from which a radial line of a non-tangent curve concave to the northeast, having a radius of 570.00 feet, bears North 33' 36' 36" East; thence, from said point of beginning along the northeasterly line of PARCEL ONE, as said PARCEL ONE is described in said Contra Costa County deed (8356 OR 818), northwesterly along said curve through a central angle of 2°' 26' 35", an arc distance of 24.30 feet to a point from which a radial line of compound curve, concave to the northeast having a radius of 499.00 feet, bears North 36' 03' 11" East; thence, north- westerly along said curve, through a central angle of 8° 27' 07", an arc f distance of 73.61 feet; thence, tangent to said curve, North 45° 29' 42" West, 10.54 feet to the northwesterly line of said PARCEL ONE, as said PARCEL ONE — s is described in the deed to Roundhill Enterprises, a corporation, recorded December 2, 1970 in Book 6255 of Official Records at page 541, Records of said County; thence, along said northwesterly line, and its northeasterly prolongation, North 500 12' 43" East, 71.73 feet; thence South 390 47' 12" East 15.00 feet; thence, South 21° 12' 43" Wiest 60.00 feet; thence, South i 40" 35' 45" East 62.28 feet to the point of beginning. PARCEL FOUR Beginninggoon said southeasterly line of PARCEL ONE of Roundhill Enterprises N parcel (6266 OR 541) at the most southerly corner of said Contra Costa County F PARCEL ONE_(8056 OR 318), thence from said point of beginning along said t southeasterly line Souttr 57* 55' 44" Nest, 10.00 feet; thence North 620 49' F 36" West 104.61 feet to said northwesterly line of PARCEL ME of Roundhill Enterprises parcel (6266 OR 541); thence, along said northwesterly line N North 50° 12' 43" East 35.90 feet to the most westerly corner of said Contra Costa County PARCEL ONE (8056 OR 813), said most westerly corner being on a curve, concave to the northeast having a radius of 630.00 feet, from which a radial line bears North 44' 46' 39" East; thence, southeasterly along said curve through a central angle of 0° 16' 21", an arc distance of 3.00 feet; thence, tangent to said curve, South 450 29' 42" East 13.54 feet; thence, southeasterly along a tangent curve, having a radius of 559.00 2 feet concave to the northeast through a central angle of a 27' 070, an arc distance of 82.46 feet to the point of beginning. s s ' f t 0.37 r� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUM. STATE OF CALIFORNLA In the )matter of� ) Abandoning the Drainage Easement ) and Slope Easement Subdivision ) sFsournoN No. 77/829 HS 11-77 ) Date: October 4, 1977 Alamo Area. ) Resolution 6 Notice of Intention to Abandon County Drainage Easement and Slope Easement (Gov. Code 50438, 50440,50441) (S. CH. Code 956.8,959) The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to the Government Code and the Streets and Highways Code it declares its intention to abandon the hereinafter described County Drainage Easement and Slope Easement. It fixes Tuesday, November 15, 1977 at 10:45 a.m. (or as continued) in its Chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for hearing evidence offered by any interested party as to whether this drainage easement and slope easement are un- necessary for present or prospective public use. A map showing the location of the drainage easement and slope easement is on file in the office,of the Clerk of the Board. 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 Valley Pioneer, 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 drainage easement and slope easement at least two weeks before the hearing with at least three notices so posted. DESCRIPTION: See Exhibit TMA" and "B" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present October 4, 1977. Originating Departmeat: Public Storks (Land Development) cc: Contra Costa County Yater District Stege Sanitary District of C_ C_ C. East Bay Municipal Utility District Oakley County Yater District San Pablo Sanitary District Director of Planning Public Yorks Director Draftsman (4) Roy L. Towers Vice President, ELBACO. INC. .; , P. O. Box 415 Danville. California Pacific Gas 6 Electric Co., Oakland Pacific Telephone Co., Oakland Thomas Brothers Haps County Counsel - County Auditor-Controller RmlunoN no. 77/819 W13 1•!IlaR RECORO)ED Rr7i':mi; r:.n_r.7k.n am rrrn:.•. TO CLERK EOIJ D OF at o'clock - - _- SUPERVISORS � �`' Contra Costa County Record J. R. OLSSOU, County P.ecorder Fee. S Official BOARD OF SUPERt'ISORS, CONTRA COSTA CGUANTY, CIMFORNIA In the Matter of Accepting and Giving ) R✓SOLUTIOii OF ACCEPTANCE Notice of Completion of Contract with ) and NOTICE OF CO PLETIOl Mountain Construction, Inc. (C.C. 03086, 3093) Project No. 5307C-4409-661-77 RESOLUTION 110. 77/818 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on August 29, 1977 contracted-with Mountain Construction, Inc. P. 0. Sox 116 San Ramon, California 94593 _ ?tame and Adcrers of Conzractor) for installation of 74 linear f diameter'reinforced San Ramon Va ley Boulevard at Sta. 255+75 in the San Ramon area. Prnjprt Nn. 530IC-4409-661-77 . - 1 arae of liond=no Company) ro 49 beqea4erriaeil en the gese-ads of ante Batutty;-aft& The Public Vorks Director reports that said work has been inspected and complies with the approved plans, special provisions, and stand--rd specifications, and recommends its acceptance as complete as of September 23, 1977 ; Therefore, said work is accepted as completed on.said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for-said contract. pASSED AilD AJOP'LED Oil October 4, 1977 AP CERTIFICATION and 1'ERIiIC.1'i'i0;i I certify that the foregoing is a true and correct copy of a resolu- tion and acceztance duly adopted and entered on the minutes of thin BLuard's sweeting on the above date. I declare up-der penalty of perjury that the foregoing is true and correct. Dated: J. R. OLSSO;:, Count, Clerk k at Mna, tcartiCiiornia ex officio Clerk of the Board ellu ty tierr. Originator: Public Yorks Oepar�t, Constructio6 Division cc: xecora ..au reiusn Contractor Auditor Tibli lor;; M36 T.P»OI1IT70Ii ;:0. 77/818 IN 7NF EnARD eF 511PFRVISOF.S OF M%TRA COSTA CouvY, SPATE OF CALIFORNIA In the !latter of Completion ) RESOwmw No. 77/817 of improvements, ) Subdivision 4444, Walnut Creek ) area. ) ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4444, Malnut Creek area, as provided in agreement heretofore approved by this Board in conjunction with the filing of the subdivision nap; I%M, M EREFORE, 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 4444 September 2, 1975 (Fireman's Fund American- Insurance Companies SC 6275943) BE IT FURTHER RESOLVED that the $SOO cash deposit as surety (Auditor's Deposit Permit Detail No. 128609 dated August 20, 1975) be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. PASSED by the Board on October 4, 1977 rn C-D 0 W' u ru 0 Originating Department: Public Works Land Development Division cc: Public Works Director-Maintenance Recorder Public Works Director-LD Charles P. Hamilton 1095 Mt. View Blvd. (Subdivider) Walnut Creek, CA Gene-Trowell 6 272 Castle Crest Rd. Walnut Creek, CA RESoLurlryl Nn.77/817 IN THE BOARD OF SUPERVISORS IL OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Amending Board Resolution No. 77/560 Establishing Rates to be Paid RESOLUTION NO. 77/816 to Child Care Institutions 11HEREAS 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 also been advised that certain changes should be made to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution lb. 77-560 is hereby amended as detailed below, effective July 1, 1977: Change the rate of private institutions: From TO Cedu Foundation/Running Springs $ 955 $1098 Unfinished Symphony Ranch/Agoura 909 1010 Chane the rate of specialized foster homes and small family grouphomes: High Sierra/South lake Tahoe 600 644 Chan the rate of da treatment facilities to effective October 1. Actualizing Relationships/Pleasant Hill 472 500 LaCheim School/Berkeley 475 500 PASSED AND ADOPTED BY THE BOARD on October 4, 1977. Orig: Director, Human Resources Agency cc: Social Service, M. Hallgren County Probation Officer County Administrator County Auditor-Controller County Superintendent of Schools RESOLUTION NO. 77/816 . sh flum19 - l?t??.ii RI,CGe?P�n, Rr.��taa r:rnr,:�_n am n.^c»:.•s:• n.• n ....•.. TO CLERK, DOMID of SUP'%Ct�ISOR5 at o'clock I•I. Contra Costa County Rccordz J. R. OLSSO:I, County Recorder Fee. S Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, Ct.LIFORYIA In the Matter of Accepting and Giving RESOLU^sIOU OF ACCEPTANCE Notice of Completion of Contract with dnd NOTICE OP CO PLEi20.I A. & W. Painting Company (C.C. 9§3086, 3093) Project No. 4-671-77 � RESOLUTION' 310. 77/815 The Board of Supervisors of Contra Costa County :RESOLVES Tl1P.T: The County of Contra Costa on August 22, 1977 contracted-with A. & W. Painting Company 2021 Risdon Road Concord California 94521 Hance and Address of Contractor) for blast cleaning and repainting the structural steel'on roadway bridges located on Garden Tract Road and Central Street, North Richmond area; Miner Road. Orinda area- and Sand .Creek Road, Brentwood area. Proiect No. 4924-671-77 Yrith Fremont Indemnity Company-of Los Angeles as surety, lame of Bonding Company for work to be performed on the grounds of the County; and The Publin Works Director retorts that said work has been inspected and complies with the approved plans, special provisions, and standard specifications, and recomends its acceptance as complete as of September 23, 1977 ; Therefore, said work is accepted as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for-said contract. PASSED ARD A10FTED Olt October 4. 1977 CERTIFICATION and VERIFICATION I certify that the foregoing is a true and correct copy of :a resolu- tion and acceptance duly adopted and entered on the minutes of i`:is Board's reetin; on the above date. I declare urd_r penalty of perjt.ry that the fore;;cino is true and correct. Datcd: i J. R. OLSSOI:, County Clcry & :x at Vartinc=. Ciiornia ex officio Clerk of the Board . �• `pu cy ����_ Originator: Public Works Department, Construction-Division cc: tcecora ,na return Contractor Auditor ]'ub1S c l:'orRZ; Ur.01.1TIOii 1.0. 77/815 DA; jIft9s IN=3 BDARD OF SMTRVISORS OF -CONTRA COSTA CODNTr, STATE OF CALIFORNIA In the !Satter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION MD. by Public Agencies ) WMEAS, the County, Auditor pursuant to Revenue and Taxation Code Section 49B6(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. ROH, TS ORB, BE IT REMOLRED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 19?7-7a s CIT.' OF Aha!CCF PITTSAj?Z PF."w-VEWF?('"':T AGENCY (Cont) cA5-172-o2h-5 1007 For OQ5-2 8-023-2 7025 All 045-172-025-2 1007 Por 085-1-19-001-7 7025 An PITTSBURG �?EV='T.�?D1�'P ACENCY 085-119-002-5 7025 An L>F,:-^82-!KJ�•-L 7026 !�23 085-L9-005-8 7025 A21 ^55-452-005-3, 702E An 085-129-007-N: 7025 A11 0-85-OF5-018-h 7026 All 085-119-011-6 7025 An o55-118-on34 7025 All 085-119-022-3 7025 All 0,G5-116-004-2 7025 An CTP- OF COHCOFD oP[-118-'x15-9 7025 All 212-138-002-h 201h For 095-118--06-? 7025 All 233-45h-wl-8 2002 P?2 005-118-r,V,'6-3 7025 All 133481-002-3 2002 All 't-118-!+09-1 7025 All CONTRA COSTA COUINr OF5-„E-0irl-9 7025 An 016-040-O^1-E 58015 An OF5-118-011-7 7025 All 018-130-003-9 58004 For .H. DONALD FNNlaC, County Au troller By.- (Tax y:(Tax Cancel- Order) (F&T S4986(b) ) ' County Auditor 1 County Tax Collector 2' �� (Redemption) (Secured) 32 OCT 4 1977 Page 2 of 2 Adopted by the Poard en_-. „� �- IR THE BOARD OF SUPERVISORS OF tO1MA COSTA COUTY, STATE OF CALZFORM In the ?utter of Cancellation of / Tax Liens on Property Acquired ) RESOLUTION 110. by Public Agencies ) V►T.REAS, the County Auditor pursuant to Revenue and Taxation Code Section h986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. Wd, BEFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1977-78 OGNTRA COSTA ^,0MTY (Cont) COMMA C'OSTR COUNTY (cont) 110-1141-017-1 2002 All 357-171-006-4 62037 All 110-IL1-019-7 2002 All 365-010-002-2 76003 Por 125-071-003-3 79063 A?1 373-101-005-8 5001 XU 125-071-tots-1 79063 All STATE OF CALIFORNIA 125-071-MI-7 79063 All 199-410-011-5 66052 All 125-072-OT--6 79063 Por EAST BAY .RWIDNAL PARK 125-072-M2-h 79063 Par 373-022-C05-1t 5001 An 138-060-019-1 791hh Por R1CWXD` REDEVELOP)ME AGENCY 162-263-003-h 7600h Por 538-240-002-7 800? An 172-020-019-3 96010 A11 172-102NOn-1 98010 Por 172-120-030-9 98010 Por 172-130-0147-2 98010 _ Dor 172-340-012-3 .9801D For f Page 2 of 2 001ju In Tax Rate Area 02017, Parcel No. 159-060-037-3, assessed to Gus $ Rogene Teicheira, has erroneously not been assessed with Improvement value on the secured roll. The improvements located on this parcel, which were formerly assessed as unsecured, should have reverted to the secured roll for the 1977-78 assessment year_ Therefore, this assessment should be corrected as follows: Assessed Value FROM TO Rf,T Section Land $11,905 $11,905 (no change) Improvements -0- 2 620 4831; 531 Total $11,905 14,525 Assessee has been notified. I hereby consent to the above 10444 changes d/or corrections: R. 0. SEATON JOHN . CLAUSEN, un ounsel Assistant Assessor t9/26/77 e ty A��byti_Br-ate OCTA - -- j'. v - x f l• t b" y. a i Page 3 of 3 RESOLUTION NO. 7��8i3 oorl3o" In Tax Rate Area 60007, Parcel No. 011-110-007-9, assessed to Martin M. Enos, Jr., has been erroneously assessed with Personal Property value of $5,450 due to error in enrolling personal property value, belonging on another parcel, to this parcel. Further, a 10 percent penalty of $545 pursuant to Section 463 of the Revenue and Taxation Code was also incorrectly applied to this parcel by Board Resolution No. 77/702, passed on August 23, 1977. Therefore, this assessment should be corrected to remove personal property assessment and penalty assessment leaving a corrected assessment as follows: Land $18,250 (no change); Improvements $4,500 (no change); for a total assessed value of $22,750. In Tax Rate Area 60007, Parcel No. 011-170-011-8, assessed to Martin M. Jr. & Jean H. Enos, has erroneously not been assessed with Personal Property value and penalty fof late filing, due to error in enrolling personal property assessment on an incorrect parcel. Therefore, this assessment should be corrected as follows: Assessed Value FROM TO R$T Section Land $65,000 $65,000 (no change) Improvements 5,000 S,000 (no change) Personal Property -0- 22,385 4831; 53.2 101 Penalty -0- 2 Z35 4831; 463 Total $70,006 394,620 Assessee has been notified. In Tax Rate Area 86006, Parcel No. 073-210-.020-1, assessed to United States Steel Corp., has been erroneously assessed with incorrect Improvement value, Personal Property value and Business Inventory Exemption, due to error in not entering a portion of the real property value to the roll and in misclassifying business supplies as inventory. Therefore, this assessment should be cor- rected as follows: Assessed Value FROM TO R€T Section Land $ 694,740 $ 694,740 (no change) Improvements 31,879,055 32,425,405 4831 Personal Property 15,212,800 15,232,425 4831 Business Inv. Ex. 7.140 692 7;I26,93 531:5; 506 Net Taxable Assessee has been notified. R. 0. SEATON v � Assistant Assessor RESOLUTION NO.111103 Page 2 of 3 00129 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.��/8�3 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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 Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, property escaping assessment due to such error should be enrolled as escaped assessment pursuant to Section 531 of the Revenue and Taxation Code; and, FURTHER, that portion of Business Inventory Exemption which was incorrectly allowed because of erroneous or incorrect information should be entered as escaped assessment pursuant to Section 531.5 of the Revenue and Taxation Code together with interest on taxes pursuant to Section S06 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 463 of the Revenue and Taxation Code, a 10 percent penalty for late filing of property statement should be applied as indicated; and, FURTHER, in accordance with Section 4986(a)(2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or costs on that portion in error as if it has been levied erroneously; and, FURTHER, in accordance with Section 4985(a) of the Revenue nd Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee, heretofore or here- after attached due to such error should be canceled if it is imposs- ible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. R. 0. SEATON Assistant Assessor t9/26/77 Copies to: Assessor (Kettle) Auditor Tax Collector Page 1 of 3 RESOLUTION NO. 1 7AU In Tax Rate Area 86003, Parcel No. 095-110-004-9, assessed to Don T. F, Patsy A. Verley, has been erroneously assessed with Personal Property value 'of $2,710 due to error in enrolling personal property value, belonging on another parcel, to this parcel. Further, a 10 percent penalty of $271 pursuant to Section 463 of the Revenue and Taxation Code was also incorrectly applied to this parcel by Board Resolution No. 77/702 passed on August 23, 1977.' Therefore, this assessment should be corrected to remove personal property assessment and penalty assessment leaving a corrected assessment as follows: Land $425 (no change); for a total assessed value of $42S. In Tax Rate Area 09034, Parcel No. 14S-141-022-7, assessed to George F. 6 Suzanne W. Zaro, has erroneously not been enrolled with Personal Property and Penalty for late filing due to Assessor's error in enrolling personal property and penalty on incorrect parcel. Therefore, this assessment should be corrected to enroll the follow- ing as escape assessment: Amount of Type bf Property Escape R$T Section Personal Property $50 S31 101 Penalty 5 463; 531 Assessee has been notified. In Tax Rate Area 12012, Parcel No. 149-110-032-5, assessed to James A. B Joan G. Farrant and James G. Farrant, has been erroneously assessed with personal Property value of $50 due to Assessor's error in enrolling personal property value, belonging on another parcel to this parcel. Further, a 10 percent penalty of SS pursuant to Section 463 of the Revenue and Taxation Code was also incorrectly applied to this parcel by Board Resolution No. 77/702 passed on August 23, 1977. Therefore, this assessment should be corrected to remove personal property assessment and penalty assessment leaving a corrected assessment as follows: Land $9,900 (no change); Improvements $10,500 (no change); for a total assessed value of $20,400. In Tax Rate Area 14010, Parcel No. 243-222-019-8, assessed to Dolly M. McNeill escaped assessment of Personal Property due to Assessor's error. The assessee timely submitted a signed business property statement, but due to Assessor's omission, entry was not made before close of the roll. Therefore, said parcel should have entered thereon the following escape assessment: Amount of Type bf Property Escape RF,T Section Personal Property $190 4831; S31 I hereby consent to the above changes and/or corrections: h U. 5T-ATON JOHN 'LAU;SIIEN, County Counsel Assistant Assessor By ' Adopted by the B d ony OCT 4.. _,..,,.__.-1977 Page 2 of 2 RESOLUTION NO. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.17MY1A of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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 Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, property escaping assessment due to such error should be enrolled as escaped assessment pursuant to Section 531 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 463 of the Revenue and Taxation Code, a 10 percent penalty for late filing of property statement should be applied as indicated; and, FURTHER, in accordance with Section 4985(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 error should be canceled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. In Tax Rate Area 86003, Parcel No. 095-110-003-1, assessed to David f, Naomi Dobrich, has erroneously not been enrolled with Personal Property and penalty for late filing due to Assessor's error in enrolling personal property and penalty on incorrect parcel. Therefore, this assessment should be corrected to enroll the follow- ing as escape assessment: Amount of Type of Property Escape R&T Section Personal Property $2,710 S31 10% Penalty 271 463; 531 Assessee has been notified. AWL& v Assistant Assessor Copies to: Assessor (Kettle) Auditor Tax Collector e Page 1 of 2 RESOLUTION NO. MA% aS Parcel No. 073-190-005-6 Assessed Value FROM TO R$T Section Land $89,400 $ 8S,750 4831 Improvements -0- 312;375 4831; S31 Total $$$.406 3 ,1 Assessee has been notified. Further, in accordance with Sections 4836.5 and 531.2 of the Revenue and Taxation Code, inasmuch as title to the above cited parcel has been transferred to a bona fide purchaser for value, the increase in assessed value should be enrolled on the unsecured roll in the name of Tillie Lewis Foods Inc., under Unsecured Account No. 129850-E000S. I hereby consent to the above "AGd—lx changes nd/or corrections: R. 0. SEATON JOHN CLAUSEN, unt Counsel Assistant Assessor t9/27/77 B ty Adopted by the Bodtd on. OCT 4 1977 a, 1 c "7x Page 2 of 2 RESOLUTION NO. VlfIF , '. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.-1-11,F11 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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 Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, property escaping assessment due to such error should be enrolled as escaped assessment pursuant to Section S31 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 4985(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 error should be canceled.if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. In Tax Rate Area 86011, Parcel No. 073-190-005-6, assessed to Tillie Lewis Foods Inc., has been erroneously assessed with incorrect Land value and no Improvement value due to error in sub- mitting incorrect property record for entry to the assessment roll after amendment of the 1976-77 assessment by the Assessment Appeals Board. This resulted in not carrying the value to the subsequent year pursuant to Section 1610 of the Revenue and Taxation Code. Therefore, this assessment should be corrected to enroll the following values which were set by the Assessment Appeals Board: R. 0. SEATON Assistant Assessor Copies to: Assessor ([ettle) Auditor Tax Collector Page 1 of'Z RESOLUTION N0_ 7 8// 00124 For the Fiscal Year 1977-78 accurately; therefore, that portion of the property not reported should be assessed as escaped assessment pursuant to Section S31.4 of the Revenue and Taxation Code; and interest on taxes thereon should be added in accordance with Section S06: Trendata Corporation - Acct. 1131265-5000 Pers Prop $ 6,780 F.V. Trendata Corporation - Acct. 1131265-E001 Pers Prop S 3,020 F.V. Trendata Corporation - Acct. 1131265-E00Z Pers Prop $ 4,560 F.V. Assessee has submitted signed business property statement. AssIt. Assessor A&ptedbythesowdon—oCr ' N h 'F Page 4 of 4 00123 For the Fiscal Year 1977-78 D. G. Hume 6 Co. - Acct. 1062551-E000 Pers Prop $ 400 F.V. Paul B. Menges, DDS - Acct. 1086069-E000 - Pers Prop $ 2,673 F.Y. Milne Truck Lines - Acct. 1087635-E000 Pers Prop $ 3,723 F.Y. TRW Investment Co., Inc. - Acct. 1126669-1:000 P. S. Imps $ 1,920 F.Y. Pers Prop 42,264 F.V. Bus Inv Ex 23S A.Y. 108 Penalty 4,324 F.Y. Title Insurance $ Trust Co. - Acct. 4130060-EO07 P. S. laps $ 4,880 F.V. 7homas D. Trapanese - Acct. 1131010-E001 P S Imps $ 3,300 F.V. Pers Prop 1,930 F.V. Bus Inv Ex 60 A.V. Virginia Van Druten, LCSW - Acct. 113386S-E000 Pers Prop $ 750 F.V. Harold B. 4 Patricia B_ Van Horr. - Acct. 1133923-E000 . P S Iaps $ 1,287 F.V. Pers Prop 5,053 F.V. Bus Inv Ex 149 A.V. Janice Halters - Acct. 1136940-0000 Pers Prop $ 3,000 F.V. Robert Lee Webster - Acct. 1138059-E000 P S Imps $ 9,450 F.V. Pers Prop 6,080 F.V. Bus Inv Ex S90 A.V. 101 Penalty 1,317 F.V. Percy L. Woods - Acct. 1142857-E000 Pers Prop $ 1,000 F.V. 101 Penalty 100 F.V. Don Young Ford, Inc. - Acct. 1143970-5000 Pers Prop $ 13,040 F.V. Bus Inv Ex 830 A.V. 101 Penalty 972 F.Y. 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 property, 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 R. ss t. Assessor- Page 3 of 4 08M For the Fiscal Year 1977-78 Clarence A. Lord - Acct. 1077410-E001 Pers Prop S 800 F.Y. 10t Penalty 80 F.Y. Sharon Rouse - Acct. 1097970-E000 Pers Prop $ 980 F.V. Bus Inv Ex 12 A.V. Sun Valley Lumber Co. - Acct. 8125820-S000 Imps $114,300 F.V. TRA* Data Systems, Div. TRW Inc. Pers Prop $ 2,480 F.Y. Assessees have been notified. Alpha Leasing Associates Ltd. - Acct. 002443-E000 Pers Prop $ 7,340 F.V. Wallace C. Brooks - Acct. 1016080-E000 Pers Prop $ 4,080 F.Y. Robert Bucci - Acct. !017085-E000 Pers Prop $ 640 F.V. 101 Penalty 64 F.Y. Jack $ Tosbiko Crook Donald E. 8 June Lee - Acct. !030115-000 Pers Prop $ 2,520 F.V. Bus Inv Ex 47 A.Y. 101 Penalty 233 F.V. Danville Florist Inc. - Acct. 1031580-E002 , P S Imps $ 2,300 F.Y. Pers Prop 3,160 F.V. Bus Inv Ex 127 A.V. Fir-Fed Service Corp. - Acct. 0043801-E000 Pers Prop $ 4,380 F.V. Fir-Fed Service Corp. - Acct. 043801-E001 Pers Prop $ 4,380 F.V. Arthur Friedman - Acct. 1046981-E000 P S Imps $ 1,020 F.Y. Pers Prop 13,015 F.V. Bus Inv Ex 1,590 A.V. Goodyear Tire $ Rubber Co. - Acct. 1052150-E002 Pers Prop $ 52,250 F.Y. Bus Inv Ex 6,530 A.V. R. Hammons $ S. Palmer - Acct. 1055655-E000 Pers Prop $ 7,000 F.V. Bus Inv Ex 870 A.V. 10t Penalty 352 F.V. Patrick B. Harpole, MD - Acct. 1056597-E000 Pers Prop $ 3,190 F.V. Assessees have submitted signed business property statements- R. 0. SEATON, Asst. Assessor Page 2 of 4 00121 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.7'1fg/Q 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, 103 penalty on net tangibles for failure to file within the time required by law per Section 463: Action Photo Service - Acct. 1000505-E0O1 Pers Prop $ 19,600 F.V. Edward F Margaret Benstein - Acct. 8010555-E0O0 . Pers Prop $ 10,780 F.Y. Bus Inv Ex 1,250 A.V. 102 Penalty 578 F.Y. Joseph W. Bone - Acct. 8013679-E000 Pers Prop $ 400 F.Y. 109 Penalty 40 F.V. Richard A. Gierak - Acct. 0050241-EOOO Pers Prop $ 500 F.Y. 10% Penalty s0 F.V. Jess Gonzales - Acct. 8OS185S-E0O0 P. S. Imps $ 160 F.Y. Pers Prop 920 F.V. 101 Penalty 108 F.V. Harry Long - Acct. 8077097-E000 Pers Prop $ 360 F.Y. 10% Penalty 36 F.V. Assessees have been notified. 01 R. 0. S'EATON, Ass t. Assessor t9/19/77 cc: G. Giese-Assessor Auditor Tax Collector RESOLUTION NO. �f7J g�0 page I of 4 00120 Parcel Number Tax Rate Area Allow Assessee 1 7-2 1-011-0 0210 11 00 Selg, George E. & Mary Jo 154-252-018-2 12052 1400 Davidson, Pauline Irene c/o Pauline Hurawski On Boat No. XX 0300, Parcel No. 561-050-001-8, Tax Rate Area 08001, Mike Gail should be allowed a homeowner's exemption of $200. FURTHER, the following assessees were erroneously not mailed claim forms. As the Assessor did not conform to Section 255.3 of the Revenue and Taxation Code, the exemptions should be allowed. Parcel ?Number Tax Rate Area Allow Assessee 175-291-001:Z 9 031 17 0 Lear, Donald S. & Michiyo 194-152-006-4 66o59 1750 Ginnever, Dale E. & Nancy L. FURTHER, the following assessees are eligible for the homeowner's exemption pursuant to Section 255.1 of the Revenue and Taxation Code. Additional information required for approval of the claims has been provided. Parcel Number Tax Rate Area Allow Assessee 076-1410-009--bboll b PFeitas, William F. & Tane E. 116-213-036-1 02002 $1750 Morris, Lester N. & Maria D. C. 130-160-054-8 02002X2750 Casselberry, Robert & Patricia 538-012-001.-7 08001 $1750 Atchison Village Mutual Homes c/o Haley, Louise On Boat No. 51344.96, Parcel No. 032-201-038-0, Tax Rate Area 820"0 , Walter C. Bayley should be allowed a homeowner's exemption of $1,750. FUR7HER, on Account No. 006360-0000, Parcel No. 096-016-008-3, Tax Rate Area ?9031, Cipriano L. Ayala is eligible for a veteran's exemption on his business, Ayala's Paint and Body Shop. Due to clerical error, an incorrect amount of exemption was allowed. Therefore, the exemption should be removed in the amount of $W and allowed in the amount of $!4.60. I hereby consent to the above changes /or corrections: R. 0. SEATOY, Assistant Assessor JOHN �LAUS N, unt ounsel OCT 4 1971 By Adopted by the Boord Page 2 of 2 RBWLursoa NO.77�gvq 06119 IN TEE BOA OF SUPERVISORS OF CONTRA COSTA COUNTY, STATS OF CA ORNIA In the Batter of Changes ) of the Assessment Roll ) of Contra Costa County ; RESOLUTION NO: '7'11.60 y id-1MREkS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW. TEr--PORE, 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 defects in description and/or form and clerical errors of 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, red:,wption penalty, interest, or redemption fee heretofore or hereaf*s-r 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 correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. It has been ascertained from papers in the Assessor's Office that pursuant to Revenue and Taxation Code Section 275(c), claimants for the homeowner's exemption who filed a claim subsequent to April 15, 1977, and whom the Assessor has ascertained to be eligible should be allowed $1,400 or 80 percent of the assessed value, as stated below: Parcel ?dumber Tax Rate Area Allow Assessee 09d-072--020 79049 '$00 William, Clyde K. & Mattie 0. c/o Vega, John & Martha 111-135-029-2 02002 $1400 Kraft, Herman A. & Inamae c/o Abell, Patricia M. 119-232-041-2 13002 $1400 MacDonald, Edna L. i�. 0. T N, Assistant Assessor t/9-20-77 Copy to: Assessor (Mrs. Rodgers) Assessor (Mrs. Hendrix) Auditor Tax Collector page 1 of 2 RESOLUTION xo.7`7/SD9 f 00118 t Greater Richmond Comm. Dev. Corp. Therefore, in order to correct this error, Parcel No. 540-092-014-5, should be deleted from the assessment roll and the following parcels should be enrolled: Parcel Number: 540-092-015-2 Tax Rate Area: 08007 Assessee: Richmond Redevelopment Agency Property Description: City of Richmond Por Blk 49 Assessed Value: Land $6,325 Total TU-.3M No taxes are due on Parcel No. 540-092-015-2, inasmuch as said parcel is nontaxable. Parcel Number: S40-092-016-0 Tax Rate Area: 08007 Assessee: Greater Richmond Comm. Dev. Corp. Deed Reference: 8138/0409 - December 23, 1976 Property Description: City of Richmond Por Blk 49 Assessed Value: Land $29,300 Total 3366 Assessees have been notified. I hereby consent to the above change d/or corrections: JO R CLAUS EN o Counsel Assistant Assessor t9/8/77 uty Adopted by the Board on—9zC-W?— ll x. v / Page 2 of 2 RESOLUTION NO. 00117 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.!y7/fig of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW. THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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 Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and. FURTHER, property escaping assessment due to such error should be enrolled as escaped assessment pursuant to Section 531 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 4986(a)(2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or costs on that portion in error as if it has been levied erroneously; and, FURTHER, in accordance with Section 4985(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 error should be canceled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. In Tax Rate Area 08007, Parcel No. 540-092-014-5, assessed to Greater Richmond Comm. Devel. Corp., has been erroneously enrolled as a separate parcel on the assessment roll. By document recorded on December 23, 1976, in Book 8138, Page 409, of the Official Records of Contra Costa County, only a portion of said parcel should have been transferred to Greater Richmond Comm. Dev. Corp., and the remainder of the property should have stayed in the name of Richmond Redevelopment Agency. However, through misinter- pretation of said document, the entire parcel was transferred to k:—O. SEATON Assistant Assessor Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector RESOLUTION NO. Page 1 of 2 7�/�jj� 0116 For the Fiscal Year 1977-78 Account No. 066770-0000, Alfred Jones and William MacDonald were erroneously assessed since the property was assessed more than once; therefore, this assessment should-be corrected to zero value. Account No. 061460-0000, John L. Hopkins is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to show Personal Property and Penalty zero value. Account No. 091190-0000, Lawrence C. Murphy is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to show Personal Property, Business Inventory Exemption and Penalty zero value. Account No. 140010-0001, Max G. White is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to show Personal Property and Business Inventory Exemption zero value. FURTHER, For the Fiscal Year 1976-77 Code 01004 - Assessment No. 8032, RCA Corporation is erroneously assessed since the property was out of county on the lien date; therefore, this assessment should be corrected to zero value. Code 01004 - Assessment No. 8033, RCA Corporation is erroneously assessed since the property was out of county on the lien date; therefore, this assessment should be corrected to zero value. I hereby consent to the above changes dlor corrections: eA�k R. 0. SEATON, Asst. Assessor JOHN CLAUSEN, o ounsel By �J' _ e A l*edbythaB000don OCT 4 1977 r: � N y Page 3 of 3. v� �p�15 For the Fiscal Year 1977-78 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 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 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. Through a clerical error on Board Resolution No. 77/705, dated August 23, 1977, item number 8, page 3 0£ 8, incorrect account number was used and action should be rescinded on it; restoring Account No. 143725-0000, Marion L. Yates; and in accordance with Section 4985 no delinquent penalty or lien should be attached. The original intent was to correct Account No. 093610-0000, name of Mohamas Noeparast. Therefore, Account No. 093610-0000 should be corrected to show Personal Property, PS Improvements and Business Inventory Exemption zero value. The following accounts in the name of Chevron USA Inc. were erroneously assessed since the property was assessed more than once; therefore, these assessments should be corrected as indicated below: Account No. Improvements 023555-EO14 - - 023555-E106 -0- 023555-E126 -0- 023555-E130 -0- 023555-E132 -0- Account No. 020730-0000, Earl S. Cardwell is erroneously assessed since-Improvements were removed prior to the lien date; therefore, this assessment should be corrected to zero value. Account No. 038370-0000, Dynamic Management Co. is erroneously assessed since the Tax Rate Area and Parcel Number were changed in error, resulting in a changed tax bill. Original Tax Rate 02002 and Parcel Number 126-322-041-8 should be restored, no change in values. Account No. 104270-0000, Art Provancha is erroneously assessed since the property is being assessed on the secured roll; therefore, this assessment should be corrected to show Improvements 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: David H. $ Frances Horn - Acct. #061530-E000 . Poss. Int. Imps - $5,400 F.V. Land - 2,800 F.V. --C Her3d $-6elel Nere!l Aeet. #692945 8086 41 ps�5 $4,6;2 F.% . J'p- PeTs Ptep 4,526F.Y. Ii RU SEA1 N, Ass t. Assessor Page 2 of 3 00114 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Coatra Costa County j RESOLUTION NO.--19AY0-7 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 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 S096, 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 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. Account No. 125010-0000, Toni Stratton is erroneously assessed since assessee included licensed vehicle in reporting his property; therefore this assessment should be corrected to show Personal Property 1,808 Full value. Account No. 083790-0000, John McConeghy and Owen Loggins are erroneously assessed since assesseesreported property not there on the lien date; therefore, this assessment should be corrected to show Personal Property $940 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 R. D. SEATON, AssIt-7)9—sessor t9/26/77 cc: Assessor (Giese, 920 Main St.) Auditor Tax Collector RESOLUTION NO.��/,�0 y Page I of 3 00113 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Changes ) �� of the Assessment Roll ) RESOLUTION No.r/'r 06 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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 Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and. FURTHER, property escaping assessment due to such error should be enrolled as escaped assessment pursuant to Section S31 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 4985(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 error should be canceled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. In Tax Rate Area 66077, Parcel No. 198-230-004-6, assessed to William D. $ Barbara J. McCann, has erroneously not been assessed with Land and Improvement value due to error in not submitting prop- erty record for entry of values to the assessment roll. Therefore, this assessment should be corrected to enroll the followin assessed values as escape assessments: Land $12,500; Improvements 118,375; for a total assessed value of $30,875. Assessee has been notified. I hereby consent to the above changes and/or corrections: R. Q. SEATON JOHN B LAUSEN, County Counsel Assistant Assessor t9/27/77 By e Copies to: Assessor (Kettle) Auditor Tax Collector Adopted bytheBoard o on 4 -1977 _ Page 1 of 1 RESOLUTION N0. Because of damages incurredprior to the lien date, the following boats are worth less than $400; therefore, these assessments should be corrected to zero value. ACCOUNT R0. ASSESSEE ACCOUNT TYPE 236 omas . Grundy oat CF4974AJ Lewis H. Freeman " CF59SIEP Howard L. Jensen " CF7735AF Danny Niel Dutey CF8564EZ Jack Dell Speacer " CF9714FB77 Rendell Elric Thompson " I hereby consent to the above - change d/or corrections. X1'0 Assistant Assessor JO C E. , Counsel T9/2W77 �!/1•�1 Z B -- Adopted by the Board an OCTA- 1977epu .4 i ft ,r 4- Page 4 of 4 X11 Since the following boats and aircraft were not owned by the assessees on the lien date, these assessments should be corrected to zero value. Account 10. Assessee Account Type 283-682 Fd Ry icicioat CF0059AH Richard A. Savage " CF0291GB Eugene Wilson/ " Jewell T. Washington CF0362ET Preston Jiannalone " CF0700CW J. H. Burns " CF1055AH Robert A. Hanning " CF1217EY Frank Baughman CF1354FE Douglas S. Krause " CF1717FP Robert M. Shead " CF1951AH Frank Delorefice " CF2212A33 Richard Hanlien CF276SEE Clifford M. Mays " CF2935CG William R. Caples " CF3209BC James B. Beck " CF3213AL Glenn R. Holly " CF3665BIi Charles W. Corbitt " CF3856EL William P. balker " CF5952FH William H. Davis CF4148CP Richard James Roof " CF4237EZ Larry Keit Southwick " CF4552EU Osmund 0. Barnett " CF4584CF Vernon L. Lynch CF4653CZ Frank M. Stanton " CF4707FE R. F. Morgan " CF4721AK Olaf Andersen " CF5072FF John Ritchie " CF5077EX David R. Wiechmann " CF5103FN Warren May " CF5139BS John Thomson " CF5171CZ Douglas Fielding " CF5208FX Robert D. Capell " CF5246LB Blommer Enterprise " CF5252FT William R. Vavrich " CF5512GA Judson E. Holland/ " Edel U. Holland CF5521FA Bruce L. Brown CF5548LB Robert M. Jordan " CF5724EX Eberneza Benjamin Gaines CF5774AG James A. Moscato " CF5873A.1 John Cox " CF5890Ch' Victor A. Janke " CF879SEY Russell W. Glynn, Jr. " CF9823FB Lawrence Gall " 299JS Navajo Aviation, Inc. Aircraft 36168 Allen J. Allie, M.D./ " Donald R. Dodd 560SF Pacific States Aviation " 6699G Graham Flying Service " 6197Q R. C. Chiappone " 7324Q General Air Services, Inc. " 7914E Tom Lister " R7-0. SEXION Assistant Assessor Page 3 of 4 00110 Account 'No. Assessee Account Type CFI4-;71-C Raymond Eichelburgcr goat CF1779FT Thomas V. Foster of CF1794FP Oliver D. Archer it CF'170FT James P. Bucher " CF2187EU its. black Bagley " CF2612EB Stephen X. Rice CF2693EB Lou R. Shelton " CF3187BP William R. Stewart CF3397CE R. D. Gilmore CF4056GA Judy Brown " CF4290AII Melvin Randolph " CF5491.LIi Clifford Rhoads CF5618AE Paul VanDegrift " CF5622EX Ray W. Perry " CF5759EV Donald G. Walker " CF6560CY William L. Frury/ " Jimmy F. Cooper CF7265FT Walter R. Martin CF8103BU Eugene R. Rembert " CF8629EJ Douglas R. Cambell CF913SAX Ken Chandler " CF9704FD Earl C. Brown " CF9953FH Lowell D. Frigard " CF9962CN William A. Drake " 1931T A. Emory Wishon, Jr. Aircraft 23248 Gayle Chamberlain " 2339 Earl Hopkins/Steve Miller " 4087D George D. Childs " 4632B Edwin Sherwood " 6023P Allen E. Moore/ " Clayton E. Jensen 68557 Dennis P. Greenwood/ " Edward Mien Since the following boats and aircraft were not located in California on the lien date, these accounts should be corrected to zero value. Account No. Assessee Account Type LE0569BN LSC.onkin oat CF2730AH A. C. Marshall " CF2770FJ Richard A. Ampino " CF3178BP Albert F. Vasquez " CF3847CK Chester W. Link " CF6114FS Randell James Peterman " 9. U. SEATON Assistant Assessor Page 2 of 4 AA1A9 IN T11E BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION NO.7,*as of the Assessment Roll ) of Contra Costa County ) NliEREAS, 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 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 4985(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 error should be cancelled 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; therefore, the following assessments should be corrected to zero value. Account No. Assessee Account Type eo ore R. Purcell, M.D. Dat CF051SCA Ron E. White of CF0616FJ Raymond W. Robinson of CF0623ER Herbert J. Dutra of CF0995FS Pierre F. Pellissier/ Joan Jacobus CF090GER Andrew P. Wolfe " . Seaton .assistant Assessor Copies to: Assessor (Mrs. Giese) Auditor Tax Collector RESOLUTION NO.PI-7/005 Page I of 4 W1W For the Fiscal Year 1977-76 Acct. «CF'7645FM 1977-78 Robert Anthony Dias 1595 Lawrence Rd. Danville, CA 9456 Boat - Full Value ,200 Acct. zCF7643CW l 1977-78 William S. Earnum Leslie Palfrey 2 El Caminito Orinda, CA 94563 Boat - Full Value $4,68u Acct. ACF7916GE 1977-78 Earold Dorris Whitaker 139 Metairie Pt. San Ramon, CA 94583 Boat - Full Value $3,UUO Acct, aCF7997E-I-Izl .1977-78 James Douglas Hoyal 2454 Olive 5t. apt. 8 Martinez, CA 94553 Boat - fill Value $1,1u0 Acct. 1977-78 Pacific States Aviation, Inc. P. 0. Box 5811 Concord, CA 94524 Aircraft - Full Value $15,100 Acct. #7327S)D= 1977-78 Pacific States Aviation, Inc. P. O. Box 5811 Concord, CA 94524 Aircraft - Full Value $35,uuu Acct. A734u3'� 1977-78 Pacific States Aviation, Inc. F. 0. Box 5811 Concord, CA 94524 Aircraft - -Full Value $22,400 Rote: Assessees have been notified of these additions and their right of appeal. -R. C. SACT :assistant Assessor OCT 4 W Adopted by the Board Page 6 of 6 MW For the Fiscal Year 1977-76 Acct. `CF7239F=1 1977-78 Frank K. Salmons 31 Mt Wilson Way Clayton, CA 94517 Boat - Full value $100 Acct. ACF73UMM 1977-78 Rooney L. Sil rs 82 Arlington Dr. Pittsburg, CA 94565 Boat - Full Value $5,400 Acct. =CF7332BN-ml 1977-78 Jimmy Wayne Adams 4874 Xeison Fremont, CA 94538 Boat - Full value $4,500 Acct. iCF7437FVEl 1977-78' Robert I. Berger 1728 San Pablo Ave. Oakland, CA 94612E Boat - Full Value $2,800 Acct. F746GEFE1 1977-70 Michael-W. Bennett Joan Bennett 1327 Montego jF78 Walnut Creek, CA 94548 Boat - FL11 Value $1,200 Acct. Y'CF7461BNE1 1977-78 E. H. Grimes Harvey Cobb 331 Zr. First St. a2 Campbell, CA 95008 Boat - Full Value $3,60u Acct. #CF7542CCE1 1977-78 Warren H. Radford Kirk R. Gibson 511 San- Diego Rd. Berkeley, CA 94707 Boat - Full value $3,400 Acct. #CF75YOEM 1977-78 Robe-t C. Martin 17983 via Rincon San Lorenzo, CA 94580 Boat - Full value $4,860 Acct. =CF7630EVE1. 1977-78 ?Michael Lee ?asley 1169 Rhoda '.day Concord, CA 94518 Boat - Full value $3,780 Assistant Assessor Page 5 'of 6 t �• (WIN For the Fiscal Year 1977-78 Acct. pCF666631i'31 1977-78 Steven Robert Ford 4U8 Waverley St. Menlo Park, CA 94U25 Boat - Full Value $5,400 Acet. W-CF6763CVE1 1977-78 Kenneth Ray Elliott 615 W. 15th St. Antioch, CA 94509. Boat - Full Value $2,7U0 Acct. +CF6605CPEI 1977-78 Ra d R. Lennol 20 Oak St. Brentwood, CA 94513 Boat - Full Value $15,100 Acct. iFcF6942PffM 1977-78 Dan George Petersen II Clarence Paul Buist 145 Park °l. Pt Richmond, CA 6U7 Boat - Full Value 3,140 Acct. aCF6964F1tal 1977-78 John Alder Ellsworth 1630 Manor Dr. San Pablo, CA 94606 Boat - Full Value $74U Acct.ACF6974EITE1 1977-78 Archie Stanley Ross 604 Faris St. Antioch, CA 94509 Boat - Fwil Value $3,200 Acct. #CF705102=1 1977-78 Lynn B. Alton 2676 Cedro Ln. Walnut Creek, CA 94598 Boat - Full Value $4,1U0 Acct. iCF7124CAE1 1977-78 James E. 'Tucker 112 Eardie Dr. Moraga, CA 94556 Boat - Full Value $800 Acct. tCF7171ABz-1 1977-78 Daniel R. Fisher 14U4 Gatewood Ct. Martinez, CA 94553 Boat - Full Value �$9U0 Re OT�ST.A'1,01: ` Assistant Assessor a - x` Page 4 of 6 00145 For the Fiscal Year 1977-78 Acct. *CF6487GEM 1977-7E Charles Higgins 73 Belshaw St. Antioch, CA 945u9 Boat - Full Value $2,111u Acct. IICF6511G6.a1 1977-78 aeith ?. Graves 49 Brasero Lane Walnut Creek, CA 94596 Boat - Full Value $580 Acct. gCF6552M 1 1977-78 Toddy P. Christian 279141 Pueblo Calle Hayward, CA 94545 Boat - Full Value $lu,940 Acct. #CF6565GA31 2977-78 Leon C. Lawyer 3260 Diablo Shadow Dr. Walnut Creek, CA 94598 Boat - Full Value $440 Acct. p F6579GE.1 1977-78 Marciel Stevens. at al C/O Delta Lancer Co 1363 aEmbarcadero Ave. Oakland, CA 94606 Boat - Full Value $16,uw Acct. iicF6568au 1977-78 Hobert Arnold Davis, Jr. Thomas Stewart 25u Yotrero St. Santa Cruz, CA 95060 Boat - Full Value $6,100 Acct. #CF6594r.B3 1977-78 Albert J. Zanutto 173u Stanton Ave. San Pablo, CA 948u6 Boat - Full Value 7,4va Acct. TxCF6599GBM 3.977-78 Audrey Dou6las Belt 1531 Manor Dr. San Fablo, CA 946u6 Boat - Full Value $10,200 Acct. #CF6629PMs1 1977-78 Don Ford Mobile Repair 6219 Faith Rome Ceres, CA 94561 Boat - Full Value $2,960 R. C. SMATUR .;ssistant Assessor Pa go 3 of 6 For the Fiscal Year 1977-78 Acct. zCF5659�1 1977-78 Hugh Marren F.aley P. 0. Bax 847 Bethel Island, CA 94511 Boat - Full Value $3.U,8U0 Acct, `CF5961GBZl 1977-78 Robert E. Cavallero 572 Rutherford Ave. Redwood City, CA 94U61 Boat - Full Value 53,740 Acct. =CF6015BLia 1977-78 Theodore R. Purcell 316 Sea View Ave. Piedmont, CA 94611 Boat - Full Value $6UU Acct, u#CF6U29FSH1 1977-78 Steve Moniz 1010 Seascape Circle Rodeo, CA 94572 Boat - Full Value $2,160 Acct. #CF6135FX---1 1977-78 Jefferey A. Howard 4612 San Pablo Dam Rd. El Sobrante, CA 94603 Boat - Full Value $1,74u Acct. #CF6139FUl 1977-78 Ed S. Godwin 4221 Roosevelt Ave. Richmond, CA 9!{EO Boat - Full Value lu,UnO Acct. jCB6432GBE1 197T.-78 Alma J. Fletcher 1225 Vienna Dr. 444 Sunnyvale, CA 94606 Boat - Full Value $11,160 Acct. FCF6477CBE7 1977-78 Donald Edward Lutz 320 Eeavenly P1. Martinez, CA 94553 Boat - Full Value $lu,8u0 Acct. FCF6466BFM 1977-78 L"iichael A. Scanlon 668 Tanager Ed. Livermore, CA 9455E Boat - Fall Value $4,480 �i. C. 5:- 1G1t Assistar_t Assessor Page 2 of 6 00103 IN TH�; BOARD VF Sti?--.PVISCF.S up CCNTRA COSTA COUNTY, STATE UF CALIFURNIA in the Fatter of Changes ) RESOLUTION NO. of the Assessmeut Roll ) r of Contra Costa County ) WitER. AS, the County Assessor 'saving filed with this Board requests for addition of escape assessments; 3<C'r:, TH37---rORr, 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: Acct. M0294Ml 1977-78 Steve Graham Box 8tt Leggett, CA 95455 Boat - Pull Value $23,2uu Acct. M.U297r-Ul 1977-78 Chan Chrisman Thomas l:ylie David tiahle C/O Thos Wylie Lesign GP 1924 Willow Ave. Alameda, CA 94501 Boat - Full Value $20,uuu Acct. 030a'=-1 1977-78' Mks Gail P. U. Box 215 Pt Richmond, CA 94807 Boat - Full Value $1,000 Acct. -7-MO296?--yM1 1977-78 Raymond Smith 811 Rosewood Ct. Walnut Creek, CA 94596 - Boat - Full Value $10,000 Assistant Assessor t9/28/77 Copies to: Assessor (14rs. Giese) Auditor Tax Collector xESOLUTT_OB x0_ Page 1 of 6 R V V�� For the fiscal years 1976-77 and 1977-78, in Tax Rate Area 53004, Parcel No. 262-060-027-6, has been erroneously assessed to John Richard Booth, due to clerical error in overlooking document transferring title. Therefore, this assessment should be corrected to show the assessee as Hugh E. $ Jeane R. Hathcoat, 15 Queensbrook Place, Orinda, California, who acquired title by document recorded on August 25, 1975, in Book 7601, Page 415, of the Official Records of Contra Costa County. I hereby consent to the above 4rA� changes nd/or corrections: R. U. SEATON JOHN CLAUSEN, unt Counsel Assistant Assessor t9/23/77 B ty F.dopfed by th-Board on OCT 4 Jf- y � �t Ef a hf '" Y Y � � Yf � Page 2 :of 2 RESOLUTION N0. 09M IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.-17103 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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 Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected as stated below: For the fiscal year 1976-77, in Tax Rate Area 76003, Parcel No. 365-271-010-8, assessed to Oran W. Davis, et al., was assigned temporary parcel numbers 365-271-013 and 36S-271-014 by Segregation No. 230-76. However, due to Assessor's error, the segregated parcels were enrolled with incorrect property descriptions and incorrect care of names. Therefore, the following segregated parcels should be corrected for the fiscal year 1976-77 as indicated: Segregated Parcel No.: 365-271-013 Assessee: Davis, Oran W. et al. c/o Laughlin, Leland R. $ Janet N. Property Description: Pcl Map 46 Pg 42 Pcl A Segregated Parcel No.: 36S-271-014 Assessee: Davis, Oran W. et al. c/o Patterson, Forrest E. Nyla A. Property Description: Pcl Map 46 Pg 42 Pel B R. 0. SEATOV Assistant Assessor Copies to: Assessor (Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION NO.711603 00100 0 .F. 12. RECORD MAP. In consideration hereof, County shall allow Subdivider Co file and record the Final Map or Parcel Map for said Subdiv�sioa. CONTRA, COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, Public Works Director2=211 �Ld ,/! "was cnwo Asy .C•Y�str�� By Deputy (Designate official capacity in the buisiness RECOM ENDED FOR APPROVAL: Note to Subdivider; (1) Execute acknowledg- ment fora below; and if a corporation, affix y ✓' ,J� corporate seal. B Assista Public W# Director (CORPORATE SEAL) FORT! APPROVED: JOHN B. CLAUSEN, County Counsel State of Ca�forma ) (Acknowledgment by Corporation, Partnership, County of G.�iVfi/ �)ss. or Individual) O11r -zli_-MAW W the person(s) whose names) is/are signed above for Subdivider and who is/are knwon to ae to be the individual(s) and officer(s)' or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. OFFICIAL cr;L (NOTAMAL SEAL) AUSTIN F. R* - ja z ~i" CONTRA CCS!, .c.s.a.t331 R Notary Public for aid C ty, and State 185 Klkw A**.,Anew.CA Snn (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) 00099 I S. WARRXYTY. Subdivider warrants that said improvement plans are adequate to accomplish this�as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities`as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts,elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any 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), actions) or other pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Von-conditions: The promise and agreement in this section is not conditioned or dependent on u et er or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 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 map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NMWERFORMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand_ If County sues to compel performance of this Agreement or recover the cost of completing the work. Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIG�L%ENT. If; before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. -2- SUBD.�'ISION AGRELME.\'T (§1) Subdivision: MS 102-76 (§1) Subdivider: Louis Machado • e §§66462 d 9§66463) (§1) Effective Date: September 27. 1977 (§1) Completion Period: 1 Year L,, LSS DATE. Effective on the above date, the County of Contra Costa, mar - called "County", and the above named Subdivider, mutually promise and agree as follows, concerning t7"subdivision: 2. IMPROVEMENTS. 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 66410 and following), in a good workmanlike manner, in accordance with accepted cons3§truction 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. GUARA'%7EE• Subdivider guarantees that the work is and will be Z ree fro= defects ancr 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. I..MPROVEW-NT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499. deposit as security with the County: A. For Performance and Guarantee: Ss00.00 cash, plus additional security, in the amount of S 1'.250.00 which togethertotal one half of-the estictatpcl-cost of tt work. Such additional security is presented in the form of: 13 Cash, certified check, or cashier's check ❑Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of $1.750.00 , which is one half of the estimated cost of the-work. Such security is presented in the form of: Q 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. -1- Microfifirned vjith board order ow IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) the Subdivision Agreement ) RESOLUTION 110. 77/802 for Subdivision MS 102-76 ) Rodeo Area. ) The following document was presented for Board approval this date: A.subdivision agreement with Louis Machado, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agree- went; Said document was accompanied by the following: Security to guarantee the coepletion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Cash deposit (Auditor's Deposit Permit Detail t!o. 02216, dated September 21, 1977) deposited by Louis Machado in the amount of $1,250 for Faithful Performance and $1,750 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 02216, dated September 21, 1977), in the amount of $500, deposited by: Louis Machado. NOW TBEREFORE BE IT RESOLVED that said subdivision agreement is APPROVED. PASSED BY THE BOARD on October 4, 1977. Originating Department: Public Worms Land Development Division cc: Public Works Director-LD Director of Planning + Louis Machado 310 Vaqueros Ave. Rodeo, CA 94572 RESOLUTION No. 77/302 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to- file and record the Final Map or Parcel rap for said Subdivision. CONTRA COSTA COUNTY DN (see note below) Vernon L. Cline, Public Works DirectorBy_ By /y Deputy ` (Designate official capacity in the buisiness RECOMMM''DF.D FOR APPROVAL: Note to Subdivider; (1) Execute acknowledg- ment form below; and if a corporation, affix corporate seal. By _ Assista blic WV Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of Ca.14forn ) (Acknowledgment by Corporation, Partnership, County of )$s• or Individual) Or. / the person(s) whose names) is/are signed above for Subdivider and w o is/are kn on to me to be the individual(s) and officer(s)' or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. OFFICIAL SEAL �l (NOTAR KRISTINE M,ANDRESEN M Z' =NTRA LAS 1A G^L'"JTl T M IA C-2-l�T^r. w 2 1111 1,S 1 A� // .' &V's Notary Public for said County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) Microfi!r --d with board order 00095 S. WARRANTY. Subdivider warrants that said improvement plans are adequate to accomplish thiss uor—as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabi itl�ies as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or depennent on whether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this- work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 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 monbments in accordance with the filed map 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 in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGMMENT. If, before County accepts the work, the subdivision is annexed to a city, the assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -2- owl Mitaofi!msd with board ord i SUBDIVISION AGREEMENT (§I) Subdivision: 'tS 179-76 01) Subdivider: Ralph A. Scott (Government Code 5§66462 and 9§66463) (§1) Effective Date: SParPmhPr 22 14Zj (§1) Completion period: 1. PARTIES 6 DATE. Effective on the above date, the County of Contra Costa, California, hereinafter ed "Coon ', and the above named Subdivider, mutually promise and agree as follows, concerningsubdivision: 2. IMPROVEMENTS. 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 §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects an 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. LMPROVflKENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code H 66499, deposit as security with the County: A. For Performance and Guarantee: S750.00 cash, plus additional security, in the amount of S 500.00 which together total 'one half of the estimat:;4 work. Such additional security�is presented in the form of: Cash, certified check, or cashier's check - Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit ' With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. e5vB. For Payment: Security in the amount of $1250.00 �` the estimated cost o thework. Such securityis esent which is one ha of pr is a form of: (n 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. -I- Microlilrned with board order I:: THE 60A.RD OF SUPFPYISOP.S OF CONTRA COSTA COCNTT, STATE OF CALIFORNIA. In the !latter of Approval. of the ) Subdivision Agreement ) Subdivision MS 179-76, ) RESOLL°rM 140. 77/801 Walnut Creek Area. ) ) The following document was presented for Board approval this dace: A subdivision agreement with Ralph A. Scott, 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 document was 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. Cash Deposit Auditor's Deposit Permit Detail No-02336 dated 9/26/77 deposited by Ralph A. Scott, in the amount of $750. for Faithful Performance and S1,250. for Labor and Materials. b. Cash deposit Auditor's Deposit Permit Detail iTo.02336 dated 9/26/77 19 in the amount of $500, deposited by: Rash A. Scott NN THEREFORE BE IT RESOLVED that said subdivision agreement is APPROVED. PASSED BY THE BOARD on October 4, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director—LD Director of Planning Ralph A. Scott 1940 Casino verde Walnut Creek, CA RESOLUTION NO. 77/sol STATE of CAUFOW" g aoLmm of Contra Crista " ti September 15, 1977 Wore we.dte Wtdenipted, a Ko" PWAc in and for _ aw$tats,Pe1O,I M, Richard 1d_ .Ipnrpn Lawax a aw ro be dr Vice d .NM 0 of Ow Comm~rho eaecAw the widart 4utruwww, aid tincisom ft no to be the pereorr wfto etentMd dte within kair asew an befrff of do corporation dterein eawied, end x- OFFtr!l(.;CAL %'t^,LA M. OLSEN knoerfedped b eir that awch carpere icon eweOrhtd the within = ; t !,-T•.tt 7'191:-C.11rOea1/A ilurtrtttaltt plwauawf to:ta by-laws or a readtAien of i4 bond of � Y.. cost• = u T ' g Mnn�s o�»a- s a s.pttt,re Viola M. Olsen •M-crnr+lrndQ with board oldgr Naar(Typed or Proved) (TAM arae for as"wuw 104 - Y . Y` �J 00091 Bond No. U996751 BOND AGAINST TAXES Premium: $90.00 &NO.4 ALL MEN BY THESE PRESENTS: THAT LEMKE CONSTRUCTION. INC.. a California Corporation as orincipal and (Surety) AWAITED PACIFIC INSURANCE COHPANY a corporation organized and existing under the laws of the State of WASHINGTON 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 FOUR THOUSAND FIVE HUNDRED ANO NO/100--- Dollars $ 4.500.00 ), 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 15th day of September , 19 77 - The conditions of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled Subdivision 4997 and covering a subdivision of a tract of land in said County of Contra Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, which taxes and special assessments collected as taxes, are not as yet due or payable. NOW, THEREFORE, if the said PRINCIPAL shall pay all of the taxes and special assessments collected as taxes which are a lien against said tract of land covered by said map, at the time of the filing of said map of said Tract, then this obligation shall be void and of no effect. Otherwise it shall remain in full force and effect. B70:V,� -,C B l0L.LL LINTTFn PACTFTC TNSIIRANfF PnMPANY Sure By: V ti /.LcLPt� Vi Teale, Attorney in fact ACKNOWLEDG£{iENT (By SURETY) State of California ) Miaof Ped wdb board order County of Contra Costa ) County in wh c ac ow edgement is taken On September 15. 1977 , before me, Nancy L. Clowes a !Notary Public in and for said County and State, persona_ly appeared V1 Teale known to me to be attomey in tact of the corporation that.executed the within instrument and also known to me to be the personwho executed it on behalf of such corporation and acknowledged to me_that such corporation_ executed the within instrument pursuant to its by-laws or a rezolu'ttiioonoff Its bo ar d off directors. OFFICIAL SF.��__—_ `%%!!r��V ) •C%J�?,���+`� {� NANC1'L CLO',4c'S — ( ,`,_ N-)TAR, aus,i�._Au:Can..ti „A_ n additifon to signature type or N gMgoi P ?i Fc.� _, _':"�-=� «,` ( print na:=e of notary F.e_-'._zc: ,;:,nttv'-s.te--. 1 NOTARY PUBLIC Nancy L. Clowes ax Collector's Office E°�^"" w' COt"1tt� County Trsn,urw-Tis Cdlssar Alfred P.Loath P,O.Dox 631 a As,isOnt Tramww-Tax Colketw r Court Street Martinez.California 9553 (415)372.4122 cwvy iepti=ber 13, 1977 IF THIS TRACT IS Wr FILED BY OCTOBER 31, 19 77, THIS LETTER IS VOID This will certify that I have examined the map of the proposed subdivision entitled: TRACT 230. 4997 and have determined from the official tax records that there are no unpaid County taxes heretofore levied on the property included in the map. The 1975-77 tax lien has been paid in full. Our estimate of the 1gi?-'78 tax Tien, which became a lien on the first day of March, �, is $ 5W.00 Subdivision bond must be presented to County Tax Collector for review and approval of adequacy of security, prior to filing with the Clerk of the Board of Supervisors. EDVARD M. LEAL Treasurer - Tax Collector By: Microfilmed with board order STATE OF GLVOW" COUNTY Contra Costa an September 15, 19ZZ War* one.the w^d n;rwd..Norarlr Public;n and for U sad Su*.pwse"Wyypeaaa Richard Y 1pnc n s ;7' kna-P w wr to be d+e Vice 0.ea;da w.YA ?_ frrA%*Jpf the corporrr,on Thor e.ecured the wirhin inttru nanr, t and knaea bar b be d+a Paetoa .rho e.acved the rritM � kowepe.rN on bebaff of dr corporahm dwe:n named. and aQ OFFICIAL SEAL z knadpew edd to we dw dt carpor.non eaecured Ow Wirh.j VIOLA M. OLSEN = NOTARY YU 9C O-C.LsrOavA r iwehwwrnl purtwaat to its by4awt or •rew4+hon of yrs board o! `t`'� ,r,— o: $."I.. COSTA •"'� 4r G�w.un.F.wn Ir.vvr lI.IM i t T 773s Z .• � (&&L"00/ IE Viola M. Olsen Microiilrned with board order t Mawr arwd a pr.+ad) Me area for&4kW sees"«ea .._. _..{ k v Y y nl • k';i P �� "£F f� k y , K ro C � _ 4 n7: amounts due under the Unemployment Insurance Act with respect to such worst or labor, that said surety will pay. the saa:e in an a=unt 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 shad 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 to 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 Princ:pa! and the County shall relieve any Surety from liability on this to:!d; and con- sent is hereby given to masse such alterations without further Notice to or consent by Surety; and the Surety hereby »gives the p�ov{sions of Calif. Civil Code §2$19, and holds itself bound -_. thout retard to and independently of any action against Principal whenever taken. SIGNED AND SEALED on Setember 15, 1977 PRINCIPAL SURETY CESiKE CONSTRUCTION INC. a California UNITED PACIFIC INSURANCE C ANV" Corpor ' �g 9y AZ t t o jeVe. may,,% foc% 3 *...j "a a. : t State of California )ss. (ACKNOWLEOW ENT 3Y SURETY) County of rnntra rntta ) On Sggtmber JS- 1977 the person(s) whose name(s) is/are signed above for Surety and who is/are known to me to be Attorney(s)-in-Fact for this Corporate Surety, personally appeared before me and ackno.•rledFed to me that tie signed the name of the Corporation as Surety and his/ their own nameTs) as its Attormey(s)-in-Fact. NANCY L CLOWES -., N 0 T A R f PJallC.4_IFC;Yfa notary ?colic for County and State ' (Rev. 2/76 . �°=}'G''=`�.c""c:�cam" Nancy L. Cl ones �H:b w i. ►yy CzOmama Exwts an t9.t3i0 • 2- OW7 ■ Bond No. U99 67 52 ' Premium: $815.00 • IN3:?OV :•:siiT SECURITY BOND FOR SUBDIVISION- AGRErF_=':T (Performance, Guarantee, and Payment) (Calif. Government Code §§66499-60499.10) 1. OBLIGATION.. IEMKE CONSTRUCTION, INC., a California corporation , as Principal, anZr UNITEO PACIFIC INSURANCE COMPANY a corporation organized and existing uneer the laws of t:Ae State of and author{ced to transact surety business in California, as Surety, hereby ,joi.tly and severally bin3 ourselves, our_ heirs, executors, administrators, successors, and assigrs .to the Countr—., o: Contra Costa, California, to pa;• it: (A. Performance & Guarantee) Forty-four thousand, eight hundred Dollars ($ 44.800.00 .) for itself or any city-assignee under the below-county subdivision agreement, plus (B. Payment) •Forty-five thousand, three hundred Dollars ($ 45,300.00 ) to secure t^s claims to which reference is made in Title 7 commencing •eitn Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SMSDIY_TSIOU AGfi E.4Ef-'. The Principal has executed an agreement with the County to Install and pay for street, drainage, and other improvements in Subdivision ::umber 4997 , as s;ectPied in the Subdivision Agreement, and to complete said wor';,. wi;:hin the time saec_f: 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 'dap 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 -anal 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 :sept and performed at the time and in the manner 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 ooligation 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 reasor.- 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. (S) •above is such that said Principal and the undersigned as corporate surety are held firmly bound unto the Count, of Contra Costa and all contractors, subcontractors, laborers, mater±al.^en and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnissiiedor labor thereon of any kind, or for .00065 -1-� Microfilmed with board order CORPORATE RESOLUTIOM THE UHOERSIGNED, Secretary of the 'Lice ConstWction. Tnc. a California corporation, hereby certifies tnat rhe fo I I owing resolution was enacted by the Board of Directors of the Lemke Construction. Inc. a California corporation, on bems_ 12 , 1977. RESOLVED, that this corporation hereby authorizes Richard W. .Jensen its ;-7xec, Vice PrRsfdanc, to act on its eha rr, nd�— to execute on its bens r, any and ail doct=:ents required in the acquisition, development, and sale or eres..;,brance of any of the properties lying within the State of California owned and operated by- said corporation, and further; RESOLVED, that this authorization includes, but is not limited to, the execution of Subdivision flap, Declaration of Restrictions, and Applications for Public Reports from the Cepartzent of Real Estate. The undersigned further certifies that the above resolution remains in full force and effect without =dification as of the data hereof stated. -- Mary Pat GaLlerin 000 "C ofilmed w-th board order 12. RECOR7 HAP. In consideration hereof, County shall allow Subdivider to file and record theFinal Yap or Parcel Map for said Subdivision. C0 'TRa COSTA COUNT Y SUBDIVIDER: (see note below) Vernon L. Cline, Public Forks Director LEHKE CONSTRUCTION, INC., 3 California corporation By By Z-.- / Deputy signate offidial-capociry in the buisiress) REMm-gDED FOR APPROVAL: Note to Subdivider; (1) Execute acknowledg- ment fora below; and if a corporation, affix corporate seal. By, Xssiseame Public rks Director (CORPORATE SEAL) FORS APPROVED: JOHN B. CLAUSEN. County Counsel State of California ) (Acknowledgmene by Corporation, Partnership, County of Contra Costa )ss. or Individual) Oa September 15, 1977 the person(s) whose name(s) is/are signed above for Subdivider and who is/are kawoa to me to be the individual(s) and officer(s)' or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. (NOTARIAL SEAT.) Sandra M. Miller Notary Public for said County and State (Subdiv. Agrat. CCC Std. Form) LD-9 (Rev 1/77) OFFICIAL SFAS SINVA M.MiLLfR V.• C04TRA C;S:A CDLI!Y 00061 i S. KARR.i:\`Tv. Subdivider warrants that said improvement plans are adequate to acccmplish this %.or as promised in Section 2; and if, at any- time before the Cou;aty's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabi aT�ities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the stork as completed, and including the defense of any suit(s), action(s) 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 the: . D. :ion-conditions: The promise and agreement in this section is not conditioned or dependent on whet.er or not any Indemnitee has prepared, supplied, or reviewed any plans) 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 fret any negligent or willful misconduct of any Indemnitee. B. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. ' SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. AOSPERFOXM&NXE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise. and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performnce of this Agreement or recover the cost o: 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. ASSIG EMIT. If before Count, accepts the stork, the subdivision is annexed to a city, the Caurty may assign to that city the County's rights under this Agreement and/or any deposit or bond securing thea. -2- NOW F6,11,N�, • _—--. 7 SRT' >G2�ti:\T (§1) Subdivision: 4997 01) Subdivider: '- o e=nment ode §§66462 Lemke Construction, Inc. . 41 and §366463) 01) Effective Date: September 27, 1977 (§1) Completion Period: One I year co a cam,:.Co. Bv.... r�-_srQ_ 1. PARTIES 6 DATE. Effective on the above date, the County of Contra Costa, California, hereinafter cal ed "G , and the above named Subdivider, mutually pronise and agree as follows, concerning EM subdivision: 2. INPROVHUNM. 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 11ap Act (Government Code §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County 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. MPROMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $ 500.00 cash, plus additional security, in the amount of S 44,800.00 which together total the estimated cost of the work. Such additional security'is presented in the form of: ❑ Cash, certified check, or cashier's check Ig 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 $ 45,300.00, which is the estimated cost of the work. Such security is present Tinihe form of: ❑Cash, certified check, or cashier's check ®Acceptable cat-porate 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. -1- Microfilrred with board order IN THE d4;.R0 Or SUPERVI5ORS O CONTRA COSTA G.)I£.T-, STATE OF CAL 1FOP.N IA In the Matter of Approval' of ) RESOI.UPION No,77/800 the Final Map of ) . Subdivision 4997, ) EI Sobrante Area. ) The following documents were presented for Board approval this date: The final Map of Subdivision 4997, property located in the EI Sobrante area, said map having been certified by the proper officials; A subdivision agreement with Leake Construction, Inc., subdivider, wherein said subdivider agrees to cnmplete 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. U996752) issued by United Pacific Insurance Company with Lemke Construction, Inc., A California Corporation as principal, in the amount of $44,800 for Faithful Performance and $45,300 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 02216, dated _ Sept. 21. 1977), in the amount of $500, deposited by: Lemke Construction, Inc. 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 54500; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. U99675I) issued by United Pacific Insurance Company with Lemke Construction Inc., A California Corporation as principal, in the amount of $4500 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 an October 4, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning Lemke Construction. Inc. 1124 Caven Way Concord, CA 94520 Tax Collector's Office REsoLurIOw N0, 77/800 offiVt CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 ACC0117 CORI•R I•1ENITICIT H HCA1IlAT111 1117. Public Works - lbraga Fire Prot. Dist. 11CA112ATIIR tErEEK L INCREASE <DECREASE> ACCIRRI 1Er(IRE iESCiI►TI11 7050 9524 Federal Aid Construction Projects EDA 100,000 APPROVED 13. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To set up the revenue appropriation for the Public By:: �^ Dole 9/2W T Works Employment Act EDA Project - Moraga FPD COUNTY AISTRATOR Administration Building. BOARD OF SUPERVISORS YES- S-r-- wm"t F*mw StLiadet,�,}Myy� NO• {1 i �lti De1e 10:Jg77 J.R`O,LSSON,'CiWK Ker7y gy.�.- t r Patricia A. OlPe"ter ow 1"E1oE ADJ. RA00 S018 W 8134 7/77) J11111L 10. DSMC?IONS NOM: FOAMS ARE AVLLT=£ FROK CHMAb SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in-gna...rruplicate plus az;y internal copies desired. If more than one department or_district is concerned, prepare an additional copy for each c additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Nae Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Ofilce Sxpenaa, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item Ko. if this adjustment affects a Fixed Asset iter that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Rolanat:on of Request: mcplain whir the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, Title and Date: Sign, show title and date. C. Sand,the o#ginal and other requested copies to, the County Auditor- Controller's office for processing. aw CONTRA COSTA COUNTY - APPROPRIATION ADJUSTMENT TIC 27 I DEPAITrErT uR 11CANIZATIO1 KNIT PDbi is Works AttOONT CUDINi DACANIIATIDN SDa•DRIiiT 2. FILER ASSET -gECAEASE> INCREASE R1lEiT RT EIFERSE 11 EItE1 ASSET ITEM 1R OMIT 7050 4099 Noraga FPD Bldg EDA 100,000 ,050 5301 Reserve for Contin 1001000 -fee'589 7050 6301 Appropriable New Rev —ise,see 1001 coo 6 . h t PROVED 3- EXPLANATION OF REQUEST AUDIT ROl By00�t� To setup appropriation for construction of the new COUNTY ADMINISTRATOR Moraga Fire Protection District Administration Bldg. By. , a t,1013This Is a Federal Public Works Empicyment Act EDA BOARD OF SUPERVISORS Project to be administered by the County, Funding YES: iT...hr, was recently approved. So-dw sew,•}1ord=c Llkt-�Y,A: J. R Kenny On i3 " -- ,� R oLssON,CLERK, cub-t is Works Director g 2>?! 77 2, (; uA TtT6[ OAT[ l�' � r APPROPRIATION A POO >' ey.� A. li P�, erk Ao! 10URNIit NO. TIcI I {!11124 R+. 71'T1 r SEE INSTRUCTIONS Cm REVE113E SIDE 000 0S CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 2, A00011T 011100 I.OEMARTRENT M NCAR12AT111 NIT: Public Works IRCAIIZATION REa��i L REVERIE 1ESCRIVVIiN INCREASE <RE41EASfj 0005 9524 Federal Aid Construction Projects EDA 2;994;969 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONT ER To increase revenue appropriations for County �" Public Works Employment Act EDA Projects. Br, Dm. 9�� COUNTY ADMINISTRATOR l e L Zrti _Date 14Y 1/ BOARD OF SUPERVISORS $uPcavwxa�.Fatadcn, YES Sdnnalca<.Bct f/ara"lL�ekier NO \tL�;y` DalaJ1'1 J. P Kenny J.R. OLSSON, CLERK J� _ By: � 1 1 i Lim. afnlUgC ' " Patricia A. Bell, Drwty dark REVERIE Ali. RAOO 5015 J1119AL 10. 'N 8134 7/77) I>STRUCTIMS ROTES FORKS ARE Ayar,I BLE F&M CEMTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form K 129s in- . plus any internal copies desired. If more than one or district is concerned, prepare an additional copy Yor.each additional department or district concerned. B. Complete all four parts of the form as follows.- 1. ollows:1. Department: Show name of department or organization unit requesting�tbis Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Upense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items shoving quantity, description, and dollar amount. Also, show the Equipment Item. Ko. if this adjustment affects a Fixed Asset items that has alread;r► oeen approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Simlanation of Request: &plain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. . 4. Signature, Title and Date.- Sign, ate:Sign, show title and date. C, r,Send;the original and other-requested copies to the County Auditor- Controller's office for processing. r 1M I CONTRA.COSTA- 000NTY APPROPRIATION ADJUSTMENT . T/C 2 7 ACCOUNT CDDiti 1 DE►ARTMEST OR /tCANIZATIRI 11111 Public Works ORCAIIIZATIOI 5111-0/JECT 2 FIXED ASSET I l uafASE,> INCREASE INJECT IE EIFEISE It TIIEI ASSET ITEM At. 100JUIRIT 4411 4061 Rehab Ctr Kit-Din EDA 8961-000 4405 4062 Flood Control Bldg EDA 423,000 4405 4267 Civic Ctr Iapr EDA 744 000 0661 2319 Misc Stora Or EDA 722,000 - 0565 2319 Handicap Rains EDA 169,999 179,1949' 0990 6301 Reserve for Contin , 0990 6301 Appropriable nw rev 2q 44L 8b� APPROVED 3. EXPLANATION OF REOUEST AUDITOR ONTR LER E3�: L3:�Ootg1 /� To set up appropriations for County Federal Pub is Works COUNTY ADMINISTRATOR Employment Act EDA Projects, all of which have been 6y f &UD-1.7 O,%/ /1/7 recently approved for Federal Grant Funding. BOARD OF SUPERVISORS Y E S: 54q n wr,U+ay,FabdaL -t--*.z son-A Handling NO: 1\L,_, J- P'Kenny 0o 10/it 144 J R OLSSON,CLE�tI� raT bl is WorkTITL` Director 9/28/77 - ATE c- Q'.�Yom\ AI/g01g1ATl0q A POO�Gf S Patricl��l/ Deputy Cleric AN JOURNAL 10. M/I/ (N IZ9 Rn ZMo'77) SEE IIISTRUCTIONS ON REVERSE SIDE 5 CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 Acc01RT civil$ I.IEFARTSE/T Rl w$ANIZATIvl RRIT. Medical Services 11CAVIIATIIN REVERIE L INCREASE <PECREAS(> AtWAT REVERIE DESCRIPTION 6584 9595 Misc. Government Agencies 600 .ry APPROVED 3. EXPLANATION OF REQUEST AUDITOR- OSTER To set up the revenue appropriation for a cassette Br: owe9 @8/77 player. The County is to purchase and the University of California is to reimburse the County. COUNTY ADTSTRATOR Br Date BOARD OF SUPERVISORS Y ES: 1111111111A Paod— \Mdn.e.X,ps+,Hatst�t NO Dodo MIX ,Z :;.,'•z: I R Kenny J.R. OLSSON,CLERK Patricia A. belli rF=v aeric 00074 REVERIE ARU. RAOO 5017 11/1IAI 10. (N A134 7/77) INSTRUCTIONS NM x MMS ARS iystt iar.0 FROK CDITRAL SMIC8 OFFICE A. Pripare Appropriation Adjustments, Form'M 229, in cats r plus wW internal copies desired. If more than one At or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the fors as follows: 1. Departmeat: Show name of department or organisation unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g.! Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If thin adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fined Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. $tplanation of Request: MW ain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. h. Signature, Title and Date: Sign, show title and date. 'Co Send the original and other requested copies to the County Auditor- Cogtroller's office for processing.. . ry , ' Y�k .` ...r..-1 M�...a.yr .� � �v..s". zyoY yy.�„ •.. rt.• CONTRA COSTA COUNTY t APPROPRIATION ADJUSTMENT T/C 27 WONT Celiac I lEFA1TNEAT 91 acultlnu rill: MEDICAL SERVICES 0540 CRWIZATIC-1 SCA-JIJECT 2. FIRED ASSET I QIECAEASE> INCREASE NJECT AF ETFERSE It 1`11E9 ASSET ITEM R0. IKWITT 6384 149501 Cassette Player 01457 1 $600 0990 j6301 Reserve for ContlaWcy $600 ,6384 {973- Appropriable Reveaae $600 0"C' 16301 ylit T -; APPROVED fersity. PLANATION OF REOUEST The above adjustment is for pur- AUDITOR-RONT LER of a Cassette Player to be used by the Family Nurse itioner program in accordance with the Family Practice ey: Date / iation agreement Ho29-607 between the Regents of the rsity of Calif. and Contra Costa County effective COUNTY ADMINISTRATOR 1, 1976 for an indefinite period. Specifically, this rent would be used at the Richmond Clinic for training By. 1 f Date 1 mily practice personnel and other personnel such as res— dents, nurses, etc. The Cassette player would be used with BOARD OF SUPERVISORS . Video Yaaitor which is presently on hand and would t the use of the Audio-Visual tapes which we receive YES 7Of g css•HaucT� D.C. Davis. The source of funds for this equipment woul, propriable revenue from the University of California. A NO: (lG of U.C. purchase order iD-F05100 is attached for which uld request the Auditor-Controller to invoice the Uni— on(Q T This reimbursement of $600 would finance the Cass- Plap whit would normally cost about 51,500.(attach- OLSSON• CL Rh i.enL) Assistant Medical 9 RO! 1 f ' '� Director �� eATE CL i 1 L.F. Cirtman, !i.D: _ ,_.�OM A 2005G)l Patricia A. Bell, o-,,,t, Clerk _ +SEE C'. RE#ENSE SIDE ri u CONTRA COSTA COUNTY �. APPROPRIATION ADJUSTMENT T/C 2 7 1. OE►AITNENT 1N Alg11TAT1Nf KNIT: ACCOUNT CODING Moraga Fire Protection District ORGAWATIDN SH-DUCT 2. FTSE$ ASSET gECNEAS4 INCREASE $1JECT N EXPENSE $N Fill$ ASSET ITEM AIL 1041TITT '050 4098 For Office Furniture 21590 050 4951 Desks 001_ 3 920 Conference Table 008 1 395 Secretarial Chair 009 1 115 Arm (hairs 010 10 855 Cushion Lounge Oil 1 235 End Table 012 1 70 COfta Cosh Cmay REC IVM SEP 2 81977 Or.Q 0� APPROVED 3. EXPLANATION OF REOUEST AUDIT TR To provide for furniture for office and Dau / conference room. ?finds provided by Administration Building Account. COUNTY lqn- MINISTRATOR lBr: i n DoH 0 N BOARD OF SUPERVISORS YES: S'tiPa" NTs FaAla. SdmWw.Bow,Haaxhiot NO: 1t J• P Kenly On J R OLSSON. CLERK 4. ql. Fire Chief x3/77 f�atiA7W[ TITL[ DATE M071ArvacvNr►nON A POO SUS Patricia A. Bc;! Dep• AN AURIAL 14. i �Y Qeric (m 1:9 Re. 7J77) SEE C% FE,.ERSE SIDE 1 If3'ffiJG?ZOIS N=t FOWS ARE AVAILABLE FAOK CINTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Pore K 129, in quadruplicate plus mW internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. De_oartment: Show name of department or organisation unit requesting this Appropriation Adjustment. 2. lime Object of E-cpense: Show ezpenditu_re sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in assn dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment iter list the items showing quantity, description, and dollar amount. Also, show the Equipment Item Sio. if this adjustment affects a Fined Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Uplanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the Cow ty Anditor- Contraller'a office for processing. 00M 'I i_ • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 17 1.NEMTRENT IR MCARIIATIRR 1111: ACCRNIT CgRINt Medical Services 0540 ORNRIIATIAR CCC-OCJECT Z. FIll$ ASSET QIECRE►CQ INCREASE NNJECT OF EIFERSE NR FISER ASSET ITE■ at TT 4419 4766 Medical Services Trailers $29,100 0540 4953 Autos and Trucks 0�� g $29,100 z*-A -z'I m n APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER By; - ,c Dns q /29To reclassify funds approved for purchase of Medical Service Trailers from equipment to the plant acquisition COUNTY AD INISTRATOR account of Medical Services. By: D1142 /-3,qZ BOARD OF SUPERVISORS YES: �.wr*�►.F+h1n� ScLcada.�.Hmdtiot NO:N"D J. P Kenny Assistant Medical J.R. OLSSON,CLI OW. 4. Director 9 /1-977 /� - - ■IM�TY• TITL[ DATE i ck L.F. Cirtman, M.D. AmmimsN APOO S'OIlo � Patricia A Gell DePuty Ge:k Ali. (M 129 now 7/77) ![[ 1■■T■YC710■• 00 R[V[■![ !ID[ Letter to Capt. RadPP 2 9-2-n of the used equipment described would be many years. Also, it ahoald be noted that I have personally inspected the baler and find it to be acceptable for oar needs. It should further be noted thai the cost of baling hay on a contract basis for one year is nearly equal to the total cost of the used baler. I strongly urge that we take the necessary steps to purchase this baler as soon as possible, since costs are constantly rising on faze egaipmmt, and Mr. Butcher has agreed to sell this baler at a vets reasonable price. 9f�sD SHERIFF-CORONER CONTRA COSTA COUNTY toter-Office Meso TO: CFP. R. MUM DATE. Sept. 2s 1W7 FROM: LT. S. GARM SUBJECT: Justification for pnraahase of Say Haler (used Presently the Sheriff Ia Rehabilitation Center maintains 23 head of cattle. This livestock is used for the primary purpose of supplying same of the ,teat consumed by mates in custody. The cow herd serves a secondary function of keeping the swage grass down and thus reduces the danger of grass fines daring the fire season. In order to maintain the cattle during late fall and early winter prior to the fall rains, it is necessary to feed some bay. We presemt3y grow our own hay and have the capability of processing the hay, vita the exception of baling. In past years, we have contracted with c—arcial hay balers wao bring their baler to toe faxx and bale the bay for approximately 50# per bale. This year the cost rose to 31.50 per bale and there were no contractors available who were willing to come to Clayton to bale our bay, since the location is 3 mewhat remrote and the gaanti#y of hay to be baled is smal-1, thus not a large aaount of revenue for the effort expanded. During an average year, we bale approximately 700 bales of hay. At the going rate of $1.50 per bale, our cost would be approximately $1LitXi.00 per year to get the bay baled. If we owned our own baler we could bale our bay at a cast of approximately $50.00 (baling mire and gasoline) thus an annual saving of $950,00. I have contacted Mr. Howard Hutcber of H & S Tractor sales of Merced, California. He has available a used New Holland Baler nodal 78. This baler is 6 years old and has approximately 50% useful We. For our purposes, this would be an excellent piece of equipment and it would serve our needs for many years. Mr. Nutcher advises the appmximate cost of anew hay baler of m1 dlsar capabilities ranges from $10,000 to $15,000. Mr. butcher further stated he is willing to sell the used baler described above to the Sheriff's fiababil talion Center for $1,000.00. I roalise this is not the normal practice of a public agency to buy used equipment. However, in this instance 1 feel it is justified since our hay production is small and-the useful life �ISffiCIIdld NOTss FORD ARE AMIABLE F'BQ! CUTIAL SXMCi OFFICZ A. prepare Appropriation Adjustments, Foe X 129, in quadruplicate plus arW internal, copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. A. Complete all four parts of the fors an follans 1. Department: Show name of department or organisation unit requesting this Appropriation Adjustment. 2. Name Object of Expenses Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also ohm the amount in even dollars that each account is to be increased or (decreased). If this adjustment effects Fazed Asest equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has alrewtjr been approved bf the Board of Supervisors. For Tier Plant Acquisitions, leave the sub- object blank. 3. Icplanation of Request: 1p1ain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. k. Signature, Title and Dates Sign, show title and date. C. Send the original and other requested copies to the Cowdy Auditor- Controller's office for processing. t • OJ CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C t7 Attril l' MMI-1Et1tr�E1T i1 �S_ :?( / f l el a "UNItA1111 11IOtIECT !. ht" Fill$ ASSE7 QIECAEASQ I�tIEAiE MHT N EIMSE 11 FIXE! MET ITES 11 IMMITITY - 2585 2320 Prof & Pers Services $1,065 2585 Q Hay Haler j $1,065 s-- .-- z a�'r o u jw tri „t APPROVED 3. EXPLANATION OF REQUEST AUDITOR- ON ER This is an internal adjustment which will not e �adft affect the total for Cost Center 0255. This item was requested, but not approved for the COUNTY AOM NISTRATOR 1977-78 Fiscal Year. We feel the attached memorandum from the Rehabilitation Center By; � �0l l7 Ccaimander presents a reasonable solution which is almost totally cost effective. BOARD OF SUPERVISORS YES: Jd-•.r• Il,�x.N.inadeire NO: J. P Kenny ON �a n.Services Off J.R--QLSSON,CLERK 46ual�ry TITLE DATE CkArrlMrlAriN x PQo-'-C--�'`:-; Fitt'I c i o A. Beill� UeAuiy Clerk AI! AMML It. (Ai it* Die T/M 8199 INSTRVCT1481 ON 49K8811 Mg • , `DIS't�JC?ID�IS NOTE: FOMS ARE AMIABLE FRM CMTRLL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form K 129, in quadruplicate plus mW internal copies desired. If more than one department _.. or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Ofilce Expense, Communication, etc.. Also show the amount in even dollars that saci'aceount is to be increased or (decreased). If this adjustment affec£ 'Fixed Asset equipment items list the Items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fined Asset item that has already peen approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Bequest: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors, h. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor Controller's office for processing. _. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 T I DEPARTMENT It 04WIZAT1111 641T ACCOUNT CODING SUPERIOR COURT 0200 fe.,71 BRCAN12A110N sol-OBJECT 2. FRED ASSET <ECREASE> INCREASE OBJECT OF EXPENSE It FIZED ASSET ITf0 "97RA Cc =IW111 0200 9s/ cREnEr¢a ($550 + tax) 4002 / $ 590.00 -L90 -9g-to $ 590.00 V� r I O uS �7Fc r,� �o NS 4y©S I Z4(99 '?�. i-0 (5100 - q9Comm costa cmity 5� RECEIVED SEP 2 31977 onke of coUBTy AdffM Strator APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER Needed to complete Dept. 12 chambers. E9; 1 rM ,.. DOS 4/u/ Will match desk which Judge Herron has COUNTY ADMINISTRATOR provided at no expense to the county. ay: � Doa 10/3/77 BOARD OF SUPERVISORS ruors Nom►FAINAM YES: SrHmelikEt NO: ���� //I//-11 ii ' J P. KernY J SSONXLERK _ 4. Sup.Court Adm. 9//19/77 ( / W. 0 NEMaa[ TITLE a[T[ B U AppeopoIAneN A POOSO// PatriciarDeputyA. Bell, Deputy awk Ali JOURNAA No"� 1w Q9 q., -T) SEE INSTRUCTIONS CR REVERSE SIDE . • CONTRA COSTA COUNTY • APPROPRIATION ADJUiTMENT T/C t 1 ACtf1ET g11ri 1 rEtAgtEli Ae IINuu�r�MIT 011"BIZAT111 •1-11JECT L FIXED ASSET QECIEASC> I1CHAIE 11JECT M EIFEBSE 11 FIXED ABET ITE• 2585 2310 Prof & Pers Services 1,065 2585 94-S8 Hay Baler / $1,065 �95rr T� i ,V 00 .90 APPROVED 3. EXPLANATION Of REOIIEST AUDITOR- ON ER This is an internal adjustment which will not By: coo 4/p/ affect the total for Cost Center 0255. This item was requested, but not approved for the COUNTY ADM NISTRATOR 1977-78 Fiscal Year. We feel the attached memorandum from the Rehabilitation Center By;-4- DN% U1 3/7 commander presents a reasonable solution which is almost totally cost effective. BOARD OF SUPERVISORS YES; �4••.c. &+yryti� Hnxlri� N0: J P Ken.)y o. .I_R--PL3SON,CLERK 46 �dmin.Services Off EIN�7ti TITLE DATE Ct . W, A►MIMIATIH APOO-5005 Patncia A. 6 e i 1\ Ueputy C etk o(MM A11 ingot Is. (M129 Its. T/TT) WE IMtTNYCTIONS 00 RE1I[1113[ EIDE ERE 1 0 1 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT • F i T/C 2 7 VE __ — —9 i DEPARTMENT 01 lICAULTLIR $NIT ACCOUNT CODRNC SUPERIOR COURT 0200 N' ORCAWATION SDI-01JECT t. FIXED ASSET <DECREASE> INCREASE IIJECT IF EXPENSE DR FIXED ASSET ITEM ITT 0200 952 CREDENZA ($550 + tax) g0o2 / $ 590.00 -498 -99f9 PX569RA% FOR $ 590.00 . 0-1.1'0 of 4)'<ra-ri-,S 1-440941Igq '1-0 610o- q9 S1 Coatro Costo County RECEIVED SEP 2 31977 Office of Cou* Administrator APPROVED 3. EXPLANATION OF REOIFEST AUDITOR-CONTROLLER Needed to complete Dept. --� 12 chambers. owe Will match desk which Judge Herron has COUNTY ADMINISTRATOR provided at no expense to the County. By:_T 44 mJdz,, Dm, 10/3/77 BOARD OF SUPERVISORS YES y I m.s'cs`FAfria� Sduu3er.�HAAA� NO: A.-P. Kerny Sup.Court Adm. 9//19/77 J SSON,ICCERK w 4 W. 0 NNE" TITLE DATE APPROPRIAnoo A POOS0// Patricia A. Sell Deputy Cleic (AN JOURNAL 10oonaA r '( (N 129 R.. 7.'77) SEE INSTRUCTIONS CN REVERSE SIDE V]iW 0 0 In the Board of Supervisors of Contra Costa County, State of California October 4 _1977 In dee/rialler of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on October 4, 1977. $4 I hereblr oMfy loaf the foregoing h a hue and corrod copy of an ardor entered on the minutes of said booed of Supervisors an the dale aforesaid. Witrwss my hand and the Seal of the Board of Supervisors affixed this 4th day of October 19 77 J. R. OLSSON, Cork U� o" arae . Jo son D Clark H-2a i;x tSm ("2 . POSITION ADJUSTMENT REQUEST No: Department TREASURER TAX COLLECTOR Budget Unit 0015 Date 9121/77 Action Requested: Downgrade Senior Clerk PI Position 084-801 and Typist Clerk PI 090-801 to Clerl: PI`Also request an additional Clerk PI Position Proposed effective date: immediately Explain whey adjustment is needed: In order to assure the rapid processing and investment of minions trF dolor j we must maintain experienced clerks in at least four key clerk positions. Estimated-cost;rof 6djustment: C.-'-' `'r. ` .'' l Amount: * 1. Salaries avid wagges: (from approved current budget) S " minimal 2. Fixed Assets: Mst iteand coat) NONE C~ t ;--- *The tnial of,4 clerk Positions worked'3500 hours fdpnue.$ fiscal year 1976-77. C^sr:y kcninuarafar Estimated total $ _ Signature Department Hek DNARD H. LEAL Initial Determination of County Administrator Date: yPprPmher 71 , 1877 To Civil Service: /fes Request recommendation. Count A�rrinistrator Personnel Office and/or Civil Service Commission Date: �yptes�rr�7 1477 Classification and Pay Recommendation Classifv (3) Permanent Intermittent Clerk positions and cancel 1 Permanent Intermittent Senior Clerk position and 1 Permanent Inter'mittefst Typist Clerk position. Studv discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of (3) Permanent Intermittent-Clerk:.positions, Salary Level 178 (634-771).and the cancella- tion of 1 Permanent Intermittent Senior Clerk, position #801,rSilarq Level-280 (865-1052) and 1:Perrauent Intermittent Typist Clerk position #801, Salary Level 194 (666-809). Assistant Personnel JWrector Recommendation of County Administrator te: October 3. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. unty Administrator Action of the Board of Supervisors Adjustment APPROVED ( ) on ()CT 4 1977 J. R. OLSSON, County Clerk Date: OCT 4 1177/ By: li Patricia A. Bell f 0"Pury Clerk APPROLIAL ej zi 1s adjustment constitu eA an Appwptizaan Adjustment and PensonneZ Resatt:.tr.on Ame,u6tAt. NOTE: Top section and reverse side of form mast be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (1:347) (Rev. 11/70) (lt"l i L/POSITION ADJUSTMENT REQUEST No: Clt7 Department CCCo. medical Services Budget Unit Sao Date 2/17/77 Action Requested: Add onet-Clerk-position; cancel Supervising Therapist position 1205-04. Proposed effective da : 3 1/77 Explain why adjustment is needed: To Provide adequate staffing for Rehabilitation Therapy Department r Estimated,t6st 0-atlustment: r��Alnount- I- SH7arieZant-ka s: ; 2. Fixed Asset: ( t i,teme and coat) Asa- XY Estimated total t r D LIZ y_s, Signature George De�an HH .. Medical Director LIZ- - Department Head N., Initial Determination of County Administrator _ Date: September 1, 1977 To Civil Service for review and recormnendati�n� ounty A pinistrator Personnel Office and/or Civil Service Commission ---./Date: September 27, 1977 Classification and Pay Recommendation Classify 1 Typist Clerk and cancel 1 Supervising Therapist. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Typist Clerk. Salary Level 196 (666-809) and the cancellation of 1 Supervising Therapist, position #05, Salary Level 407 (1275-1549). Assistant ersonnel rector Recommendation of County Administrator Date: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977_ County A nistrator Action of the Board of Supervisors OCT 4 1977 Adjustment APPROVED on J. R. OLSSON, County Clerk D,:te: OCT 4 1977 By: (13A L.c ) (� . a.� Patricia A. t5eil, Puty Clerk APP�OV+C this adjw:riU:t ev,atiiutee as Astopniaticn Adjueimeat r.,d PetaonneZ Re-sc4ation „na:dcent. !40TE: Top section and reverse side of form ora# be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 30J ;'•13.77) (Rev_ 11/70) 0 n" A !' H V POS I T 1 ON ADJUSTMENT REO UE ST E.o: Department CCoo. medical ServiceBudget Unit Sao Date 2/9/77 Action Requested: Add one (1) Recreation Therapist position: Cancel Physical Therapist Position t186-05 Proposed effective da 3/1/77 Explain why adjustment is needed: To provide adequate staffinq for Rehabilitation Therapy Dept Estimated cost of adjustment: Amount: I. Salaries and wages: $ 2. Fixed Assets: (tint itelab and caet) u • -�= '`; Estimated total Q� $ " Signature George Degnan, VD., Medical Director ., !k epartment Head Initial'-9eteRniina'tion of County Administrator Date: September 1, 1977 To Civil S-ervice for review and recommendation'_ )untv AdiMnistrator Personnel Office and/or Civil Service Commission _,Date: September 27, 1977 Classification and Pay Recommendation Classify 1 Recreation Therapist and cancel 1 Physical Therapist. Study discloses duties and responsibilities to be assigned justify classification as Recreation Therapist. Can be effective day following Board action. The above action can be accosplished by amending Resolution 71/17 to reflect the addition of 1 Recreation Therapist. Salary Level 335 (1023-1244) and the cancellation of 1 Physical Therapist, position X05, Salary Level 369 (1135-1380). Assistant ersonn irector Recommendation of County Administrator / Date: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October S, 1977. County Administrator Action of the Board of Supervisors 0 C T 4 1977 Adjustment APPROVED 111111111111D on OUT 4 1977 J. R.,MSSON. County Clens Date: By:` �l r. . C ._ Patricia A. Belk luaputy t.,e,4 AI'PROL'AL ej thiz adjuetmcn.t ee,LStitUt:eb en APptOp•..ia;,inn Adju3tT:rt aid Peuonnee Rinotation Amatdx'.rt. NOTE: Trop section and reverse side of form wet be completed and supplemented. when appropria e, by an organization chart depicting the section or office affected. P 300 (N,347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: L/ Department CCCO' medical Services Budget Unit 540 Date 2/9/77 Action Requested: Add three Occupational Therapistpositions; cancel Physical The positions #186-06, 07, Oa. Proposed effective da : 3/1/7 Explain why adjustment is needed: To provide adequate staffing for Rehabilitation Therapy Department Estimated cost of adjustment: 1 I. Salaries and wages: S 2. Fixed Assets: (Wt .iters and caat) Estimated total $ Signature George Degnan,�D., Hedical Director u. :" c^ > %,,4 Department Elea Initial Determination of County Administrator Date: I _ _ To Civil Service for review and recommendat-ion�'-{-Ky Ginty dministrator Personnel Office and/or Civil Service Commission Pzte: 1:1.ptpmhnr 27 1977 Classification and Pay Recommendation Classify (2) Occupational Therapist and cancel (2) Physical Therapist. Study discloses duties and responsibilities to be assigned justify classification as Occupational Therapist. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 2 Occupational Therapist, Salary Level 369 (1135-1380) and the cancellation of 2 Physical Therapist. positions 007 S i08. Salary Level 369 (1135-1380). Assistant ersonnel erector Recommendation of County Administrator � Date: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County inistrator Action of the Board of Supervisors OCT 4 1971 Adjustment APPROVED �) on 1 R. OLSSON, Cotmty Clerk 1977 ,-�1 ���� Date: OCT 4 BY. 0- Patricia A. bell, DePcry Clerk t, i Cl'AL .` this edjus;r_eJtt ccrtStituU.A ag Appwp�tia•Lion Adj43 en- :d PeuunneX P.esc.�tiat �mcndr�erst. NOTE: Ton section and reverse side of form aattOt bezompleted and supplemented, when appropriate, by an organization chart depicting the section or office affected. 3Ca '?;347) (Rev. 11/70) 40059 P700 -9650-OFFSET E P 0 S 1 T I 0 N ADJUSTMENT R E 0 U E S T No: /1�y 7 Department Coco. Medical services Budget Unit 540 Date 2/17/77 Action Requested: Add Two Therapist Aide positions Proposed effective date Explain why adjustment is needed: to provide adequate staffino for Rnhahilihwlinn Department Estimated cost of adjustment: ;Amount: 1. Salpries and wages: S 2. Fixed AWts�1 t At.items and caet) Q- 7. - c l cs. Cove i.'.:;,'.: •fii-•--+a r=1'Cy Estimated total ;$- Signature George Degnan, D.. Medical Director Department Head All Initial Determination of County Administrator Date: ' September 1, 1977 To Civil Service for review and recommendation County" don7mstrator Personnel Office and/or Civil Service Commission Date: Se2tpte�?7, 1977 Classification and Pay Recommendation Classify (2) Therapist Aide positions. Study discloses duties and responsibilities to be assigned justify classification as Therapist Aide_ Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding (2) Therapist Aide positions, Salary Level 223 (727-884). Assistant PersonaeJ&rector Recommendation of County Administrator Date: october 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County Administratbr Action of the Board of Supervisors OCT 4 1977 Adjustment APPROVED (� on J. $. OLSSON, Cotmty Clerk OCT 4 1977 ) Patricia A. Beilp ty c,erk :,7 PROVAL vj thi: .adjust-1-1 tt cettstiweA an AAP ,wp-Liaticn AdjustmeaC and Peisonnet Resn%uLco t knendw-nt. NOTE: Tap section and reverse side of form meat be co-mletedyand supplemented, when orga approprha e, by an nization chart depicting the section or office affected. P 3100 (:4347) (Rev. 11170) V�IIJIt)? ou r�Ld ilasu-ut�SEt / POSITION ADJUSTMENT REQUEST No: Department ccro_ Medical Services Budget Unit 540 Date 2/17/77 Action Requested: Add three occupational Therapist Positions Proposed effective date: 77 Explain wh, aTo is needed: o o tstaff n" �'hezapy _ Estimatad`costof 4ustment: Rsroount: I. Salari+ ' and wages: 2. Fi xed.Assets: Itiat i teM and caetl /+ � C�rMJP,.tf C� $ AC-8\TY Estimated total $ Signature George oe rtan, M Medical Director Department Head �011 Initial Determination of County Administrator Date: September 1, 1977 To Civil Service for review and recommendation. County-Adn-nr rafor Personnel Office and/or Civil Service Commission �We: sprir_amE at, 3:12 Classification and Pay Recommendation Classify (3) occupational Therapist positions. Study discloses duties and responsibilities to be assigned justify classification as Occupational Therapist. Can be effective day following Board action. The above action can be accomplished by attading Resolution 71/17 by adding (3) Occupational Therapist positions, Salary Level 369 (1188-2444), Assistant Personrse Ditutor Recommendation of County Administrator Odte: October 3, 1977 Recommendation of personnel office and/or Civil Service Commission approved effective October 5, 1977. i `r � Jr �K County istrator Action of the Board of Supervisors QCT 4 1871 Adjustment APPROVED ( } on J. R. OLSSON, County Clerk OCT 4 1977 B ift-ri% cz a Lite: Y• i : Patricia A. Beff v-y cla(r i 1,4cz adiustmej:L constitute4 ars Appavp2urtien Adjuatmcu.t and petsonnet R1,3v?u.ticn Amendrrznt. NOTE: Top section and reverse side of form ■uSt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 3C0 (Iti347) (Rev. 11/74) J SEE P300 09650-OFFSET r/ P 0 S t T 1011 ADJUSTME14T R E 0 U E ST No: Department CCCo. Medical Services Budget Unit 549 Date a n 7177 Action Requested: Add two Physical Therapist Positions Proposed effective da :3 1/77 Explain why adjustment is needed: To provide adecruare staffing for p-chTh—pg Department Estimated cost of adjustment: Amount:- 1. SafariesZ:p aaages: $ 2. Filed Asset (twt items and aaet) , Estimated totalr.Ice Signature George De an °ML.-D-.� MediBa P Department Head ;,, Initial Determination of County Administrator Date: Seotember 1, 1977 To civil Service for review and recommendations—� Count dmiais*rator Personnel Office and/or Civil Service Commission "Date: September 27, 1977 Classification and Pay Recommendation Classify (2) Physical Therapist positions. Study discloses duties and responsibilities to be assigned justify classification as Physical Therapist. Can be effective day following Board action. The above action can be accomplished by asending Resolution7l(17 by adding (2) Physical Therapist positions, Salary Level 369 (1135-1380). Assistant Personnel iIICIor Recommendation of County Administrator Date: October 3 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. Countyministrator Action of the Board of Supervisors OCT 4 1977 Adjustment APPROVED W on J. R. OLSSON, County Clerk Date: OCT 4 1977 By: �(�TZ1a r lfi C1 Patricia A. Bell Oep101y Clerk APiRCt' L j :lris cdjus;.trt CcrSta t" an A,.+ptc�tiatiun Adluetme�tt and P�aeacn¢L Rzsctzition Ame,:dme,at. 'COTE: To? section and reverse side of form must be completed and supplemented, when appropr1aafF, by an organization chart depicting the.section or office affected. ? 30 (M-347) (Rev. 11/70) A POS 1 T I O N ADJUSTMENT REQUEST llo: a Department Nedical services Budget Unit 540 Date 3-11-77 Action Requested: Cancel positions listed in Box K on the reverse side. Proposed effective date: ASAP Explain why adjustment is needed: to offset nev positions required in the therapy department. Cc• Estimated cost of adjustment: 1. Sal.arirand wages: $ 2. Fixed Asse6: Itiat i&jm and coat) Estimated to $ Signature Department Head Initial Determination of County Administrator Date: seotemb,-r 1 , 1977 To Civil Service for review and recommendations unt Admio4strator Personnel Office and/or Civil Service Commission /Fate: September 27, 1977 Classification and Pay Recommendation Cancel (7) positions as listed. The above action can be accomplished by amending Resolution 71/17 by cancelling the following positions: (1) Cytology Technologist, position 101, Salary Level 351 (1075-1306); (1) Utility Worker, position 112, Salary Level 258 (809-984); (1) custodian II, position CO2, Salary Level 249t (868-957); (1) Special Qualifications Yorker, position 101, Salary Level 193 (664-807); Lead Food Services Yorker, position 004, Salary Level 277 (858-1042); (1) Account Clerk II, position 101, Salary Level 266 (829-1008) and (1) Intermediate Typist Clerk, position ,146, Salary Level 240 (766-931). Assistant Personnel./Director Recommendation of County Administrator Date: October 3. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County Administrator Action of the Board of Supervisors OCT 77 Adjustment APPROVED (�) on J. P- c t'JU,A County Clerk Date: OCT 4 1977 By: '.J .',,.J+ t Patricia A. l3eJJlDeputy Clerk APPROVAL vi thts cdjustm Lt ccrtetitutes an AWcpLtiatiept 4djustmeitt and ftuennet Rcso.tiLtion Amendment. NOTE: Top section and reverse side of form nwet be completed and supplemented, when appropria , by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) ' POSITION ADJUSTMENT REQUEST No• Department HEALTH Budget Unit 450 Date 9/8/77 Action Requested: Add One (1) Clerk Position and cancel one_(1),Typist Clerk Position #090-02 Proposed effective date: ASAP Explain why adjLstrient is needed: To provide entry level position for transition of WIN-PSE participant_ _ Estimated cost of adjustment:. Contra Costo County Amount: REC11r] llis I. 'Salar-ies gpd wagyes. S 2. ,Fixed+:lssets: (lint.itema and coat) SFP 141977 r = unice o $ IL County Administrator Estimated total S 1,118) .AGErv'CY C' I �" raved Signature /- . - 'O0 Department Head Initial Determination of County Administrator Date: September 19, 1977 f To Civil Service for review and recommendation". oZ unt 'AdY0K-TP rator Personnel Office and/or Civil Service Commission D te: September 27, 2977 Classification and Pay Recommendation Classify 1 Clerk and cancel 1 Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Clerk, Salary Level 178 (634-771) and the cancellation of 1 Typist Clerk, position 802, Salary Level 194 (666-809). Assistant personnel ctor Recommendation of County Administratorte: October 3. 1977 rl; Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. 117" " Countyni Action of the Board of Su rvisor's OCT 4 1$77 'diustment APPROVED on J._ OLSSON, County Clerk Date: 07 Y 1,077 By: �" CtS .lfk Q �.�t0Q� Patricia A. Sell L-P,t` eaerk APPROVAL a tl:ia adjue.bre;it con4ti.tutee an Appwpmi.ation Adju6tment and Petsoiuiet l Rcsctution Amendment. r ` 07E: Tcp section and reverse side of fora rmuat bp- completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. i �� (N347) (Rev. 11/70) M0g•`; POS I T I ON A1) JUS"TPIENTR-E-0 JEST No: =? 35 iA'Z� Department DISTRICT' ATS 242 Sept. 16, 1977 p Budget pate Action Requested: Cancel Intermediate Typist Clerk position #09 and classify one Clerk Position Proposed effective date: 10-5-77 Explain why adjustment is needed: Redistribution of clerical assignment$. Estimated cost of adjustment: Contin Costa County Amount: 1. Salaries and wages: crease perm. salaries fREPT MED S 3,792.00 2. Fixed Assets: (Citi<°,�.ea+faisca ea (9 wont C)CD 19 1977 Ofrire of S Coun Adm' 3,792.00 Estimated total Signature Department .ead ' 96nae J. Phelan Initial Determination of County Administrator /Date: To Civil Service: l Request recommendation. r 1 County'AdoWnistriTrur Personnel Office and/or Civil Service Commission //Date: Septerber 27, 1977 Classification and Pay Recommendation Classify 1 Clerk and cancel 1 intermediate Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Clerk, Salary Level 178 (634-771) and the cancellation of 1 Intermediate Typist Clerk, position f09, Salary Level 240 (766-931). Assistant Personnel Wvctor Recommendation of County Administrator te: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. /Awn'x Countyi -istrator Action of the Board of Supervisors OCT 4 197 Adjustment APPROVED on J. R. OLSSON, County Clerk Date: OCT 4 1-977_ By: m et Cl- Patricia A. Bell, Deputy Clark APPROVAL rj ;kiz adjustmeAt consti.tuteA an App:ePtiaat ca Adjustment -d Ponne[ Reaotuti.on Amendment. F3O TOP section and reverse side of form waet be completed and supplemented, when appropriate, by an organization chart depicting the sect(i�o(n�(or office affected. (M347) (Rev. 11/70) ""052 i 1 Page 2 ELIGIBILITY WORKER TRAINEE-PRAIECT August 1977 General knowledge of basic mathematics to include addition, subtraction, multiplication and division; ability to read and understand basic English as demon- strated through responses to KEN book reading comprehension questions; ability to learn to organize work effectively; ability to maintain accurate records; ability to establish and maintain good working relationships with the public and fellow employees; ability to communicate clearly and concisely in written and verbal formats, ability to interview effectively. Class No. Class Code No. CH:pr 8/18/77 cc: Human Resources Agency Social Service HOC, RH, RKH, WR, EK, SAFETY Departmental Approval �[` t Date Deparbiental Approval Date X� } u, owl i cD R A F T-EXEMPT 1977-78 Proposed Salary Level: 193 (6644807) 1978-79 Proposed Salary Level: 209 (697-847) Contra Costa County October 1977 ELIGIBILITY WORKER TRAINEE-PROJECT DEFINITION: Under close supervision, to receive on-the-job and classroom training in the methods and procedures used in determining initial and continuing eligibil- ity of applicants for public assistance and social services referrals; and to do other related work as required. DISTINGUISHING CHARACTERISTICS: Positions in this class are in a trainee capacity to learn eligibility determinations through the evaluation of financial and social history information. Incumbents may be given responsiblity for a limited number of AFDC cases but would not be authorized to take independent action. This class receives supervision from an Eligibility Work Supervisor I and is distinguished from the class of Eligibility Worker I and II in that the latter are working level classes responsible for final determination of eligibility and ongoing caseload management. Eligibility Worker Trainee-Project is further distinguished from Eligibility Work Assistant-CETA in that incumbents of the latter are not in a trainee capacity to learn eligibility determination but rather merely provide routine assistance to Eligibility Workers. TYPICAL TASKS: Receives on-the-job and classroom training in evaluating eligibility factors against established criteria and determining eligibility; conducts less difficult interviews with applicants or clients of public assistance in private homes, hospitals, nursing homes and County offices; elicits pertinent information regarding income and other resources; assists applicants and clients in completing prescribed application and declaration forms; reviews applications and declarations for completeness and consistency; provides information to clients and applicants regarding documents or offical records necessary to establish eligibility; may obtain information relative to clients or applicants from banks, insurance companies, and other agencies; notes all applicants and recipients who appear to be in need of social services and alerts Eligibility Worker to make service referral; participates in eiigi- bility validation studies by learning to review eligibility factors; may answer corre- spondence (under direction of Eligibility Work Supervisor) which request information or assistance; may carry a limited number of AFDC cases. MINIMUM QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Education: Possession of a high school diploma, G.E.D. equivalency, or a high schoo pro ictency certificate_ wo 1 I ., - POS IT10 % ADJUSTMENT REQUEST No: Department Civil Service Budget Unit 035 Date 9/28/77 Action Requested: Establish class Eligibility Worker Trainee-Project.. Proposed effective date:ASAP Explain why adjustment is needed: to establish the class for the purpose of WIN-COD. Contra Costa County Estimated cost of adjustment: RECEIVED Amount: 1. Salaries and gages: SEP 2A 197-7 2. Fixed Assets: fiat item and coetl QT Rce Ot C , . S Estimated total 3 Signature _ �- Department Initial Determination of County Administrator te: County dministrator Personnel Office and/or Civil Service Commission Date: September 28. 1977 Classification and Pay Recommendation Allocate the class of Eligibility Worker Trainee-Project. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel. by adding Eligibility Worker Trainee-Project, at 1977-78 Salary Level 193 (664-807) and 1978-79 Salary Level 209 (697-847). Can be effective day following Board action. This class is not exempt from overtime. � 1 � Assistant Personnel D for ;Recommendation of County Administrator "tP: rk-tnhPr I i4�1 �N Recommendation of Personnel Office and/or Civil Service l Commission approved effective October 5, .1977. County Administrator Actian of the Board of Su rvisors 0 C T 4 2977 1Adjustment APPROVED ( ) on J. R. OLSSON, County Clerk Date: OCT 4 i977 By: (X �� , (%t lir C Patricia A. E301, 04WY Calk i'i Lt%AL of this adjustment ce sti.tutes an App%toptiatZ0n Adjusrmer.t and Pe aonic¢e RactaUen Araei:d+ tt. :,OTE: Top section and reverse side of form twat be completed and supplemented, when appropriali, by an organization chart depicting the section or office affected. P 3GO (F1347) (Rev. 11/70) OW9 POSITION ADJUSTMENT REQUEST No: Auditor-Controller Department Data Processing Budget Unit 0147 Date 7/11/77 Action Requested- Reclassify one Data Processing Equipment Operator I Position (115-03) to a Senior Clerks Position Proposed effective date: ASAP Explain why adjustment is needed: To classify this position in line with the duties performed. Estirrated-�co s-:t.�feAdjustment: '= _ Amount: 1. Waries�apd wagges: N/A $, 2. Fired l�sets: (list items and cast) Estimated total $ N/A J . Signature Depa nt Iniiial Determination of County Administrator Date: July 26, 19777 To Civil service: oaf CLc2i` %l Request recommendation. ou ,fristrator Personnel Office and/or Civil Service Commission Date: September 27, 1977 Classification and Pay Recommendation Classify 1 Senior Clerk and cancel 1 Data Processing Equipment Operator I. Study discloses duties and responsibilities to be assigned justify classification as Senior Clem. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Senior Clerk, Salary hovel 280 (865-1052) and the cancellation of 1 Data Processing Equipment Operator Z, position #03, Salary Level 280 (865-1052). Assistant ersonnel rector Recom.-endation of County Administrator Date: oc nht-r 1- 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. t ���r��rn�i County Administrator Action of the Board of Supervisors OCT4 Acjustment APPROVED (i) on 1972 J. R. OLSSON,.County Clerk C:.te: OCT 4 1977 By: -i- a Lb"Ff, C.t. .l'• _ f:.C` Patricia A. Bei 1)"Jouly •.i'1'10VAL :S i;:ia adjustment censtitu.teS an App&optiation Adjustment m:d rrleuoomet 1 cis::ion AmendvrAt. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the sectionor office.affected. P ?•1347) (Rev. 11/70) � . m POSITION ADJUSTMENT REQUEST No: Department DISTRICT ATTORNEY Budget Unit 242 Date Sept. 23, 1977 (2800) Action Requested: Classify 5 Typist Clerk Trainee - Project positions for the period Oct. 1, 1977 through Sept. 309 1978 ( nine months contracts for WIN/PSE recipients) Proposed effective date: 10-4-77 Explain woy-adj%tttat is needed: Increased workload in 3 units. is Estimated=cos�tyof_�Adjustment: Amount: No cost to the County 1. Saiar�es and wages: COntm Casio County $ 0 2. Fixed sets: (ti6t Um and coat) RECEIVED SEP 2 6 1977 $ Estimate CY(tice ot_- S 0 Adm ijrct� J Signature flt� Departmer}t ea HicAW helan Initial Determination of County Administrator f Date 77/ 1q77 To Civil Service: Request recotmendation. Count dm nisti-a or u " ' � V�; Personnel Office and/or Civil Service Commission Date: September 28. 1977 ( Classification and Pay Recommendation Classify (5) Typist Clerk Trainee-Project positions. I Duties and responsibilities to be assigned justify classification as Typist Clerk Trainee-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding(5) Typist Clerk Trainee-Project positions, Salary Level 178 (634-771). Assistant Personnel I15rector Recommendation of County histrator ate: October a. 1977 Recoounendation of Personnel Office and/or Civil Service commission approved, effective October 4, 1977. County Administrator Action of the Board of Su visors p C T 4 ;977 Adjustment APPROVED ( ) on J. R. SSON. County Clerk., Date: OCT 4 1977 By: ',--I"r? ! I (o ra Patricia A. Sell�vepu,y Leta? APPROVAL of this adjuetmeut coaa#itute6 an Apptoptie.tior. Adjustment and Petacnna Resotation Amendment. NOTE: Top section and reverse side of form ■Duet be completed and supplemented, when appropria , by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) ■ .° , / e Two LAW AND JUSTICE SYSTEM DIRECTOR-PROJECT October 1977 i• / mulation and control; working knowledge of the methods of work organization, simplification, and layout; working knowledge of the accepted principles and techniques of supervision; ability to develop and implement complex integrated, computerized systems; ability to supervise subordinate staff; ability to prepare clear and concise reports and correspondence. Class No. Class Code No. CH:pr 8/25/77 cc: Auditor-Controller's Office HDC, RH, RKH, M, EK, SAFETY, TRAINING Oeparbm tal Approval Date ^ y f 00046 . # f D R A F T-EXEMPT 1977-78 Proposed Salary Level: 528 (1788-2I73) i` 1978-79 Proposed Salary level: 534 (1878-2282) Contra Costa County October 1977 LAW AND JUSTICE SYSTEMS DIRECTOR-PROJECT DEFINITION: Under general direction, to plan, organize and direct the development of automated systems for the various functions of the Criminal Justice System; to supervise assigned staff; and to do other related work as required. DISTINGUISHING CHARACTERISTICS This single position class is responsible for the administration and supervision of the Law and Justice Systems Development Project. Technical and overall program direction is received from the Systems Accounting Supervisor while administrative direction is received from the Justice Automation Advisory Committee. The incumbent of this class is exempt from the classified service. TYPICAL TASKS: Makes recommendations to the Justice Automation Advisory Committee on matters such as project priorities, systems methodologies, and equipment; coordinates, schedules and reviews the work of diverse systems development staff; prepares action plans and revises them for future modules; meets with criminal justice department heads to resolve problems and facilitates the development and implementation of the system; prepares project funding proposals; acts as liaison with the County's Criminal Justice Agency in pre- senting and justifying new projects; prepares and administers the annual project budget; prepares and administers contracts for consultant staff and evaluates their work performance; hires and supervises subordinate staff; prepares reports and correspondence. MINIMUM QUALIFICATIONS: Education: Possession of a baccalaureate degree from an accredited college or un�'versity. Experience: Three ,rears full time experience in developing and imple- menting computerized systems, with integrated diverse functions. Good knowledge of the accepted principles and techniques used in the analysis, development, and implementation of data processing computer systems; knowledge of advanced computer technology; general knowledge of accounting princi- ples and audit controls and traits; working knowledge of the capacity and inter- related uses of various data processing machines; working knowledge of the various components of the criminal justice system and their interrelationship with each other; working knowledge of the principles of budget analysis, for- . � POS I T I ON ADJUSTMENT REQUEST No: Department Auditor-Controller Budget Unit 235 Date April 1, 1977 Action Requested: Establish classification of law&Justice SystansDevelopmeltt Director- Project ($1740 - 2115): allocate one position Proposed effective date: ASAP Explain why adjustment is needed: To establish classification which reflectsduties being performed. Position will be funded by Crim nal-Justice�S stem Grant funds. Estimated cost of adjustment: Amount: 1. Salaries and wages.• C' -_ :i $ 2. F x d AAcsse a: ( At.items and coat lC_ k %_i $ � U �' C7 Estimated total - Comty i -0- � Signature �. Dopar— time t-itta �T�- Initial Detewngatian of County Administrator ]Date April 11, 1977 �1 To Civil Service: J�''Request recommendation, eorand April 11, 1977, attached. ou mi� G Personnel Office and/or Civil Service Commission Date: September 28, 1977 Classification and Pay Recommendation Allocate the class of Lav and Justice Systems Director-Project on an Exempt basis and classif 1 Exempt position. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Lav and Justice Systems Director-Project, at 1977-78' Salary, Leve 515 (1758-2173) and 1978-79 Salary Level 534 (1878-2282); also amend Resolution 71/17 to reflect the addition of 1 Exempt position of Lav and Justice Systems Director-Project. Can be effective day following Board action. This class is exempt from overtime. / 1 Assistant personnel Wirector Recommendation of County Administrator Date: October 3, 1977 2(l Reco=mmendation of Personnel Office and/or Civil Service Commission approved, effective October 5, 1977. J County Admin strator " Action of the Board of Supervisors OCT 4 1477 Adjustment APPROVED (�) on J. R. OLSSON, County Clerk Date: By: RM Ti't Ckri-. I o • !ti'ZA Patricia A. Bell, Depury c er;d APPROVAL of tl s adfuetirea coneti.tute5 an Appwpniation Adjustment ard•Peuonnee Resotation Amerdriutt. 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 (tS347) (Rev. 11/70) own D R A F T 1977-78 Proposed Salary Level: 352 (1078-1310) 1978-79 Proposed Salary Level: 368 (1132-1376) Contra Costa County October 1977 ADMINISTRATIVE ANALYST-CETA DEFINITION: Under close supervision, to perform analytical work in either an administra- tive management function or a personnel management program; and to do related work as required_ DISTINGUISHING CHARACTERISTICS: Incumbents in this class are exempt from the classified service and work in federally funded project positions administered by Contra Costa County. TYPICAL TASKS: Assists in gathering, tabulating and analyzing factual data; drafts reports; drafts survey questionnaires; assists in studies of organizational proposals through analysis of lines of authority and responsibility, and duties and responsibilities of individual positions; prepares organization charts; studies clerical procedures and forms; studies work flow and layout; drafts examination bulletins and brochures; screens employment application forms for conformance with job qualifications, convenes and moderates examination interview panels; prepares publicity publications, charts and displays in training and safety work; answers correspondence and survey questionnaires. MINIMUM QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Education: Possession of a baccalaureate degree from an accredited college or university tTi a major in business administration, public administration or a closely related field. Substitution: One year of experience in an administrative or staff capacity performing a ministrative, personnel or budgetary analysis may be substituted for the required academic major. General background knowledge of administrative techniques including principles of organization, budgeting and personnel administration; general background knowledge of statistical methods and methods of graphic presentation; ability to gather and analyze data; ability to interpret rules and regulations; ability to write and organize reports; ability to work harmoniously with departmental personnel; interest and aptitude for management work. Class No. Class Code No. Departmental ApprovaMHG fl 9/26/77 Date e?-a,7- 7 7 9126/77 ..---. cc: Civil Service Department HDC, RH, RKH, WGR, EK, SAFETY, TRAINING POS I T 1 0 ? ADJUSTMENT REO U E S T No: �C✓ 7 Department Civil Service (CETA) Budget Unit 581/58Zate 9/27/77 Establish class Administrative Analyst-cru Action Requested: Reallocate all Administrative Analyst-Project positions funded under CETA to Administrative Analyst-CETA. Proposed effective date: ASAP Explain why adjustrent is needed: to provide a means of readily identifying those Administra- tive Analyst positions funded vith CETA monies. Estimated cost of adjustment: Amount: 1. Salaries and wages: Contra Costo County 2. Fixed Assets: 1 .ittja and eoatl RECENED SEP 211977 Guice of Estimated total Signature artment Initial Determination of County Administrator ate: County Administrator Personnel Office and/or Civil Service Commission Date: Sevtesber 28, 1977 Classification and Pay Recommendation Allocate the class of Administrative Aaslyst-CEiA. Reallocate persons and positions of Administrative Analyst-Project positioud #581-01 through 003 and 0582-01 through 008, to Administrative Analyst-CETA. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Administrative Analyst-CETA, at 1977-78 Salary Level 352 (1078-131)) and 1978-79 Salary Level 368 (1132-1376). Study discloses duties and responsibilities now bei g performed justify reallocation to the class of Administrative Analyst-CETA; also amend Resolution 71/17 to reflect the reallocation of the persons and positions of Administrative Analyst-Project, positions #581-01. 02. 03 and 0582-01 through 08, to Administrative Analyst- CETA, both at Salary Level 352 (1078-1310). This class is exempt from overtime. Assistant Personnel Dftector Recommendation of County Administrator ate: October 3, 1977 » N Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County Administrator4 Action of the Board of Supervisors OCT 4 1$77 Adjustment APPROVED (� on OLSSON, Cotmty Clerk Date: OCT 4 197 By: (1 z r a .Patricia A. buil oepuly clerk A)i ROLIAL q Lists adjusta¢:st ccrsiittsteb sn ApptopR.i4tion Adlustre�rt and Peheonn2C Rezctation Amatds ent. Ton section and reverse side of form roWt be completed and supplemented, when appropria , by an organization chart depicting the section or office affected. P 300 (17347) (Rev. 11/70) offia J P O S l T 1 0 11 A D J U S T M E N T R E Q U E S T No: %rc021 Department Auditor-Controller Budget Unit 1033 Date 9/12/77 Action Requested: Reclassify Comgtometer rotor Pocition not rn Arrn.mr Clerk Il Proposed effective date: 1015/77 ixplain why adjustment is needed: To align classification with type of duties being performed. Lan Estimated cost of adjustment: ho Con° Cop, Amount: 1. Salaries and wages: $ $ 783 2. Fixed Acre .i Wat zim and cast, EP 31977 1Qr c Y Estimated total f 783 r L Signature !_ — Dep&rrmen�Tiea�j— / Initial Determitietion of County Administrator Date: September 19, 1977 To Civil Service: Request recommendation. Lounty Administrator Personnel Office and/or Civil Service Commission Date: SprrF, 77, 1977 Classification and Pay Recommendation Reclassify 1 Coeptometer operator to Account Clerk II. Study discloses duties and responsibilities now being performed justify reclassification to Account Clerk 11. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Comptometer Operator position #01, Salary Level 257 (807-981), to Account Clerk II Salary Level 266 (829-1008). Assistant Personnel DWector Reco,7..'ndation of County Administrator ate: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October S, 1977. County AdmthistrAthr Action of the Board of Supervisors 0 C T 4 1977 AdJustment APPROVED (�) on J. R. OLSSON, Cotmty Clerk Date: 001 9 1977 By: r�"rr . ,z6. &S_fi Patricia A. Bell,DePuty C1e k A;-,K0V L c5 t.Lis cdjus.tt-r:.t ceststi,tuW an AppaopaiaLien Adjuatment and Pe+sennet Rcsclution Ar-cjui-xnt. NOTE: Too section and reverse side of form muAt be completed and supplemented, when aFproprla e, by an organization chart depicting the section or office affected. _DO (MI.47) (Rei. 11/70) 1 J POS I T I Old ADJUSTMENT REQUEST No: (--r,CI t 171 Department Assessor Budget Unit 1600 Date 8/31/77 Action Requested:Reclassify Associate Appr. positions No. 001(E. Boress and 004 (Jack Kennedy) to Supervising Appraiser. Proposed effective date: 10/1/77 Explain why adjustment is needed: Action necessary to provide supervision and direction to implement Assessor's program to utilize CE r l��ysically review and inventory residential parte s. RECE�V�D Estimated cost of adjustment: Amount: 1. SaleKies Andkiges: AUG 31 1977 S 3,258 2. Fi)ted Asetst (tia# it¢atb and cis#) Office of `� �...t Administrator �+ S r Estimated total ,258 _ — Signature '! Department Hpd Initial Determination of County Administrator Date: September 8. 1977 To Civil Service: Request recommendation. CCounty Administrator G/ Personnel Office and/or Civil Service Commission Date: September 27, 1977 Classification and Pay Recommendation Reclassify (2) Associate Appraiser positions to Supervising Appraiser. Study discloses duties and responsibilities now being performed justify reclassification to Supervising Appraiser. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Associate Appraiser, positions #01 and #04, Salary Level 440 (1410-1713) to Supervising Appraiser, Salary Level 481 (1597-1942). Assistant Personnel D" ctor Recommendation of County Administrator te: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective October 5, 1977. County Administrator Action of the Board of Suoervisors 0 CT 4 Adjustment APPROVED (r) on J. R. OLSSON, Comity Clerk Date: OCT 4 1477 _ By: RrA 1,1 ^tn CS tiCC F Patricia A. Bell, Deputy Ciuk AFTOVAL cj ;itis adjustment ccrvsti fnw an ApptoptiatZon Adju,%•tment and PoLaunnef R"eti tint Amexdwant. MOTE: Top section and reverse side of form mw t be completed and supplemented, when ippropria e, by an organization chart depicting the section or office affected. r 300 (14347) (Rev. 11/70) ' s� y, POSITION ADJUSTMENT REO UE S T No: Department Assessor Budget Unit 1600 Date 8/31/77 Action Requested: Reclassify Assistant Appraiser positions No. 017 (Lester Rose) and 021 (R. Nickerson) to Associate Appraiser Proposed effective date: 10/1/77 Explain why adjustment is needed: To backfill Associate Appraiser positions requested for reclassification to Supervising Appraiser to implenent assessor's CETA programs Estimated cost of adjustment: RECEIVED Amount: I. Salaries and wages. AUG 311977 $ 2,520 2. Fixed Assets: (List.heap and cc-it) odic- Estimated total $ 2,520 Signature q' :4 r = Depar nt'Heil d Initial betermination of County Administrator Date: September 8, 1977 To Civil Service: ­�/ Request recome�endation. -yi./ � ount �i n,m 'trator Personnel Office and/or Civil Service Commissien Date: September 27, 1977 Classification and Pay Recommendation Reclassify (2) Assistant Appraiser positions to Associate Appraiser. Studv discloses duties and responsibilities am being performed justify reclassification to Associate Appraiser. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Assistant Appraiser positions 017 and 021, Salary Level 409 (1282-1559) to Associate Appraiser, Salary Level 440 (1410-1713). Assistant Personnel rector Recommendation of County Administrator Date: October 3, 1977 Recommendation of Personnel office and/or Civil Service Commission approved, effective October 5, 1977. unty Administra or / Action of the Board of Supervisors OCT4 Adjustment APPROVED (-) on 7977 J. R. OLSSON, County Clerk Date: OCT 4 1977 _ By: C_�_6*,.kf•',r Patricia A. Bell Deputy C(erk APPROVAL o6 thus adjustment ccnstitutee an AppRoptitttEon Adjustment and Pe!tsonne.t Reeotution Amendment. f4OTE: Top section and reverse side of form wibt be completed and supplemented, when ap`propriaTe_, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00 W a POSITION ADJUSTMENT REQUEST rro: ,%G`i Department _Agriculture Budget unit 335 Date April 26, 1977 Action Requested: Reclassify one Gleed and Vertebrate Pest Control Inspector to Agricultural Biologist I Proposed effective date 5/1/77 Explain why adjustment is needed: To reduce staff in Vertebrate Pest program and add one qualified staff member to the biologist programs where workload has increased. Estimated cost of adjustment: Contr-- C-:U CoL':>>t Amount: 1. Salaries and wages. FES.;-1V-D $ 218.00 2. Fixed Assets: (List item6 and coat) Hone Estimated to�fai"~y 218.00 „_r�"s"'s..cs�r $ g* Signature /, Department Head Initial Determination of County Administrator s Date" To Civil Service for review and rec i �r/ 'Adnrai s ra to r Personnel Office and/or Civil Service Commission I`Date: seotenher 27. 1977 Classification and Pay Recommendation Reclassify 1 Weed and Vertebrate Pest Control Inspector to Agricultural Biologist I. Study discloses duties and responsibilities now being performed justify reclassification to Agricultural Biologist I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect-the `reclassi- fication of Aeed and'Vertebrate Pest Control Inspector, position 403, Salary-Level 322-' (954-1196) to Agricultural Biologist I, Salary Level 352 (1078-1310). , l 0 c iT? _ v Assistant Personnel,16rector �� Recommendation of County Administrator / Date: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County AdmMist-rathr < � Action of the Board of Supervisors OCT 4 1977 Adjustment APPROVED on J. R. OLSSON, County Clerk Date: OCT 4 1977 _ By: �Nhtlo"-.ft n .N l( Patricia A. Be(), Deputy ` A-PROVAL of tha adjustment ccr3fituteA C!t Aptstvptictian AdjusUrre=Li and Pz-.aonne£ Rezot tion 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 (1347) (Rev_ 11/70) /10 I19Q - r L P O S I T I O N A D J U S T M E N T R E Q U E S T No: Department Assessor's Budget Unit 016 Date 8/16/76 Action Requested: Reclassify Intermediate Typist Clerk position It (Nora Hendrix) to Assessment Services Clerk on departmental certification_ Proposed effective date:9/1/76 Explain why adjustment is needed: To classify position to a more appropriate classif=cation in line with existing responsibilities. Estimated cost kf adjustment: Amount: 1. Salaries:andw::wage : COnto Costa Ccurtil► 892 2. Fixed Assets_ {fist items and cast) RCCEIVED -0- `- office of 892 Estimated total Udu� gelmini � Signature �f Depar nt Head Initial Determination of County Administrator Date: 10/29/76 To Civil Service for Classification Review an Recommen ati n n Count dministrator Personnel Office and/or Civil Service Commission Date: September 27, 1977 Classification and Pay Recommendation Reclassify 1 Intermediate Typist Clerk to Assessment Services Clerk. Study discloses duties and responsibilities now being performed justify reclassificatio to Assessment Services Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassification of Intermediate Typist Clerk #02, Salary Level 240 (766-931) to Assessment Services Clerk, Salary Level 279 (863-1049) I Assistant 'Perionrat 51 rector Recommen ation of CountyAdministrator /' octnhAr I I q77 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5,' 1977. County Administrator Action of the Board of Supervisors OCT 1977 Adjustment APPROVED (� on J. R. OLSSON, County Clerk Date: OCT 4 1977 _ By: CI�_1.�r.r . ('l Q"� [C Patricia A. SeIQ°p"ry cf-lk APPROVAL o3 tha adjustment consti.tuteA an Appcop-tiaticn Adjus;rent and Petecnne2 R"o&-tion Amendmert. DOTE: Top section and reverse side of form mu6t be completed and supplemented, when appropriate. by an organization chart depicting the section or office affected. P KID (M347) (Rev. 11/70) ' i POSITION ADJUSTMENT REQUEST No: Department AccPGsnrIn Budget Unit o16 Date 8/12/76 Action Requested: Classify ITC Position #08 (Monica Roach) to Assessment Services Clerk on Departmental Certification. Proposed effective date: 9/1/76 Explain why adjustment is needed: To classify position in line with existing respon- sibilities. Clerk has been performing specialized work and has been given additional responsibility for preparation of statistical rsports related to assessment roll data. Estimated cost of adjustment: Comm Costa County Amount: 1. Salaries,a_nd wages: RECEIVED S 892 2. Fixed Assets_MVAC items and cost) ryiir. 9 3 1076 ice OF $ -0- Estimated tCoul�ty Adminishotor S 892 Signature zv� partment He initial Determination of County Administrator Date: 10/29/76 To Civil Service for Classification Revi�6ministratcr enda 'Z � Personnel Office and/or Civil Service Connission Date: tpplamhar 27, 477 Classification and Pavy Recommendation Reclassify i Intermediate Typist Clerk to Assessment Services Clerk. Study discloses duties and responsibilities now being performed justify reclassification to Assessment Services Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassification of Intermediate Typist Clerk 108, Salary Level 240 (766-931) to Assessment Services Clerk, Salary Level 279 (863-1049). Assistant Personnel erector Recommendation of County Administrator ate: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October S, 1977. County Administrator Action of the Board of Supervisors OCT 4 1977 Adjustment APPROVED �) on r� R. OLSSON, County Clerk Date: OST 1977 ey:` —k t1►� 1IL Patricia A. Bell, Deputy Clerk APPROVAL c� th.ia adjustmGtt con sti.tJL A an A7p'top4 ation AdjuatmerLt and Peteoi:nee ReeoZa'.ien Amendment. c DOTE: Top section and reverse side of form wA6t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev_ 11/70) + In the Board of Supervisors of Contra Costa County, State of California October 4 ,19 77 In the Aksllx 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 Baord on October 4, 1977. 1 hereby ear* that the faeepoinp k o true and cornet copy of an order entered on the mimdes of said Booed of Superwhoes an the dal*oforesokL Witness my hand and the Seel of the Board of i— affixed this 4th day of October 19 77 J. R. OLSSON. Clerk byClark amiJohnson•/ OD*" 0" H-24}•:6 Ism In the Board of Supervisors of Contra Costa County, State of California nctober 4 1977 In the Autter of Affidavits of Publication of Ordinances. This Board having heretofore adopted Ordinances Nos. 77-70 through 77-77 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 bereby cwdfy ibad the foregoing is a true and correct copy of on order entered on the w mutes of said Board of Supervisors on the daft oforesoid. Witness my hoed and the Seal of the Board of Supervisors affixed this 4 th day of October _ lq 77 J. R. OISSON, Clerk Deputy Cler'R H K 12N•154M Jamie L. Johnson Form 030 4/7/75 i • In the Board of Supervisors of Conka Costa County, State of California October 4 .19 11 In the Alianu of Ordinances Adopted. This being the timefixed for hearing on the ordinances indicated, which amend the Ordinance Code of Contra Costa County and were duly introduced; and The Board ORDERS that said ordinances are adopted and the Clerk shall publish same as required by law. Ordinance Numbers Subject Newspaper 77-83, 77-84, 77-85, Adopting by Reference with Contra Costa 77-86, 77--87, 77-88, certain deletions, amendments Times 77-89, 77-90, 77-91, and additions the uniform 77-92, 77-93, 77-94, fire code, 1976 edition and 77-95, 77-96. 1977 supplement thereto, compiled by Western Fire Chiefs Association, Inc. for the County and all County Fire Protection Districts, and repealing Ordinance numbers 74-82, ?4-83, 74-84, 74-85, 74-86, 74-87, 74-88, 74-89, 74-90, 74-91, 74-92, 74-93, 74-94, 74-95 and 75-28. PASSED on October 4, 1977 by the following vote: AYES: Supervisors N. C. Fanden, R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: None. ABSENT: Supervisor J. P. Kenny. I hereby certify that the fcrepoir,p h a trw and cored copy of an order entered on the mhn tee of said Board of Saperwisors on the daft aforesaid. Wftem my hand and the Seal of the Board of Supervisors mixed il*_4th day of October 19,27 ' J. R. OLSSON, Clerk BY Deputy Clerk notmie GuttX9rrez 1*7 H-24 4M ISM '�`� BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CRLIFOFNI:. Re: Zoning Ordinances Passed Date: October 4, 1977 This being the date fixed to consider adoption of the following ordinance(s) rezoning property as indicated, which was (were) duly introduced and heariag(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 The 77-78 Coleman & Isakson 2095-RZ Alamo Valley Pioneer The 77-79 Robert J. Costa 2143-RZ Danville Valley Pioneer and Associates, Inc. s= s+ PASSED on _October 4. 1977 by the following vote: AYES: Supervisors - N. C. Fanden, R. I. Schroder, E. H. Hasseltine, and If. N. Boggess. NOES: Supervisors - None. ABSENT: Supervisor - J. P. Lenny I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board: on October 4, 1977 By: /-*< Duty Jamie L. Johnson. (���� 01lh�IG BOARD OF SQPERYISORS OF (ANTRA COSTA COUITY, CALIFORNIA Re: Zoning Ordinances Introduced Date: October 4. 1977 The Board having-held hearing on the Planning Commission's reco=aendation(s) on the following rezoning application(s), and directed preparation of the following ordinance(s) to effect same; This (these) ordinances) was (were) introduced today, the Board by unanimous vote waiving the full reading thereof and setting October 11. 1977 for Board consideration of passing same: Ordinance Application Nu ibex- ARR icant Number Area 77-30 Ray S. Taylor 2124 Martinez A. r' ,M - a' t t mi PASSED on October 4 1977 by the following vote: AYES: N.C. F'anden, R.Z. Schroder, E.H. Hasseltins, W.N. Boggess HORS: None ABSENT: J.P. Kenny I EEFXBY CERTIFY that the foregoing is a true and correct record and copy of action duly ta1,cen by this Board.on the above date. Ais'EST: J. R- OLSSOU, County Cleric and ex officio Clerk of the Board: ' on Sandra L. Niels n In the Board of Supervisors of Contra Costa County, State of California October 4 _19 77- In 7-In the Matter of Ordinances) Introduced. The following ordinance(s) which amend(s) the Qrdinance Code of Contra Costa County as indicated having been introduced, the Hoard by unanimous vote of the members present waives -full reading thereof and fixes October 11. 1977 as the time for adoption of samp: Adds Section 1002-6.016 stating that the Public Vorks Director may require proof of adequate liability insurance from applicants for encroachment permits. PASM by the Board on October 4. 1977 I hereby certify that the foregoing is a two and carred copy of on order entered an the minutes of sold Board of Supervisors an the dote oforesaid. Witness my hand and the Seal of the scard of supervisors of -ed this 4th day of_Octo� b_ Br . 19 77 J. FL OLSSON, Clerk H Zs rang=rsy Depuly Clerk Sandra L. 'Niel"n In the Board of Supervisors of Contra Costa County, State of California October 4 '19 in Hle MaNer of Proceedings of the Board during the month of September, 1977. IT IS BY THE BOARD ORDERED that the reading of the minutes of proceedings of the Board for the month of September, 1977 is waived, and said minutes of proceedings are approved as written. PASSED by the Board on October 4, 1977. 1 hereby csrfify Hat the foregoing b o true and correct copy of an order entered on t11e mi oho of said board of Supervisors on the dole aforesaid. Witneu my hand and the Sea)of the Board of Supemisan affixed th44th day of October 1977 OLSSON, Clerk Deputy Clerk Jame L. Johnson ON29 H-24 1;'6 ISm 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). Chief Engineer o. the Contra Costa County Water Agency October 3, 1977 CALENDAR OF WATER MEETINGS TIME Ai MDA.KCE DATE DAY SPOF50R PLACE REMARKS Recommended Authorizatic Oct 5 Wed. Association of 9:30 a.m. Conference on Matsumoto Calif. Water Pacifica Hotel Hater Resources Agencies-Assoc. Los Angeles of State Water Project Agencies- Central Valley Project Water Users Oct 6 Thurs. San Joaquin 10:00 a.m. Public Advisory Matsumoto Valley Inter- Farm Bureau Committee Meeting agency Drainage Office No. 11 Program 1274 K. Fledges Fresno Oct 11 Tues. Department 7:00 p.m. Public Hearing-- Staff of Water Boars of Proposed Operational Resources Directors' Rm. Criteria for the State Los Angeles Water Project--Dec. 1, 1977 to Dec. 31, 1978 Oct 12 Wed. American Assn. 7:30 p.m. Presentation--Delta Port of University Pleasant Hill Water Quality and Women Park and Rec. the Peripheral Canal Building Oct 13 Thurs. Department 7:00 p.m. Public Hearing-- Staff of Water Room 1194 Proposed Operational Resources 4SS Golden Gate Criteria for the State Avenue Water Project--Dec. 1, San Francisco 1977 to Dec. 31, 1978 Oct 14 Fri. Department 10:00 a.m. Public Hearing-- Staff of Water Room 102 Proposed Operational Resources 1020 17 Street Criteria for the State Sacramento Water Project--Dec. 1, 1977 to Dec. 31, 1978 b i Ite--n 25 CC:tinued: C. Report on public hearing on the practices and policies of the U. S. Bureau of Reclamation. (EC) r NOPE Chairman to ask for any comments by interested citizens in attendance at the =--ening s^bjecL to carrying forward any particular item to a later specific time if discussion becomes lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department Page 14 of 14 f)f! , October 4, 2977 Nor) Item 23 continued: 1. Civic Center Improvements, Martinez (4405-4267) 2. New Public Works Building 255 Glacier Drive, Martinez (4405-4062) 3. Kitchen/Dining Hall at Sheriff's Rehabilitation Center, Clayton. (4411-4061) 4. Moraga Fire Administration, Moraga (7050-4099) The inspection contracts are effective October 1, 1977. Payment is provided for services in accordance with the standard rates as indicated in the contracts. (B&G) Item 24. GEORGE MILLER, JR., MEMORIAL WEST THERAPEUTIC POOL - APPROVE CONSULTING SERVICES AGREEMENT - Richmond Area It is recommended that the Board of Supervisors approve the Consult- ing Services Agreement with Hales Testing Laboratories for construc- tion material testing at the George Miller, Jr., Memorial West Therapeutic Swimming Pool, 1801 Miller Drive, Richmond, and authorize the Public Works Director to sign the Agreement. The Agreement is in accordance with the Office of the State Archi- tect's requirement for school building construction. The County is not equipped with the testing laboratory to provide the total certi- fied tests as required by the Office of the State Architect. This Agreement provides for a maximum payment to the Consultant, in the amount of $1,500, which amount shall not be exceeded without further written authorization by the Public Works Director. (RE: 4050-4709) (B&G) Item 25. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the attached 'Calendar of Water Meetings.' B. The Delta Hater Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. (Continued on next page) A G E N D A Public Works Department Page 13 of 14 (y�f� October 4, 1977 V��In- ' V -te--i 21. BUCH_aN;LN F=-LD - AUTEORIZ= LEG;C- __CTIO I It has come to the attention of the Public Works Department that Ron Garlick, 118 Sussex Street, Concord, California, has been ccerat- ing a commercial activity (helicopters) on Buchanan Field in viola- tion of the County Ordinance Code. This department wrote him on August 4, 1977, directing .him to imme- diately cease all commercial operations, and to remove his aircraft by August 12, 1977. On August 11, 1977, Mr. Garlick informed the department that he was contemplating entering into a sublease agreement with one of the fixed base operators; however, no such sublease was consummated, and the department on September 1, 1977 informed Mr. Garlick that since he continued with his commercial activities, there was no choice but to evict him, as provided under Article 1106-2.1804 of the County Ordinance Code. It is recommended that the Board of Supervisors authorize the County Counsel to initiate and take all legal actions necessary to enjoin all unauthorized commercial and related activities at Buchanan Field by Mr. Garlick and to procure his removal from the field. The County Counsel concurs in this recommendation. (MLR) Item 22. SHERIFF'S REHABILITAT_ION CENTER. - ==c1OVEAGi�f'�i - Clayton Area It is recommended that the Board of Supervisors approve the Agreement for Architectural Services with Dennis & Curtis, 1250 Pine Street, Walnut Creek, California 94596, and authorize the Public Works Direc- tor to execute the Agreement. These services are needed to complete the plans and specifications to comply with Economic Development Administration Grant conditions for the Kitchen/Dining Hall Facility construction. These consultants are the architects for the project. This Agreement provides for a maximum payment to the architect, in the amount of $21,019, which amount shall not be exceeded without -fur- ther written authorization by the Public Works Director. (RE: 4411-4061) (B&G) Item 23. VARIOUS EDA PUBLIC WORKS ACT PROJECTS - APPROVE INSPECTION CONTRACTS Contra Costa County It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute Insaection Services Contracts With Mr. Robert G. Soto. These Contracts are for contract documents review and const-ruction inspection for the following Economic Devel- opment Administration Public Works act projects: (Continued on next page) A G E N D A Public Worts Department —Pzse 12-of 1-4 October 4, 1977 Cont-.^.l:e,. Subdivision uS 277-76 O•riner: Albert Hann 432 La Gonda Way Danville, CP_ 94526 Location: Subdivision NS 277-76 is located for 85 feet on the east side of La Gonda stay, 670 feet northeast of Danville Boulevard, and at the western terminus of Cathy Lane, a private road, in the Danville area. (LD) tem 20. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accent the following instruments: Igo. Instrument Date Grantor Reference 1. Consent to Common 8-8-77 Pacific Gas 6 Elec- Sub 4958 Use Agreement tric Co. 2. .Grant Deed 9-15-77 Maurine D. Tekrony, Sub MS 216-76 et al. 3. Relinquishment of 9-6-77 4 R Ranch, a Sub MS 230-76 Abu-te=s' rights partnership B. Accept the following instruments for recording only: 1. Offer of Dedication 8-16-77 William E. Bell Sub MS 10-77 for Roac«3y Purposes 2. Offer of Dedication 8-16-77 William E. Bell Sub MS 10-77 For Drainage Pur- poses 3. Offer of Dedication 9-20-77 Truman Skaggs, LUP 2002-77 for Roadway Pur- et al. Purposes 4. Offer of Dedication 9-6-77 4 R Ranch, Sub MS 230-76 for Roadway Pur- a Partnership Poses 5. offer of Dedication 9-6-77 4 R Ranch, SUB M` 230-76 for Drainage Pur- a Partnership poses (LD) A G E N D A Public Works Department _ Page 11 of 14 October 4, 1977 nq GENE R. I. Item^ 13. DETENTT_O'N FACILITY - APPROVE AGR "_N - uartinez Area It is recommended that the Board of Supervisors authorize the Public Works Director to execute a Consulting Services Agreement with Hales Testing Laboratories, Oakland, California. The Agreement provides for the testing of concrete, steel, welding, and other materials during the construction of the Detention Facility Project. This testing is necessary to assure materials supplied meet project specifications. This testing capability is not available within the County. The maximum payment authorized under this Agreement is $90,000, without the written authorization of the Public Works Director. (RE: Work Order 5269-926) (DFP) Item 19. VARIOUS SUBDIVISIONS - DETERMIUMON OF UTILITY EASEMENT RIGHTS It is recommended that the Board of Supervisors make a determination that the division and development of the properties described below in the manner set forth on the respective Parcel Maps will not un- reasonably interfere with the free and complete exercise of the public utility rights of way or easements. This determination is necessary to allow the filing of the respect- ive Parcel Maps without the signatures of the public utilities or entities involved. Subdivision HS 124-75 Owner: Marvin Hyman 2252 Granite Court Alamo, CA 94507 Location: Subdivision MS 124-75 is located for 175 feet an the south side of Saddle Road, 225 feet west of Castle Hill Ranch Road, in the Walnut Creek area. Subdivision MS 90-77 Owner: John W. Del Signore c/o PRD-LAND Development 1251 Springbrook Road Walnut Creek, CA 94596 Location: Subdivision uS 90-77 is located for 25 feet on the north side of Sycarore Street and for 244 feet on the west side o: the extension of Delacy avenue about. 250 feet east of Veale Avenue, in the Martinez area. (Continued on next page) A G E N D A 00M Public Works Department Page 10 o- 14 October 4, 1977 -- DIVIST_O\ 4017 - ACCEPT SUaDrLr?crp.; - Cla:'ton Area it is recc=Pnded that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4017 has been satisfactorilycompleted. 2. Accept as County Roads those streets which are shown and dedi- cated for public use on the asap of Subdivision 4017, filed October 7, 1976, in Book 190 of Maps, at page 19. Subdivider: The Rahlves Organization 1460 Washington Boulevard Concord, CA 94521 Location: Subdivision 4017 is located on Mountaire Parkway, south of Marsh Creek Road. (LD) Item 16. ROUNDHILL ROAD - SET ABANDONME-4T HEARING - Alamo Area Mr. Roy L. Towers has requested the abandonment of the drainage and temporary slope easements in Subdivision M.S. 11-77, adjacent to Roundhill Road. The original drainage facilities have been relocated in a new ease- ment. The property has been filled eliminating the need for the temporary slope easement. Neither easement serves a::- further use- ful purpose. It is recommended that the Board of Supervisors set a date for public hearing of the proposed abandonment. (10:45 a.m., November 15, 1977 is suggested) (LD) Item 17. LAi►*D USE PERMIT 2053-77 - APPROVE AGREEM.£NT - Danville Area It is recommended that the Board of Supervisors approve the Deferred improvement Agreement with Diablo Partnership (a California Limited Partnership), and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Land Use Permit 2053-77 as required by the Zoning Administrator. Oumers: Diablo Partnershin 1910 Olympic Blvd., Suite 333 Walnut Creek, CA 94596 Location: Land Use Permit 2053-77 is located on the south side of Diablo Road just west of Interstate 680. (RE: Assessor's Parcel No. 216-120-016) (LD) C - D A Public Works Department =ace 9 of 14 0M Cctober 4, 1977 Ite-n 12 continue: Traff'ic Resolution No. 2383 Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 25 miles per hour on that portion of IONIEQIDEO DRIVE (x5104) , San Ramon, be- ginning at the intersection of Alcosta Boulevard and ex- tending westerly to the intersection of San Ramon Valley Boulevard. (Traffic Resolution #2317 pertaining to the existing 35 mph. speed limit on Montevideo Drive is hereby rescinded) . (TO) Item 13. SAN RAMON VALLEY BOULEVARD - ACKNOWLEDGE COMPLETION OF IMPROVEMHPiTS - Danville Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements under Land Use Permit 475-72 has been satisfactorily completed. 2. Accept as a County Road, the widening of San Ramon Valley Boule- vard which has been conveyed by separate instrument recorded on January 21, 1974, in Volume 7138, of Official Records, on page 521. Develzper: Mrs. 3. C. Forsyth 1925 San Ramon Valley Boulevard San Ramon, CA 94583 Location: Land Use Permit 475-72 is located on the west side of San Ramon Valley Boulevard, south of Podva Road. (LD) Item 14. SUBDIVISION 4945 - APPROVE MAP AND AGENT - Alamo Area It is recommended that the Board of Supervisors approve the Final Map and Subdivision Agreement for Subdivision 4945. Owner: Vern S. Syan 2565 Stone Valley Road Danville, CA 94526 Location: Subdivision 4945 is located on the easterly end. of Casa Vallecita, south of Livorna Road. (LD) A G E N D A � Public Storks Department Pige 3 of 14 October 4, 1977 SUPERVi SCRIA✓ n_R1CT V S:-.N RA SON: CRE-'-::K - RELrSE .:..'CSS - _,. ::T _Dw' - Danville _ea !t is reccmmended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, approve the release of excess easement area superseded by Grant of Easement to the District from The Diablo Partnership, recorded September 7, 1977. It is further recommended that the Board Chairman be authorized to execute a Quitclaim Deed on behalf of the District to The Diablo Partnership, which will eliminate the superseded easement area. The release is to be made pursuant to Government Code Section 25526.5, and is considered a Class 12 Categorical Exemption (Disposal of Surplus Government Property) from Environmental Impact Report re- quirements. (RE: Work Order 8399-7520, L.U.P. 2053-77, Flood Control Zone 3B) (RP) !ten 11. S.Ln R M.Oh' VALLEY BOULEVARD - ACCEPT CONTRACT - San Ramon Area The work performed under the contract for installation of 74 linear feet of 15-inch diameter reinforced concrete pipe across San Ramon Valley Boulevard, approxi-^ tele one-half mile north of Crow Canyon Road, was completed by the contractor, Four=ate C=—,-ruction, Inc. , of San Ramon, on September 23, 1977, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $3,400. It is recommended that the Board of Supervisors accept the work as complete as of September 23, 1977. (RE: Project No. 5301C-4409-661-77) (C) _em 12_ r'_ONTEVT_D£O DRIVE AND BROADMOOR DRIVE - APPROVE. TRAFFIC REGULATION - San Ramon Area At the request of the San Ramon Valley Unified School District, and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2382 and 2383 be approved as follows: Traffic Resolution No. 2382 Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of MNTEVIDEO DRIVE (45104) and BROADAMOOR DRIVE (=5503) San Ramon, is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering or crossing said intersection. (Continued on next page) G E N D A_ ON19 Public Works Department 111)V Page r of 14 October 4, 1977 item S. SUBDIVISION MS 216-76 - �D?RO4- AGR S�IZNT - Walnut Creek Area It is recommended that the Board of Superiisors approve the Deferred. Improvement Agreement with Maurine D. Tekrony, et al, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision ILS 216- 76 as required by the Board of Adjustment. Owner: Maurine D. Tekrony 1300 Walden Road Walnut Creek, CA 94596 Location: A descriptive parcel fronting 120 feet on the northerly side of Walden Road, approximately 100 feet westerly of Westcliff Lane. (RE: Assessor's Parcel No. 172-120-024) (LD) SUPERVISORIAL DISTRICT IV Item 9. OAK ROAD EXTENSION - APPROVE AGREEMENT - Pleasant Hill Area It is recommended that the Board of Supervisors approve the Agree- ment dated September 9, 1977, with John and Elouise C. Sutter, and authorize the Board Chairman to sign the Agreemeat on behalf of the Countv. The Agreement provides for the County to pay the Sutter's $4,000 in settlement of an inverse condemnation action and their agreement to the dismissal of said action. Payment is to be made by Providence Washington Insurance Group, the County's insurer, at the time the action originated. (RE: Project No. 4052-4143-663-74) (RP) , Agenda continues on next page A G E N D A Public Works Department Page 6 of 14 ( ��. October 4, 1977 rte_. 5. - i:URC:ASE "'.)RDER - :ccceo Asea it is recommended that the Beard of Supervisors accrove tje ^'_an s and s+ecificat4ans an- auL^orize -he Public 1:s_f5 ..-=E:to :O for the issuance of a o rchase order in the arount of S2,530, to Zanotelli and Sons of Pincle, lowest of 3 bids received, for the installation of a 24-inch diameter reinforced concrete storm drain pipe across Parker Avenue in Rodeo. This pipe is a County obligation in conjunction with Land Use Permit No. 2179-75 frontage improve- ments. This project is considered exempt from Environmental Impact Report recuirements as a Class C Categorical Exemption under County Guide- lines. It is recommended that the Board of Supervisors concur in this finding. (RE: Project No. 0971-4422-661-78) (RD) SUPERVISORIAL DISTRICT III Item 6. SUBDIVISION IAS 179-76 - APPROVE AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve the Subdivi- sion Agreement for Subdivision F.S 179-76. Owner: Ralph A. Scott 1940 Camino Verde Walnut Creek, California Location: Subdivision MS 179-76 is located at the terminus of Glenhaven Court, south of Castle Sill Road. (LD) Clem 7. SUBDIVISION 4444 - ACCEPT SUBDIVISION - Walnut Creek Area It is recommended that the Board of Supervisors issue an Order stating that the construction of improvements in Subdivision 4444 has been satisfactorily completed. Subdivider: Charles P. Hamilton 1095 Mt. View Boulevard Walnut Creek, California Location: Subdivision 4444 is located on the south side of Mt. View Boulevard, between Hazelwood Drive and Amigo Lane. (LD) G E X D A Public Works Department - - October 4, 1977 Page 5 of 14 .W17 t SUPERVT_SOrZT:T, DISTRICT ZZ Item 2. CALIFORNIA STREET-H;;51THO?_X DRT_VM - TFA FIC _=GUTATIO: - R!:�c_o --a At the request of the John Swett Unified School District and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2380 and 2381 be approved as follows: Traffic Resolution No. 2380 Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of CALIFORNIA STREET (a1794A) and HAWTHORNE DRIVE (11794C) , Rodeo, is hereby declared to be a three--way stop intersection and all vehicles shall stop before entering or crossing said intersection. Traffic Resolution No. 2381 Pursuant to Section 21101(b) of the California Vehicle Code, CALIFORNIA STREET (#1794A) , Rodeo, is hereby declared to be a through highway beginning at the intersection of Viewpoints Boulevard and extending northwesterly to the intersection of San Pablo Avenue. (Traffic Resolutions Nos. 1143, 1144 and 1145 pertain- ing to the existing Yield signs on Sixth, Mahoney and Seventh Streets are hereby rescinded.) (TO) Item 3. SUBDi;=3_CN 102-76 - APPROVE AGREEMENT - Rodeo Area It is recommeaded that the Board of Supervisors approve the Subdi- vision Agreement for Subdivision MS 102-76. Owner: Louis Machado 310 Vaqueros Avenue Rodeo, CA 94572 Location: Subdivision MS 102-76 is located on the northwest corner of Vaqueros Avenue and Investment Street. (LD) Item 4. SUBDIVISION 4997 - APPROVE MAP AND AGREEMENT - El Sobrante Area It is recommended that the Board of Supervisors approve the Final Map and Subdivision Agree-eat for Subdivision 4997. Owner: Lemke Construction, Inc. 3.124 Caven Way Concord, CA 94520 Location: Subdivision 4997 is located on BrookeiMurt and Valley View ?toad. (LD) A G E X D A Public Works Department Page 4 of 14 mo1•J� October 4, 1977 Renort C continued: Tae portion of Blackhawk Road under discussion begins at the inter- section of Camino Tassaja=a and extends northerly a distance of 4,200 feet. The roadway varies between 13 feet and 20 feet in width and it is currently posted for 35 miles per hour. There are three houses on the west side and nine on the east side, fronting on Blackhawk Road, within the most northerly 2,500 feet of this 4,200-foot section. The Public Works Department has conducted an engineering and traffic survey, as required by the California Vehicle Code, and found that the existing 35 miles-per-hour speed limit would ordinarily be quite proper for this portion of Blackhawk Road. However, since a large number of construction trucks have changed the composition of traffic, .the Public Works Department believes that it can support a reduction in the speed limit from 35 miles per hour to 30 miles per hour. It is the opinion of the Department that a reduction of the speed limit to 25 miles per hour cannot be supported by the engineering study and that such a low speed limit would be unreal- istic and improper. It is recommended that the Board of Supervisors approve Traffic Resolution No. 2384 to reduce the speed limit to 30 miles per hour on this portion of Blackhawk Road. The Planning Department and Public Works Department concur with Mr. Schwaderer's position that the proposed realignment of a por- tion of Blackhawk Road be condit:cned concurrently with construc- tion of the first improvements for Phase III of the Blackhawk development. (TO) SUPERVISORIAL DISTRICTS I, III, V Item 1. 1977 BRIDGE PAINTING PROJECT - ACCEPT CONTRACT - Various Areas The Mork performed under the contract for blast cleaning and re- painting the structural steel on four bridges located on Garden Tract Road and Central Street, North Richmond area, Miner Road, Orinda area, and Sand Creek Road, Brentwood area, was completed by the contractor, A. & W. Painting Company of Concord, on September 23, 1977, in conformance with the approved plans, special provi- sions and standard specifications at a contract cost of approxi- mately $14,000. It is recommended that the Board of Supervisors accept the work as complete as of September 23, 1977. The work was completed within the allotted contract time limit. (Rr-: Project No. 4924-671-77) (C) A G E N D P_ Public Works Department Page 3 of 14 0015 October 4, 1977 Eeoort B continued: Based on the conditions of approval imposed on Subdivision 4943 on February 15, 1977, Woodhill Development Company conrributed $16,000 toward the eventual undergrounding of all utility facilities along San Ramon Valley Boulevard. The Final Map of t'ie subdivision was recorded on May 19, 1977. Subdivision 4952, Twin Creeks South (Subdivider: Carl Dame) was approved by the Planning Commission on December 21, 1976. Condi- tion No. 5 for Subdivision 4943 required that "All utility trans- mission, distribution and service facilities shall be installed underground, including those along San Ramon Valley Boulevard, Norris Canyon Road and Bollinger Canyon Road, on the development side of the road. This is subject to further review by the serving utility company, developer and Director of Planning as it relates to the utility lines along these routes. This matter may be brought back to the Planning Commission if necessary for further review." Negotiations among the Subdivider, the Planning Department and the Public Works Department to determine the Subdivider's obligation were underway when, at the Subdivider's request, the Planning Depart- ment brought the above condition back to the Planning Commission for review and recommended that the undergrounding requirement along San Ramon Valley Boulevard, Norris Canyon Road and Bollinger Canyon Road be deleted. The Planning Commission, with a vote of 5:0 (2 absent) , approved the recommendation. Based on that decision, it appears that the undergr-- nding of util- ities along San Ramon Valley Boulevard will not take place in the foreseeable future despite the fact that it has been designated a scenic highway. Woodhill Development Company should not be subject to requirements in excess of those imposed on other developers under similar conditions. It is recommended that the Board of Supervisors authorize the Audi- tor-Controller to refund the $16,000 contribution to Woodhill Development Company. (LD) Report C. BI,AOMAWR ROAD - APPROVE TRAFFIC RBGULMION - Danville Area The Board of Supervisors, through its Order dated September 20, 1977, referred to the Public Works Director and Director of Plann- ing for a recommendation, a letter from Mr. Owen C. Schwaderer, President, Blackhawk Corporation. In his letter, Mr. Schwaderer requested a reduction in the speed licit from 35 miles per hour to 25 miles per hour on a portion of Blackhawk Road; and that the pro- posed realignment of Blackhawk Road be conditioned concurrent with the construction of the first improvements for Prase III of the Blackhawk development. (continued on next page) A G E N D A Public Works Department Page 2 of 14 October 4, 1977 t]1 CONTRA COSTA COM;TY PUBLIC hOFSS Ds?A_ir-E hT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for October 4, 1977 REPORTS Report A. GREEN VALLEY CREEK-EAST BRANCH BASIN - AUTHORIZE IJkND ACQUISITION - Diablo Area The Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation Dis- trict', through its Order of September 6, 1977, directed the Public Works Director to report back to the Board on three matters rela- tive to the future implementation of the Flood Control Zone 33 Adopted Project authorized under and within the scope of Plan Amendment No. 3. A report dated September 29, 1977, has been transmitted to the Board under separate cover. This report discusses the Green Valley Creek-East Branch Basin, Item No. 1 of said Board Order. All of- the =the proposed basin layouts presented in the repot require the acquisition of 85 percent or more of the Diablo Investment Company parcel. It is recommended that the Board authorize the Public Works Direc- tor to proceed with the acquisition of the Diablo Investment Company property. A specific basin layout, in addition to Public Works recommendations on the other two matters, will be presented to the Board in about a month. The Environmental Impact Report and the General Plan conformance requirements for acquisition of this pro- perty have been met. (RE: York Order 8544-:520, Flood Control Zone No. 3B) (FCP) Report B. SUBDIVISION 4943,- kOODRILL-DEVELOPMENT COMPANY -' REFUND OF DEPOSIT FOR UNDFRGROUNDING OF UTILITIES By its Order of August 23, 1977, the Board of Supervisors referred an August .12,. 1977 letter from Mr.. Robert Carrau, President, Wood- hill Development Company, requesting the refund of the $16,000 fee paid for the future undergrounding, of utilities in connection with Subdivision 4943, in the San Ramon area. (continued on next page) r G E N D A Public Works Department Page 1 of 14 October 4, 1977 ON13 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 7. IX. OTHER ACTIONS - continued 23. Acknowledge receipt and consider adoption of the final Delegation of Authority and Organizations Policy guidelines for the County Economic Opportunity Program, as recommended by the Economic Opportunity Council. 24- Consider request of the Human Services Advisory Commission that the $10 per meeting stipend for Commission members, approved by the Board on May 10, 1977, apply to subcommittee meetings as well as full Commission meetings, as long as claims do not exceed $50 per month. t 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 ON12- To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 6. IX. OTHER ACTIONS 14- Authorize increase from existing $25 to $50 for the revolving fund of the Building and Grounds Division of the Public Works Department. 15- Authorize reimbursement of $29.82 to Mr. John L. Kirby, 1908 Camino verde, Walnut Creek, CA for personal property damaged in the line of duty. 16. Authorize reimbursement of $35.09 to Ms. Viva York, 1970 Muir Road, Martinez for personal property lost while a patient at the County Hospital. 17. Adopt resolution concurring with recommendation of Weimar Executive Committee for expenditure of $5,165 from funds held in Placer County Trust Fund 32060 for matters related to the final disposition of the Weimar property, and directing the Clerk of the Board to take required administrative actions. 18. Authorize Chaff—=r, Board of Supervisors, to execute various Szace licensing forms for submission to the State Department of Health for the continued operation of the Discovery Motivational House Drug Rehabilitation Project, as recom- mended by the Director, Human Resources Agency. 19. Authorize the County Welfare Director to execute the fiscal year 1977-1978 "Certificate of Compliance with Child Care Maintenance of Effort Requirements" for submission to the State Department of Education, and authorize the County Auditor-Controller to pay $56,181 (in county funds) to the State Department of Education in exchange for annual State funding of child care services in the County. 20- Adopt resolution providing book/training allowance for deputy county counsel classifications, and relationship adjustment for one additional management classification. 21. Amend Board Order of August 30, 1977, concerning the transfer of mental health Cc=unity Care Services from State to County, to change payment provisions for emergency residential care placement, and to authorize the Director, Human Resources Agency, or his designee, to contract with certain specified residential care facility operators. 22- Authorize the County Auditor-Controller to provide the local cash match of $3,402 for the Consolidation and Coordination of Contra Costa County Police Services Project_ own To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 5. VI. CONTRACTS AND GRANTS 10. Approve and authorize Chairman, Hoard of Supervisors, to execute agreements between County and agencies as follows: Agency se Amount Period (a) City of Area Agency on .Aging No 7-31-77 to Lafayette Program, contract increase 9-15-77 extension for hot meal service for elderly persons (b) Camille Social Service staff $245 10-5-77 Le Grand development training (one day only) (c) State Extend WIN position $2,557 10-1-77 to Employment in District Attorney's 12-30-77 Development office Department (d) State Employment/}_ai..ing of $5,541* 10-5-77 to M=101-Ment 1v-1--'/PSE Typist Clerk 4-15-78 Development position (1) in Department District Attorney's office *(reimbursed to county) 11. Authorize Director, Human Resources Agency, or his designee, to negotiate contracts and contract amendments with certain service providers under specified terms and conditions for subsequent consideration and approval by the Board. 12. Authorize Director, Human Resources Agency, to execute CETA Title I contracts with various service providers for start up and initial operation of 1977-1978 programs during the period October 1, 1977 through October 31, 1977 in order to comply with Prime Sponsor Agreement with the U. S. Department of Labor. VII. LEGISLATION None. VIII.REAL ESTATE ACTIONS 13. Authorize Chairman, Board of Supervisors, to execute renewal lease between County and John D. King et ux for premises at 6503 Hazel Avenue, Richmond for continued use by the Probation Department Girls' GUIDE Program. To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 4. III. APPROPRIATION ADJUSTMENTS - continued 6. County Medical Services. Appropriate $600 grant from the University of California for equipment to be used for educational purposes in the Family Nurse Practitioner program. 7. Internal Adjustments. Changes not affecting totals for zollowing budget units: Moraga Fire Protection District, Superior Court, County Medical Services, Sheriff-Coroner , (Rehabilitation Center) . IV. DIENS AND COLLECTIONS 8. ,•thorize Chairman, Board of Supervisors, to execute SaZ-s=a=tion of '—;a= and/or Judgement taken to guarantee repayment of the cost of services rendered by the County to Pearl Gamblin and Daniel Hernandez, who have made repayment in full. V. BOARD AND CARE PLACEMENTS/RATES 9. Amend Board Resolution No. 77/560, establishing rates to be paid to child care institutions for fiscal year 1977-78, to increase rates of the following institutions as recommended by the Bay Area Placement Committee and the Director, Human Resources Agency: Private Institutions From To Eff. Date Ceau Foundation/Running Springs $955 $1,048 7-1-77 Unfinished Symphony Ranch/Agoura 909 1,010 7-1-77 Specialized Family Group Home High Sierra South Lake Tahoe 600 644 7-1-77 Day Treatment Facilities Actualizing Relationships/ 472 500 10-1-77 Pleasant Hill LaCheim School/Berkeley 475 500 10-1-77 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 3. I. PERSONNEL ACTION'S - continued 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Treasurer- 0015 3 P. I. Clerk 1 P. I. Senior Clerk Tax #801 Collector 1 P. I. Intermittent Typist Clerk, #801 II. TRAVEL AUTHORIZATIONS 3. Name and Destination Department and Date Meeting (a) Manuel Ramos Fresno, CA Mexican American Juvenile Justice 10-26-77 to 10-29-77 Correctional Asso- commission ciation Training Conference (b) Cora 3-.:=h San F-ancisco, CA Aging and Blindness Area Agency 9-26-77 Workshop on Aging Hazel Shirley Same Same Area Agency on Aging (c) Linda R. Lilly Reno. NV National Institute Health Dept. 10-3-77 to 10-4-77 of Dental Research (d) Irene O'Donnel Walnut Creek, CA Interagency Training Social Service 9-15-77 to 10-20-77 Sessions Volunteer III. APPROPRIATION ADJUSTrLNTS 4. Public Works. Appropriate $2,964,865 Federal Public Works Employment Act grant for approved County Round II projects. S. Mora a Fire Protection District. Appropriate $100,000 Federal Public works Eap oymsent Act grant for constructtion of the District's administration Building To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 2. I. PERSONNEL ACTIONS - continued 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Civil 035 Eligibility -- Service Worker Trainee- Project (class only) District 242 1 Clerk 1 Intermediate Typist Attorney Clerk, #09 5 Typist Clerk -- Trainee-Project Health 450 1 Clerk 1 Typist Clerk, #02 Medical 540 -- 1 Cytology Technologist Services #01 1 Utility Worker, #12 1 Custodian II, 102 1 Special Qualifications Worker, '01 1 Lead Food Services Worker, #04 1 Account Clerk II, #01 1 Intermediate Typist Clerk, #46 -540 2 Physical -- Therapist 540 3 Occupational -- Therapist 540 2 Therapist Aide -- 540 2 Occupational 2 Physical Therapist Therapist =07, 4108 540 1 Rec_ea an 1 Physical Therapist, 05 Therapist 540 1 Typist Clerk 1 Supervising . Therapist, 405 6ow• OFFICE OF COUNTY ADMI:VISTRNTOR CONTRA COSTA COUNITY Administration Building Martinez, California To: Hoard of Supervisors Subj-�ct: Recommended Actions October 4, 1977 From: Arthur G. Will County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: Cost Department Center From To Agriculture 335 Weed and Agricultural Biologist I Vertebrate Pest Control Inspector #3 Assessor 1600 Assistant Associate Appraiser Appraiser #17, #21 Associate Supervising Appraiser Appraiser #01, #04 �1s�essr+�gNtSrrtvict5 016 Intermediate Clerk Typist Clerk #08, .02 .Auditor 1033 Comptometer Account Clerk II Controller Operator, #01 Civil 581 Administrative Administrative Service 582 Analyst-Project Analyst-CETA (CETA) #581-01, 02, 03 #582-01 through 08 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Auditor- 235 1 Law and -- Controller Justice Systems Director-Project Auditor- 0147 1 Senior Clerk 1 Data Processing Controller Equipment Operator I (Data #03 Processing) Board of Supervisors' Calendar, continued October 4, 1977 N =INGS OF BOARD COMMITTEES Finance (Supervisors R. I. Schroder and J. P. Kenny) 1st and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. Internal Operations (Supervisors E. H. Hasseltine and N. C. Fanden) Room 108, Wednesday, October 5, 1977 at 3:00 p.m. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . NOTICE OF OF A1C T_Y."TER~:ST (For additional irf'o=�tioa please phone the number indj cated) Sn- Francisco Bay Ccrser-atio a : Development Co^._ :ssio= lst and 3rd Tbu-sda;s of t2:2 =O=th - ph ze 557-3666 Assoc—dation of, Bay Ale-- Gove=ents 3rd Thu sdzy of taw ycnth - prone 841-970130 Fast Bay Regia-al Park Ilis=_ict Is'. and 3rd Teesda s of -the =o th - phone 531-93Q0 'Bag Asea Air Poll t_c= Control I1_st=_ct Is!, 3rd and 4th Wednesdays of the =on w^ - phone 771-eCoo :ietwc201-4-4— _ _ 4ty Wednesday c= ^c_ the =oath - : : 849-3223 Contra Costa Cc=—.y Vate= district 1st and 3rd Weda- esdays of '�',me Beath; shy sassioa3-a2 other Wednesdays - ,phone 582-5950 ifi Board of Supervisors' Calendar, continued October 4, 1977 14. LETTER from President, Opportunities Industrialization Center of Contra Costa County, Pittsburg, advising of said organization's intent to apply for a $20,000 planning grant and requesting information and application forms for that purpose. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 15. MEMORANDUM from Director, Human Resources Agency, setting forth recommendations for a long-range solution to contract payment problems related to mental health contracts and on-going county- funded contracts, and recommending that he be authorized to implement revised procedures to correct the problems insofar as possible. ACKNOWLEDGE RECEIPT AND REFER TO FINANCE COMMITTEE AND COUNTY ADMINISTRATOR 16. MEMORANDUM from Director, Human Resources Agency, transmitting recom- mendations of the Contra Costa County Advisory Council on Aging With respect to Council membership appointments. REFER TO INTERNAL OPERATIONS COMMITTEE FOR REVIEW 17. LETTER from the Executive Directors of the National Association of Counties and the National Sheriffs' Association inviting the County to apply for participation in a new management training program (The County and Corrections) designed to assist counties in more effectively addressing local criminal ,justice problems. REFER TO INTERNAL OPERATIONS COMMITTEE AND COUNTY ADMINISTRATOR 18. COPY of "Preliminary Operating Plans for 1978, Central Valley Project" received from United States Department of the Interior, Bureau of Reclamation. REFER TO PUBLIC WORKS DIRECTOR 19. LETTER from U.S. Army Corps of Engineers transmitting copy of Final Environmental Statement on permit application of Richmond Sanitary Service for existing levees and fill and proposed fill in San Pablo Bay at Richmond and soliciting comments thereon. REFER TO PUBLIC WORKS DIRECTOR Items INFORMATION (Copies of communications listed as information items have been furnished to all interested parties.) 20. MEMORANDUM from Director, Human Resources Agency, advising that the County's first-year grant application for Early Periodic Screening, Diagnosis and Treatment Program, Part _Ill (teenage service clinic) has been approved by the ,Department of Health, Education and Welfare and that the applicable contract will be submitted for Board approval after processing by the federal and state governments. 21. LETTER from State Department of Health advising that Contra Costa County's fiscal year 1977-1978 plan and budget for an Early and Periodic Screening, Diagnosis, and Treatment Unit has been approved. 22. REPORT entitled "The Continuing California Drought, August 1977" received from the Director, State Department of Water Resources. 23. MEMORANDUM from State Department of Parks and Recreation transmitting copies of the Bicycling and the Hiking and Equestrian Elements of the California Recreational Trails Plan, and inviting participation at public hearings on same. Persons addressin the Boa--d should co lete the form provided on the rostrum and furnish the Clerk xith a written copy of their presentation. DEADLING FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. Board of Supervisors' Calendar, continued October 4, 1977 ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 9 : „ONSENT 1. APPROVE minutes of proceedings for- the month of September, 1977. 2. DECLARE certain ordinances duly published. 3. AUTHORIZE changes in the assessment roll and cancellation of certain tax liens. 4. ACKNOWLEDGE receipt of the official canvass of votes cast in the Mayi—, Tay Rate Election for County Service Area M-23, San Ramon area. 5. ACCEPT as complete construction of private improvements in Minor Subdivision 71-73, Lafayette area, and exonerate bond. 6. INTRODUCE the following ordinances, waive reading and fix October 11, 1977 for adoption: a. Amending the Ordinance Code to require encroachment permit Liability insurance; and b. Rezoning land in the Martinez/Vine Hill area (application of Ray S. Taylor, 2124-RZ). 7. ADOPT the following rezoning ordinances (introduced September 27, 1977): No. 77-78 Isakson a Associates, 2095-RZ, Alamo area; and No. 77-79 Robert J. Costa & Associates, Inc., 2143-RZ, Danville area. 8. FITC November 1, 1977 at 11:00 a.m. for hearing on Planning Commission recommendation with respect to application of Elbaco, Inc. (2157-RZ) to rezone land in the Alamo area. 9. DENY the claim of William G. Scruggs; the amended claim of Shirley Mulder; and the application to present late claim of Maria and Ernesto Martinez. Items 10 - 19: DETERMINATION (Staff recommendation shown following the item.) 10. LETTER from Department of Health, Education, and Welfare, San Francisco Regional Office, inviting comments and suggestions on the development of a comprehensive mandatory program of National Health Insurance. CONSIDER WHETHER OFFICIAL COUNTY PRESENTATION SHOULD BE MADE 11. MEMORANDUM from Director, Human Resources Agency, recommending that nominees (4) of certain designated agencies having representa- tion on the Manpower Advisory Council be appointed to said Council. APPROVE RECOMMENDATION 12. MEMORANDUM from Director of Building Inspection recommending refund of a portion of cash deposit guaranteeing construction of private improvements in Minor Subdivision 13-76, Walnut Creek area. APPROVE RECOMMENDATION 13. REPORT from Director of Planning, in response to Board referral of a request that park dedication funds collected in the Moraga area be transferred to the Town of Moraga, recommending that the Planning Department be authorized to develop an appropriate agreement for transfer of the funds after administrative aspects have been resolved. APPROVE RECOMMENDATION +KE:+Nr.w.c.. 013 CALENDAR FOR")-+E BOARD OF SUPERVISORS WARREN u.BCGGESS ROBERT i SChICONTRA COSTA COUNTY `T 1'Z'.` .0�C FAIIDEN.MAwrwG ROOER t4O OAST RiC- ',ICE CMA.RMAN .ROBERT i SCHRODER.LArA.[TT[ A D roB JAMES R OLSSON.C7uNTv C-E— ' 3RD DISTRICT ANO VL OP/IGO CLZ—OI--C BOARD AEQ WARREN N BOGGESS-CONCORD SAL DISTRICTS GOVERNED BY THE BOARD MRS GERALDINE RUSSELL STr.DISTRICT BOARD CRMM70q,ROOM LOT ADIR/wRTRATION CHIEF CLERK ERIC M kASSELTINE P—SOUND .Q BDA BI I PRONE 1&151 372.2371 5T..0,5—CT YAWMEZ CALIFORNIA 94553 - TUESDAY OCTOBER 4, 1977 9:00 A.M. Call to order and opening ceremonies. Presentation of Certificates of Appreciation to County Departments for National Association of Counties 1976-1977 Achievement Awards. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Hoard members. Consider recommendations of Board Committees including Finance Committee (Supervisors R. Z. Schroder and J. P. Kenny) on proposed funding application for coordinating hypertension control activities within the County. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required or recess. 10:30 A.M. Presentation by Mr. C. L. Van Marter, Director, Human Resources Agency, on the Homemaker/Chore Program. 11:00 A.M. As Ex Officio the Governing Board of the Riverview Fire Protection District, receive bids for provision of weed abatement services within District boundaries. 11:00 A.M. Hearing on proposed amendment to the County Ordinance Code pertaining to regulating parking in Single Family Residential Districts. Hearings on Planning Commission recommendations with respect to the following rezoning applications: 11:05 A.M. Thomas and Yvonne Dailey, 2102-RZ, Danville area; and 11:10 A.M. George Damico, 2131-RZ, Crockett area. If the aforesaid applications are approved as recommended, introduce ordinances, waive reading, and fix October 11, 1977 for adoption. 11:15 A.M. hearing to consider adoption, by reference, of the Uniform Fire Code, 1976 Edition and the 1977 Supplement thereto, for Contra Costa County and the 13 County Fire Protection Districts. 11:30 A.M. Status report on the Contra Costa Costa County Detention Facility Project. 2:00 P.M. Presentation by Director of Planning of Preliminary Draft Plan Report of the County's Surface Runoff Management Plan. 2:00 P.M. Consider recommendations of the 1976-1977 Contra Costa County Grand Jury and suggested comments- thereon, 4 , 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, OCTOBER 4, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING. MARTINEZ. CALIFORNIA. PRESENT: Chairman W. N. Boggess, presiding; Supervisors N. C. Fanden, R. I. Schroder, E. B. Uasseltine. ABSENT; J. P_ Kenny. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars prepared for Board consideration by the Clerk, County Administrator and Public Works Director. i�