Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 10041977 - R 77L IN 2B
i ociroarAl 1977 u _ . ..Al . 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. i, 4 PRESENT: Chairman W. N. Boggess, presiding; Supervisors N. C. Fanden, R. I. Schroder, E. H. Hasseltine. 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. r L f. j I 11� =�vm z,.- sv g t P.KE.JNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.BOGGESS DISTRICT CONTRA COSTA COUNTY CHAIRMAN . .CYC.FAHDEN.MARTINEZ ROBERT I.SCHROOER 2ND DISTRICT VICE CHAIRMAN ROBERT I.SCHRODER.LAFAYETTE AND FOR JAMES R.OLSSON.COUNTY CLERK 3RD DISTRICT AND EX OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BCARD MRS.GERALOINE RUSSELL 4TH DISTRICT BOARD CHAMBERS.ROOM 107.ADMINISTRATION BUILDING CHIEF CLERK ERIC H.HASSELTINE.PITTSBURG P.O.Box 91f PHONE(4 15)372-2371 5TH DISTRICT MARTINEZ 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 Board members. Consider recommendations of Board Committees including Finance Committee (Supervisors R. I . 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 commerits' thereon, VM t Board of Supervisors ' Calendar, continued October 4, 1977 ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 9 CONSENT _ 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 Maximum Tax 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 & Associates, 2095-RZ, -Alamo area; and . . No. 77-79 Robert J. Costa & Associates, Inc. , 2143-RZ, Danville area. 8. FIX 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 : DETEP14INATION (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 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 20 - 23: 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 III (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 addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLING FOR AGENDA ITEMS : WEDNESDAY, 5 P .M. i Board of Supervisors' Calendar, continued October 4, 1977 MEETINGS OF BOARD COMMITTEES Finance (Supervisors R. I. Schroder and J . P . Kenny) 1st and 3rd Mondays of each month, 9:00 a.m., Room 1083 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 1C-BTIz,GS OF PUBLIC I ITER QST (For, adational iue mati on please phone the nut-c.r indicated) S.= Francisco Bay Ccaser-rati on and De-Teloomert Co--. issi,on Ist. and 3rd Thursdays of the =oath - shore 557--36So Association of Bay Area Govern--rlLs 3rd Thursday of ane san6n - mane 843-9730 Bast Bay Re-- i a al P2r1k Dist=- c t 1st and 3rd Tuesdays of the month. - phone 531=9300 Bag- Area Air .Poli n= -o=� Cont-o= D?s 6--i --to 1st, 3rd and 41,h Wednesda!rs of the moat^ - phor_e 771-6000 iietrcrolit=..� Tra s�o=taticn Ce--�; ss_a-n 4th 11.-dnesday of the =oath -- Ph=-a 849-3223 Contra Costa Co^.qty Nater District is t and 3rd Wedmesdays of the month; st-add sessions '2 , `ot"ae Wednesdays - phone 682-5950 _ OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: 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 43 Assessor 1600 Assistant Associate Appraiser Appraiser 417 , 421 Associate Supervising Appraiser Appraiser 401, #04 p55es5rgetjt SeRVi C GS 016 Intermediate Clerk Typist Clerk 408, 402 Auditor 1033 Comptometer Account Clerk II. Controller Operator, 401 Civil 581. Administrative Administrative Service 582 Analyst-Project Analyst-CETA (CETA) 4581-01, 02 , 03 4582-01 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 403 Processing) Awa To: Board of Super-visors 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 , 109 5 Typist Clerk -- Trainee-Project Health 450 1 Clerk 1 Typist Clerk, 1102 Medical 540 -- 1 Cytology Technologist Services 1101 "1' Utility Worker, 1112 1 Custodian II, 1102 1 Special Qualifications Worker, TOl 1 Lead Food Services Worker, 104 "1 Account Clerk II, 101 l Intermediate Typist Clerk, 146 540 2 Physical -- Therapist 540 3 Occupational -- Therapist 540 2 Therapist Aide -- 540 2 Occupational 2 Physical Therapist Therapist07, 1108 540 1 Recrea-ion 1 Physical Therapist, 405 Theraaist 540 1 Typist Clerk 1 Supervising _ Therapi'st, . =05 ow, All To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 3. I. PERSONNEL ACTIONS - 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 . l 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) Cc--. a iu_ch San Francisco, CA Aging and Blindness Asea 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 ADJUSTMENTS 4 . Public Works. Appropriate $2, 964,865 Federal Public Works Employment Act grant for approved County Round II projects. 5. Moraga Fire Protection District. Appropriate $100,000 Federal Public Works Employment Act grant for construct-tion of the District' s Administration Building 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 following budget units: Moraga Fire Protection District, - Superior Court, County Medical Services, Sheriff-Coroner (Rehabilitation Center) . IV. LIENS AND COLLECTIONS 8 . Authorize Chairman, Board of Supervisors, to execute Sa__sfaction of 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 . Cedu Foundation Running Springs $955 $1,098 7-1-77 Unfinished Symphony Ranch/Agoura 909 11010 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 i J To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-4-77 Page: 5. VI. CONTRACTS AND GRANTS 10. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and .agencies as follows: Agency Purpose 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/training of $5,541* 10-5-77 to Employment :vT i/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, '977 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 Joan D. King et ux for premises at 6503 Hazel Avenue, Richmond for continued use by the Probation Department Girls ' GUIDE Program. MOO � . � 9 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 formatters related to the final disposition of the Weimar property, and directing the Clerk of the Board to take required administrative actions . 18 . Authorize Chai=a , Board of Supervisors, to execute various Sate 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 Community 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. won To: Board of Supervisors From: County Administrator Res 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. 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 CON'T'RA COSTA COU?vTY PUBLIC WORKS DEPARTI,ENT 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 LAND 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- - -- tricti- 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 3B 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 proposed basin layouts presented in the report 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: Work Order 8544-2520, Flood Control Zone No. 3B) (FCP) Report B. SUBDIVISION 4943; WOODHILL- DEVELOPMENT COMPANY -- REFUND OF -DEPOSIT FOR UNDERGROUNDING 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) A GE N D A Public Works Department Page 1 of 14 October 4 , 1977 ON13 ' u ffi n.A Reoor:t B continued: Based on the conditions of approval imposed on Subdivision 4943 on February 15, 1977, Woodhill Development Company contributed $16,000 toward the eventual undergrour_ding of all utility facilities along San Ramon Valley Boulevard. The Final Map of the 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 "rill 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 vale of 5 :0 (2 absent) , approved the recommendation. Based on that decision, it appears' that the undersrcunding 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. BLACKHAWK ROAD - APPROVE TRAFFIC REGtiLATION - 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 limit 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 0001" .Report C continued: The portion of Blackhawk Road under discussion begins at the inter- section of Ca_*nino Tassajara and extends northerly a distance of- 4 , 200 f4 , 200 feet. The roadway varies between 18 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 Blackhai,rk 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 ur_real- 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 he conditioned 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 work performed under the contract for blast cleaning and re- painting the- structural steel on four bridges located on Garde�� 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. (RF: Project No. 4924-671-77) (C) A G E N D A Public Works Department Page 5 of 14 (yN15 October 4 , 1977 SUPERVISORIAL DISTRICT II Item 2. CALIFORNIA STREET-:L'kWTHORNE DRIVE TR? 'FIC REGULATION' - Rodeo -A ea 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 (n1794A) and HAWTHORNE DRIVE (41794C) , 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, CZ"LIFORNIA STREET (1#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. (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. SUBDTy=1=0N M3 102-76 - APPROVE AGK2EMENT - Rodeo Area It is recommended 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 Agreement for Subdivision 4997 . Owner: Lemke Construction, Inc. 1124 Caven Way Concord, CA 94520 Location: Subdivision 4997 is located on Brooket,% burt and Vallev View Road. (LD) A G E N D A- Public Works Department -Page 4 of 14 October 4, 1977 000116) !ter, 5. PARKER AVENUE - LOPROVE PURCHASE ORDER - Rodeo Area It is recommended that the Board of Supervisors approve the plans and specifications and authorize the Public Works Directcr, to arrange for the issuance of a purchase order in the amount of $2,530, to Zanotelli and Sons of Pinole, lowest of "3 bids received, for the installation of a 24-inch diameter reinforced concrete storm drain pipe across Parker :venue 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 requirements 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 MIS 179-76 - APPROVE AGREEMENT - Walnut Creek Area Tt is recommended that the Board of Supervisors approve the Subdivi- sion Agreement for Subdivision MS 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 Hill Road. (LD) Item 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) A G E N D A Public Works Department Page 5 of 14 October 4, 1977 W017 s stem 8 . SUBDIVISION MS .216-76 - APPROVE AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Maurine D. Tekrony, et a1, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 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 . OAR 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 Agreement 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 14lj October 4 , 1977 SUPERVISORIAL DISTRICT V Item 10. SAN RAMON CREEK - RELEASE EXCESS EASEMENT REA - Danville Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Tater 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) Item 11. SAN 1020N 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, approximately one-half mile north of Crow Canyon Road, was completed by the contractor, Mountain Cors 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) item 12. MONTEVIDEO 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 MONTEVIDEO DRIVE (#5104) and BROADMOOR 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 Public Works Department Page 7 of 14 aool9 October 4 , 1977 MM IN mo Item 12 continued: Traffic 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 MONTEVIDEO DRIVE (_#5104) , 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 IMPROVEMENTS - 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. Deve_crer: tit_s. J. 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 AGREEMENT - Alamo Area I, 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) . t A G E N D A ON20 Public Works Department Page 8 of 14 October 4 , 1977 Item 15• SUBDIVISION 4017 - ACCEPT SUBDIVISIO?. - Clanton Area it is recoml-nended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4017 has been satisfactorily Completed. 2. Accept as County Roads those streets which are shown and dedi- cated for public use on the map of Subdivision 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) I ten 16 . ROUNDHILL ROAD - SET 113ANDON ENT 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 ease-ment serves any further -use- ful purpose: It is recommended that the Board of Supervisors set a date for public hearing of the proposed abandonment. i (10:45 a.m. , November 15, 1977 is suggested) (LD) Item 17 , LAND USE PERMIT 2053-77 - APPROVE AGREEMEENT - 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. Owners: Diablo Partnership 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) A G E N D A Public Works Department Page 9 of 14 ���� October 4r 1977 01 GENE RikL - Item 18 . DETENTION FACILITY - APPROVE AGREEMENT - Martinez 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 - DETERMINATION 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 MS 124-75 Owner: Marvin Hyman 2252 Granite Court Alamo, CA 94507 Location: Subdivision MS 124-75 is located for 175 feet on 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 PRO-LAND Development 1251 Springbrook Road Walnut Creek, CA 94596 Location: Subdivision �iS 90-77 is located for 25 feet on the north side of Sycamore 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 nest page) A G E N D A Public Works Department Page 10 of 14 �v October 4 , 1977 a tem 19 Cortirued : Subdivision SIS 277-76 Owner: Albert Hann 432 La Gonda Wav Danville, CP_ 94526 Location: Subdivision MS 277-76 is located for 85 feet on the east side of La Gonda Way, 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. Accept the following instruments: No. Instrument Date Grantor Reference 1. Consent to Common 8-8-77 Pacific Gas & 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 Abutters' riches partnership B. Accept the following instruments for recording only: 1. • Offer of Dedication 8-16-77 William E. Bell Sub MS 10-77 for Roacrway 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. Of.-er of Dedication 9-6-77 4 R Ranch, SUB MS 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 Vl1V� .Item 21. BUCHANAN FIELD - AUTHORIZE LEGAL ACTION it has come to the attention of the Public Works Department that Mr. Ron Garlick, 112 Sussex Street, Concord, California, has been operat- 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 inu-ne- 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. (MLK) Item 22. SHERIFF' S REHABILITATION CENTER - __rt0'v- AGst-='_�_tiT - 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 Inspection_ Services Contracts with Mr. Robert G. Soto. These Contracts are for contract documents review and construction inspection for the following Economic Devel- opment Administration Public Works Act projects-: (Continued on next page) A G E N D A 00021 Public Works Department Page 12 of 14 October 4 , 1977 Iten' 23 continued: 1. Civic Center Improvements, Martinez (4405-4267) 2. New Public Works Building 255 Glacier Drive, Martinez (4405-4062) 3. Kitchen/Dining Nall 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 aaTount 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 Water Quality Report is submitted for the Board of Supervisors ' information and public distributi.o_:. No action required. (Continued on next A_ GEN D A Public Works Department Pege 13 of 14 + October 4 , 1977 Wl�1�r'J i r Item 25 continued: C. Report on public hearing on the practices and policies, of. the ;U S Bureau of Reclamation. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at tine meeting s-__,ect 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 October 4, 19.77 06025) c i..Ya.A.�AL uy Chief Engineer of the Contra Costa County hater Agency October 3, 1977 CALENDAR OF WATER MEETINGS TIbE ATTENDANCE DATE DAY SPONSOR PLACE REMARKS Recommended Authorizatio Oct 5 Wed. Association of . 9:30 a.m. Conference on Matsumoto Calif. Water Pacifica Hotel Water 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 W. Hedges Fresno 'Oct 11 Tues. Department 7:00 n.m. Public Hearing-- Staff of Water Board 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 Porte 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 455 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 "N" Street Criteria for the State Sacramento Water Project--Dec. 1, 1977 to Dec. 31, 1978 0M i 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} V V 0. In the Board of Supervisors Of Contra Costa County, State of California October 4 . 19 In the Matter 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 certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this4th day of October 19 77 J. R. OLSSON, Clerk Deputy Clerk Jamie L. Johnson, ON29 H-24 3/76 15m r t In the Board of Supervisors of Contra Costa County,, State of California October 4 , 19. : 77 In the Motter of Ordinance(s) Introduced. The following ordinance(s) which amend(s) the Ordinance Code of Contra Costa County as indicated having been introduced, the Board by unanimous vote of the members present waives -full reading thereof and fixes October 11, 1977 as the time for adoption of- same: Adds Section 1002-6.016 stating that the Public Works Director may require proof of adequate -liability insuranc- from applicants for encroachment permits. "PASSED by the Board on October 4. 1977 hereby certify that the foregoing is a true and correct copy.of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of. Supervisors affixed this 4th day of October 79 77 J. R_ OLSSON, Clerk BYE r Deputy Clerk H 24 12i74 : �snn Sandra L. Niels-on BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zoning Ordinances I:itroduced Date: October 4. 1„271 The Board having"held hearing on the Planning Corr-mmission' s recotrnendation( s) on the following rezoning application,( s) , and directed preparation of the following ordinance(s) to effect same; This (these) ordinance( s) was (were) introduced today, the Board by unanimous vote waiving the full reading thereof and setting October 11. 1977 for Board consideration of passing sa-Ie: ' Ordinance Application Number Applicant Number Area 77-80 Ray S. Taylor 2124 RZ Martinez PASSED o. October 42 1977 by the foZiowir_� AYES: N.C. Fanden, R.I. Schroder, E.H. Hasseltine, W.N. Boggess NOES: None ABSENT: J.P. Kenny HE- EBY CERTIFY that the foregoing is a true and correct record and copy of action duly ta'ken by this Board .on the above date_ A`tl'EST: J. R. OLSS,3117 County Clerk and ex officio Clerk of the Board: on . October d,-147? a �� Bi . Deputy ' Sandra L. Niels n BOARD OF SUPERVISORS OF COBRA COSTA COUNTY, CALIFORNIA. Re: Zoning Ordinances Passed Date: October 4 , 1977 This bein the date fixed to consider adoption of the following ordinances) rezoning property as indicated, which was (were) duly introduced and hearing( s ) held; The Board orders that this (these) ordinance( s ) is (are) passed., and the Clerk shall have it ( them) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper The 77-78 Coleman & Isakson 2095-RZ Alamo Valley Pioneer The 77--79 -.Robert J. Costa 2143-RZ Danville Vallev Pioneer and Associates, Inc. PASSED on-_ October 4 ,- 1977 by the following vote:: AYES: Supervisors - N. C. Fanden, R. I. Schroder, E. H. Hasseltine, and W. N. Boggess. NOES: supervisors - None. ABSENT: Supervisor - J. P. Kenny 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:�✓�t/f�✓C� /�1" T�/��n�17'�DPputs -- Jamie L. Johnson 00M 1 e � In the Board of Supervisors of Contra Costa County, State of California October 4 ' 19, 77 In the Matter 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 77-867 77-877 77-88, certain deletions, amendments Times 77-89, 77-90, 77-91, and additions the uniform 77-929 ' 77-93 , 77-949 fire code, 1976 edition and 77-959 77-96. 1977 supplement thereto, compiled by Western Fire Chiefs Association, Inc. for the County and all County Fire Protection j Districts, and repealing Ordinance numbers 74-82, 74-83t 74-84, 74-85, 74-861 74-87, 74-88, 74-89, 74-90, 74-91, 74-92, 74-93 , 74-949 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 foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 4th day of October 197 ,_ J. R. OISSON, Clerk By A Deputy Clerk o ie Gut&grrez V H-24 77 15m 4/ ' • c � c In the Board of Supervisors of Contra Costa County, State of California October 4 1917 In the Matter 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 hereby certify that the foregoing is a true and correct copy of an order entered.on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 4th day of October 19 17 J. R. OLSSON,. Clerk Deputy"Clerk H 24 12/74 - 15•M Jamie L. Johnson Form #30 4/7/75 In the Board of Supervisors of Contra Costa County, State of California October 4 1977 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, ITIS 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 certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the BoarA of Supervisors affixed this 4th day of_ October 19 77 J. R. OLSSON, Clerk By Deputy Clerk amle Johnson -H-243/7615m 1 POSITION ADJUSTMENT REQUEST No: Department Assessor` s Budget Unit 016 Date 8/12f76 Action Requested: Classify ITC Position 7#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 _responsi_bili_ty for preparation of statistical reports related to assessment roll data. Estimated cost of adjustment: Contra Costa County Amount: 1 . Salaries ,and wages: RECEIVED $ 892 2. Fixed Assets:',i(ZL6t .c tenor cued cut) �r ►i r— 976 pice u –0- County Administrator Estimated total $ 892 Signature Dep ar°tment Hea Initial Determination of County Administrator Date: 10/29/76 To Civil Service for Classification Review -=� CouW Administrator Personnel Office and/or Civil Service Commission Date: S teiy.Qmhpr 27- 1977 Classification and Pay Recommendation Reclassify 1 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 72/17 to reflect the reclassification of Intermediate Typist Clerk r08, Salary Level 240 (766-931) to Assessment Services Clerk, Salary Level 279 (863-1049). Assistant Personnel 7rector 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 0 C T 4 1977 Adjustment APPROVEDon J. R. OLSSON, County Clerk Date: 0 C T 4 1977 By:Gq� �t�ac _ Patricia A. Bell, Dep"t' Oerk APPROVAL o% th.i.a adju tment constitutes rue Apptoplu,rti.on Adjurtinent avid Pet6oi ne.✓' Ruot.uti.on Amendment. q-' NOTE: Top section and reverse side of form mu6t be completed ,arid supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) i g V POSITION ADJUSTMENT REQUEST No: 93 �� � Department Assessor's Budget Unit 016 Date 8/16/76 Action Requested: Reclassify Intermediate Typist Clerk position -99. (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 classification in line with existing responsibilities. Estimated cost adjustment: Amount: Contra Costa Cour. 392 1 . Sal'aries_�nd-.*ages: rCEIjED 2. Fixed Assets;: (fit .ct=6 cold cost) RC -0- office of $ 892 Lo Estimated tot ounty • Signature Depar " nt Head Initial Determi nationof County Administrator Date: 10/29/76 To Civil Service for Classification Review an Recommen at n Count Administrator 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) Assistant 'Personn , ' Director Recommen ati on o County Administrator rator j' ate: net nhPr 1 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5,' 1977. County Administratoir Action of the Board of Su ervisors OCT 4 1977 Adjustment APPROVED ( on J. R. OLSSON, County Clerk Date: OCT 4 1977 _ By: Patricia A. SeiPPuty clerk APPROVAL o6 tJLiz adjubtment eon tZ—o to an AppAop.�c,i.cLticn Adju.s.tme-nt and Pet6onnee Reaot uti.on Ame.►zdment. . 140TE: Top section and reverse side of form mwit be completed .and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) .t I ffi i POSITION ADJUSTMENT REQUEST No: % Department - Agriculture Budget Unit 335 Date April 26, 1977 Action Requested: Reclassify one Weed 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: Contra Cc;;a CocTI D1 Amount: 1 . Salaries and wages: rCt-i t^ 21$.00 2. Fixed Assets: (Zest .i tew and cost) ., -n-, None U,i:ee o $ ,,.,n;�f ;��.'mi<<is ;r•�or $ 218.00 Estimated toTal �y Signature sz Dep rtment Head Initial Determination of County Administrator I Date4 '�r P f To Civil. Service for review and reco7 �X d �i �i m• is atdr �� , Personnel Office and/or Civil Service Commission JD ate: September 27-1977 Classification and Pay Recommendation f 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 reflictthe ,riclassi- fication of Weed and *Vertebrate Pest Control Inspector, position #03, Salary-Level 32'2-' (984-1196) to Agricultural Biologist I, Salary Level 352 (1078-1310) . 1 C) C:) 1 ` Ti Assistant personnel erector Recommendation of County Administrator /// Date: October 3 , 1977 Recorunendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County Admli i stralror Action of the Board of Supervisors 0 C T 4 1977 Adjustment APPROVED ( on J. R. OLSSON, County Clerk ' Date: 0 C T 4 1977 — By: \7�t77h�_Ltn Patricia A. Be[I Deputy APPROVAL of .this adjurtment eon shutes an ApptopA4-anion Adju,s;bne►tt and Pep=nnee Resotuti..on Amendment. . NOTE: Top section and reverse side of form mw,t be completed and supplemented, when appropr---fate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) OMM .>a` 'Y 'CF ac a4w -.':+. �. r+^-,'W` t .n °'t. .'-!�,. r a. , s',.� ."`a. ,,." t4Ar _"'"'•""�i... p c"' ��44?''" a.r C« v Z" w r v• ' »@�. •. - .` .... --• fix, :.-.. ,1... ����� #,` -<.,;r G .:v... � q�x• .. '�.�* \a.�.,. i •-iC� 9' F..�Ti���:tn.�''a'•- .3n.::r •y�F,"7t • POS I T I ON A D J U S T M E N T REQUEST No: De artnrent Assessor 1600 8/31/77 p Budget Unit Date Action Requested: Reclassify Assistant Appraiser positions No. 017 (Lester Rose) and 021 (R. Nickerson) to Associate Appraiser 10/1/77 Proposed effective date: Explain why adjustment is needed: To backfill Associate Appraiser positions requested for reclassification to Supervising Appraiser to implement Assessor's CETA programs Estimated cost of adjustment: RECEIVED Amount: I . Salaries and wages: AUG 311977 $ 2,520 2. Fixed Assets: (Zi,6:t itema aid cost) r UJ Estimated total $ 2,520 {-�-' M Signature f Depart t Ne d - Initial �6eterrr;.i_nation of County Administrator Date: September 8, 1977 To Civil Service. Request recommendation. S�/ County Administrator Personnel Office and/or Civil Service Commission Date: September 27, 1977 Classification and Pay Recommendation Reclassify (2) Assistant Appraiser positions to Associate Appraiser. Study discloses duties and responsibilities sew 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 #17 and #21, 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 . County Administra or Action of the Board of Supervisors OCT Adjustment APPROVED {� } on 1977 J. R. OLS,SON, County Clerk Date: OCT 4 1977 _ By Patricia A. Be)I Deputy Clerk APPROVAL o f Chia ad j ua.t merr t con titutea an App,%opfiiat ion Ad jazbnemt and Pert onilel?! Reaotution Amendment. . NOTE: Top section and reverse side of form ma,3t be completed and supplemented, when appropr atee, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00W w ra / POSITION ADJUSTMENT REQUEST No: 3q019 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. 10/1/77 Proposed effective date: Explain why adjustment is needed: Action necessary to.provide supervision and direction to implement Assessor's program to utilize CF1E6MWt% }SlL"b*jrg�ysically review-and inventory resi end�tiaal-parce s. i[RECEIVECD Estimated cost of adjustment: Amount: 1 . Sal5xi4_50s�- dges: AUG 311977 $ 3,2s8 2. FiXkI• (tist .hems and coat) Office of �� - Canty Administrator ..t: '_s" Estimated total x,258 •}�.. cam. = Signature Department H Initial Determination of County Administrator Date: September 8. 1977 To Civil Service: Request recommendation. _ ounty Administrator 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 7#01 and #04, Salary Level 440 (1410-1713) to Supervising Appraiser, Salary Level 481 (1597-1942) . Assistant Personnel D ector Recommendation of County Administratorate: 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 4 IM Adjustment APPROVED on J. R. OL'SSON, County Clerk Date; OCT 4 1977 By: Patricia A. Bell, Deputy Cterk APPROVAL o3 th.ib adjurtment constitutes an ApptopA a-t 0n Adjck;bnent ajtd Pe t6oitne_ Resotvt.i.on Amendment. NOTE: Top section and reverse side of form mwt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) 0a , PSI POS I T I ON A D J U S T M E N T R E Q U E S No: 02/ Department Auditor-Controller Budget Unit 1033 Date 9/12/77 Action Requested: Reclassify Comptometer Operator Position 001 to Ar-rnnnt Clerk II Proposed effective date: 10/5/77 Explain why adjustment is needed: To align classification with type of duties being performed. °ntrc Estimated cost of adjustment: p;: �I_Costa COLInty Amount: 1 . Salaries and wages: $ 783 2. Fi xed Amt a (tizt -i temb and coEPat) I 19,77 —Lf UJ �trfF2-� _—Coun '�'istrator $ = Estimated total 783 �- W t cn Signature Depar n dad` Initial Dkermi:ia_tion of County Administrator Date: September 19 , 1977 To Civil Service : Request recommendation. -Count, Administrator Personnel Office and/or Civil Service Commission Date: SPptPmt,Pr 77, 1077 Classification and Pay Recommendation Reclassify 1 Comptometer Operator to Account Clerk II. Study discloses duties and responsibilities now being performed justify reclassification to Account Clerk II. 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) . d , Assistant Personnel D4,fector Recommendation of County Administrator f-ate* October 3, 1977 Recommendation of Personnel Office and/or Civil Servide Commission approved effective October 5, 1977 . County Admr ni sfrdtbr` –'—v Action of the Board of Supervisors 0 C T 4 1977 Adjustment APPROVED ( ) on J. RR. �OLSSON, ' County Clerk Date: OCT 4 1977 By: �* . Patricia A. BeII1 Deputy Clerk APPROVAL o6 .tILL ad ju.s unu.t const tutea an App Lope i.atZen Ad jcus.t.ment and Pe,�Lscnnet Resotuti,on Amendment. NOTE: Toa section and reverse side of form mutt be completed and supplemented, when appropriate, by an organization chart depicting the section, or office affected. P 200 (M347) (Rev. 11/70) 00M P O S I T I 0 N A D J U S T M E N T R E Q U E S T No: Department Civil Service (CETA) Budget Unit 581/58Zate 9/27/77 Establish class Administrative Analyst-CETA Action Requested: Reallocate all !`administrative Analyst-Project positions funded under CETA to Administrative Analyst-CETA. Proposed effective date: ASAP Explain why adjustment is needed: to provide a means of readily identifying those Administra- tive Analyst positions funded with CETA monies. Estimated cost of adjustment: Amount: 1 . Salaries and wa es: Contra Costa County 2. Fixed Assets: (fit .ctemb and cost) RECOVER ---SEP 2 f 1977 0 i ice of Estimated total Signature Deofartment Initial Determination of County Administrator ate: County Administrator Personnel Office and/or Civil Service Commission Date: September 28, 1977 Classification and Pay Recommendation Allocate the class of Administrative Analyst-CETA. Reallocate persons and positions of :. Administrative Analyst-Project positiond #581-01 through #03 and #582-01 through #08, 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 AdmikUtrative Analyst-CETA; also amend Resolution 71/17 to reflect the reallocation of the persons and positions of Administrative Analyst-Project, positions V581-01, 02, 03 and #582-01 through 08, to Administrative Analyst- CETA, both at Salary Level 352 (1078-1310) . This class is exempt from overtime. Assistant Personnel ector Recommendation of County Administrator ate: October 3 , 1977 q,+: Recommendation of Personnel Office• and/or Civil Service Commission approved effective October 5, 1977. County Administrator Action of the Board of Supervisors O C T 4 1977 Adjustment APPROVED ( )" on . OLSSON, County Clerk Date: OCT 4 197? sy: �'' n-1Uc Patricia A. bpi, Deputy Clerk APPROVAL o5 tIz,i,s ac( u4tme;it const tutea an AppnopAi.atian Adyu.6tme►zt and Pe,,LsonneZ Rezo&ti.on Ametadment. NOTE: Too section and reverse side of form (muhx be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) (M m 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. t MINIMUM QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Education: Possession of a baccalaureate degree from an accredited college or university with a major in business administration, public administration or a closely related field. Substitution: One year of experience in an administrative or staff capacity performing administrative, 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 Approval i ;, MHG:rfl 9126/77 Date e/- a7- 77 cc: Civil Service Department HDC, RH, RKH, WGR, EK, SAFETY, TRAINING 0003 Ira C`t 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 SystemsDevelopment Director- _ PLi%,ect ($1740 - 2115) : allocate one position Proposed effective date: ASAP Explain why adjustment is needed: To establish classification which reflects duties being performed. Position will be funded by Cr urinal JustiZe�.System Grant funds. Estimated cost of adjustment: Amount: 1 . Salaries and wages: C;;: ; '-J 2. FLyd A&set4: (t et .c te_ma cued coatJC. �-- a , . w $ �> U Estimated total - Comity -0- y U Signature +, — Departmefit r Initial beterm4ation of County Administrator /Date: A�ril 11, 1977 To Civil Service: Request recommendation, p u emorand 117e� April 112 1977, attached. !' 'Co—unly Administra or Personnel Office and/or Civil Service Commission Date: September 28, 1977 Classification and Pay Recommendation Allocate the class of Law and Justice Systems Director-Project on an Exempt basis and classify 1 Exempt position. The above action can be accomplished by amending Resolution 77/602, Salary Schedule for Exempt Personnel, by adding Law and Justice Systems Director-Project, at 1977-78' Salary Leve 518 (2788-2173) and 1978-79 Salary Level 534 (1878-2282) ; also amend Resolution 71/17 to reflect the addition of 1 Exempt position of Law and Justice Systems Director-Project. Can I be effective day following Board action. iThis class is exempt from overtime. Assistant Personnel Virector Recommendation of County Administrator Date: October 3 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective October 5, 1977. County Admini§trator Action of the Board of Supervisors 4 '�� Adjustment APPROVED (� ) on 7 J. R. OLSSON, County Clerk OCT 4 Date: f _- By:: ) !t t l_:�(Z . �' be l Patricia A. Bell, Deputy Clerk APPROVAL o6 tJ i,a ad j u,u6tmvs t conztitates an Appnopn i.a t i.oii Ad jus.tment ai.d•Pe)L6 onriee Redotuti.on Amendment. -NOTE: Top section and reverse side of form mu,6t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (01347) (Rev. 11/70) f D R A F T-EXEMPT 1977-78 Proposed Salary Level . 518 (1788-2173) f� 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 prublems 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 university. Experience: Three years 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 interrelattonship with each other; working knowledge of the principles of budget analysis, for- aI�J Two LAW AND JUSTICE SYSTEM DIRECTOR-PROJECT October 1977 mulation and control ; working knowledge of the methods of work organization, knowle e of he ples and �. simplification, and layout; working o develop andtimplementecomplex1integrated techniques of supervision; ability to a subordinate staff; ability to prepare . computerized systems; ability to superv�s clear and concise reports and correspondence. Class No. Class Code No. CH:pr. 8/25/77 cc: Auditor-Controller's Office HDC, RH, RKH, WGR, EK, SAFETY, TRAINING _ Departmental Approval_ ^C Date t 0004 r P O S I T I O N A D J U S TM E N T R E Q U E S T No: Lf Department DISTRICT ATTORNEY Budget Unit 242 Date Sept. 23, 1977 (2800) Action Requested: Classify 5 Typist Clerk Trainee - Project positions for the period Oct. 11 1977 through Sept. 30, 1978 ( nine months contracts for WIN/PSE recipients) Proposed effective date: 10-4-77 r-, Explain why;adj:�7strrtint is needed: Increased workload in 3 units. Estimate Amount: Amount: r �z No cost to the County Contra Costa County 0 I . Sal arses and wages: 2. ,ffxed`A'ssets: (fit .itemsand coat) RcCE(VED Q�,,+rte of 0 EstimatToSAP'Adrn istrat . Tu-L Signature �� J�. Department `ilea d Mich�-elhChelan Initial Determination of County Administrator. ate Sen/tfl be 27/ 7977 To Civil Service: ! Request recommendation. Count dmi ni stra dr` Personnel Office and/or Civil Service Commission Date: September 28, 1977 Classification and Pay Recommendation Classify (5) Typist Clerk Trainee-Project positions. 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 :r-ector Recommendation of County Administrator ate: nctobr 3. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective October 4, 1977. County A ministrator Action of the Board of Supervisors 0 C T 4 197/ Adjustment APPROVED (�!fi) on OCT 1977 J. R. iST County Clerk, Date: By: � �, : 0 r (,A Q G Patricia A. Bellluepury clerk APPROVAL o' thio adjustment con titcrt" an AppnoPtiatc:.on Adj"tmeat and Penaoimee Ruotation Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by in organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: �1 � L 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 . Estimate-cos:-ofi;adjustment: -- ! :' Amount: � ! a 1 . Saa.ari�es- aq=d wages: � •-;$ ; N/A 2. FFed Assets: (Zi,6t items and coat) Ui -- Estimated total $ NIA Signature 4t_Ir Depa tment Initial Determination of County Administrator Date: July 26, 1977 To Civil Service: Request recommendation. Cou istrator 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 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 Senior Clerk, Salary Level 280 (865-1052) and the cancellation of 1 Data Processing Equipment Operator I, position #03, Salary Level 280 (865-1052) . 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. 1 t County Administrator Action of the Board of Supervisors e OCT 4 Adjustment APPROVED (��) on 1,,7Z J. R. OLSSON, °, County Clerk Date: 0 C T 4 1977 By. C►f?C-t ,,C_C C� �_f Patricia A. Bell)L)ePu'x %''zrc APPROVAL o' .this adju.a.tnzent cca5titu.tes an Aprikopn i.a,timi Adjustment cv:d Petsonnet Rv_o.bu,tion Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropr ate, by an organization chart depicting the section( ( or ,office.affected. P 300 04347) (Rev. 11/70) "�r, A. a C POS ITI ON' ADJUSTMENT REQUEST No: CS�� 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: I . Salaries and wages: SEP 2 A 1577 2. Fixed Assets: (.?i6t -itema and coat) OnIce of :Y . ._ $.:. Estimated total $ Signature Department JKd Initial Determination of County Administrator ate: County Administrator 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. ! Assistant .ti Personnel Di for Recommendation of County Administrator "te: Qctoher 3 , 1977 �+�u Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, .1977. County Administrator Action of the Board of Su ervisors 0 C T 4 1977 Adjustment APPROVED on J. R. OLSSON, County. Clerk Date: OCT 4 1977 By: �(� � ire Os ' � Patricia A. Bel), Deputy Clerk APPROVAL o5 .this adjurtme.nt confit tutu an Appnopnta ,i.on Adjurt�reJtt a►:d Peuonhet Re otuttion Amendment. � NOTE: Top section and reverse side of form fmuz t be comple+ed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (ti347) (Rev. 11/70) 00049 WIN f� r /D R A F T-EXDIPT 1977_78 Proposed Salary Level : 193 (664_807) 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 IT in that the latter are working level classes responsible for final determination of eligibility and ongoing- caseload managemdnt. 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 eligi- 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 school proficiency certificate. ' S Page 2 ELIGIBILITY WbRKER TRAINEE-PROJECT August 3977 f 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 HBC, RH, RKH, WR, EK, SAFETY Departmental Approvals-.,v`r L Date 9 Departmental Approval Date - V' ( P 0 S I T 1 ON ADJ. US'-T-MEN-TUE S T No: I ��i:P 1 l 35 FM '77 Department DISTRICT ATTOPMEY Budget_Unit� 24242p Date Sept. 16, 1977 7. {moi.`... !Yff Action Requested: Cancel Intermediate Typist Clerk position X109 and classify one Clerk. position Proposed effective date: 10-5-77 Explain why adjustment is needed: Redistribution of clerical assignments. Estimated cost of adjustment: Contra CostaCounty Amount: Decrease perm. salaries fRE(6R. � 3�7g2.00 I . Salaries and wages: o fisc" ea (9 months) $ 2. Fixed Assets: (.P"t tzem� a�tc� c�a.6t SEP 1-9-1977 C�fr' ice of $ Coun Adm' ' 3,792.00 Estimated total Signature Department Kead ri chael J. Phelan Initial Determination of County Administrator Date- 7 G _ -� To Civil Service: Request recommendation. oun Y Ad ►ii, triMor Personnel Office and/or Civil Service Commission Date: September 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 #09, Salary Level 240 (766-931) . Assistant Personnel ector Recommendation of County Administrator / ate: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. i ez/// County Admillstrator Action of the Board of Supervisors OCT 4 1977 Adjustment APPROVED ( ) on J. R. OLSSW, County `Clerk Date: OCT 4 1977 _ By: Patricia A. Bell pepury Clerk APPROVAL o5 tkiz adjurtme►it const tated cut Apr,-op'rc- ori Adjus-*hent and Pvzsonnet Reaotu ion Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when ( appropriate, by an organization chart depicting the section nhor office affected. IP 300 (14347) (Rev. 11/70) i POS I T I0N A D J U S T M E N T REQUES "! Department HEALTH -Budget Unit 450 Date 9! :'i Action Requested: Add One (1) Clerk Position and cancel one (1) _Typist Clerk Pcsici:: ,090-02 Proposed effective date: ASAP Explain why adjustment is needed: To provide entry level position for transition of WIN-PSE participant. Estimated cost of adjustment: Contra Costa County Amount: 1 . ~Salar_-ti9 es gpd wages: $ 2. ;fixed, ssets: (.ist .ctema and cost) SER 14 1977 Office o $ County A rninistrator Estimated total --� :1 u^i�cpY;avcd Signature � .l��uc��-�7 Department Head Initial Determination of County Administrator Date: September 19, 1977 i To Civil Service for review and recommendation Count ' A �rator Personnel Office and/or Civil Service Commission D te: September 27, 1977 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 #02, . Salary Level 194 (666409) . Assistant Personnel 'rector Recommendation of County Administrator ate: October 3, 1977 7, Recommendation of Personnel Office and/or Civil Service Commission approved effective October S, 1977. County Admi n "t'F to Action of the Board of Supervisors 0 C T 4 1977 Adjustment APPROVED (N on J,.-A- OLSSON,�, County Clerk Date: OCT 4 1977 By: Patricia A. Bell Leputy clerk APPROVAL o ' .tlt.iz adjuL5t_ment eon tituteb an Apptop&iati.on Adjuhtme.nt Quid Pe;,6onne,Cl Redotut�on Amendment. t NOTE: Top section and reverse side of form fmLL6,- be completed and supplemented, when ippropr ate, by an organization chart depicting the section or office affected. P 3G0 (M347) (Rev. 11/70) 00 �� i s{ POS I T I ON A D J U S T M E N T REQUEST No: Department Medical 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 new positions required in the therapy department. Estimated cost of adjustment: 1 . SO—ari es-and wages: $ 2. Fixed set: (ti.bt .itew and co.5t) $ C';. c 'T r Estimated tot 7 $ c . �' i `^+ ��'� i/. �'Com;-.-c� • ''��Gi�" �'�� Signature Department Head A—> Initial Determi nati on of County Administrator Date: September t, 1977 To Civil Service for review and recommendation Count Adma-w� rator Personnel Office and/or Civil Service Commission / /Date: 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 #02, Salary Level 249t (868-957); (1) Special Qualifications Worker, position #01, Salary Level 193 (664-807); Lead Food Services Worker, position 104, Salary Level 277 (858-1042) ; (1) Account Clerk II, position 101, Salary Level 266 (829-1008) and (1) Intermediate Typist Clerk, position #46, Salary Level 240 (766-931) . Assistant Personne irector Recommendation of County Administrator Date: October 1 , 1977 Recommendation of Personnel Office and/or Civil -Service Commission approved effective October 5; 1977. County Administrator Action of the Board of Supervisors .{)C T 4 1977 Adjustment APPROVED on .. J. R: QL55Uill County Clerk 'Date: 0 C T 4 1977 7By7: (�� (t. —t_. c--�-�� �•� (• ; Patricia .A. Bei) Deputy Clerk APPROVAL o f tlLi6 a.djubtmertt cOlis ,itutu a}z Appnop.i_.ati.on Adju.atthemt and Pcptzonnet Ruotution Amendment. MOTE: Top section and reverse side of form mui5t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) / f1��5I ' w m s SEE P300 #9650-OFFSET V POS I T I ON A D J U S T M E N T REQUEST No: k7 yC Department CCCo. Medical Services Budget Unit 540 Date 2]7/77 Action Requested: Add two Physical Therapist Positions Proposed effective da : 3/1/77 Explain why adjustment is needed: To provide adequate staffing fat Reh_ahilitami�n TharaDv r• . Department Estimated cost of adjustment: Amount: 1 . Safari e!nd,.wa es: ` 2. Fixed Asset (ti.6t ttew and coag ;. :. r• �_, �; $ , f. . Estimated total $ -••��•, Signature George Degnan. M.D_ , Med_ i1�a1 Director Department Head I ni ti ai VDetermination of County Administrator Date: September 1, 1977 To Civil Service for review and recommendation Count Adminator 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 amending Resolution7l/17 by adding (2) Physical Therapist positions, Salary Level 369 (1135-1380) . Assistant Personnel irector Recommendation of County Administrator Date: October 3, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. 1-25 County A ministrator Action of the Board of Supervisors 0 C T 4 7977 Adjustment APPROVED ( ) on J. R. OLSSON, County Clerk Date: OCT 4 1977 By: Patricia A: Belt Deputy Clerk APPROVAL cot tih,&s adJu,b-imeyu eeiLst tute6 an Apptoptri.ati.on Ad1ubbner:.t and Peuonnee Re-6 et,,tion Awend►nent. NOTE: Top sect'ion and reverse side of form ►n"t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (N347) (Rev-. 11/70) O(M `StL ..�uU 4=9b5U-OFFSET 1/ P O S I T I O N A D J U S T M E N T REQUEST - No: Department CCCo. Medical Services Budget Unit 540 Date 2/17/77 Action Requested: Add three Occupational Therapist Positions Proposed effective date: 3 1 77 Explain whyadjustment is needed: To provide adequate staffingfor Reha t 'herapy`-De, Estimated cost Xaf adjustment: -Amo AII: 1 . ; Salaries and wages: 2. Fixed._Assets: f ti6t .hems and co.dt) C, ;;UMAN P,L`01UrCES AGENICY Estimated total � Signature George Degnan, �. , dical Director Department Head Initial Determination of County Administrator Date: Septe-tuber 1, 1977 To Civil Service for review and recommendation. ' Count -Administrator Personnel Office and/or Civil Service Commission �Me: Sept-PrnhPr 27r 1977 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 amending Resolution 71/17 by adding (3) Occupational Therapist positions, Salary Level 369 (1188-1444) . C l Assistant Personnel Di for Recommendation of County Administrator to: October 3 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. i County Administrator Action of the Board of Supervisors 4 1977. Adjustment APPROVED { ) on J. R. OLSSON, County Clerk ' • Goma, c41977Date: 0 CT eyct.� { Patricia A. Be�NPury Clerk APPROVAL v6 -thiz adjustment Col,,,s-ti tute.3 an Apptopnirztion Adjustr?ic t and P&tsonJtet Ruotvtti.or� Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropr ate, by an organization chart depicting the section or office affected. P 300 (1347) (Rev. 11/70) Wort) C . J SEE P300 #9650-OF FSET POS I T I ON A D J USTtMENT REQUEST No: � L/ � Department CCCo. 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 adeckiate staffing for RP ahilifat;nn Department Estimated cost of adjustment: = Amount: 1 . Salpr.ies and wages: $. 2. Fi ped A is- (ti6t .c tew curd co.dt) - Q Estimated total $ Signature George Degnan, ,D._ :' Medical Director Department Head InitialDetermination of County Administrator Date: k September 1, 1977 To Civil Service for review and recommendatio�nj Count 'Admi-mistrator Personnel Office and/or Civil Service Commission Date: septemheL27! 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 Personne rector 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 1917 Adjustment APPROVED on J. 1�,. OLS ON, County Clerk ()CI 4 1977 Date: By: L:_. Ll' ,e) u! Patricia A. 8(2�M'ury Clerk t APPROVAL olj .thin adjus.tme,i.t constituted cut Ap))nopni.ation Adjus.biient. cued Pe:zsonnet Re,soj,uti.on Amcac mr_{?,t. NOTE: Top section and reverse side of form mu6t be colnpietedjand supplemented, when appropr e, by an organization chart depicting the section or office affected. P 300 (111347) (Rev. 11/70) QOMT POSITION ADJUSTMENT REQUEST No: _ C/f Department CCCo, Medical services Budget Unit 540 Date 2/9/77 Action Requested: Add three occupational Therapist ositions;, cancel Physical Thera is positions #186-06, 07, 08. Proposed effective da 33/1/7 Explain why adjustment is needed: To provide adequate staffing for Rehabilitation Therapy Department - Estimated cost of adjustment: AmQu_ • 1 . Salaries and wages: $ 2. Fixed Assets: (.('.ist item and coat) Estimated total o $ c, Signature George Degnan,k.D. , Medical Director �:.�. �YlDepartment Head Initial beterp�y ation of County Administrator Date: septerdber 1, 1:977 To Cid fl Service for review and recommendat oft�.e--f-,-< ' 7ffi County Admi n4s'trator Personnel Office and/or Civil Service Commission �a-fe: _;PptPwbPr 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 #07 & x}08, Salary Level 369 (1135-1380) . J 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 . lam- . County Administrator Action of the Board of Supervisors OCT 4 1977 1 Adjustment APPROVED on R. OLSSON, County Clerk OCT 4 1977 Date: 6y. a rscla e , Deputy Clerk APPROVAL o' •tlii6 adju.Stine,?-t eco LitcLtes ay: App.,op`,.i.ati.on Adfus.tineiLt wzd Pc,L.svn►zee. RezoZuti.on Amcndrnicnt. 140TE: Top section and reverse side of form mu,54', be :completed and supplemented, when appropriate, by in organization chart depicting the section or office affected. P 300 (1,1347) (Rev. 11/70) ON59 sl t V POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical ServiceBudget Unit 540 Date 2/9/77 Action Requested: Add one (1) Recreation Therapist position; Cancel Physical Therapist Position *186-05 Proposed effective dat 3/1/77 Explain why adjustment is needed: To provide adequate staffing for Rehabilitation Therapy Dept Estimated cost of adjustment: Amount: 1 . Salaries and wages: $ 2. Fixed Assets: (Wt .cten6 and co.6t) ' - Estimated total Q $ �� �� 1 ~ Signature George Degnan, IbDD. , Medical Director D . c-, j,,,Department Head I ni ti al lbe' to rm na-tion of County Administrator Date: September 1, 1977 To Civil Service for review and recommendation CountAdIrfii,ttrator Personnel Office and/or Civil Service Commission ,,Da"t e 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 accomplished 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 #05, Salary Level 369 (1135-1380) . Assistant Personne M irector Recommendation of County Administrator / Date: October 3 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. CG' � f i vv County Administrator Action of the Board of Su ervisors 0 C T 4 1977 Adjustment APPROVED ( on J. R SSON.,•County Cler 11 Date: 0 C T 4 1977 By Patricia A. Bell Vepury %-lem APPROVAL o6 th..iz ad jub-tme.nt eorts•tUute s cut Appnop,ti t ion Ad ju s.bnent,t curd PcAzonne e Ructuti.on Amendment. NOTE: Top section and reverse side of form rnu/t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) OOM • J POSITION ADJUSTMENT REQUEST No: q6yll Department ccco. Medical services Budget Unit 54o Date 2/17177 Action Requested: Add one Typi�s -Gl zk�I ma edil i Q Y'yQt—C�er]�-position; "cancel Supervising Therapist Position x205-04. Proposed effective date-. 3/1/77 Explain why adjustment is needed: To provide adequate staffing for Rehabilitation Therapy Department :-,.,. Estimated`:cgst k adjustment: ��l�maunt: 1 , Sal ari d�an�arages: � 2. Fixed Assets.-' (. izt item and co-6t) !' r•Z `1 � r��� r r,GENCY Estimated total �«� . z - t Signature George Degnan M.D. . Medical Director `e "r' '�`""_ Department Head 4 Initial Determination of County Administrator I Date: September 1, 1977 To Civil Service for review and recommendation. Count" A&ihistrator 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 ection. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of I Typist Clerk, Salary Level 19.4 (666-$09) and the cancellation of 1 Supervising Therapist, position #05, Salary Level 407 (1275-1549) . 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. !�{JJJjjrqq';' r County Administrator Action of the Board of Su ervisors Q C T 4 1977 Adjustment APPROVED on J. R. OLSSON, County Clerk o C T 4 1977 'Date: By: - t c'_L. t ) O Patricia A. bell, epuf. Clerk APPROVAL c. .th.i s adjcL6tmej:t coimt,<.tutez an App.topti-ati.on Adju.6.tmett rj..d Pe,` .son zeI Rezo&t,i.on Ametldn;ent. NOTE: Top section and reverse side of farm rrwt be completed and supplemented, when appropr ate, by an organization chart depicting the section or office affected. P 300 k'M347) (Rev. 11/70) (� t� POSITION ADJUSTMENT REQUEST No: Department TREASURER - TAX COLLECTOR Budget Unit 0015 Date 9/21/77 Action Requested: Downgrade Senior Clerk PI Position 084-801 and Typist Clerk PI 090-801 to Clerk PI . Also request an additional Clerk PI Position Proposed effective date: immediately Explain why ,adjustment is needed: In order to assure the rapid processing and investment of millions- bf-doparV we must maintain experienced clerks in at least four key clerk positions. i. !a`� Estimated:-,cost,-of adjustment: G-:'-� �� ''"' ' ` Amount: l� l * I . Salaries' and wages: (from approved current budget) f minimal 2. Fixed Assets: (�s.6t .c tema and coat) NONE c-- *ThP total cif 4 clprk positions worked '3500 hours fdi4 t iCe . fiscal year 1976-77. C^_u:, ; i-cminis :.Ier Estimated total $ Signature ' Department Heb DWARD W. LEAL Initial Determination of County Administrator Date: r';PprrPmhQr 91 , 1977 To Civil Service: F.equest recommendation. 24Z�Z fte,-,-�- C>!O:�`uunty Administrator Personnel Office and/or Civil Service Commission Date: sPPtember 27, 1977 Classification and Pay Recommendation Classify (3) Permanent Intermittent Clerk .positions and cancel 1 Permanent Intermittent Senior Clerk position and 1 Permanent Intermittent Typist Clerk position. 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 (3) Permanent Iiitermittent."Clerk_.positions, Salary Level 178- (634 771) ._and the cancella- tion of 1 Permanent Intermittent Senior Clerk, position 11801,.'Silary Lever.'. (865-1052) and :l'zPermanent Intermittent Typist Clerk position #801, Salary Level 194 (666-809) . Assistant Personnel rector Recommendation of County Administrator ate: October 3 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective October 5, 1977. County Administrator Action of the Board of Su ervisors Adjustment APPROVED ( �) on 0 CT 4 1977 J. R. OLSSON, County Clerk Date: QCT 4 ISi By:C �Z Patricia A. Bell 1 Deputy Clerk APPROVAL of thi.6 adjustment eonztitutM an AppnopAiati-on Adjustment and Peuonnee RuoZuti"on Amendrrentit. NOTE: Top section and reverse side of form rruj,t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) VVna1 In the Board of Supervisors of Contra Costa County, State of California October 4 1977 In the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED. by the Board on October 4, 1977. ou I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 4th day of October 19 77 J. R. OLSSON, Clerk ByG&W Deputy Clerk amie L. o nson H-24 3/76 15m �tM2 CONTRACOSTA COUNTY J APPROPRIATION ADJUSTMENT r T/C 2 7 1. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING SUPERIOR COURT 0200 SFF 71 2 07 PH"77 ORGANIZATION SUB-OBJECT 2. FIXED ASSET -DECREASE) INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM CGtiiRA CC ITT 02009 CREDENZA ($550 + tax) X02 / $ 590.00 -990 -999 PCESERVE FOR eewiNGENIBiH 590.00 �a H ('o ug 4f--c t-a_�'o'NS Contra Costa County - RECEIVED SEP 2 31977 Office of County Administrator - APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER n Needed to complete Dept. 12 chambers. By: � Date q/2Z/7T Will match desk which Judge Herron has COUNTY ADMINISTRATOR provided at no expense to the county. By: Date 10/3/77 BOARD OF SUPERVISORS Supervisors N�Fanden. YES. Sd,rrLXkr,80ggcs3.112"14 M NO: � s ; J. P Kenner On /D 'J. 4, Sup.Court Adm. 9//19,/77 W. O'NL6f'AIiTURE TITLE DATE By- rt (' x(31, APPROPRIATION A POOSO// Patricia A. Bell Deputy Cleric ADJ. JOURNAL NO. (M 1.29 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE 00063 i a �r CONTRA-COSTA COUNTY f � APPROPRIATION ADJUSTMENT T/C !T I. DEtARTNENT OR OICANIZAT10 HIT: � J � , J� / e x e-�.-' Jj a kci ro f A000INT CODING 1i L,- E' �j V�i 1 4I64I11tAT111 111-OIJECT i. FIXED ASSET gFCAEASI + INCREASE 11JECT OF EXPENSE 01 FIXED ASSET ITEM 11. fNNMT1TT _ "- 2585 2310 Prof & Pers Services $1,065 2585 445$' Hay Baler f $1,065 LL r— t~ i �►- t> "� W `�Q C/3 � APPROVED 3. EXPLANATION OF REQUEST AUDITOR- ER This is an internal adjustment which will not Br- p,atD " /P/77 affect the total for .Cost Center 0255. This item was requested, but not approved for the COUNTY ADM NISTRATOR 1977-78 Fiscal Year. We feel the attached memorandum from the Rehabilitation Center Br: 1)0810/3/7 Commander presents a reasonable solution which is almost totally cost effective. BOARD OF SUPERVISORS YES: 'ttDervisors 11My.Fshden, �f rk?rr.Bcl&gcss.Hssseltint NO: �b On '. J. R Ks:iy 91 J. LSSON, CLERK;; . 4. - �dmin.Services Off. !//J� TITLE DATE APP101P1uT11N JA P00-50C)5 Patricia A. Seil} Deputy Clerk Ali. JINRYL N1. (V 129 Rov. T/TT) SEE INSTRUCTION$ ON REYERit 3IDIE M W i CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT _ J T/C 2 7 :QFC:iVEj' I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING SUPERIOR COURT 0200 SFP 7 1 07 ORGANIZATION SUB-OBJECT 2. FIXED ASSET -,IECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM CONTRA CC ITY 0200 4 y,5-/7-5-2- CREDENZA ($550 + tax) X002 $ 590.00 -994 -49" � $ 590.00 Va. h 1,0 cco 4fen o-"-rt Contra Costa County RECEIVED SEP 2 31977 Oif ice of County Administrator APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROL LER Needed to complete Dept. 12 chambers. ey Date 412Z177 Will match desk which Judge Herron has COUNTY ADMINISTRATOR provided at no expense to the county. By: Dote 10/3/77 BOARD OF SUPERVISORS Supervisors�Fanden. YES- Schroder,Boggess.H"SdriAe NO: N\4� .J. ,P- Kenny on J.RJ ��SSON 'CL'.ERK 4. Sup.Court Adm. 9//19/77 / ��a'� ^_•..,_ • t ..: n W. O'N&MLTURE TITLE DATE By. n A 1.0 1( APPROPRIATION A POO TO// Patiri-ci'1. ic A. Bell Deputy Clerk ADJ. JOURNAL NO. (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE Ooffil INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE .4FFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate ',; plus any 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., Office Expense, Communication, etc.. Also show the amount in even dollars that each`account`-is'td� 'be increased or (decreased). If this adjustment affectl?Fiiced;Asset equipment items list the items showing quantity, description., and dollar amount. Also, show the Equipment Item No - if' ths adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation 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. 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. 00Wr: .. ? a ;J.. wy CONTRA COSTA.COUNTY APPROPRIATION ADJUSTMENT T/C 21 � !. OEPARTNENT Ot ORGANIZATION KNIT: ACCOUNT C011NC �,e�,t�� -" � ORSANIIATNN 501-01JECT t. FINE$ ASSET 4FCREASI> INCREASE OIJECT OF EXPENSE ON FIXED ASSET ITEM It INANTITY - 2585 2310 Prof & Pers Services $1,065 2585 Hay Baler $1,065 y95rc • LL - .. CJ m tit 1%J u o~ t?: C" e` 4 APPROVED 8. EXPLANATION OF REQUEST AUDITOR-CONTWft ER This is an internal adjustment which will not Sy; Dot*9—/j6(-77 affect the total for Cost Center 0255. This item was requested, but not approved for the COUNTY ADMINISTRATOR 1977-78 Fiscal Year. We feel the attached memorandum from the Rehabilitation Center By: Dat.10/3 T7 Commander presents a reasonable solution which is almost totally cost effective. BOARD OF SUPERVISORS YES: 'qfinetti•isofs Icy.Fshden. SChrak!rr.Boggess,Hasseltine NO: \\"q AQ_ J. P Ke:my OR 'y 9 7 J. OLSSON' C4ERK : . 4. Wdmin.Services Off i at�wATY t Tutt SAT[ By. '7k4.. is Cx-, Q- 1 'APPROPRIATION A POO Patricia A. Belli Deputy Clerk ALJ. JINRNA4 NO. (M I2O Rsv. 7/7T) $EE INSTRUCTION• ON RIE RINSE 310E I 1 5 1 INSTRUCTIONS NOTE: FORMES ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Fors K 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional departaont or district concerned. B. Complete all four parts of the form as followas 1. Departments Show name of department or organisation unit requesting this Appropriation Adjustment. 2. Nae Object of Fsspenses 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 this adjustment affects Fixed asset equipment items list the - item showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that h&s already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank." 3. Explanation of Requests Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. _ . fit. 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.' .ti _ _ � � . • -_ _ 4006 1 M SHERIFF-CORONER CONTRA COSTA COUNTY Inter-Office Memo TO : CAPT. R. RAINEY _ DATE: Sept,-2s 1977 , . FROM : LT. S. GARVIN SUBJECT : Justification for purchase of Hay Baler (used) Presently the Sheriff's Rehabilitation Center maintains 23 head of cattle. This livestock is used for the primary purpose of supplying some of the meat consumed by inmates in custody. The cow herd serves a secondary function of keeping the range grass down and thus reduces the danger of grass fires during 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 hay. We presently grow our own hay and have the capability of processing the hay, with the exception of baling. In past years, we have contracted with commercial hay balers who bring their baler to the farm and bale the hay for approximately 50f per bale. This year the cost rose to $1.50 per bale and there were no contractors available who were willing to come to Clayton to bale our hay, since the location is somewhat remote and the quantity of hay to be baled is small, thus not a large amount of revenue for the effort expended. 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 $1000.00 per year to get the hay baled. If we owned our awn baler we could bale our hay at a cost of approximately $50.00 (baling wire and gasoline) thus an annual saving of $950.00. I have contacted Mr. Howard Nutcher of N & S Tractor sales of Merced, California. He has available a used New Holland Baler model 78. This baler is 8 years old and has approximately 50% useful life. For our purposes, this would be an excellent piece of equipment and it would serve our needs for many years. Mr. Nutcher advises the approximate cost of anew hay baler of similar capabilities ranges from $10,000 to $15,000. Mr. Nutcher further stated he is willing to sell the used baler described above to the Sheriff's Rehabilitation Center for $1,000.00. I realize this is not the normal practice of a public agency to bus used equipment. However, in this instance I feel it is justified since our hay production is small and the useful life Y 'j r Letter to Capt. Rainey PP 29-2-77 -of the used equipment described Would be many years. Also, it should be noted that I have personally inspected the baler and find it to be acceptable for our needs. It should further be , noted that 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 fazm equipment, and Mr. Nutcher has agreed to sell this baler at a very reasonable price. SGsD "17 o � CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 17 ACCOUNT CODING 1. DEPARTNENT 01 011ANIZATI11 #NIT: Medical Services 0540 ORGANIZATI11 SUI-01JECT 2. FIXED ASSET -bECREASQ INCREASE OIJECT OF EXPENSE OR FIXED ASSET ITEN G/. IGUANTITY 4419 4766 Medical Services Trailers $29,100 0540 4953 Autos and Trucks $29,100 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER By �� Dot• /ag/7 To reclassify funds approved for purchase of Medical Service Trailers from equipment to the plant acquisition COUNTY AD INISTRATOR account of Medical Services. -17 By: Data(" / BOARD OF SUPERVISORS YES: Supervisors 411010y,FaMen, Schrodcr,Boggess,Hasseltine NO:V\D J. P Kenny On Assistant Medical J.R. OLSSON, CLERK- ;. 4. ,�y� Director 9 /1. 117 V �'R, ': _ •I�MATY� TITLE TE L.F. Girtman, M.D. APPROPRIATION 1P005616 ,Patricia A B ADJ. � � (N 129 Rov. 7/77) ei Deputy Clerk NEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS - NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Fora M 129, in quadruplicate plus any 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. Departments 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, Corm mication, 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 No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank." 3. Explanation 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 County Auditor- Controller's office for processing. _ 00070 ., • � CONTR-A COSTA COUNTY _ APPROPRIATION ADJUSTMENT t T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING Moraga Fire Protection District ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 7050 4098 For Office Furniture 2a59O 7050 4951 Desks 001... 3 920 Conference Table 008 1 395 Secretarial Chair 009 1 115 Arm Chairs 010 10 855 Cushion Lounge 011 1 235 End Table 012 1 70 Contra Costa County RECEIVED SEP 2 8 1977 Otl`i o{ APPROVED 3. EXPLANATION OF REOUEST AUDIT TR To provide for furniture for office and By;'' Dote / conference room. Funds provided by Administration / Building Account, COUNTY ADMINISTRATOR By: Date BOARD OF SUPERVISORS Y E S: SMperrisors 01ft F.Wen, Sduo&r,Boggess,Haucltitl NO: U� off . J. P Kenny On10 /�/7'> J.R OLSSON, CLERK 4. Fire Chief 13 /77 SIGNATURE TITLE DATE B 1k Q X11 000 APPROPRIATION A POO 5013 Patricia A. QC1) De ADJ. JOURNAL N0. � u Pty Clerk (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE CONTRA COSTA COUNTY t APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING 1. DEPARTMENT OR ORGANIZATION UNIT: MEDICAL SERVICES 0540 ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE 01 FIXED ASSET ITEM NO. QUANTITY 6384 495fi(I Cassette Player piI s 1 $600 0990 6301 Reserve for Contingency $600 •6384 -997-15- Appropriable Revenue $600 094o 6301 APPROVED 3. EXPLANATION OF REOUEST The above adjustment is for pur- AUDITOR-CONT LER base of a Cassette Player to be used by the Family Nurse ractitioner program in accordance with the Family Practice By. Date /z /773tffiliation agreement No29-607 between the Regents of the F__�3_e k University of Calif. and Contra Costa County effective COUNTY ADMINISTRATOR my 1, 1976 for an indefinite period. Specifically, this �quipment would be used at the Richmond Clinic for training B.". Date/d 13/ f family practice personnel and other personnel such as res- dents, nurses, etc. The Cassette player would be used with BOARD OF SUPERVISORS i T.V. Video Monitor which is presently on hand and would Iandrn, ermit the use of the Audio-Visual tapes which we receive YES: Supervisors 1� ' Schroder.poggcss,Has,dtine rom U.C. Davis. The source of funds for this equipment woul e appropriable revenue from the University of California. A No: No lopy of U.C. purchase order #D-F05100 is attached for which e would request the Auditor-Controller to invoice the Uni- tiOng© ersity. This reimbursement of $600 would finance the Cass- tte PlaW whicb would normally cost about $1,500. (attach- J.R. OLSSON, CL_qRK Assistant Medical 9 20.d7 -.___, Director T:TLE DAT[ By: -^alp I a) L.F. Girtman, M.D. N AP00501'7 Patricia A. Belli D--o ty Clerk ow No. IN 123 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE .T INSTRUCTIONS -.NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A* Prepare Appropriation Adjustments, Form M_ 129 _in quadruplicate plus any 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., Office Expense, 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 No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank.' 3. Explanation 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. Send :the original. and,other requested copies to the County Auditor- C64troller!s office for processing. rJ I 1 ' A , CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 ACCOUNT COOING LIEPARTMENT ON ONCANIZATION UNIT: Medical Services lNtANlZAT!!N AC«VIT Z REVENUE DESCRIPTION INCREASE <DECREASE> 6384 9595 Misc. Government Agencies 600 APPROVED 3. EXPLANATION OF REQUEST AUDITOR- ONT ER' To set up the revenue appropriation for a cassette eY: date 9 28/77 player. The County is to purchase and the University of California is to reimburse the County. COUNTY ADMI ISTRATOR By: AA C Dote BOARD OF SUPERVISORS YES: Supervisors W11AW Fshdtn Schnxier,Boggess,Hasseltine NO: Date(() / /77 J. P Kenny { J.R. OLSSON, CLERK n/� Ely Patricia A. bellJclerk OW74 REVENUE ADJ. RAOO 5417 (M Il134 T/77l JOURNAL NO. CONTRA,.COS;AICOUNTY f APPROPRIATION ADJUSTMENT T/C 27 ACCOUNT CODING i. DEPARTMENT OR ORGANIZATION UNIT: Public Works ORGANIZATION SUB-OBJECT 2. - FIXED ASSET <�,bECREASE> INCREASE OBJECT Of EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 4411 4061 Rehab Ctr Kit-Din EDA 896,000 .- 4405 4062 Flood Control Bldg EDA 423,000 - 4405 4267 Civic Ctr Impr EDA 744,000 0661 2319 Misc Storm Dr EDA 722,000 - 0665 2319 Handicap Ramps EDA }.89,389. 0990 6301 Reserve for Contin944,999 0990 6301 Appropriable new rev 2q(614 %6!; �.¢ .gee r 2q(,a4�8b� APPROVED 3. EXPLANATION OF REQUEST AUDITOR IONTR LER Q /;g/�z TO set up appropriations for County Federal Public Works Hy: Date 9 COUNTY ADMINISTRATOR Employment Act EDA Projects, all of which have been By: —Date'()// /7 recently approved for Federal Grant Funding. BOARD OF SUPERVISORS YE S: Supervisors A.", Fshden, .SchroJ r.Boners.Ffassekiee �NC,O,: 1\13 �•"P=I{er�t�y On LO /r+ J.R. OLSSON, CLE.p ZZ ub I is Works Director 9/2a/77 eNAT TITLE DATE By: . APPROPRIATION A POO.iOl5 PatriciaBell) Deputy Clerk ADJ. JOURNAL N0. M075 (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE I INSTRUCTION5 NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A; Prepare Appropriation Adjustments, Form M 129., -in-,q�t dfiuplZcate plus any internal copies desired. If more than one department or district is concerned, prepare an additional.`_copy; for reach, ^f additional department or district concerned. B. Complete .all four parts of the form as follows: 1. Department: _;Show name of department or organization,uni.t,,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 this 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 Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub object blank. ti 3. Explanation 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. !t Signature, Title and Date: . Sign, show title and date. P. ,the original-and cher requested;-copies to the County AudZtor Controlierfs office for processing. , ! 0007 1 CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 ACCOUNT CODING LIE M ATNENT OA ONCANIZATION UNIT. Public Works IRCANIZATION REVENUE 2. REVENUE DESCRIPTION INCREASE <DECCEASE> ACCOUNT 0005 9524 Federal Aid Construction Projects EDA J 2,97999_ APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTfitER' To increase revenue appropriations forCounty By: Date 9/2&/ 77 Public Works Employment Act EDA Projects. COUNTY ADMINISTRATOR By: Date&/ / t/ BOARD OF SUPERVISORS Supervisors-Wwoa!4 Fanden, YES: ��Boggc�sJPiseitiiie NO: Dote C� J. R Kenny , J.R. OLSSON, CLkFiK - By: 0007 Patricia A. Bell, NPuty Clerk REVENUE ADJ. RA00 sols JOUNNAL NO. (M 6134 7/77) i CONTRA COSTA COUNTY 0 APPROPRIATION ,A[)JUSTMENT T/e 2 7 ACCOUNT CODING 1. DEPARTMENT OR ORGANIZATION UNIT: PUbl is Works ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 7050 4099 Moraga FPD Bldg EDA 100,000 7050 6301 Reserve for Contin 100,000 105,000- 7050 63D] Appropriable New Rev PROVED 3. EXPLANATION OF REQUEST AUDIT ROL By: Dote j' T4 To set up appropriation for construction of the new COUNTY ADMINISTRATOR Moraga Fire Protection District Administration Bldg. By: T. AMIL Cf Dote101 This is a Federal Public Works Employment Act EDA By. T. BOARD OF SUPERVISORS Project to be administered by the County. Funding YES: &T�n+sar' Fh was recently approved. &hnaior,no88css.Hasschine NO: NW*O Q_ J. P Kenny on J.R. OLSSON, CLERK, ubl is Works Director 9120 77 ' UR TITLE DATE IJIQT•� x APPROPRIATION A POO [DDIF� a ncla . CII ""�"� Clerk ADJ. JOURNAL NO. (M 129 Rev. 7/77) SEE INSTRUCTIONS ON REVERSE SIDE 00078 _ _INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CrMTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M -129; -in-quadruplicate. plus any internal copies desired. If more than one department or ,district is concerned, prepare an additional.copy;fob 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., Office Expense, 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 No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation 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. __.... h. - Signature, Title and Date: , Sign, show title and date. C. iSendthe, original .and other requested gopies to,the:._County Auditor--`,-, Controller's office for processing. .09079 f w. CONtRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 1.IEPARTNENT DA ORCANIIATION UNIT: ACCOUNT COOIIC Public Works — I`loraga Fire Prot. Dist. ORGANIZATION IEtlE1tlE 2. REVENUE DESCRIPTION INCREASE <DECAEAS ACCOUNT 7050 9524 Federal Aid Construction Projects EDA 100,000 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER A 9,,-2 41 7 To set up the revenue appropriation for the Public BY: AA Dote Works Employment Act EDA Project - Moraga FPD Administration Building. COUNTY AD ISTRATOR By: 00D., Dote j BOARD OF SUPERVISORS, YES: Supervisors loom F.M", Schroder,Boggess,Heseltine NO: C\Q tU` Date 10/41/77 a-Q',&, J. R Kenny J.R. OLSSON,'CLr4K BY: Patricia A. Pol peputy Cierk 000w REVENUE ADJ. RAOO 5018 JOURNAL NO. 1-M 8134 7/77) i 1 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Miltter of Approval of ) RESOLUTION NO. 77/800 the Final Map of .) , Subdivision 4997, ) . EI Sobrante Area. ) ) The following documents were presented for Board approval this date.- The ate:The final Map or Subdivision 4997, property located in the EI Sobrante area, said map having been certified by the proper officials; A subdivision agreement with Lemke Construction, Inc., subdivider, wherein said subdivider agrees to ccimplete 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 $4500; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. U996751 ) 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 on 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 RESOLUTION No. 77/800 ON81 .. - -r -#n_'SM5IVrWX AGREEMENT (§1) Subdivision: 4997 ti (§1) Subdivider: orrnment Code §§66462 Lemke Construction, Inc. . and §§64463) (§1) Effective Date: September 27, 1977 §1 Com Period: ( ) Completion P One (1) year J. R. O_SSON CL_EP.: BOARD Or 5UPERVISORS CO 'i RA COS(A CO. U 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise and agree as follows, concerning this subdivision: 2. 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 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. IMPROVEAiENT 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 $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 E;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 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 payment to the contractor, to his suCccn- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. -1- Microcilmed with board order M0 S. WARR-M- TY. Subdivider warrants that said improvement plans are adequate to -accomplish this work as promised in Section 2; and if, at any time before the Cou.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. 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. Vie 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- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the ;natters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Neon-conditions: The promise and agreement in this section is not conditioned or deuendent on whether 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 da.,nage 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 surrey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFORUMANCE 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. ASSIGNMENT. 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- 00 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to file and record the Final Map or Parcel Map for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, Public Works Director LEMKE CONSTRUCTION, 'INC. , a".Cal ifonia corporation YBy , Deputy^ esignate official cap cin the buis'cess) ty REMIZIENDED FOR APPROVAL: Note to Subdivider; (1) Execute ,ackrowledg- ment form below; and if a .corporation, affix corporate seal. By. Assis a Public rks Director .J (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California ) (Acknowledgment by Corporation, Partnership, County of Contra Costa )Ss. or Individual) On' September 15, 1977 the person(s) whose name(s) is/are signed above for Subdivider and who is/are knwon to me to be the individual(s) and officer(s)' or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. (NOTARIAL SEAL) Sandra M. Miller :rotary Public for said County and State (Subdiv. Agrmt. CCC Std. Form) i LD-9 (Rev 1/77) OFFICIAL M• h1SEAL SANDRA' ILLER 1107A2Y PU@UC—CALUV•Uk �.� CONTRA COSIA COUNTY my Cornni'on iagret:«'7 21.:331 i 11 CORPORATE RESOLUTION TETE UNDERSIGNED, Secretary of the Lemke Construction, Inc. a California corporation, hereby certifies that the following resolution was enacted by the Board of Directors of the Lemke construction, Inc.- a California corporation, on bepE. 12� a 19.77 . - RES©LVED, that this corporation hereby authorizes Richard W.- Jenseits E ec, nee Presid nt to act on its ear, and to execute on its behalf, any and all documents required in the acquisition,. development, and sale or encumbrance 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 Map, Declaration of Restrictions, and Applications for Public Reports from the Department of Real Estate.. The- undersigned-further certifies- that tfie above resolution remains in full force and effect without modification. as of the date hereof stated. Secretary Pat GalTerin {�•� Miciofifined with board order i •6. Bond No. U99 67 52 ' IMPROVE,NE,NT SECURITY BOND Premium: $815.00 FOR SU3C'IVISI0_N- AGREE' E?dT (Performance , Guarantee, and Payment ) (Calif. Government Code §§66499-=60'490 .10 ) 1. OBLIGATION.. LEMKE CONSTRUCTION, INC. , a California corporation , as Principal , and UNITED PACIFIC INSURANCE COMPANY a corporation organized and existing under the lags of t e Sta;.e of and authori--ed to transact surety business in California, as Surety, hereby joi,tl,r and severally bind ourselves , our- heirs , executors, administrators, successors , and assigns .to the CountyY .of Contra Costa, California, to nay it .- (A. Performance & Guarantee ) 44,800.Q0 Forty-four thousand, eight hundred Dollars ($ .) :ror itself or any city-assignee under the Belo:-:-county subdivision zSreemen t, plus (B. Payment) - Forty-five thousand, three hundred Dollars (a 45,300.00 ) to secure the claims to which reference is made in Title 15 eor.mene:nr .i,,h Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREE The Principal has executed an. agreer*ent with the County to install and pay for street , drainage , and other, improvements in Subdivision :umber 4997 as specified in to.he Subdivision Agreement , and to complete said wort, ti:i:-hin the tir.:e specifyed for completion in the Subdivision Agreement , all in accordance with, State and local laws and rulings thereunder in order to _satisfy conditions for filing of the Final Map or Parcel map for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Section 1 . (A) above is such that if the above bounded principal , his or its heirs , executors , administrators , successors or. assigns , shall in all things stand to ara 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 hetime 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 o0ligation shall beco.-me .null and void; otherwise it shall be and remain in fLIll force and effect . As apart of the obligation secured hereby and in addition to the face amount specified therefor , . there shall be included costs and reason- able expenses and fees , including reasonable attorney 's fees , incurred by County (or city assignee ) in successfully enforcing such obliZation, all to be taxed as costs and included in any judgment rendered. B. The condition of this obligation as to Section 1 . (B) •above is such that said Principal and the undersigned a., corporate surety are held firmly bound unto the Count;; of- Contra Costa and all contractors , subcontractors , laborers , material-men and other persons employed in the performance of the aforesaid areement and referred to in t::e aforesaid Civil Code for raterials furnished or labor thereon of any kind, or for 00" -1- Microfilmed with board order t f amounts due under the Unemployment Insurance Act with respect to such work or labor, that said surety will pay. the same in an a.-.ount not exceeding the amount herei.iabove set forth, and also in case suit is brought upon this bond, will pay, ' in addition to the face amount thereof, costs and reasonable expenses and -fees , - including reasonable attorney ' s fees , incurred by County (or city assignee ) in successfully enforcing such obligation , to be awarded and fixed by the court , and to be taxed as costs and to be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons , companies and corporations entitled to file claims under Title 15 (commencing with Section 3082 ) of Part 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 taen • this • obligation shall become null and void, otherwise it shall be and remain in full force and effect . C. TIo alteration of said subdivision a`reement or any plan or specification of said work agreed to by the Principal and the County shall relieve any Surety from liability on this toed ; and cot.,-- sent is hereby giver. to make such alterations without f urt^er notice to or consent by Surety; and the Surety hereby ::aives the p-ovisions of Calif. Civil Code §2819, and holds itself bound ::'.trout retard to and independently of an;* action against Principal whenever taken. SIGNED AND SEALED cn Setember 15, 1977 PRINCIPAL SURETY '!EP1KE CONSTRUCTION INC. ,-a California UNITED PACIrIC INSURANCE COMMPANV' jea rNey in. tic; 1 it • Stateo'i,California )ss . (ACKPIOULEDG►NfESIT BY SURETY) County of Cnntra.„('nsta ) On Sgntember 15_ 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 rte and acknowledged ' to me that tie signed the name of the Corporation as Surety and his/ their own nameTs ) as its Attorneys )-in-Fact . O FWIALSF:AI. , 3.�, NANCY L. CLOWES L NOTARY PUBLIC . CAyFCP.PIIA jlotary Public for County and State r (Rev. 2/76 ,-7' Principal Qtlice in Contra Costa County Nancy L. Cl oWes EBH:b w My Commission Expires May 29.1980 f �— i - 7 ' STATE OF CALIFORNIA ) c COUNTY OF Contra Costa ))) t E O„_ September 15, 1977 before me, the undersigned, a Notary Public in and for 0 c, Rir_har W_ 1pngpn r o said State, personally appeared _—� � ~ known to me to be the Vice President,XXX c —' k1 XtXxdi�X�Xkiif WrX j6*)pf the corporaticn that executed the within instrument, iu < and known to me to be the persons who executed the within NefOOltit or♦ instrument on behalf of the corporation therein named, and aEIUIN"t""It""lmtiiMi"IttianOFFICIAL SEAL �'' �Y• VIOLA M. OLSEN ? o knowledged to me that such corporation executed the within �,� + . •n a'' NOTARY PUBLIC.CALIFORNIA = o instrument pursuant to its by-laws or a resolution of its board COUNTY OF CONTRA COSTA Yr Commission E:Nm lsnnsry 13.1910 EL 0 directors. 1!1!1 R aaf i YWITNESS and nd official se o E - LL Signatu i Microfilmed with board order Viola M. Olsen Name(Typed or Printed) (This area for official notarial seal) _ _.._.� 1 tax Collector's Office - Contra Ems'^'ra `"' County Tnsisunr Tax Cdketvr Costa Alfred Lomeli ssista P.O.Box 631 Ant Trsawnr-Tax Co1Feeto► Court Street Ma Cou__L _ Martinez,California 94553 �fl'i`11/ (415) 372-4122 September 13, 1977 IF THIS TRACT IS NOT FILED BY OCTOBER 31 , 19 77, THIS LETTER IS VOID. This will certify that I have examined the map of the proposed subdivision entitled: Ti .0: NO. 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 1977-78 tax lien, which became a lien on the first day of March, 77, is $ 1.,§oo.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. EDWARD W. LEAL Treasurer - Tax Collector By: Microfilmed with board order Bond No. U996751 BOND AGAINST TAXES Premium: $90.00 KNO'i4ALL MEN BY THESE PRESENTS: THAT LEMKE CONSTRUCTION, INC. ,.-a California Corooratio�_ as principal and (Surety) UNITED PACIFIC INSURANCE COMPANY 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 AND NOl100--- 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 . LEMKESTCTI , INC. California Corp. B .c�7f�c�L •r!�/_ UNTIED RACTFTC TNSIIRANCF COMPANY" Surety B Vi Teale, Attorney in.,-fact ACKNOWLEDGEMENT (By SURETY) State of California ) Microfilmed with board order County of Contra Costa ) County in which acknowledgement is taken On September 15 1977 , before me , Nancy L. Clowes a Notary Public in and for said County and State, personally appeared Vi Teale known to me to be attorney in tact of the cor_ooration that .executed the within instrument and also known to me to be the person_ who 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 resolution of its board of directors . OFFICIAL SEAL NANCY L. CLOWES 9d n adds on to signature type or NOTARY PUBLIC -CALIFORNIA �, . p y print name of notary Princi al Ot!ice in Contra Costa Ccunt ii MY Commission Expires h!ay 19.14a'0 1 NOTARY PUBLIC - "--- - Nancy L. Clowes STATE OF CALIFORNIA ss. c COUNTY OF Contra Costa } o� September 15, 1977 o , before me, the undersigned, a Notary Public in and for 7 W_Richard o .said State, personally appeared -- R � Pt15P1't known to me to be the Vice President,)4h+4q* 0 U a kXd(9( %)t*)Ml*XXt* Re )r of the corporation that executed the within instrument, ,E and known to me to be the persons who executed the within Unantnunammrnnwamm,,tmnmmnunna,r♦ instrument on behalf of the corporation therein named, and ac- •' OFFMC;IAL SEAL X .`- a "ICLA M. OLSEN n executed e w � knowtedged to me that such corporation thithin ��..h NOTARY PUBLIC-CALIFORNIA Y _ ` � CuUlrTY OF CO..TRA COSTA `• G instrument pursuant to its by-laws or a resolution of its board of = y. - W.saRm;:s!ac:nilres Jsntsry 1D,1930 Zi directors. QISiq::22:IaSr?L.2L•I:7II2:S3.'Lau7L•:::37nQIIaanQ� OWITNESS m and d official seal - o E 0 Signature Viola M. Olsen $ lcwriirY aci with board order Name(Typed or Printed) ' (This area.for officio(notarial sal). 00091 i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COLTNTY, STATE OF CALIFORNIA In the natter of Approvai bf the ) Subdivision Agreement ) Subdivision MS 179-76, ) RESOLUTION NO. 77/801 Ilalnut Creek Area. ) The following document was presented for Board. approval this date: 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 $1,250. for Labor and Materials. b. Cash deposit Auditor's Deposit Permit Detail 2?o.02336 , dated 9/26/77 19 in the amount of $500, deposited by: Ralph A. Scott NOW 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 Camino Verde Walnut Creek, CA RESOLUTION NO. • 77/801. 00M , SUBDIVISION AGREEMENT 01) Subdivision: MS 179-76 01) Subdivider: Ralph A. Scott (Government Code §§66462 and 5§66463) 01) Effective Date: SPp rPmhar 97. 1477 (§1) Completion Period: OnP Y ar 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise and agree as follows, concerning t is 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 construction practices and in a manner equal or superior to the requirements of the County Ordinance Code andrulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. t 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. IMPROVEMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $750.00 cash, plus additional security, in the amount of $ 500.00 which together total 'Qne half• of" the estimated�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. B. For Payment: Security in the amount of $1250.00 which is one half of the estimated cost of the work. Such 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 paynent to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. -1- ow Microfilmed with board order 1 ' f: La I r Ifr - S. WARRAVIN. Subdivider warrants that said improvement plans are adequate to t accomplish this work 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 i.tiies 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- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non-- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or depeenom 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 montiments 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. ASSIG.'VMENT. 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- y- N��I� Microfilmed with board- ord- 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to:file and record the Final Map or Parcel Map for said Subdivision. CONTRA COSTA COUNTY UBDIV ER: (see note below) Vernon L. Cline, Public Works Director �C BY �'.� � Cr fl . �� Y - Dep—ty� B(Designate official capacity in the buisiness RECOMMENDED FOR APP.a.T.Ar : Note to Subdivider; (1) Execute acknowledg- ment form below; and if a corporation, affix corporate seal. - By Amgista ublicWo Director 6 (CORPORATE SEAL) FOP-114 APPROVED: JOHN B. CLAUSEN, County Counsel State of Ca}4forn aJJ ) (Acknowledgment by Corporation, Partnership, his [ County of ( )ss. or Individual) On / , the person(s) whose name(s) 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 (NOTAR KRISTINE M.ANDRESEN fi MARY PUBLIC—CALIFORNIA CONTRA COSTA COUNTY ,� MY Cc*rwnsron Exprr. lune 2.14!1 Notary Public for sai County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) Microfi!mz!d with board order ON95 • IN THE BOARD OF SLTPERVISOBS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) the Subdivision Agreement ) RESOLUTION NO. 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 ment; 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 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 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 Louis Machado 310 Vaqueros Ave. Rodeo, CA 94572 RESOLUTION NO. 77/802 00W SUBDIVISION AGREEMENT (§1) Subdivision: r-IS 102-76 (§1) Subdivider: Louis Machado _ de §§66�ib2 d §§66463) (§1) Effective Date: September 27, 1977 (§1) Completion Period: 1 Year Ll i J. R. CLSZON CLERK, BOT`R°lOOsI TLSS DATE. Effective on the above date, the County of Contra Costa, �_hera' called "County", and the above named Subdivider, mutually promise and agree as follows, concerning this 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 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 performarbe. 4. IMPROVEMENT- SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $500.00 • cash, plus additional security, *in the amount of $ 1-.250.00 which together total ane half of: the est-inated_.cost of tr work. Such additional security is presented in the form of: 0 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 whip. , is one half of the estimated cost of t e 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- Microfilmed with board order ON97 S. WARR. YN. Subdivider warrants that said improvement plans are adequate to aQcomplish this work 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) , 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 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 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. 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. ASSIGNMENT. Ifs 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. f 12. RECORD MAP. In consideration hereof, County shall. allow Subdivider , eo file and record the Final Map or Parcel Map for said Subdiv}sion. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, Public Works Director lyob'- outs c a o y .. By Deputy (Designate official capacity in the buisiness RECOMMENDED FOR APPROVAL: Note to Subdivider; (1) Execute acknowledg- meat fora below; and if a corporation, affix corporate seal. By Assists Public Wof -d Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California } (Acknowledgment by Corporation, Partnership, County of )Ss- or Individual) the person(s) whose name(s) is/are signed above for Subdivider and .who is/are knwon to me to be the individual(s) and officer(s), or partner(s) as stated above who signed this instrument, personally appeared before tae and acknowledged to me that he executed it and that the corporation or partnership named above executed it. OFFICIAL ST,1L (NOTARIAL SEAS.} AUSTIN ;F. �_� ;v, JP,. t - il: r•j VOTARY PUBLIC-r.-._:r0k":A I� \��^•�,-�/� C NIRA CCs?'•. L"J:ii•:TY MyComm3ssionExpi-c, ._t.25.:977 ti Notary Public for aid Ceffity and State 185 Parker Ave., Rodeo. CA. 94512 (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) 0099 r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. ��,yj�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 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 365-271-014 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 Pct A Segregated Parcel No. : 365-271-014 Assessee: Davis , Oran W. et al. c/o. Patterson , Forrest E. $ Nyla A. Property Description: Pcl Map 46 Pg 42 Pct B SEA-TON Assistant Assessor Copies to: Assessor (Kettle) Auditor Tax Collector" Page l of 2 RESOLUTION NO- jY603 0010 a � For 'the fiscal years. 1976-77 and 1977=78, in Tax Rate Area 83004, 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 changes nd/or corrections : R. 0. SEA JOHN CLAUSEN, IP9unt Counsel Assistant Assessor t9/23/77 B ty Adopfied by the Board on.._ OCT--4 1977 r Page 2 0 2 RESOLUTION NO. �/8Q3 IN T:.'": BUAF.D OF SUPIERVISCRS OF CONTRA COSTA C0UN-1`Y, STATE OF CALIFuRXIA in the iistter of Changes 7 R✓SOLUTION NO* of the Assessment Roll ) of Contra Costa County ) ) NYMEREAS, the County Assessor having filed with this Board requests for addition of escape assessments; NOW, TIS=ZFORF' 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. )a029WEl 1977-78 Steve Graham Box 84 Leggett, CA 95 .55, Bost - Full Value S623,20U- Acct. ,:-EX0297Y=1 1977-7s Chan Chri sman Thomas Wylie David Mahle 0/0 Thos Wylie Design GP 1924 Willow Ave. Alameda, CA . 94501 Boat - Full Value $20,UUU Acct. #)MONU,U 1977-78 Ydke Gail F. U. Box 215 Pt Richmond, CA 94807 Boat - Full Value $1,000 Acct. 7AXX0296=1 1977-78 Raymond Smith 811 Rosewood Ct. Walnut Creek, CA 94596 Boat - Full Value 4;lU,000 R-. 0. SLA TOIL Assistant Assessor 19/28/77 Copies to: Assessor (firs. Giese) Auditor Tax Collector RESOLUTION NO. Page 1 of 6 For the Fiscal Year 1977-78 Acct. -#CF5859}; 1 1977-?8 Hugh warren Haley P. 0. Box 847 Bethel Island, CA 94511 - Boat Full Value $lU,8u0' Acct. 'CF5961GBE1 :1977-78 Robert E. Cavallero 572 Rutherford Ave. Redwood City, CA 94061 Boat - Full Value $3,�40 Acct. CF6015BLE1 -1977-78 Theodore R. Purcell 316 Sea View Ave. Piedmont, CA 94611 Boat - Full Value SWU Acct. r,'CF6029FSE1 1977-78 Steve Moniz 1010 Seascape Circle Rodeo, CA 94572 . Boat - Full Value $2,160 Acct. ;'CF6135FXE1 1977-78 Jefferey A. Howard 4612 San Pablo Dam Rd. El Sobrante, CA 94803 Boat - Full Value $1,740 Acct. =CF6139FXE1 %1977-78 Ed S. Godwin 4221 Roosevelt Ave. Richmond., CA 9480 Boat - Full Value lu,uUO Acct. -;-CF6432GBE1 1977-78 Alma J. Fletcher 1225 Vienna Dr. 444 Sunnyvale, CA 94806 Boat - Full Value $11,160- Acct. ,FCF6477GBE1 1077-78 Donald Edward Lutz 320 Heavenly Pl. Martinez, CA 94553 Bost - Full Value $lu,8u0 Acct. 7--!r:CF64F6BPE11977..-78 Michael A. Scanlon 868 Tanager Rd. L3:ermore, CA 94550 -cat - Full Value $4,480 R. 0. SEJATON Assistant Assessor ` Page ` 2 of6 :: 143 For the Fiscal Year 1977-78 Acct. #CF6487GBE1 1977-72. Charles Higgins 73 Belshaw St. Antioch, CA 94509 Boat - Full Value $2,140 Acct. rCF6511GAE1 :1977-7$ Keith E. Graves 49 Brasero Lane Walnut Creek, CA 94596 Boat - Full Value $580 Acct. -FI"CF6552ELEl Teddy R. Christian 27941 Pueblo Calle Hayward, CA 94545 Boat - Full Value $1U,940 Acct. rCF6565GAE1 1977-78 Leon C. Lawyer .. : 3280 Diablo Shadow Dr. Walnut Creek, CA 94598 Boat - Full Value $440 Acct. ��;'CF6579GE 1 1977_78 iJ�arcie1 Stevens, et al C/O Delta Lancer Co 1363 Embarcadero Ave. Oaxlend, CA 94606 Boat - Full Value $162000 Acct. ;, CF65$8CFE1 . 1977-78 Robert Arnold Davis, Jr. Thomas Stewart 25u rotrero St. Santa Cruz, CA 9,5060 Boat - Full Value 18,100 Acct. #CF6594GBE1 1977-78 Albert J. Zanutto 1730 Stanton Ave. San Pablo, CA 94806 Boat - Full Value $7s4UU Acct. 7CF6599GBE1 1977-78 Audrey Douglas Belt 1531 Manor Dr. San Pablo, CA 94806 Boat - Full Value $10,200 Acct. #CF6629FME1 Don Ford Mrobile Repair 1977-78 6219 Faith Rome Ceres, CA 94561 Boat - Full Value $2,960 R. C. S�:r: w,Assistant Assessor Page 3 of 6 00404 For the Fiscal Year 1977-78. Acct. ,fCF6666BITE1 1977-78 Steven Robert Ford 4U8 Waverley St. Mlenlo Park, CA 94U25 Boat - Full Value $5,400 Acct. 7iCF67b3CVE1 1977-78 Kenneth Rag- Elliott 615W- 15th St. Antioch, CA 94509 Boat - Full Value $2, 700 Acct. vCF6805CPE1 1977-78 Raymond H. Lennol 206 Usk St. Brentwood, CA 94-51-3 Boat - Full Value $152100 Acct. rCF6942FPTE1 .977--78 Dan George Petersen II Clarence Paul Buist 145 Park P1. Pt Richmond, CA 94807 Boat - Full Value $3,140 A'cat. -CF6964FrE1 1977-78 John Alder Ellsworth 1630 Manor Dr. San Yablo, CA 94806 Boat - Full Value $74u Acct.7- C1, `1977-78 ,Archie Stanley Ross 6U4 Faria' St. Antioch, CA 94509 Boat - Full Value $3,200 Acct. 4CF7051EXE1 1977-7$ Lynn B. Alton 2676 Cedro Ln. Walnut Creek, CA 94598 Boat - Full Value $4,1U0 Acct. #CF7124CAEl 1.977-78 James E. Tucker 112 Hardie Dr. Mo ra ga, CA 94556 Boat - Full Value $800 Acct. #7CF7171ABEl 1977-78 Daniel R. Fisher 1404 Gatewood Ct. I,sartinez, CA 94553 Boat - Full Value $9U0 R EATON Assistant Assessor Page 4 of 6 00 1 ■ For the Fiscal Year 1977-78 Acct. ;;`CF7239FYE1 1977-78 Frank M. Salmons 31 Mt Wilson Way Clayton, CA 94517 Boat - Fall Value $L' UU0 Acct. `CF7307FYE1 .1977-78 Roaney L. Summers 82 Arlington Dr. - - Pittsburg, CA 94565 -- Boat - Full Value $5,400 Acct. TCF7332BNE1 1977-78 Jimmy Wayne Adams 48?4 l:eison Fremont, CA 94538 Boat - Full Value $4,5U0 Acct. 7r'CF7437FVF,1 1977-78 Robert I. Berger 1728 San Pablo Ave. Oakland, CA 94612 Boat - Full Value $2,800 Acct. 7#-wF7462EPE1 1977-78 Michael W. Bennett Joan Bennett 1327 Montego T'78 Walnut Creek, CA 94598 Boat - Fkll Value $1,200 ' Acct. 'CF�481BNE1 1977-70-- B. H. Grimes Harvey Cobb. 331 r. First St. 12 Campbell, C.A. 95008 Boat - Full Value $3,60v Acct. #=CF7542CCE1 1977-78 Warren H. Radford Kirk R. Gibson oll San Diego Rd. Berkeley, CA 94707 Boat - Full Value $31400 Acct. z#CF757OEFEl 1977-78 Robe--t C. Martin 17983 Via Rincon San Lorenzo, CA 94560 Boat - Full Value 840860 Acct. #CF763UEVE1 1977-78 Michael Lee Easley 1169 Riaoda .day C one ord,' CA 94518 Boat - Full Value $3s'(80 Assistant Assessor Page 5 'of 6 M For the Fiscal Year 1977-78 Acct. -CF7645FyE'1 1977-78 Robert Anthony Dias 1595 Lawrence Rd. Danville, CA 94565 Boat Full Vaiue $6,200 - Acct. rCF7843CI-TEl 1977-78 William S. Barnum Leslie Palfrey 2 Bl Caminito Ori.nda, CA 945'3 Boat - Full Value $4,88U, Acct. �CF791oGBFl `1977-78 Barold Morris Whitaker 139 Metairie P1. San Ramon, CA 94583 Boat - Full Value $3,000 Acct. �'CF7997EIl 197.7-78 James Douglas Hoyal 2454 Olive St. Apt. B Martinez, CA 9 .553 Boat - Full Value $1,lv0 Acct. T704DVDD' ME1 1977-78 Pacific States Aviation, Inc. P. 0. Box 5811 Concord, CA 945211, Aircraft - Full::Value $15,100 Acct, r'7327S=l 1977-78 Pacific States Aviation, Inc. P- 0- Box 5811 Concord, CA 94524 Aircraft - Full Value $35,UUU Acct. = 734U3'-00[E1 1977-78 Pacific States Aviation, Inc. F. 0. Box 5811 Concord, CA 94524 Aircraft - Full Value $22,400 Note : Assessees have been notified of these additions and their, right of appeal. R. 0. SEATCN Assistant Assessor OCT 4 1977 Adopted by the Board Sage b of b W� . 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION 'NO. .Y11110, of the Assessment Roll ) 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 California Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the toll 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 ;anotIierr county; therefore, the following assessments should be corrected to zero value. Account - No. Assessee Account Type Z41-112 Theodore R. Purcell, M.D. Boat CF0518CA Ron E. White CF0616FJ Raymond W. Robinson _ CF0623ER Herbert J. Dutra " CF0995FS Pierre F. Pellissier/ Joan Jacobus CF0900ER Andrew P. Wolfe 717-0—. Seaton Assistant Assessor Copies to: Assessor (hors. Giese) Auditor Tax Collector RESOLUTION N0. ����(�`� ' Page 1 of 4 W1hk r Account No. Assessee Account Type CF1447FX Raymond Eichelburger oat CF1779FT Thomas V. Foster t' CF1794FP Oliver D. Archer " CF?170FT James P. Buckner CF2187EU Ulm. Mack Bagley CF2612EB Stephen M. Rice CF2693EB Lon R. Shelton `► CF3187BP William R. Stewart CF3897CE R. D. Gilmore " CF4056GA Judy Brown CF4290AH 1.:elvin Randolph CF5491AM Clifford Rhoads CF5618AE Paul VanDegrift CF5622EX Ray W. Perry CF5759EV Donald G. Walker Tt` . CF6560CY William L. Frury/ Jimmy F. Cooper CF7265FT Walter R. Martin CF8103EU Eugene R. Rembert " CF8629EJ Douglas R. Cambell " CF9138AX Ken Chandler CF9704FD Earl C. Brown CF9958FH 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 CF 0 5 69BN — L. Konkin Boat CF2730AH A. C. Marshall " CF2770FJ Richard A. Ampino CF3178BP Albert F. Vasquez " CF3847CK Chester If. Link " CF6114FS Randell James Peterman EA a Assistant Assessor Page 2 of 4 00"9 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 No. Assessee Account Type 83-682 Ea Rybic i at CF0059AH Richard A. Savage it CF0291GB Eugene Wilson/ Jewell T. Washington CF0362ET Preston Jiannalone - CF0700CtV J. H. Burns CF1055AH Robert A. Manning CF1217BY Frank Baughman CF1354FE Douglas S. Krause CF1717FP Robert M. Shead " CF1951AII Frank Delorefice CF2212AN Richard Hanlien CF2768EE Clifford M. Mays CF2955CG William R. Caples At CF3209BC James B. Beck CF3213AL Glenn R. Holly CF3665BM Charles W. Corbitt " - CF3856EL William P. Walker CF3952FH William H. Davis CF4148CP Richard James Roof " CF4237EZ Larry Keit Southwick " CF4552EU Osmund 0. Barnett CF4584CF Vernon L. Lynch " CF4653CZ Frank M. Stanton CF4707FB R. F. Morgan CF4721AK Olaf Andersen " CF5072FF John Ritchie " CF5077EX David R. Wiechmann " CF5103FM Warren May CF5139BS John Thomson " CF5171CZ Douglas Fielding CF5208FX Robert D. Capell " CF5246LB Blommer Enterprise CF5252FT William R. Vavrich CF5512GA Judson E. Holland/ " Edel M. Holland CF5521FA Bruce L. Brown CF5548LB Robert M. Jordan CF5724EX Eberneza Benjamin Gaines CF5774AG James A. Moscato CF5873AM John Cox CF5890011 Victor A. Jonke CF8795BY Russell W. Glynn, Jr. CF9823FB Lawrence Gall " 299JS Navajo Aviation, Inc. Aircraft 3616R Allen J. Allie, M.D./ - Donald R. Dodd 560SF Pacific States Aviation " 6699G Graham Flying Service 6197Q R. C. Chiappone " 7324Q General Air Services, Inca " 7914E Tom Lister " EJON Assistant Assessor Page 3 of 4 #1!1.10 _1 Because of damages incurred prior to the lien date, the following boats are worth less than 400; therefore, these assessments should be corrected to zero value. ACCOUNT NO. ASSESSES ACCOUNT TYPE 236-?66T oil mas A. Grundy oat CF4974AJ Lesvis H. Freeman CF5981EP I3oward L. Jensen CF7735AF Danny Niel Dutey ot , CF8564EZ Jack Deli Spencer " CF9714FB77 'Wendell Elric Thompson I hereby consent to the above - change nd/or corrections . R. 0. SEATO Assistant Assessor JOH CL A E Counsel T9/.26/77 i epu q Adopted by the Board on- _ OCT -- 1977 Page 4 of 4 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the As.ses'sment Roll ) RESOLUTION NO. '7t// 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 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. F 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 following assessed values as escape assessments: Land $12 ,500; Improvements18 ,375; for a total assessed value of $30, 875 .. Assessee has been notified. I hereby consent to the above changes and/or corrections : 0. JOHN B �LAUSEN, County Counsel Assistant Assessor t9/27/7.7 By De y Copies to: Assessor (Kettle) Auditor Tax Collector OCT 4 -1977 Adopted by the Board on- Page 1 of 1 RESOLUTION N0. 00112 1 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. 1 /?Q ' 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 highervaluation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831. 5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; FURTHER, in accordance with Section 49.85(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 assessees reported 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. 0. SBATON, Ass1t. Assessor t9/26/77 cc: Assessor (Giese, 920 Main St.) Auditor Tax Collector RESOLUTION NO. 7//�D Page 1 of 3 "113 For the Fiscal Year 1977-78 roll should be. corrected; and in accordance with Sections 4986 and 5096, the .assess.ee 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 30days 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 . 77/7051, dated August .23, 1977, item number 8, page 3 of 8, incorrect account number wa.s_ 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. 'Imp rovements - -014 -U-. 02.35.55-E106. _ -0- 023555-E126 -0- 023555-E130 -0-- 023555-E132 -Q- Account No. 020.7.30-0000.,. 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. 41 '`V Rev i J Gave!—Newell rCet. Pets Proy 4 520 F.V. Bus y ua R. 0. SEATON, Ass ' t. Assessor Page 2 of 3 00114 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. 091190-00002 . Lawrence C. Murphy is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to shots 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 as.sessment..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 d/or corrections:- R. 0. SEATON, .Ass' t. Assessor JOHN CLAUSEN, o ounsel By De Adopted by the Board on._ OCT T 4 1977 Page. 3 of 3. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of .the Assessment Roll ) RESOLUTION NO. 'r7/8Dg 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 498S (a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost , redemption penalty, interest, or redemption fee, heretofore or hereafter attached due to such 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 080072 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 R. 0. SEATON Assistant Assessor Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION N0. VU Greater Richmond Comm. Dev. Corp. Therefore, in order to correct this error, Parcel No. 540--09.2-014-5, 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 $6 ,325 _ No taxes are due on Parcel No. S40-092-OI5-2 , inasmuch' as said parcel is nontaxable. Parcel Number: 540-092-016-0 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 3 0 Assesseeshave been notified: I hereby consent to the above change r corrections : . SEA ON J0andUl,' CLAEN o Counsel Assistant Assessor /��17i-� puty Adopted by the Board on..._OeZA-4977_�_ Page 2 of 2 RESOLUTION N0. �ff� 1 17 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) q of Contra Costa County ) RESOLUTION NO:: '/glgo / WHEIff iS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOVI, TR✓R EF ORE, 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, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be canceled upon the showing that payment of the corrected or additional amount was made within 30 days from the date the 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 Number Tax Rate Area Allow Assessee 098-072-020.5 79049 $1400 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. R. 0. SEATON, Assis ant Assessor t/9-20--?? Copy to: Assessor .(Mrs. Rodgers) Assessor (Yrs. Hendrix) Auditor Tax Collector Page 1 of 2 RESOLUTION NO.�h/c117 Q 4018 . Parcel Number Tax Rate Area Allow Assessee 147-261-011-0 02031 �1400 Selg, George E. & Mary Jo 151;-252-018-2 1205211100 Davidson, Pauline Irene c/o Pauline Murawski Ori Boat No. XX 0300, Parcel No. 561-050-001-8, Tax Rate Area 08001, Mike Gail should be allowed a homeowner's exemption of $2000 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 175-291-001-6 9 031 1750 ear, Donald S. & Michiyo 1911-152-006-4 66059 T1750 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 07b-140-009-8 0 1 $1750 Freitas, William F. & Jane E. 116-2-13-036-1 02002 1750 Morris, Lester N. & Maria D. C. 130-160-054-8 02002 1750 Casselberry, Robert & Patricia 538-012-001.4.-7 08001 T1750 Atchison Village Mutual Homes c/o Haley, Louise On Boat No. 513-1196, Parcel No. 032-201-038-0, Tax Rate Area 820414., Walter C. Bayley should be allowed a homeowner's exemption of $1s750• FURTHER, on Account No. 006360-0000, Parcel No. 096-016-008-3 , Tax Rate Area 79031, 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 $445 and allowed in the amount of $1160. I hereby consent to the above changes d/or corrections: R. 0. SEATON, Assistant Assessor JOHN CLAUS-N, un t ounsel OCT 4 1977 B Adopted by the Board on-----------___..__..........,�,, y Page 2 of 2 RESOLUTION N0. 001 19 IN THE BOARD OF SUPERVISORS; OF - CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes } of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. '��/$�� 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 197778 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, 10% penalty on net tangibles for failure to file within the time required by law .per Section 463.: Action Photo Service Acct. #00.0505-E001 Pers -Prop $ 19, 600 .F.V. Edward & Margaret Bens.tein - Acct. #010555-E000. . Pers Prop $ 10,.780 F.V. Bus Inv Ex 1,250 A.V. 10% Penalty 578 F.V. Joseph W. Bone Acct. #013679-E000 Pers Prop $ 400. -.F.V. 10% Penalty 40 :F.V. Richard A. Gierak .- Acct. #050241-E00.0 Pers Prop $ 500 F.V. 10% .Penalty 50 .F.V. Jess Gonzales - Acct. #051855-E000 P. S. Imps $ 160 -.F.V. Pers Prop 920 .F.V. 10% Penalty. 108 F.V. Harry Long - Acct. #077091-E000- Pers Prop $ 360 F..V. 10% Penalty 36 F.V. Assessees have been notified. 01 R. 0. SEATON, Assl,t. ,-Assessor -t9/19/77 - cc: G. Giese-Assessor Auditor Tax Collector RESOLUTION NO. '��J/��Q Page 1 of 4 001420 For the Fiscal Year 1977-78 Clarence A. Lord - Acct. #07.7410-E001 Pers. Prop $ 800 F.V. 10%: Penalty 80 F.V. Sharon Rouse - Acct. #097970-E000 Pers Prop $ 980. F.V. Bus Inv Ex 12 A.V. Sun Valley Lumber Co. - Acct. #125820-S000. Imps '$114,300 F.V. = TRIP Data Systems , Div. TRW Inc. Pers Prop $ 2,480 F.V. - Assessees have been notified. Alpha Leasing Associates Ltd. - Acct. 00.244-1-E000. : Pers Prop $ 7,340 F.V. Wallace . C. Brooks - Acct. #016080-EOOO. Pers Prop $ 4,080 F..V. Robert Bucci - Acct. #017085-E00O_ Pers Prop $ 640 F.V. 10% Penalty 64. F.V. Jack $ Toshiko Crook Donald E: & June .Lee Acct. #0301.15-E000. Pers Prop $ 2, 520. :F.V. Bus 'Inv Ex 47 A.V. 10% Penalty 233 F.V. Danville Florist Inc. - Acct.. #031580-EO02 P S Imps $ 2,300 F.V. Pers Prop 3,160 .F.V. Bus Inv Ex 127 A.V. Fir-Fed Service Corp. - Acct. #043801-E000. Pers Prop $ 42 380 .F.V. Fir-Fed Service Corp. - Acct. 043801-BOOI Pers Prop $ 4,.380 F.V. Arthur -Friedman - Acct. #046981-E00.0 . P S Imps $ 1,020 .F.V. Pers Prop 13,01.5 F.V. Bus Inv Ex 13,590 A.V. Goodyear. Tire $ Rubber Co. - Acct. #052150-'BOOZ Pers Prop $. 52, 250 .F.V. Bus Inv Ex 6,530 A.V. R. Hammons & S. Palmer - Acct. #055655-E000. . Pers Prop $ 7,000 F.V. Bus Inv Ex 870 A.V. 10% Penalty 352 F.V. Patrick B. Harpole, MD - Acct. #056597-E00.0 . Pers Prop $ 3,190 F.V. Assessees have submitted signed business property_statements. R. 0. SEATON, Asst. Assessor Page 2 of 4 0021 For the Fiscal Year 1977-78 D. G. Hume Co. - Acct. #06.2551-E000. Pers Prop- $ 400, -F.V. Paul B. Menges, DDS Acct. #086069-E000 .Pers Prop $ 2,673 F.V. Milne Truck Lines -. Acct. #08-76.35-E000 Pers Prop $ 3, 723 F.V. TRW Investment Co. , .Inc. - Acct. #126669-E000. P. S. Imps $ 1,920 F.V. Pers Prop 42,264 F.V. Bus Inv Ex 235 A.V. 10% Penalty 4,324 F.V. Title Insurance F Trust Co. - Acct. #1300.60�E007 P. S. Imps $ 4,.8,80 F.V. Thomas D. Trapanese - Acct. #13101.0-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. #133865-E000- Pers Prop $ 750 F.V. Harold B. F Patricia B. Van Horn - Acc.t. #1339.23-E000. P S Imps $ 1,287 F.V. Pers Prop 5,053 TN. Bus -Inv Ex 149 A.V. Janice Walters - Acct. #136940-0000 Pers Prop $ .. 3,000 F.V. Robert Lee_ Webster, - Acct. #.138059-E000 . P S Imps $ 9,450 F.V. Pers Prop 6,080 F.V. Bus -Inv 'Ex 590 'A.V. 10% Penalty 1,317 F.V. Percy L. Woods Acct. #142857-E000 ' Pers Prop $ 12000. F.V. 10 a Penalty 100. :F.V. Don Young Ford, Inc. - Acct. #143970-S000• , Pers Prop $ 13,040 'F.V Bus Inv Ex 830 A.V. 10% Penalty 972 F.V. 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 'nave entered upon the roll had the property been reported R. A Q , Ass t. Assessor Page 3 of 4. I For the Fiscal Year 1977-78 accurately; therefore, that portion of the property not reported . should be assessed as. escaped assessment pursuant to Section 531.4 of: the Revenue 'and . Taxation Code; and interest on taxes thereon should be added in accordance with Section 506: Trendata Corporation - Acct. #131265-SOOO. Pers Prop $ 6, 780 F.V. Trendata Corporation - Acct . #131265-E001 Pers Prop $ 3,020 .F.V. Trendata Corporation - Acct. #131265-E002 Pers Prop $ 4, 560 F.V. Assessee has submitted signed business property statement.` R. 0. SEATON, Asst. Assessor Adopted by the Board 7. Page 4 of 4 �y IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes - of hanges of the Assessment Roll ) RESOLUTION NO. 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 Assessors 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 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 RateArea 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 (Kettle) Auditor Tax Collector - Page 1 of. 2 RESOLUTION NO. `r"//BII 0012 a Parcel No. 073-190-005-6 Assessed Value FROM TO R&T" Sect"i`on Land $89 ,400 = 85, 750 4831 Improvements -0= x12 ,375 4831 ; 531 Total 8 ,400 393 ,.125 Asses-see 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-E0005. I hereby' consent to the above changes and/or corrections : R. 0. SEATON JOHN ./CLAUSEN, unt • Counsel Assistant Assessor ' ty OCT 4 1977 Adopted by the Bodrd on-- -----.�._ ............: ia Page, 2 of '`2 RESOLUTION NO. %/y 00125 IN .THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. � /�f� 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 & 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,.710 531 10% Penalty 271 463 ; 531 Assessee has been notified. R. 0. SEATON Assistant Assessor Copies to: Assessor (Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION N0. 00126 w age 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_' 145-141-0.22-7 ,. assessed to George F. F 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 of. Property Escape RFT .Section - Personal Property $SO 531 . 10% Penalty 5 463; 531 Assessee has been notified. In Tax Rate. Area 12012,. Parcel No. 149-110-032-5-, assessed to James A. F 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 $5 pursuant to Section' 463 of the Revenue and Taxation Code was also incorrectlyapplied 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 eiror. The assesseetimely 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 'of Property Escape RFT Section Personal Property $190 4831; 531 I hereby consent to the above changes and/or corrections : R. 0. SEATON JOHN B. LAUSEN, County Counsel Assistant Assessor By �uty Adopted by the 66rfd on.__._O C T 4_.__7977 - - ---f.� f Page 2 of 2 RESOLUTION NO. 7 a IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. ��/��� 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 506 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, redemptifn 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 doll or abstract record. R. 0. SE TON Assistant Assessor . t9/26/77 Copies to: Assessor -(Kettle) Auditor Tax Collector Page l .of 3 RESOLUTION NO. "I���/,3' 00128 • I 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 $S4S 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 $22 ,750. In Tax Rate Area 60007 , Parcel No . 011--170-011-8 , assessed to Martin M. Jr. & Jean H. Enos , has erroneously not been' assessed with Personal Property value and penalty for late filing, due to error in enrolling personal property assessment on an incorrect parcel. Therefore, this assessment should be corrected as follows : Assessed Value FROM TO R$T Section Land $651000 $6S ,000 . (no change) Improvements 5,000 5,000 (no change) Personal Property -0-_ 22 ,385 4831 ;. 531 10% Penalty* =0- 2 ,235 4831 ; 463 Total $70,000 94,620 Assessee has been notified. In Tax Rate Area 86006 , Parcel' No. 073-210-.020-1 , assessed to United States Steel Corp. , has been erroneously assessed with incorrect Improvement value, Personal Property value and Business Inventory Exemption, due to error in not entering a portion of the real property value to the roll and in misclassifying business supplies as inventory. Therefore , this assessment should be cor- rected as follows: Assessed Value FROM TO R$T Section Land $ 694 ,740 $ 694,740 (no change) Improvements 31,879 ,055 32 ,425,40S 4831 Personal Property 157212,800 151,232 ,425 4831 Business Inv. Ex. 7 ,140,692 7,'126','938 531 .'5 ; 506 Net Taxable $402645 ,903 $41,225 ,632' Assessee has been notified. A01 R. 0. SEATON Assistant Assessor Page 2 of 3 RESOLUTION N0. H 00129- In Tax Rate' Area 02017,- Parcel No. 159=060-037-31, 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 alueFROM TO R&T Section Land $11 ,905 $11 ,905 (no change) Improvements -0- 2= 6.20 4831; 53I - Total fiff,905 J1431525 Assessee has been notified. I hereby consent to the 'above changes d/or corrections : R. 0. SEATON JOHN CLAUSEN, un Counsel Assistant Assessor t9/26/77 B" e ty Adopted by ih-.-Co_.-d on.. OCT Q 1077 Page 3 of 3. RESOLUTION NO. IN THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION NO. by Public Agencies ) WHEREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1977-7$ C014TRA COSTA COUPITY (Cont) CONTRA COSTA COUNTY (cont) 110-ibi-017-1, 2002 All 357-171-006-4 62037 All 110-i4l-019-7 2002 All 365-010-002-1 76003 Por 125-071-033-3 79063 All 373-101-005-8 5001 All 125-071-004-1 79063 _411 STATE OF CALIFORNIA 125-071-001-7 79063 All 199-010-011-5 66051 All 325-072-001-6 79063 Por EAST BAY REGIONAL PARK 125-072-002-4 79063 For 373-022-005-4 5001 All 138-080-019-1 79144 For RICMIOND REDEVELOPMENT AGENCY 162-263-003-h 76004 Por 538-210-001-7 8007 All 172-020-019-3 98010 All 172-020-029-1 98010 For 172-120-030-9 98010 Por 172-130-0117-2 98010 - ?or 172-140-012-3 .98010 For Page 1 of 2 041411 <.f IN THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COU2dTY, STATE OF CALIFORNIA In the Matter of Cancellation of } Tax Liens on Property Acquired ) RESOLUTION NO. /71/P Py Public Agencies ) _ AREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1977-78 CITY OF A14TTOCH PITTSBUDG F�DEVELOP.�^?T -AGENCY (Cont) 065-1.72-02h-5 1007 Por 085-118-023-2 7025 All 065-172-025-2 1007 Por 085-119-001-7 7025 All PITTSBURG REDEVELOPMENT AGENCY 085-119-002-5 7025 All 085-082-00L-L 7026 All 085-119-005-8 7025 All - o85-082-005-1 702E Ail 085-119-007-4 7025 All 085-085-018-h 702E All 085-119-011-6 7025 All - . 085-118-003-4 7025 All 085-119-022-3 7025 All 085-118-004-2 7025 411. CITY OF CONCORD 085-118-nos-9 7025 All 112-138-002-h 2014 Por 085-118-006-7 7025 All 133-454-001-8 2002 All 085-118-008-3 7025 All 133-481-002-3 2002 All o85-118-oo9-i 7025 All CONTRA COSTA COUNTY 085-118-010-9 7025 All 016-040-001-6 58015 Alla 085-138-011-7 7025 All 018-130-003-9 58001 Por A. DONALD FUNK, County Auditor-controller By: (Tax Cancel= : Order) (R&T S4986(b) ) County Auditor 1 County Tax Collector 2' (Redemption) 01" (Secured) OCT Adopted by the Board on__. _41977 -__ .• Page 2 of 2 1iJi�r�'{ !\liCl)?]��nJ1J�1 ITi�_iJ; j�.t'1T-11w�T1 1tim Tt_t�.fllii.•a;.-ift : f1:... •. TO CLERI, BOARD OF at oClock wrrraVISORS Contra Costa County Records J., R. OLSSON, Coun tar recorder Fee official BOARD OF SUPERVISORS, CONTRA COSTA ,COLRITY, CALIFORI;IA In the Matter of Accepting and Giving ) RESOLUTIOi li _ _..._ a. -.�_ _ .... ti. _r•.L _ i. .r.. .J t._. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending Board Resolution No. 77/560 ) Establishing Rates to be Paid } RESOLUTION NO. 77/816 to Child Care Institutions ) ) WHEREAS this Board on July 12, 1977, adopted Resolution No. 77/560 establishing rates to be paid to child care institutions for the Fiscal Year 1977-78; and WHEREAS the Board has also been advised that certain changes should be made to the approved list; NOW, THEREFORE, BE IT BY THE -BOARD RESOLVED that Resolution No. 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 Change the rate of specialized foster homes and small family group homes: High Sierra/South Lake Tahoe 600 644 Change the rate of day treatment facilities to become effective October 1 , 1977: 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 mh IN THE BOARD OF S[IPERVISORS OF CONTRA COSTA COU\'TY, STATE OF CALIFORNIA In the Matter of Completion ) RESOLUTION NO. 77/817 of improvements, ) Subdivision 4444, Walnut Creek � area. ) The Public Works Director has notified this Board that im_arovements have been completed in Subdivision 4444, Walnut Creek area, as provided in agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal' period for filing of liens in case of action under said Subdivision Agreement Subdivision Date of_AUeement 4444 September 2, 1975 = (Fireman's Fund American- Insurance Companies SC 6275943) BE IT FURTHER RESOLVED that the $500 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 cfl C-3 a� - v 0 U D: O Originating_Department: Public Works Land Development Division ' cc: Public Works Director-Maintenance Recorder Public Works Director-LD Charles P. Hamilton 1095 Nit. View Blvd. (Subdivider) Walnut Creek, CA Gene'Crowel l 272 Castle Crest Rd. (]0 Walnut Creek, CA W� RESOLUTION NO. 77/817 J ul llECO?,fin R 7,l l f i- 1 ..���lTi il'w�T! Alp TiL'(ll i�:a:•T• It w lT:.. •.i ' V. TO CLERK BOAUD OF at o ' clock: Jf. SUPERVISORS Contra Costa County Record., J. R. OLSSM , County Recorder Fee S Official BOARD OF SUPERVISORS, CONTRA COSTA COU11 Y, CALIFOR'LlIA In the Matter of Accepting and Giving RESOLUTIO : OF ACCr?L ICE Notice of Completion of Contract with and NOTICE OF CO PLET10N Mountain Construction,- Inc. (C.C. A 6§3086, 3093) - Project No 5301C-4409-661-77 RESOLUTIOi: 110. 771818 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on August 29, 1977 contracted •tiri.th Mountain Construction, Inc. P. •0. Box 116 San Ramon California name and !address of Contractor) for installation of 74 linear feet of 15-inch .diameter'reinforced_concrete nine acrncc San Ramon Valley Boulevard at Sta. 255+75 in the San Ramon area_ ProiPct Un- 5301C-4409-661-77 as as _ by • hame o1 Bonding Company ' • The Publi n :•lork:s Director reports that said %:ork: has been inspected and complies with the approved plans, special provisions, and* standard specifications, and recommends it.s 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 Couaty* Recorder a copy of this Resolution grid Notice as a Notice of Completion for -said contract. PASSED A!-;FD ADOPTED 0111 October 4, 1977 CERTIFI CATI OII and -VERIFICATION I certify that the foregoing is a true and correct copy of a resolu— tion and accep tw'gce duly adopted and entered on the minutes of -::pis Board' s =eeting on the above date. I decl=. a under penrl;:y of perjury that the foregoing is true and correct. Dated : J . R. OLSSO;:, County Clerk. & at I•Iartina=, California ex officio Cler): of the Board By' ' 67 pzl= CPU Originator: Public Works Department, Construction DT•vision cc: Recore a ru ralurli Contractor Auditor. 0� 3U` ' Public 1;'ork:s . A E,64 4-:AQ ;&t= TIE S01.11T•J OH 3:0. 77/818 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter ofj ) Abandoning the Drainage Casement } and Slope Easement Subdivision. ) RESOLUTION N0. 77/819 MS 11-77 ) Dater October 4, 1977 Alamo Area. ) Resolution & Notice ofIntention 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 "A" and "B" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present October 4, 1977. Originating Department: Public Works (Land Development) cc: Contra Costa County Water District Stege Sanitary District of C. C. C. East Bay Municipal Utility District Oakley County Water District San Pablo Sanitary District Director of Planning Public Works Director Draftsman (4) Roy L. Towers Vice President, ELBACO, INC. P. 0. Box 415 Danville, California Pacific Gas & Electric Co . , Oakland Pacific Telephone Co. , Oakland Thomas Brothers Traps County Counsel ' • County- Auditor-Controller ..0013'7 RESOLUTION 110. 77/819 EXHIBIT"A" The easements for constructing and maintaining a roadway embankment described as PARCEL THREE and PARCEL FOUR in the deed from Roundhill Enterprises to. E Contra Costa County, a political subdivision of the State of California, recorded October 18, 1976 in Book 3056 of Official records at page 318, Records of said County, more particularly described as follows: PARCEL THREE Beginning on the northwesterly line of Subdivision 4.041 at the most westerly corner of Lot 1 as said Lot 1 is shown .on the map filed November 25, 1970 in Book 134 of flaps at page 7 , 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 (8056 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" !lest, 10.54 feet to the northwesterly line of said- PARCEL ONE, as said PARCEL ONE $ is described in the deed to Roundhill Enterprises, a corporation, recorded December 2, 1970 in Book 6256 of Official Records at page 541 , Records of said County; thence, along said northwesterly line, and its northeasterly J prolongation, North 50° 12' 43" East, 71 .73 feet; thence South 39° 47' 12" East 15.00 feet; thence, South 210 12' 43" 'nest 60.00 feet; thence, South 400 35' 45" East 62.28 feet to the point of beginning. PARCEL FOUR Beginning on said southeasterly line of PARCEL ONE of Roundhill Enterprises parcel (6266 OR 541 ) at the most southerly corner of said Contra Costa County f PARCEL ONE.-(8056 OR 313) , thence from said point of beginning along said t southeasterly line South 570 55' 44" nest, 10.00 feet; thence North 62° 49' 36" West 104.61 feet to said northwesterly line of PARCEL ONE of Roundhill Enterprises parcel (6266 OR 541 ); thence, along said northwesterly line North 500 12' 43" East 35.00 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 45° 29' 42" East 13.54 feet; thence, southeasterly along a tangent curve, having a radius of 559.00 feet concave to the northeast through a central angle of 8° 27' 97", an f arc distance of 82.46 feet to the point of beginning. r . y i 0013 n 't EXHIBIT 1113" The r _ J - The Offer of Dedication to Contra Costa county of an easement for storm, flood and surface water drainage, including construction, access or nainte 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 2082, Records of Contra Costa County, t California, more particularly described as follows: Portion of Section 7, Township 1 South, range 1 West, Mount Diablo Base and Meridian, described as follows: Commencing on the northwest line of the parcel of land described in the deed to Elbaco 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 360 03' 11 " East, through a central; angle of 00 11 ' 45" an arc distance of 2.15 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" IJest, through a central angle of 850 45' 5411, an arc distance of 29.94 feet; thence, South 31° 37' 20" 'Jest, 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" West, A 10 feet; thence, Borth 53° 22' 40" West, 112.74 feet; thence, North 310 37' 20" East, 10 feet to a point which bears North 580 22' 40" West from the point of beginning; thence, South 580 22' 40" East, 112.74 -feet to the point of ` beginning. i f .Q oft gip. ll tX7 . i In the Board of Supervisors of Contra Costa County, State of California In the Matter of _ ) Compensation and Benefit Adjustments ) for Certain Offices and Employees ) RESOLUTION 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 Administrator 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, III. 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 RESOLUTION NO. 77/820- 001 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Policy )' 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 Administrator. 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 allowed a fee of ten 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. Excess Mileage. Funeral directors who are reasonably required to travel more 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 14, 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 Matter of completion } of improvements, Land .Use ) Permit-475-72, ) RESOLUTION NO. 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 Fireman's Fund Insurance Company SC-6256741 BE IT FURTHER RESOLVED that the $500 rash deposit as surety� p y (Auditor's Deposit Permit Detail No. "105171 dated January 23, 1973 be RETAIIM, for one year pursuant to the requirements of the Road Improvement ►`- Agreement. _rn �.. IT IS FURTHER ORDERED that the WIDENING OF SAN RAMON VALLEY BOULEVARD ,-� is ACCEPTED as a County Road; the right of way was conveyed by separate �-- instrument, recorded on January 21, 1974, in Volume 7138 of Official C-3 Records of. Contra Costa County, State of California on page 521. O b ' O v m PASSED by the Board -on October 4, 1977. f } Originating'Department: Public Works Land Development Division cc: Recorder Public Works Director Planning Director" _ Mrs. K. Forsyth 1925 San Ramon Valley Blvd. San Ramon, CA RESOLUTIO1, NO, 77/822 09141` IN THE BOARD OF SUPERVISORS OF ' CONTRA COSTA COUNTY, STATE OF CALIFORNIA a In the Matter of Approval of ) RESOLUTION NO. 77/823 the Final Map of ) Subdivision 494S, ) Alamo Area. ) The following documents were presented for Board, approval this date: The Final reap 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 guars-itee 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 $500, deposited by : Vern S. Ryan. Letter from the County Tax Collector statang 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 2565 Stone Valley Rd.. Danville, CA 94526. Tax Collector RESOLUTION.NO. 77/8 23 4d42 ' GREEMENT (§1) Subdivision: 4945 (91) Subdivider: Vern-S.-Ryan v ie o e §§66462 _ d §§66463} (§1) Effective Date: gp�rpm 0 1 / I;`ii (§1) Completion Period:. one vear'. J. R. OLSSON CLERK BOARD OF SUPERVISORS TRA COSTA CO. Bv- - CO u 1. PARTIES- & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise and agree as follows, concerning ttids subdivision: 2. IMPROVFNENTS. 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. GUARANTEESubdivider guarantees that, the work is and will be free from detects 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. IMPROVEMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $ 500.00 cash, plus additional security, in the amount of $�$ �p_��c�.hich together total the estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check 2g 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 o-. any unsatisfactory performance. Upon completion or the- Work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. ]For Payment: Security in the amount of S 29,100.00_, which is the estimated cost of the work. Such security is presented in the fora of: (:] Cash, certified check, or cashier's check $,Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or Burnishing labor or materials to them or to tiie Subdivider. -1- 00143 Microfilmed with board order S. WARRANTY. Subdivider warrants that said improvement plans are adequate to ac omplish this work as promised in Section 2; and if, at any time befors .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. INDEMITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabili—'—ites 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- ceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered. by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer', agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this sectidn is not conditioned or dependent on whether 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 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 iri 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. ASSIG-v"IEN'T. If, before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing•them. -2- 00144 ' i 12. RECORD'MP. In consideration hereof, County shall allow Subdivider to- file and record the Final Map or Parcel Map for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see -note below) Vernon L. Cline, Public Works Director: / Vern S. Ryan BY t tY 8Y Dep y (Designate official capacity in the buisines� RECOi`MENDED FORAPPROVAL: _ Dote to Subdivider; (1) Execute acknowledg- ment form below; and: if a corporation, affix corporate seal. By sist n6 Publics s Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel is �c �: �; .. •'k t � � � is � is :: � .': � � k :Y � d: � ?: � * � s: :E �. :E � ':" do is f. aL' �: :c ': � :c ': :; State of California ) (Acknowledgment by Corporation, Partnership, County of tin 4---ce �s]/� . )ss- or Individual) On 22, M77 the person(s) whose name(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 me- and acknowledged to me that he executed it and that the corporation or partnership named above executed it. ilINNNINgIINNNpN_INNININ / � // Sr�TiS—_/_7��/t3�^ (NOTARIAL OFFICI_AL SEAL l mr BARBA^A L. PETERSON - `a NOTARY PUB!.IC CALIFORMA Principal Oftire in Contra Costa CcJIty; ;Notary Public for said County and State My Comma-on Expires M1iily 22.U3�J �nmlNNNnNNnulr.��nlraunNnwunlNNii (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) 1 12. RECORD'MP. ' In consideration hereof, County shall allow Subdivider to- file and record the Final Map or Parcel Map for said Subdivision._ CONTRA COSTA COUNTY SUBDIVIDER: (see •note below) Vernon L. Cline, Public Works Director.: /���c�� ✓ Vern S. Ryan Cl BY < < V BY 4 )ay Dep y (Designate official capacity in the buisines; RECO�L`fENDED FOR ROVAL: [vtote to Subdivider; (1) Execute acknowledg- ment form below; and if a corporation, affix corporate seal. By sist nPublic W r s Director ' (CORPORATE SEAL) FORM APPROVED: JOILN B. CLAUSEN, County Counsel is �c is i; .. •k � :e � � 3c � f ': � :t: � � :Y f: �: � ?: � * � s: :F 's: t � �: 4: :f: 'f•. � �: �: -'c ?: •:; :c i � x State of California ) (Acknowledgment by Corporation, Partnership, County of 11-0 �Sf )ss. or Individual) On Se-Ad, 2, /�/`7 the person(s) whose name(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 me and acknowledged to cue that he executed it and that the corporation or partnership named above executed it. iuuuf��N�/�Iq�gM��L1Hl��NN/O�� •r� O Y���-��, � (NOTARIAL ^ OFFICI-AL SEAL�p,��� 5 BARBA^A L. PETERSON NOTARY PUS!.tC CALIFORN44 C Principe)Office in Contra Costa Crusty Notary Public for said County and State tdy Conm:si-3n Expires M.1y 22.1S30 iianu�um�n�nnurrx�na:aunuuteuvi�u�iti (Subdiv. Agrnt. CCC Std. Form) LD-9 (Rev 1/77) 0145 . R EXECUTED IN 2 COPIES _ . Bond No. 04-346-2552473 Premium: $873.00 IMPROVEMENT SECURITY BOND FOR SUBDIVISION AGREEMENT (Performance , Guarantee, and Payment ) (Calif. Government Code §§66499-661199 .10 ) 1 . OBLIGATION. Vern S. Ryan as Principal , and American Fidelity Fire Insurance Company a corporation organized and existing; under the .lac-rs of the State of New York and authorized to transact surety business in California, as Surety, hereby jointly and severally bind ourselves , our heirs , executors, administrators , successors, and assigns to the County of Contra Costa, California, to nay it : (A. Performance & Guarantee ) TWENTY-EIGHT THOUSAND SIX HUNDRED AND NO/100*** *********************** Dollars ( $ 28,600.00*******)'' for itself or any city-assignee uncUer the below-county subdivision agreement, plus (B. Payment ) TWENTY-NINE THOUSAND ONE HUNDRED AND NO/100********* Dollars $ 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 I-lumber 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 Map for said Subdivision. 3 . CONDITION. A. The condition of this obligation as to Section 1. (A) above Js 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, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect . As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reason- able expenses and fees , including; reasonable attorney 's fees , incurred by County (or city assignee ) in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. B. The condition of this obligation as to Section 1. (B) above . is such that •said 'P rincipal and the undersigned as corporate surety are held firmly bound unto the*,;County of' Contra Coota and all contractors , subcontractors, laborers "'inaterialrnen and other persons employed in the performance- of. the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished or labor thereon of 'any kind, or for -1- iv►tcrotilmeu with board orde} 0146 `r r � N STATE OF CALIFORNIA, ss. COUNTY Of Alameda ON �Scalatember 22 , 19 77—, before me, the undersigned, a Notary Public in and for said State, personally appeared Vern S. Ryan known to me, �— to be the person—whose name_ 1S subscribed to the within Instrument, ' K C,F"Ci�WEAL-- and acknowledged to me that___he_executed the same. + A. HARRA01NE f NOTARY pU_4trCCALIFORNIA WITNESS my hand and official seal. PRINCIPAL OFF, 10E ALAMEDA IN N►Y COm+elstio,r E�res F COiINTY .. Notary Public in and for said State. ACXNOWL£DGMENT--QwmI—WaIcaM Form 233--An.3-61 STATE OF CALIFORNIA SS COUNTY OF SAN FRANCISCO ON THIS DAT OF IN THE YEAR 19 , BEFORE HE, A NOTARY PUBLIC IN AND FO THE COUNTY AND STATE AFORESAID, PERSONALLY APPEARED ROBERT W; SKINNER KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND KNOWN TO HE TO BE THE ATTORNEY—IN—FACT OF AMERICAN FIDELITY FIRE INSURANCE COMPANY AND ACKNOWLEDGED TO ME THAT HE SUBSCRIBED THE NAME OF THE SAID COMPANY THERETO AS SURETY, AND NIS OWN NAME AS ATTORNEY—IN—FACT; • OFFICIAL SEAL KATHLEEN M. RAY = NOTARY PUBLIC - CALIFORnIA CNW Crit AMO em""OF sMl "'Llet"m z Mi Cowmi ere.Expim+w•"9.1941 2 / NOTARY PUBLIC l 0 +do .47 amounts clue ander the Unemr:loyment Insurance Act with .resrect to-such work -or, =a�nr;, that said surdty will pay the same in an -amount. not _. 0Xae, 1.i:11- tele 'annum here n_!l;ove sot forth' unci also in case suit •is , t:ro,rj-:i;: upon. this, Lon:i, will nay, in addition' to thai' face amount t:i�reo.i, costs &nd reasonable ex_renses anti fees, including. reasonable attor•nir-'s' fees, incurred by -County (or city a:tsignee) in successfully C.:farci6, such -o..1-igati.orl , to -be awarded and' fixed b the court , and to be taxed, as costs 'anti to :+e included in the judrn.ent therein ren- dered. It :s herel,y exnreszly. stipulated ami agreed that this bond shall inure to the i%eneflt of any and all persons,, .-companies and corporations cnt.:tled to ' file clalma under Title •15 (commencing; .'pith Section 3082). of Tart 11 of - Vivisirri 3 of the Civil Code , so as -to give a right of coon to them or their assifrn irr any suit' brought upon this bond.- - ' should the condition of this band be fully uerforn:--d then this :;hall become r:ul.t . and vold; otherwise it shall -be and remain i•n ful Lt foi�ec . and effect. C. I10 'Alteration of said subdivision .agreement or any plan or specification of said :•pori: agreed to by the •Principal and •the ' V County shall relieve any Surety from liability on this bond; and- con- sent is- hereby ;,iven -to make such alterations withoutfurther notice to or- consent by Surety; and the Surety hereby walve.r. the provisions of C.-ilif. Civ1.1 Code 520,192 and holds itself bound without regard to and i::•::•,i!ondent i;, of any. action a-ain:t Principal- whenever taken. MID `fi*.M.Eil: on •--septemher 22T 1977 : SURETY American Fidelity- Fire Insurance'-*Company ' er St a::e of California ) (ACKNOWLE:DGMEUT BY S uHtTY� f County of / , the person(s) whose name(s) is/are signed :surety ancl••who. _Ia/are known to me to be Attorney(s)-in-:Fact f or thi:: Ccl;•r ovatr. ::ur•c. 1.;- , par vanul. l,y ;:rMt-Ured het'ore me and acknowledged t O r;;^ t:hid, Ito, ir-ned t.lie nattl-e ca(' the Corporation au Surety and his/ their ut-ni nameTs) an it :,, Att.rr•ney(u)-141r-dFact. T,'ot;ary Public for• ' Courity. and State E:':i31E:1a:: j • • . f AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Flre Insurance Company, a Corporation 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 Directors of the said Company on the 18th day of February, 1969, to wit: -"The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attomey-in-Fact such persons,firms or corporations as such officers 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 Gummtee 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 accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby,and all of the acts of said Attorney4n-Fact,pursuant to these presents,are hereby ratified and confirmed. IN WITNESS WHEREOF,the American Fidelity Fire Insurance Company has caused these.presents to be signed by its President and/or Vice-President,and its Corporate Seal to be affixed AMERICAN FIDELITY FIRE INSURANCE COMPANY Luther H.Williams,President State of New York County of Nassau 111 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 H. 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 acknowl- edged the execution of the same,and being by me duly sworn,deposed and said,that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed 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 official seal at Woodbury,.New York the day and year above written. K Wo. No Public ELIZABETH M. ROSELLE NOTARY PUBLIC,State of New York No.30-8643115 Qualified in Nassau County Commission Expires March 30, 1978 State of New York ss.County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York,DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Diirectors;as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the said Company,at Woodbury,New York,dated this 22ndday of September ............ _........._A977 ._...._. • q4` . ' k 1 Assistant Secretary ducrofilmecl with board order CA S 200 (3/7) • Edward W. Leal Tax Qoi lector's office Contra County Treasurer Tax Collector Costa Alfred P. Lomeli Assistant Treasurer Tax Collector P.O. Box 631 Court Street Ma County o nt ` Martinez,California 94553 LJ l.r' ,Ly (415) 372-4122 September 22, 1977 TO WHOM IT MAY CONCERN: For Parcel No. 192-020-006, we estimate the 1977-78 fiscal year county taxes to be $3,967.08. Sal P. Amantea Deputy Tax Collector SPAdmb .00150 Nucro►iimeu with booed order Tax. County Tre mol ector's Office - ' Co era E"r� uzJ► asurer-:,x C^"-•"'x R A:fred P. LomeN P.o. Box 631 COsla Assistant Treasurer Tax Ce'!-ctor 625 Court Street Martinez,California 94553 County (415) 372-4122 '� 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 property. Parcel No. - 192-020-006 Assessed To - SLADE, EWELL W & MICHAELA C Description - LITINA HOMESTEAD POR LOT 4 Land Value - $19,625 Improvements - $ 875 Exemption - S 1 ,750 Net Value - $18,750 lst Installment - $1 ,152.69 pd 10/29/76 2nd Installment - $1 ,152.69 pd 4/11/77 Very truly yours ED JARD W. LEAL Treasurer - Tax Collector Alfred P. Lomeli Assistant Treasurer - Tax Collector �dmb 00151 01'Me : wirrn board order r w i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA_ In the Matter of Completion ) of improvements and declaring ) RESOLUTION 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 withthe filing of the subdivision map: NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminate` 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. L94R315 Name of Performance Bond Carrier and Bond No a BE IT FURTHER RESOLVED that the $500 cash deposit as surety Auditor -s' Deposit 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 r~ shown and dedicated for public use on the map of Subdivision 4017 filed rn October 7, 1976 in Book 190 of maps at page 19, Official Records of r-+ Contra Costa County, State of California, are accepted and declared ' { to be County Roads of Contra Costa County: F— U CD Mt. Sequoia Place 32/52 0.10 Mountaire Parkway 40/60 0.22 Mt. Everest Court 32/52 0.13 L ° OCT 4 19?7 PASSED by the Board on 0 4— Originating Department: Public Works Land Development Division cc: Public Works Director _ Maintenance Recorder Public Works Director - LD The Rahlves Organization 1460 Washington Blvd. Concord, CA 94521` (subdivider) California Highway Patrol - Accident Investigation, 5001 Blum.Rd. Martinez, CA RESOLUTION NO. 77/82 f�052 V a -s 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_ -Owned Access ) Easement to The Diablo Partnership, ) RESOLUTION N0. 77/ 825 San Ramon Creek, Flood Control Zone 36 ) (F.C.D. Act Sec. 31 ; W/0 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 Book 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 #2053-77, 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 thattheir 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 Works Department, Real Property Division cc: Grantee (c/o Real Property) 1 141, Recorder (c/o Real Property) RESOLUTION NO. 77/825 M453 San Ramon Creek F._ CZ. 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`4tater Conservation District recorded July 21 , 1975 in Book - . 7570 at page 834, Contra Costa County Records, excepting A any portion of said parcel of land lying within the . 11. 11urea described i n the Grant of Easement to the Contra Costa County . Flood Control and Water Conservation District recorded September 7, 1977 in Book 8495 at page 252, . -- ;: _,: •'� 11.V w . 1ecor"^•'y ' t;ties: cf: - Irl. rKi,-E: r DiVISIG 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 Water 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 Water Conservation District recorded September 7, 1977 in Book 8495 at page 252. DATED: October 4, 1977 CONTRA CO COUNTY FLOOD CONTROL N ,IA ONSERVATJ I DISTRICT alsli Q C'L..�C�a:1 `, is Et s t. A�_::T / ✓/��/� .� / Y vvarren..N. i3oggess. . Chairman, Board of Supervisors r,t+O Si�I•s t r-l•: c I:tt 1. ._ TO n:, to D.: �a:..c•-:dI_d i' .. .. ..,:r, n; . .. ^�L:a car• eotat c�, •r:g ,t i:,,;:^n ''t: St,;t •: :•?.r.\.:.ca on nein r•r . r :,, .:,:e :e: :_tare ATTEST: J. R. OLSSON, Clerk I.^.l7 CJCu:nt nt. Crurty CIM 5 f:zuifido Clerk d Burd of $ Pnisent 10-4-77 By is ' Z puty Clerk Sart ra . Nielson OU1;�5 IN THE. BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the MatterofAuthorizing ) Certain Expenditures of Funds ) Derived from the Sale of the ) RESOLUTION NO. 77/826 "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, El 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 _rust 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. N. Boggess. NOES : None. ABSENT: Supervisor J. P. Kenny. cc : Mr. Jim Henry Public Works Director County Auditor-Controller 5 ounty Counsel RESOLUTION NO. 77/826 ounty Administrator I ■ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA October 4, 1977 In the Matter 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 Zanotelli & 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 thz 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 Report requirements as a Class IC 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 $2,530.00 to Zanotelli Sons. PASSED by the Board on October 4, 1977. CERTIFIED COPY L certify that this is a full, true & correct copy of the original document which is on file in my office, and that it was passed & adopted by the Board of Supervisors of ContraCosta County, California, on the date, shorn,ATTEST: J. R. OLSSON, County Clerk&ex-officio Clerk of said Board of Supervisors, by Deputy,Clerk. { -- .- -ouy�y>> Originator: Public Works Department Road Design Division cc: Public Works Director Contractor County Auditor-Controller Y. 0015 e Parker Avenue Culvert Proj. No. 0971-4422-661-78 W.O. No. 4422 p R O P 0 S A L The undersigned, being a duly licensed Contractor in the State of California, hereby offers to do the work necessary to complete the project as described in Paragraph A for the following lump sum price: Dollars ($ And, further, the undersigned agrees to enter into contract with the County or ovided above and in conformance with accept a purchase order to do the work as pr 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 550' north of 6th street in Rodeo. i1�11 A37 - Alternate (6-77) GENERAL PROVISIONS : 1 . The contract unit prices shall include full payment for furnish- ing all labor , materials , tools , equipment , and incic'entals. necessary to complete the project as shown on the Plans . Any reference to the Standard Specifications (S . S.. ) providing for additional payment far work shown on the Plans or necessary to complete the project shall not apply . 2 . All construction shall be performed 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 . ? . Any 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 compensaJ on for such work. �; . The undersigned shall complete the project within the allotted Lime of working days , counting from and including the date .stated in the Notice to Proceed . 5. For labor performed at "force account" the percentage (S . S . Section 9- 1 . 03A ( ib) ) , "Labor Surcharge" , to be applied to the actual wages 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 .under; ignet► agrees to comply with all local , State, and Federal regulations applicable to labor , wage rates , hours of work , apprentices , and subcontractors . Wages 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 . 7 . Pleither a Faithful Performance Bond (Surety bond ) nor a Labor and Materials Pond (surety bond) is required for work done under this contract . 3 . The County mill F i I c a No icc: o Completion upon acceptance of the eomp.lcted work by the Board of Supervisors . J • The work shall be performed under the general supervision of the Public Works Director , or his authorized representative , who shall have the authority to approve or reject any portion of the work, or to order the suspension of the work for cause. 00159 01h 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 , D 0 C T 1971 J. R. OLSSON CLERK BOARD OF SUPERVISORS CO 4TRA COSTA CO. g _ Soso _2_ A-37 _ Alternate (6-77 ) _ 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 . (c) Said rider shall provide for notice of cancellation to the agency at least thirty (30) days prior to cancellation of the policy. H . 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 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 • I hereby certify that the. foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Union of American Physicians Witness my hand-and the Seal of the Board of World Trade Center, #'201 Supervisor San Francisco 94111 affixed this 4th day of October 1977 Director of Personnel Employee Relations Officer County Counsel J. R. OLSSON, Clerk / f �' County Administrator By l�ti'- 1. �.. "/t'�t f Deputy Cleric Helen C . Marshall 00162 ' H-24 3/76 15m r t �] James R.Olsson The,Board of Supervisors Contra County Clerk and Ex Officio Clerk of the Board I County Administration Building Costa Mrs.Geraldine Russell P.O. BOX 911 Chief Clerk Martinez, California 94553Cot Intj/ 1415)372-2371 James P.Kenny-Richmond 1st District Nancy C.Fanden-Martinez 2nd District Robert 1.Schroder-Lafayette 3rd District Warren N.Boggess-Concord 4th District Eric H.Hasseltlne-Pittsburg 5th District 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 Board 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 so advised. I R. I. SCHR -R E. H. HPLTINE Supervisor, Dis ict III Supervise-, District V (Substitute for Supervisor J. P. Kenny) . Microfilmed with board order w e { In the Board of Supervisors of Contra Costa County, State of California October 4, . 1977 In the Matter of Authorizing Legal Action to evict Mr. Ron Garlick from Budbanan Field. The Public Works Director having reported that Mr. Ron Garlick, 118 Sussex Street, Concord, California, has been operating an unauthorized commercial activity on Buchan Field; IT IS BY M BOARD ORDERED that County Counsel is authorized to initiate and take all legal actions necessary to enjoin all unauthorized cam-ercial and related activities at Buchanan Field by Mr. 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. Fanden, R. I. Schroder, E. H. Hasseltine NOES: Mone ABSENT: Supervisor J. P. Kenny ABSTAIN: Supervisor W. N. Boggess for the reason that he is a tenant at Buchanan Field. hereby certify that the -'foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors'on the date aforesaid. O.riginator•• Public Works Dept. Witness my hand and the Seal of the Board of Ad.-ninistration Division Supervisors affixed this t day of n--n}�r 19�_ cc: County Administrator County Counsel Public Works Director J. R. OLSSON, Clerk Acting Airport rsanager By �'. �ttG�4.%, �/,�=Z �c'r� . Deputy Clerk County Auditor-Controller Sandra L. Nielson Mr. Ron Garlick 118 Sussex Concord, CA 00161 H-24 4/77 15m l _ In the Board of Supervisors of Contra Costa County, State of California October 4 ,.,q 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 $90,000.00 without the. written authorization of the Public Works Director. PASSED by the Board on October 4, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g . Dept: Public Works Department . Witness my hand and the Seal of the Board of Detention Facility Proj . Supervisors affixed thisYJday of, �- ? ' ' i.9 ZZ cc: County Administrator County Counsel County-Audi tor-Contro-1 er .!. R. OLSSON, Clerk Hales Testing Laboratori a%y 'Deputy Clerk Public Works Director Ilea H -24 3/7G 15m - +�+a+ ��1 � 1. 1,a�1 _ - \1 7.• \: , qt]•: s�+-'1'7::• t ' ♦: :\ 'ti t It �T 1 4r]•: .rF : ] 11 - f i Y:_ I' ter•13'l l^- •f:1]r. .\� Iii'i:: . ].11' Ir .T. NAME :.NO AG:;RFSS OF :,GENCY .ZOhT.�OII & Anton, Inc. COMPANIES AFFORDING COVERAGES .50 California St. San Francisco, California 94111 LErER Home Insurance Co. LETTER B Rom Indeanity Co. N4}AE AND %oopcSS OF INSURED PA NY Bales Testlab of OakLaa"les $o Testlab of LETTER Indemnity CO. San Jose & S.D.D. Corporation. COMPANY 646 Regenberger Road LEITER Oakland, Ca. 94621 '`x COMPANY _ti:. LETTER 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. POLICY Limits of Liability in Thousands(000) COMPANY TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE - OCCEACH URRENCE AGGREGATE .y LE7TEP, GENERAL LIABILITY � cn 5/23/80�L BODILY INJURY $ IM A COMPREHENSIVE FORM 8407360 5/23 80 ~' c PROPERTY DAMAGE S _ f S PREM IS ❑EXPLOSION AND COLLAPSE `•'•".`. HAZARD ❑UNDERGROUND HAZARD ❑PRODUCTSiCOMPLETED OPERATIONS HAZARD BODILY INJURY AND ❑CONTRACTUAL INSURANCE PROPERTY DAMAGE S 500 S S00 �e ❑BROAD FORM PROPERTY COMBINED ] DAMAGE t ❑ INDEPENDENT CONTRACTORS t °` ❑ *Applies to ProductsiCompleted }`PERS..NAL INJURY S '-:�; Operations Hazard. c. 1 AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) f T ❑COMPREHENSIVE FORM BODILY INJURY S B (fL��0'?:NED 9381758 5123/78 (EACH OCCURRENCE) l.7 HITiED PROPERTY DAMAGE S t . �—1 BODILY INJURY AND $ 500 vON•O'rINED PROPERTY DAMAGE COMBINED c EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE [ , _ ❑ OTHER THAN UMBRELLA COMBINED FORM t , ORYzRS'COMPENSATION "�� i'• STAT.U70RV C and WC 9491103 611178 r t EMPLOYERS'LIABILITY S 100 ez». OTHER {—r �.R^�-+• erg-„� .r—w..,..�nu'i"y^ra..."'Fid-'yy-•�f•`�y'�1"" ....g.,T-a'-.'�.,- y '.'.t..=iv"Tart�_.7.F!!i• ,.aY,ut•y�ru -?'`Rrr`„�.��-�..:J D--SCz;'PT!Or1 OF OaERATIONS:_CCAT LES "By endorsement to Policy No. IDR 8407360, Contra Costa County, its officers, employees and agents are named as additional insureds solely as respects the below listed job" Job: Contra Costa County Detention Facility Project (W.0. 5269-926) s Cancellation: Should any of the above describe policies be ca-c,liod before tete expirratl,::) date therecf, the issuing com- pany will endeavor to mail _30_ eays v:ntten ncttce to the bolo\: named c-aimfl_ate hehMer, b:-, failure to T mail such notice shall impose no aollgation or nobility of any kind upon the ccimpany. i L . NAME AND ADDRESS OP CERTIFICATE HOLLEP. .' ) Contra Costa County Public Works Dept. DATE Issueo-_�SeptemhEr 28, 1977 County administration Bldg. F 6` Thomas 51 YiaeSit.. Martinez, Ca. 94553 •. ` Attn: K. Finley AUTHORIZED REPRESENTATIVE Detention Facility Pro#ect Manager Johnson & Anton, Inc. 001664 Microfilmed{ with board order 7:c x. CONSULTING SERVICES AGREEMENT a6ecial Conditions. These Special Conditions are incorporated beio-e., by reference. (a) Public Agency: Contra Costa County (b) Consultant's Name & Address: Hales 'T'es ina Laboratories _ 646 Feaenbgrger Rd- . -Oakland- Calif rnia_ 94621 (c) Effective Date: (d) Project Name, Number & Location: Contra Costa Count/ Detention Facility, (e) Payment Limit: $90, 000 (Ninety thousand dollars) ar zinez 2. Signatures. These signatures attest the parties' agreement hereto: CONSULTANT By •�•�ss.�aw (Designate official capacity in usinessJ State of California ) ss Contra Costa County ) ACK 401VMEDT-FM (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 si®ned, it,.' and that the corporation or partnership named above executed the within instrument. ' . pursuant to its by-laws or a resolution of its Board of Directors. '- PUBLIC AGENCY [SEAL] ` By: Vernon L. Cline Public Works Director By Date: 'COUNTY OF ALAMEDA 3. Parties. Effective on -the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 4. EhPloyment. 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 Trade a part hereof. 6. Insurance. 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) Comprehensive Liability Lnsurance, including coverage for owned and non-owned automobiles, with a minumum 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. Payment Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional coripensation 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 submitted at convenient intervals. Payment will be made 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 hL-r. or under his control at that time, and will be paid, without duplication, all amounts due or thereafter becoming due on account of services rendered to the date of termination. 9• Status. The Consultant is an independent contractor, and is not to be considered an employee of Public Agency. 10. Indemnification. The Consultant shall defend, save, and hold harmless Public Agency and its- officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder by Consultant or any person under its control. Attachments Appendix A Appendix B Form approved by County Counsel !Microfilmed with board order 6/77 0167 ' HALES TESTING LABORATORIES APPENDIX "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. 00168 HALES TESTING LABORATOR-IES APPENDIX •- B" Personnel charges shall be compensated at the Cates 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 Union 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. 77 00169 HALES TESTING LABORATORIES FEESCHEDULE 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 major project upon request. You are cordially invited to visit our Laboratories, meet our Staff, and look over our facilities. 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 are submitted either on a monthly basis or when .work is completed.They become due and payable when rendered and if not paid within forty-five days are subject to a service charge of 1%per month,thereafter,until paid.if suit or action is instituted for non-payment, or other cause,the client shalt be liable for such sums as the court may adjudge reasgnable for Attorney's fees and other costs in said suit or action. It is expressly agreed and understood that the venue of any such suit or action shall be,at the discretion of Hales Testing Laboratories,in any court of competent jurisdiction within fhe County of Alameda.State of California.Hales Testing Laboratories may at its option withhold delivery of reports and otherdata pending receipt of payment for all services rendered. (*170 Ip HALES TESTING LABORATORIES PART i, 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 are added to base rates for overtime, Sunday and Holiday work,_swing and grave- yard shift. 3. Minimum hourly charges are as follows: a) Inspector's Services under 4 hours . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 hours . b) Inspector's Services over 4 hours . . . . . . . . . . . . . . . . . . . - . - . - . - . . . - $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+ I.59o' 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,Parking Charges when not provided by Client,Telephone Charges, Tolls, etc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...... . . . ... . . . . . . Cost+ 15 Jo d) Freight Charges for Sample Delivery (Minimum billing: $2.00) . . . . . . . . . . ... . . Cost+ 15% 5. Minimum Charges for services when billed separately . . . . . . . . . . . . . . . . . . . . . . . . . . . . S 12.50 BASE RATES: 1. Inspector's Services(includes Supervision) Supervision includes: a) Review of Specifications and Plans b) Organization of Work Assignments C) Job Meetings,Conferences,Telephone Calls d) Review and Follow-up of Reports e) Progress Checks,including Field Trips RATES PER HOUR.. . . . . . . S 24.00/ Hour 2. Laboratory Technician, including Supervision . . . . . . . . . . . . . . . . . . . . . S 28.00/ Hour 3. Ultrasonic Testing, including Supervision . . . . . . . . . . . . .. . . . . . . S 28.00 i Hour 4. Radiographic, Magnaflux and other Non-destructive Testing . . . . . . .`. . . . . . . . . . . . On Request 5. Staff Engineer'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/ 1-lour 2. Sundays and Holidays . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Add S 14.00/ Hour 3. Swing and Graveyard Shifts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - Add $ *:4.50/ Hour 4. Nuclear Probe for Field Density Tests . . . . . . . . . . . . . . . . . . . . Add S 5.00 [Hour -2 00171 ■ ;U HALES TESTING LABORATORIES PART I,INSPECTION AND TECHNICAL SERVICES SPECIAL TESTING: Special testing consists primarily of load-deflection 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. These tests are 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 check or permanent monitoring systems. -3- 00172 ' 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, Fine or Coarse Aggregate,ASTNI C127, 128 . . . . . . . . . . . . . . . . . . 12.00 each 6. Unit Weight(Aggregate) ASTi1-1 C29 . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. 1.2.00 each 7. Organic Impurities in Sands for Concrete, ASTM C40 . . . . . . . . . . . . . . . . . . . . . 15.00 each 8. Sodium or Magnesium Sulphate Soundness, ASTrti4 C88, min. 5 cycles . . . . . . . . .. 25.00/ fraction 9. Los Angeles Rattler Test, 500 Revs., ASTM C 131 .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60.00 each 10. Wet Shot Rattler Test (Method No. Calif. 21 OC) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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. 2171-1) . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 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 Engrs.) . . . . . . . . . . . . . . . . . 35.00 each 16. Potential Reactivity of Aggregates (Chem. Method) ASTM C289 . ... .. . . . . . . . . . . .125.00 each. *Does not include sample preparation or sieve analysis 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. Wire Mesh Cages, 6" x 12", for making Gunite Specimens, each . . . . . . . . . . . . . . . . . . . .4.00 cacti 27. Ganite 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 iMethod No. Calif. 530•(does NOT include Trial Batch) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 100.00/ set 30. Creep of Concrete in Compression, ASTIvl C512 . . . . . . . . . . . . . On Quotation: 31. Static Young's INIodulus of Elasticity in Compression of 6" x .12' Clyndrical Specimens, ASTM C469 . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .I. . .. . . 75.00•each 32. Splitting Tensile Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . 10.00 each 00173 HALES TESTING LABORATORIES PART 11, PHYSICAL-MECHANICAL TESTING CONCRETE AGGREGATES • CEMENT MASONRY MATERIALS CORING-CONCRETE, MASONRY OR ASPHALT: 33. Equipment and Operators(2) . . . . . . . . . . . . . . . . . . . . . . . $ `5.0.00 f Hour 34. Bit Charges: a) 2 incli 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 Test on 8" diameter Core Specimen . . . . . . . . . . . . . . . . . . .•. . . . . . 20.00 each 36. Shear Tests or,Core (Masonry) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . On Quotation NOTE: Preparing End Condition of Concrete Core Specimen(if necessary)at extra cost CONCRETE MASONRY UNITS: 37. Compression, ASTM C 140 (8" x 8" or 8" x 4" x 16" units) . . . . . . . . . . . . . . . ... . . $ 10.00 each* 38. Absorption and moisture,ASTM C140 . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . 10.00 cacti* 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 charge is based on conducting ASTM series of three units per test,less than three units add 30`Yo to unit charge. BRICK: 42. Absorption, with saturation coefficient, ASTM C-67 . . . . . . . . . . . $ 17.50 each* 43. Compression,ASTM C-67 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10.00 each* 44. Modulus of Rupture, ASTM C-67 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10.00 each* , *Unit charge is based on.conducting ASTM series of three units per test,less than three units add 30to unit charge. COMPRESSION TESTS: 45. Mortar cylinders (2" x 4") . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 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: Preparation of Grouted Diasonry Prisms(if necessary)at extra cost HALES TESTING LABORATORIES PART Ill, 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 (1'/V 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. 11 . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 I" 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 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 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 . . . . . .. . . . . . .t . 6.00/ Sample b) Depth of Carburization determination . . . . . . . . . . . . . . . . . . . . 4...,.�:.: . .i. . 25.00 each -b- W1 l5 s oHALES TESTING LABORATORIES PART 111, STRUCTURAL STEEL REINFORCING STEEL WELDED STEEL NON-FERROUS METALS: PHYSICAL-MECHANICAL TESTS OTHER PHYSICAL-MECHANICAL TESTS: 18. Cold Bend Test, %" t x 1" w specimen. ... . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . S 7.50 each 19. Tensile Test, Yield Point, Elong., R. of A., to 1%2" Sq. Inch Cross-Section Area . . . . . . 12.00 each 20. Tensile Test, Yield Strength @%offset (0.505', 0.357", 0.252" Dialn. 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" diam. . . . . . . . . . . . . . . . . . . . . . . . 11.00 each 24. Transverse Test, Cast Iron, as per ASTM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15.00 25. Tensile&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, ASTNI 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 5.00 each b) To Minus 100'F. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9.00 each c) To Minus 320°F. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15.00 each NOTE: Measurement and reporting of lateral expansion-$0.50 per specimen Measurement and reporting of%of shear-51.00 per specimen 34. TESTING MACHINE TIME (One man and equipment)* a) Universal Testing Machine, 60,000 Ib. capacity . . . . . . . . . . . .. . . . . . . . . . . . $ 30.00 / Hour b) Universal Testing Machine, 200,000 lb. capacity . . . . . . . . . . . . . . . . . . . . . 50.00/Hour c) Universal Testing Machine, 300,000 lb. capacity . . . . . . . . . . . . . . . . . . . . . . . . . 50.00/Hour d) Low Strength Testing Machine, 5-500 Kg ranges . . . . . . . . . . . . . . . . . . . . . . . . 50.00/ Hour •528.00 per hour additional man 35. CALIBRATION TEST OF HYDRAULIC RAMS AND DYNAMOMETERS a) Universal Testing Machine and 2 Technicians . . . . . . . . . . . . . . . . . .. . . . . . . . $ 78.00/ Hour b) Tabulation of Data, Plot Curve, Report . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35.00/ Hour 36. CALIBRATION OF PRESSURE GAGE, DEADWEIGHT, min. charge .. . . . . . . . . . . 25.00 each 37. UNCOATED 7 WIRE STRAND for PRESTRESSED CONCRETE, Y4" to f" diameter, as per ASTM A-416 a) Breaking Strength only, ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . $ 35.00 each b) Yield Strength, Breaking Strength and Stress Strain Curve . . ... . . . . . . . . . . . . . .. . 60.00 each NOTE: a) Specimen preparation or machining at extra cost b) Special futures and materials necessary for testing at extra cost c) Prices for Physical-Mechanical Testing Services not listed will be quoted upon requeswt6 -7- E niy 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 6801F. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . D40 . .. .... 40.00 each 4. Residue to 680°F., Per Cent . . . . . . . . . . . . . . ... ... . . . . . . . . . . . . .. . . . D402....... 55.00 each 5. Penetration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . D5 ... ..... 22.50 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DI 13 ...... 90.00 each 12. Loss on Heating . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . D1754 .. ... 20.00 each ASPHALTIC CONCRETE AND ROOFING 13. Film Stripping . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cal. 302•.. ... $ 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. Stabilometer Value of Premixed Sample . . . . . . . . . . . . . . . . . . . . . . . . . . 304...... 22.50 / Point 17. Swell 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 . . . . . . . . . . . . . ... . .. . . . . . . . . . . . ... . 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) . . . . . . . . . . . . . . . . . . . . . . . 29.00/ Hour AGGREGATES FOR ASPHALT CONCRETE 29. Sieve Analysis of Aggregates, per"bin sample" . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 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 Rattler Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 210:. ..... . 60.00 each 35. Los Angeles Rattler Test (Loss after 100 & 500 Rev.) . . . . . . . . . . . . . . . 21l. .. ......60.00 each -8- M - W177 - HALES TESTING LABORATORIES PART V, SOILS TESTING BASE COURSE MATERIALS MOISTURE-DENSITY DETERMINATIONS - Compaction Characteristics Maximum Density - Optimum Moisture Determination Each Material Type 1. ASTM D698 - AASHO T99: . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . S 50.00 2. ASTM D1557 - AASFIO T180: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . 65.00 3. Test Method California 216D (Calif. impact), _ Part II 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 . . . . . . . . . . $ 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'/a" 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 200.001 Sample 13. California Bearing Ratio at 95%max. density . . . . . . . . . . . . . . .. . . . 425.00/ 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 Change, ASTM D427 . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . 25.00 cacti 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 . . . . . . . . . . . a . . . . . . . . . . . . . 10.00 each LIME OR CEMENT TREATED BASE: 22. Lime or Cement Content C388-D . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 30.00/ Point 23. Compression Tests a) Molding and curing set of 3 specimens . . . . . . . . . . . . : . . . . : . 28.00/ flour b) Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8.00 each- Lint , f � HALES TESTING LABORATORIES PART V1, 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, cost+ 15% 5. Test of Roofing Tile a) Flexure Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . 10.00 each* b) Absorption Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . 10.00 each* *Unit charge is based on a series of five units per test,less than fwe units add 30%to unit charge. 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 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. Kellv Ball Penetrator (for slump test) . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . : 50.60 each 3. Slump Cone . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20.00 each 4. Tamping Rod . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.00each 5. Slump Cone and Tamping Rod . . . . . . . . . . . . . . . . . . . . . . . .. . .. . .. . . . . . . . . . . 23.00 Complete 6. Concrete Scoops. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . 10.00 each 7. Wire Mesh Cages (6" x 12") for Shotcrete (Gunite) specimens. . . . . . . . . . . . . . . . . . . .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 styrofoam w/cover) . . . . .. . . . . . . . . . . . . . . . . .. . . . . . 2.00 eadh } 1*79 , -10- c PARTIAL RESUME OF WORK PERFORMED Owner and/or Client and Representative Magnitude of (Name, Title, Address) Contract ($) General Contractor Type'of Work Performed Location of Job Bank of America World I-lq. Bldg. $85 Million Dinwiddie-Fuller-Cahill Testing & Inspection San Fran. 1 Market Plaza Project $80 Million Dinwiddie-Turner Testing & Inspection San Fran. Hartford Ins. Building $30 Million Dinwiddie Construction Testing & Inspection San Fran. 575 Market St. Std. Oil $40 Million Haas & Haynie Testing & Inspection San Fran. . West Coast Life Ins. Bldg. $23 Million Haas & Haynie Testing & Inspection San Fran. Union Square Hyatt Hotel $20 Million Wm. Simpson Const. Co. Testing & Inspection San Fran. Kaiser Hospital $11 Million F.P. Lathrop Const. Co. Testing & Inspection Vallejo Kaiser I lospital $10 Million F.P. Lathrop Const. Co. Testing & Inspection Santa Clara Eastridge Shopping Center $40 Million Taubman Co. Testing & Inspection San Jose Park Centt.r Plaza $35 Million Fluor Corp. Testing & Inspection San Jose Candlestick: Park, Phase II $11 Million William & Burrows Testing & Inspection San Fran. Qantas Airways Office Bldg. $ 4 Million Wm. Simpson Const. Co. Testing & Inspection San Fran. P. T. &T. (equipment Bldg. $ 7 Million Cahill Construction Co. Testing & Inspection San Fran. U.S. Navy Service Contract $50 Million Various • Testing & Inspection Bay Area y National Archives $20 Million Johnson & Mape Testing & Inspection San 'Bruno Metro-Oakland Airport Complex $40 Million Testing & Inspection Oakland P. G. & E, Ilq, Bldg. 34 Stories Dinwiddie Const. Co. 'Testing & Inspection San Fran. St. Mare's Cathedral Cahill Constriction Co. Testing & Inspection San Fran. Merritt Hospital Addition Bechtel Corp. Testing & Inspection Oakland Golden Gateway Project 6-20 Stories Perini Corp. Testing & Inspection San:Fran. Standard Oil 1-1q. Bldg. 32 Stories Testing & Inspection San Fran. Mutual Benefit Life Bldg. 34 Stories Haas & Haynie Testing& Inspection San Fran. Calif. State Auto Bldg. 15 Stories Dinwiddie Const. Co. Testing & Inspection San Fran. Oakland-Alameda County Coliseum Complex Guy F. Atkinson Co. Testing& Inspection Oakland Crown Zellerbach Bldg. 32 Stories Cahill Construction Co. Testing & Inspection San Fran. Hilton Hotel &Tower 43 Stories Cahill Construction Co. Testing & Inspection San Fran. airmont Hotel Tower 23 Stories Dinwiddie Const. Co. Testing & Inspection San Fran. 25 Market St. Bldg. 38 Stories Cahill Construction Co. Testing & Inspection San Fran. P & S. A. A. Bldg. Hdqtrs. 34 Stories Dinwiddie Const. Co. Testing &Inspection San Fran. ' Ott. Sutro T,V. Tower- S.F. 970 Feet Kline Iron & Steel Testing & Inspection San Fran. Qay Area School and i Collcre Districts Various Various Testing & Inspection Bay Area Offshore Oil Platform—Exxon $50 Million Kaiser Steel Testing & Inspection Los Angeles Offshore Oil Platforni—Sedco $90 Million Kaiser Steel Testing & Inspection Bay Area . r j In the Board of Supervisors of Contra Costa County, State of C•alifomia October 4 19F 77 In the Matter of Refund of contributions to the cost of undergrounding utilities Subdivision 4943, San Ramon Area. The Board of Supervisors on August 23, 1977 having referred to the Public Storks 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 $16,000 fee; and IT 1S 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 $16,000 contribution to the Road Fund as evidenced by Auditor's Deposit Permit Detail No. .140744, dated May 13, 1977) such contribution having been part of a $62,000 contribution including road improvements. PASSED by the following vote of the Board on October 4, 1977: ._ Ayes: Supervisors R. 1 . Schroder, E. H. Hasseltine, W. N. Boggess. Noes::- Supervisor N.. C. Fanden Absent:: Supervisor J. P. Kenny. In voting No Supervisor Fanden advised that she is opposed to the way that this occurred and feels it. is the developers responsibility to pay for underground utilities in connection with Subdivision 4943 . I hereby certify that the;foregoing is a true and correct copy of an order entered on the minutes of said Board of Superviscri on the data aforesaid. Witness my hand and the Seal of the Board of Originating Dept: PPS Supervisors LDD affixed this4th day of October ig 77 cc: Woodh i I 1 Development Co. J. R. OLSSON, Clerk 346 Alamo Square lA p Alamo, CA 94507 By Deputy Clerk Public forks Director N. Pous Director of Planning Auditor-Controller 00A81 H-24 3/76 15m C ' In the Board of Supervisors of Contra Costa County, State of California October 4 In the Mattter 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 communication is REFERRED to the Public Works Director. PASSED by the Board on October 4, 1977. hereby certify that the, foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc.. Public tlorks Director Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this 4th day.of_ October 19 77 J. •R. OLSSON, Clerk By ,, epi Clerk bie G rrez r . 0I H-24 4/77 15m _ 0 In the Board of Supervisors of Contra Costa County, State of California October 4 19 77 In the Matter 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 *tight 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. hereby certify that the, foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Witness my hand and the Sean of the Board of Agency Supervisors Contract & Grants Unit affixed this 4th day of October 1977 Health Department County Administrator J. R. CIL•SSON, Clerk 8Deputy Clerk Jamie L. Johnson 0 '!83 H-243176 15m. STATE CFt-_-AUFQcNiA—HEALTH AND WELFARE AGENCY - 'EDMUND G. DROWN JR- Ca-e,ror pE-PARTMENT OF HEALTH 2151 eEZKEL_Y WAY GRANT APPLICATION MIKELEY 94704 TO SE COMPLETED SY APPLIC,..%T 1. TITLE OF PROJECT IOR PROGRAh+) HYPERTENSION COORDINATING COUNCIL 2 NAME AND ADDRESS OF APPLICANT(Street Number. 5. PROJECT PERIOD Soret name, City, Counry, State Zip Code) FROM (Ma., Day, Yr.) THROUGH (Mo., Day, Yr.) CONTRA COSTA COUNTY HEALTH DEPARTMENT. 1111 Ward- Street (P.O. Box 871) October 1, 1977 July 31, 1978 . Martinez, California 94553 : •d. BUDGET PERIOD FROM (.Ifo.. Day, Yr.) THROUGH (Afo. Day. Yr.) October 1, 1977 July 31, 1978 7. AMOUNT REQUESTED FOR s. BUDGET PERIOD $ 1 ,000 3. EMPLOYER'S IDENTIFICATION NUMSER(if- applicable (rnctudt Indirect Coeb) 4. DIRECTOR OF PROJECT(Fro,•—tiro or Center Diree:or EL FINANCIAL MANAGEMENT OFFICIAL NAME (Last. First,&fiddle Initial) NAME (Lest, i•irst, Middle Initial) ❑ EI)r, Mr. Tr❑ `�'� Wood, Orlyn H. nr� Meyer, Donald R. Mrs.DX: ❑ (3peraY) (Specify) TITLE HEALTH OFFICER TITLE DATA AND PROJECT COORDINATOR SOCIAL SECURITY NUMBER 439-26-9473 ADDRESS(Street Nt:mber(or Box Numb-er), S.acet haze. city, ADOR=_SS (Street Number (or Sox Nurrba J, Street Xam.. City, Stere for Ceurrry). ZIP Code) State (or Country), 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 TELEPHONE jArrc Code. Tel. NO.. F_c:e-uion) OFFICE TELEPHONE(Arca Code, Tel. hb.. F--tension) (41 5) 372_-_2.5J0.l_. __ (415) 372-2530 :lin f--r'�,rir jlCc`7:znd Proj � 0tnci^r cf SIGN&T Ur Es U_D InSc_ �- APPLIC:.:T _ (i1_•-e o.:cy) - • HYPERTENSION- COORDINATING COUNCIL DI R ECT0 (�3 e 4 r.;y) �--� CA TE OF PROJECT c OFFICIAL _ EE AUTHORIZED ' TO SIGs! FOR I APPLIcA.*4T MRS. 1 ^_F C.''i;;;yt..—i'd::N .,.-� .,:�..�_ :�"cNLY - EDk�1ti� G. °?^•t.+;i ROP:)SAL SUiirl._'�RY SHEET -:tie oT P,:oject HYP;`RTFri S1ON COORLDDNATI`:s COUNCIL - C0liR_4 Ct;S T A COUNIX ii:ALiH t-1.LPART'N-E\T llil Ward St.: (P,O. Box 871) 1,5L000. - --- 1- _,rtinez, Calif. 94553 i•_ase desc-.=_be brieflyo 'L e probie=s' or t seas addressed the p:ropusal. T-L-c—a ?t;-,,,y S?Ze, a;d characteristics of Ohe target populat. ole - ObjecLivas o-L the proposed project. Acs_ -G?=fes to be r erfox=ad in order•to a6hi eve the StzteG.. Objer_t;ves o Sii`•LNI.ARY _. A. Prob1e-ms/needs addressed in proposal: The County of Contra Costa has a population of 532,829 residents (1975 census) and ;.as within its` boundaries three areas defined as medically underserved in a recent H.S.A. proposal. (These areas are: Richmond, Fitts`:arg West Pittsburg and Brent" :.good-Oakley-Byron). At present there are only frag:aented• control services, with most activity- being in intermittent. screening efforts, In addition, the eastern part of the county, the- region ::ith the lowest income, also has the fewest medical and Digit blood pressure- Control resources. In sumr:ary, there exists a definite need for county-wide assess-,cant of high blood pressure service needs in order that rational planning and coordination of H,B_P. control services -pry be carried out, with a' priority given to areas where need is determined to be the greatest. A �e v:�7i;iC►.p=l-C_- The por,ul-.tion addressed is de-fined in the abo a sze�inn. The ulrir=ti- goal of the project is to decrease .t*ne L- rhidity and r.,ortality from nvr,ertension a d hypertension related diseases. ZiV_18 -P.oposal 'Suz--,_ary Sheet (continued) Title of Project h- ERTEN'SION COORDINATING COUINCIL The project will address objectives dealing with increased consumer participa- tion is H.B.P. planning,and in implementing planning efforts toward long term objectives of improved county-wide distribution and. delivery of high blood pressure services, with priority activity in high risk target areas (example: low income areas), The council will work closely with H.S.A. in planning local services. The major short term objective world be the creation of a functioning representa- tive (50% consumer, 50% provider) County Hypertension Coordinating Council, which 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 of 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 committees. - (3) authoring (with input from council) planned project regarding H.B.P. (4) publication (with input from council) of a county-wide 5-year H.B.P. control plan. (5) publication- of a directory of county H.B.P. resources and resource library of H.B.P. educational materials. (b) 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)_ 001 3 HYPERTENSION COORDINATING COLMCIL TABLE OF CO TE`TTS NARrA^_IVE PAGE _ A and B. Background and ?Needs; -<I. Co"munity Coordination C. Methodology 3 - 1. Objectives Tasks relating to cooperation With ? specific agencies. Council Co-=ittees .9 D.• Plan for Evaluation 10 ' Activities to be performed 10a (Time Frame of Activities) - E. Plan for Continuation 10 APPENDICES • Map of County and Regions • Hypertension Coordinating Council Intended' members. • "Ad Hoc" Committee on Hypertension Plan for provider education Curriculum Vitae: Dr. Orlyn Wood Background information: Hypertension References for Background Information References/Bibliography for Project Letters of Support Project Budget Narrative Budget justification OM 87 . l IV k' and B (Need and Community Coordination) * The County of Contra Costa is the home of 582, 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 part 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 E Caucasian Blacki Span. Other west County Cities __ __ ...... 127 ,926 - $13 ,268 77...9;x, Central County Cities 220 ,643 18,781 94. 9 1 . 2 1 .4 2 . 5 East County Cities 61 ,224 1 1 ,5AI 72 . 7 10 . 1 15 , 35 1 . 7 T=409 ,793*** *A description of the general problem of hypertension (its preva3.ence:, its public health significance, etc.) will not be addressed here, 'see Appendix_ **See Appendix. 00168 ' ***Does not include unincorporated areas. IV .- A and B (continued) page 2. In addition, many voluntary agencies have their main offices in the Central County Region, and with coordinated planning efforts leading to mutual setting of high-risk target areas as sites for priority actions, there would eventually be better distribution of community efforts and resources . Thus, in summary, expertise, manpower, and health and community_ 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- graphic data which point to a sizeable hypertension problem in east 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 more community participation in the planning process for HBP services. It is intended to staff the Council with an individual committed to Consumer Health Advocacy, so as to implement a high level of community input and he7,p -eedback in the Council' s activities (and tovfill the consumer positions on the Council with respected and representative community members) . An annroximation of makeup of the Council will be 1/2 providers, and 1/2 consumers. 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 A have already been set in motion. ) A 1`-i .-al point: t1-ie project understands and is agreement wit-h- the importance in National and State HBP planning given to adherence manage- i:'cen'L cons_derations, and every attempt will be made to give priority in planting to interventions which improve adherence - i.e.a"pro-adherence strategy" will be stressed. f' 00189 1 C . .' IMETHODOLOGY 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 Heet- 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 HBP control goals ; and to residents. eliminate duplication of effort in HBP 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 509 of county citizens who viould be described as consurers, e. g. consumer- health advocates , members of interested service or civic groups , individuals with hypertension, - etc- 4. ypertension, etc.4. To include on the coordinating council , re- Council Membership List presentatives of autonomous providers of POW � k C : i•1URODOLOGY 4 HBP services (Ex: County Medical Services , Medical Society , Kaiser Hospital , etc. ) 5 . 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 H•BP 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 BP records. elevation (Ex : in community screening ac- tivities , County Clinics , and Community Hospital ER' s ) will be retested and re- ceive any additional required services . 10. To furnish up-to-date accurate information Documentation of request. regarding hypertension epidemiology and and services given. control to interested and invovled commu- ®a J C . -METHODOLOGY 5 pity agencies . 11 . To contribute to the planning and implemen- Reports of participation 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 . roviders . 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 weil .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. teri.als available. u 2&3 . Geographic area to be served will be the entire county; tang lation CT`a0D0L0GY 6 nor 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- mented need for services . 4. Tasks - (see page _7____j 5 . Who 'Will 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 be 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 S . ;then :•cork will bec in: See Time Franz I 7 C: 'Methodology (cont. ) 4. Tasks relating to cooperation with specific agencies : An effo_t will be made to follow recommendations of State Plan for HBP control regarding potential roles of 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 cot;`.:' l y'- ide scr_-enin- efforts . (ex: Fea ii,_^_ 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 ,I Committee on Nutrition and Risk Factors. A With the help of this registry, patients with elevated BP's will 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 frill 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 . ; 7) 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 10. they produce :i'll be available to the projects which need them. 8) medical Group Practices - raiser, and County Medical Services , provi-de medical care to a significant proportion (approximately 30-35%) of the county' s population. Representatives M D. ''s, nurses , educators) from these two medical groups will be important partici- pants on the council. M195. 9 ' Other council members will include : community health workers, health educators, other interested health processionals (e .g. pharmacists , nutritionist, dentist , epidemiologist , cardiologist, county health teen project staff, etc. ) , administrators , hospital representatives,- citizens organizations, 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 would have at least the following comnittees - 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 "Stayino ;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. gojoe ..For a complete list of intended members of the HBP council, see Appendix. 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 HBP pro- ject in Contra Costa Couniy. Statistics , data collection, degree to which each project adheres to overall NBP 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 would , at this point , take a leadership role in maintaining fUncfions of the council . Since coordinating, monitoring , and continuing evaluation of ;Hypertension Projects is such an integral part of reducing the morbidity and mortality due to this disease, the Health Department will, spa're. no effor in ensuring that the Community Hypertension Council remains as ' a viable and effective organization . 60197 i > K •, "y ' rr 0 Id > `d 5 � n b Co ° b c rOr tit d n > a L1 0 n r• K o G K r rt '] nr m D O r• � � :n O r+• ? _ !-- Ul 3 7 W a O O n O r. Cs d G K a O n '_: A ►n r ?f N X,•7 < O u r` O rY 7 3 !� K r .� r• r n 7 CJ G 0 O w a rr n r rr r ^7 3 m rr r- n w N El O f] � ^_t A r+- Y• n - 0 \ to 0 r [3 r 3 D a to O O A ^ r. rr 7 r- r• _a f7 > E O O 7 O. K O 7 n rr O ;] rr -' K •7 rr c =1 G K O Y• r y O :5 a. r -< O h "+ `G n N t7 !7 ) rr U 1-4 R n rr ro U .. r• O O •• t=7 1) as O A Z C3 H t9 ': i.n r- K 7 O C r•t Y• Z r7' r m y] rr 'J O G O ziG a 3 G r O r• `L +-3 ri33 L] S] rr .+. O W Y r. A U O tJ C > O r G U rn Z3 rr In (� .:1 r j. i'•`i f`i• r•]. rr rr 1-1 R Q. 14 O n n n ;� ra o N r• n r p r rr n 0l n r - ,y K Z rr 7 rr r O O < K G < N El O n w w O O r ca o r? rr r rs r• r- o . 5 O A R b << G `G R a w n O.� 23 b » rr `G tD r a n O r• C nE3 r rr £ fJ r] r O b rJ G O r• CI Y• Y• m O r v 'U O R N K O O v] VI n R N• 5. - 1 4 b m CL n N ` _ cn H H z o c tv C'3 C! H H cn a z c� NIV n f � 1 i 1 _ i `' v y V t«U�i!'RA (:US,iA l;Uu, 4 , i)U1'U1,11A:1UN YHUJ1,U'LiUAJ .p 1975 1980 1990 BAST 84,759 961600 125,460 WEST 173,327 179;830 198,970 © . . CENTRAL 324,1743 345,670 394.570 Major Census Divisions io.Jlons TOTAL 582,829 622,100 719,000 3580 3510 3150 9142 3141 3050 3010 3180 uu 3200 1. 3591 �� 3110 3190 3132 3592 "' 3060 3090 3210 3552 3131 3012 P. 3611 .u' 1601 3560 321! ,�r tt� n, ,u, 3011 3010 300 '1111 u,• _t"L�._,... uu em ua 3 'vv 3610 WEST ov r ua Argo " ' � •�' r 418 ,;i► 3311 3250 3032 3031 S ' 3382 CENTRAL CAST 3540 3480 3400 ..,. ' • . ,�, •rte. ,tH 3930 3183 3553 3990 3410 3500 3420 3530 3512 3511 3461 3551 3040 3440 3522 3521 3462 3452 345{ COO �1 ° tr ttino ib tx>n , 4-1-77 � � f',cir;urti Iry CONifilt COSTA COUNTY plu,kttno Urs1Y+rUntatl Loven HYPERTENSION COORDINATING COUNCIL- INTENDED POSSIBLE INITIAL MEMBERS �fealth Department Emergency Medical Services Chronic Disease Nursing Health Education County Piedical Services Hospitals Mt . Diablo John Muir Kaiser Los Medanos Delta Richmond Brookside Nursing Homes Rep.. Volunteer A-encies Hearn Association Red Cross Volunteer Bureau Inter Agency Health Council - Central* tr �t rr tt West tr tr rr tr (?East?) Other Count-v Tjnttd I -„nr-” Zi Fire Department 1?ce Deparll _ J IT t, - Schools - *There is the possibil t of oo06VO delegate from y Central County Agenciesbeingrepresented by a the Cenral County Hypertension Task Force; this will help 1*Presently no active Eastern Region Health Council HEZFE.TENSION COORDINATING COUNCIL Page - 2 - Other Gov't . A-encies Social Security., Richmond Health Services Agency _- Interested Voluntary Agencies - e.g. Kiwanis' Contra Costa College - Diablo ollege Diablo Valley College Other Private/Industry ex: Dick Pomeroy Ambulance Co.: Anv Community/Business Organizations - e.g. BANKS Nutritionist/Dietetic Association County Medical Society Dental Society Pharmacists Society Nursing Society - CONSUMERS/People tiaizh hypertension; Consumer Health Advocates Com. unieations media representatives 00201 E AP?-EiDIX j. Description of Countyide "Ad Hoc Co.;^ittee on Hypertension Control,". Agency Menbers: 1. Contra Costa County Health Department of Public Health'. 2. West Contra Costa Health Care Corporation 3: Mt. Diablo Hospital Education and Outreach Program (representing also the central county TasI& Force on Hypertension)- 4. American Heart Association: Contra Costa Chapter. This co:mittee 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. v _ , Appendix _PLAN 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 . * State Plan for HBP Control , 1976, page 32 Curriculum Vitae WOOD , Orlyn H. , M. D. , M. P.H. - -- . - College or University: Al abana College B.S. I3315 Medical School : fledi cal College of Pa_ 14,;'D 1948 Public Health: Univ. of Cal .CIa , Berkeley Bates and Positions _ 7 353-55 Director all .Medi cal Out-patient Department of` - the Baltimore City Hospitals _ g55-53 Chief Physician of Montebello Hospi tal Baltimore J5�--b3 Teaching Staff of Johns Hopkins tied cal School -~ _ + 1963-064 Acting Director of Student Health Se,vices , Y University of Florida _ Medical * Consultant for the Stai.e. WIT Cal i R orrii a = - Department of Vocational Rehabil itati oil" - 19 07-68 143edica"l Consultand, Contra Cava Cacrnty~ _ 1968-70 Assistant Health Officer,* Contra: Costa County 1970-74 Chief of Community Health. Ser—1ces, Contra Costa Courc: 974 75 Acting Health t ff�icer, Contra Costa County 1975 Permanent Health Officer, Contra Costa County � - The �iational High Blood Pressure Education Program Health Education Co:Px.attee stated in 10712 that hyp2rtensi on r.s the major cause of disability in the United States. Because hypertension of%en manifests no symptom_ , the majority of people with elevated blood Dr-cssu,re are not receiving any treatment. Hypertension of even nodest, degree (above 140/90) may lead to hurt attacks, heart failure, strokes, renal failure, striate hemorrhage Gf the fundus, dissecting aortic aneurysm, transient cerebral i.schemia and aceto hypertensive esncephalopathy (Batterm,an,1975 ; Kannel, 1967, 1970; 1972; Hates, 1974 ; VA Study, 1970; Jones; 1976; Soc. of Actuaries, 1959) . The incidence of major complications of increased blogd pressure rise with age. Coronary hearr t disease, cerebral vascular accident and congestive beam failure are the major complications in older patients EVA Study 1972). Studies conducted at the Ve te_rainT s Administration Hospitals (1967, 1970, 1972) indicate that morbidity- from hypertension is decreased with treatment. Treat)nent is usually the administration of anti.-•hypertensive drugs, .'these findings are also described by other authors. (T-aIIi..lton, 1964; Moser, 1.974; Fries, 1.971,1972 ; Wilber,1969) . Because the treatment for hypertension must continue. 'for a long time and because the patient often has no symptams; non-compliance with the medical regimen is a serious problem (Caldwell; 3�.970) . Non-compliance was found to be about 30 to Jt:101 .t�`�;.�.�._?`l_� 'r!ar� l fir' -A the wrong time or in the wrong dosage al=-hough the patient rarely told the doctor that he was not completely faithful : { .0.025 to tns DTescrj b a reg:Lmen U-I ddock,19a7; Roth31971) _ Urine studies on patients who said that they dere ak2na their medication often showed non-corspliance (tlzunerty, 1973; Wilber,19e9) . Igrorazez os the public about hyperter_si or_ is another factor in son-compliance) . A Harris poll taken in 3973, showed a great deal of public igizorance. about the nature, causes and treatment of hypertension (sash: zorce.1973) . Asymp Loma tic patients will not f ollow prescribed-therapy not motivated. Skilled nurses with an at ten 4ive ear are - bet ter able to motivate patients than the physicians . Edit 3�I£Jsi,1975; . -Nurses demonstrated that an education program. for patients with Congestive heart failure increased the patients adherence to the prescribed rea=en of diet and riedication (Rosenberg 21971) . In .a study in liemphi.s� hyper- tensive patients followed by nurses in decentralized centers and by PM home visits had significant decreases in diastolic -blood pressure- and had increased compliance (Runyan,197.5) _ The efforts of community organizations, nurses and physic.zans . in patient education through radio talk shows, . speaking to local groups and local netiaspaper stories are effective in increasing the number of diagnosed and controlled hypertensives in the community (Wi.lber,1969) . . 1. Lh_`:.Tter_z , B., �3Lfl�i�«:'�, iq.R., sF'.j.ttai. z, H3r_mgrt;,,nsion- Part 13 r-3tec Jazz and oval uat- on. Part =T..- 'Trea ;��fl�i''.�2.'=d� �".ursiz+ 3 ram. ,-cns�milit ?.ies. Cmr-' o- ass T�--ar Nur5i:!z, jut. `,"jig. Z a.3� 1975, Li, 4 & 5. 2. Call:-- 3 , J.R., et a2.. The dropout problen 3.n treat=sat. .3. Cc!ro-C-ic L'`.I_seass, 1970, 22, 579-592. 3. ClZbarL, P.A., Kos, B.A. Cansid3rattons for health rtteacbd,zg i'I:a 2iu?-s�� C�;r;cs offoh z*r�r'±ca, Dec. i97t 60 -6 - 4. Davis, 11.S. Var-at ons in patients, cc=liares IdAb doctor,5 - - Ord3_S-. 1,—,alt's'.s of congr ua-.mcs. betweten sur7s f r^Spcn535 a, Of a—A- ical -Invastlgatz.on. J. I dica2 ducatio.n, 2Sov, 1,9 6 . 1: - 10 7--1048. . 5. Edi"r al. The nu_Tsas' role in fireatir,- bZjpezrtensr.an. I_E;Xj ju27 10, 15`75, ?L31 93-94. b. Fig_srty, F.A. Jr., hat ie, B.C., F nns„ F.A. int aha jrZir city. Is AZLS2Lysiz of clip- c dropouts,. CircL?atiar.. 19?jr 73--75• _ _-.._........_.,r . 7- Irzeis, E.D. hedical treatrsnt of chro z"c bypsz'tszj:sl on. maaern - - Ccr a-j4 s of Cardj,avascu2.ar D?seass, 1971 17, -NevYorkz 8, . E�as�er_s-ian: Offics $�ra3ication. ' ro' -3:2s:an Esart Associ ti%n, 1972s p 5- 9. w9. . 7ie treat-m-,ant of hyperten:5ion: 7--hy9 erten and ho-.r. A=s_-ican Jou_nai of Nedicizs, 1972, ,52, 69% . 10. Eazs3, (C..G, Hypertension in general practice.. Preventive reed- -±r_a . . SW%.. 1!f 4", ? 313 3�+ 11w Ha="LItcn, H., Lord, H D. , Tho=scn, E.R., T,—j£. Tao - role of blood -oressure control in preventimp cor3)ljcatiors a3' b3peension. Lancet, 19b4, : 235-2�8. 12. Jc. ss, L.N. Eyaertenss.oni Eledical and nurs ng iraa73.cat-;ons. fine - - Nursi,lz Clirics of No*th .*'•.erica, June, 19?6, i1, 243--29j„ •••_•• 13. -Earungl, W., CastsLi, W.P. , !Ic;Ia=ra, P-, st al. Role of blood prenm,_rs in tits cayslop=ant of condestivs heart. failure t t;e Prz: I...= std. tE�, 1972, 28 783.-787. ��._ - - :.jam t^ -Y:3 _� :'.� r 7 �. .. :.�....�. -, .�, �> •`==s :►mac. w9�7 ;� a.�i--a1. .• 15. _ Wol::; P.A. , Ver ,tar , J. , s y aI. Ep-_ � rise=s;� J. A. H.A., Cc ,. 12, 15?00 2.�'* ., 00207 .. t i 6, 19672 , 169-172. _ �.1 1?. -oS9�', 3D3r�i8ZS10r2 2--3, , 3• ` J 18. lima.--i Heal-Uh Eciucatiaz Com t�za. Fact: t^e r-ajo:- P42_jj�., ar-d CZ3O7��ra d15�35�5 "i?: t^e Cr?teC_T sti yes- ';a:-; York: 1971, 337 5-Y3, 19• 2iea2y, E., Pat=ck, II.L. Fr b?e_.s of aged' parsers 'ming zed:cz- tions at ho:", ; siTa Researeh y Jazz---Feb, 1903, 173, 52-55. - 20. Rosanba g, S.G. A cass for patient ed-_�-i�:c,2, Fosoltal Foz-�+sla-r�. _ 3iara?avant, itzis, 1571, 6, 1.4, - 21. Roth" E. et. al. EstZ .:t��g the p;t3e.^_t's:eoope 1;cz wit' car_ Jau,-,a Sa*e,;c?, l5,7i T 12g; 2oc-273. 22. m+, j-W- The "^ s en--0 c asea59 �3�"J�Z'<s�:: L'o"i1Tar?50:2 3ZL cut_o=9 aad t:ha -nu_-z5s= extandad role-, J ^Rk, Jazz. 20, :.975., 231 s 204-267, 23. Shock, 11-14- ne P12Fsiol097 of aging. Sch-a1112 ca Jan. #.9623, 24. Task Forces Reports to time HY_09 -;9nS'-;an Ir_fQna�an and Ec acacia:: _ A ASory•Co�Ztea, National High Blood Pres.-axr Eati:ation Pro=.-ram Es-.hesda: 3: PIa tjonal Ir_sti.tutes a Health, Sap t. 1, 3973, pp 1--20. 25, Vatarans Ad�rdstratior. Cooperativa Sttd�- Gr_-upi E fe�4s cf treat=znt.- en ro:ci'rizz in impar;ansion. ; Dec- 11, 1907, 2G22 1028-1033. . Efliacts of 'reeatv^:int on =rbrc� ty:n haypartansion. JX-.!A Aug. 17, 1570 2137 111:3-i 152, 27 Eff pcts of treatment on norbld y 5_q �raeztrns�an. C�.rc"- �tior_, �^aY, 1972, , 6t�''-67j. 28, Wilber, J.A. Eypeertemdan as a co--a-'rz tty ar.�b3ea. .P rsve:r-i.•7a _ .. .. .. cine, Sap-I.,t 1 J j 4� �� 353-3p©. 29. . , Bar_-►-o'a, J.G. Redui-:g alevatecd b1cod prgssu"M:.E•xper_ence fot`i. -a co.--_mtF. I�draissala E-z idle= 19V .. 1303--1346, 300 .= Ear=-o;;, J.G. Hyper-ansicn: A co .n .tg problea. Airsr_Ca'm Qom) �• _ -• Jou--nal of l.elaicins, 1.:+y, 1972, �p 653 663. 31. Winsimr; E.H• The role of the nurse in pa.tiEn t edt,=a tion.-Focus' _ '>Ths, cardiac pasUent. The Of re?-h �-?ca,_Dec. 157- i I! gEFERENCES/BIBLIOGRAPHY Caplan, R-D. et al, Adhering to Medical Regimens: Pilot Experiments in Patient Education and Social Support, Institute for Social Research, the University of Michigan, 1976 . 1�ational Center for Health Statistics, "Hypertension: United States, 197=" , Advance Data, No. 2, Nov. 8, 1976 . Contra Costa Planning Department, "1975 County Wide Special Census of Contra Costa County", Feb. 1977 Alderman, M. H. , "High Blood Pressure: Do We Really Know Whom to Treat and How?" , New Eng. J. Med. 296, 13, p. 753, March 31, '. 1977. Stasor_, W. B. , and Weinstein, M.C. , "Allocation of Resources to Manage Hypertension" , New Eng. J. Med. 296, 13, P. 732, March 31, 1977 . Kessr_ar, 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, Progra-m Directors Handbook, 1976. Fisher, June M. , Hypertension: Assessment and Management: A Training Manual for Extended Nursing Roles, Drew Medical-Dental Cent. Inc. 1974 National High Blood Pressure Control Program, Patient Education in High Blood Pressure: An Annotated Bibliography,. July, 2974. Ragland, D.R. , Behavioral Approaches to the Treatment of Hyperten- sion: A Bibliography, U. S. Dept. H.E.W. , 1977 Stapler, J., High Blood Pressure in the U.S. : An Overview of the Problem and the Challenge, National Conf. on HBP Education, 1973 . Subcormittee on Reduction of Risk of Heart Attack and Stroke, High Blood Pressure Control, American Heart Association, 1974- 00209 r CONTRACOSTA COUNTY RICHMOND CLINIC 38TH a BISSELL GEORGE MILLER CENTER EAST RICHMOND,CALIX_.9435 3020 GT? !7 MEDICAL SERVICES TLEPHO1%E 2358327 CCSCC70.CALIF.94320 _ TELEPHONE 825-1700 HOSPITAL AND .PITTSBURG CLINIC 45 CtVIC AVE. GEORGE MILLER CENTER WEST ADMINISTRATION OFFICES PIrr53UaG.CAUF.94SSS 2801 HILLTOP OR. - 2500 ALHAMBRA AVE. TELEPHONE 333-8232 RICH.S10tiD. CALIF.93806 TEL_PHCH_222'-0831 MARTINEZ. CALIF.94553 • 60 TELEPHOVE 372—:ZOO OA 2o CLINIC 250 Hw Y.4 CAXLEY,CALIF.94361 TELEPHONE 6253256 May 10, 1977 PLEASE DIRECT REPLY TO Dr. Harold Mozar Chief, Chronic Disease Control Section 2151 Berkeley Way, Room 619 Berkeley, California 94704 Dear Dr. Mozar: 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 a health problem. We further agree that the Health Department's plan to initiate a county- wide Hypertension Planning and Coordinating Council has long been needed. We accept the responsibility to help initiate and serve on the Professional Advisory Committee to the proposed project. Sincerel,,, Jay Aiken, M.D. Chief, Internal Medicine Contra Costa County Medical Services JA:mbh 00210 A-310 ACCREDITED BY THE JOINT COMMISSION ON HOSPITAL ACCREDITATION LC;q AES NOs (..0AAh UNiT'i'' HOSPITAL DISTRI RI T 550 SCF GOL STREET PITT SURG7, CAL 1FMMA 9456 BOARD OF 1:p.0 TC?S Telephone 415.<32-t941 Donald L. Lendrj.n P:es:delt NICHOLAS A. VENTRICR nr;fiur S. Chc,nar - Administrators 5-c_'ay Ponald R. Jo;.r.,yw Treasvrer May 10, 1977 Lillian J. Pri °i Ariur 1. Poake, J:. Dr. Harold ltfozar Chief, Chronic Disease Control Section 2151 Berkeley Way - Room 619 Berkeley, California 94704 Dear Sir: Los Miedanos Community 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-wide and community involvement. This kind of a council could well involve itself to assure lack of duplication, standardize procedures, and provide the public with the information it needs .to conquer "The Silent Killer" (Hypertension). Sincerely olas A. Ventrice Administrator NAV:ahw 00 a archus Superintendent of Schools Contra Floy���ndent /'"'1 CST Superintendent =15 Sarva Barbara Road Costa Robert Fifield Pteasant Hili,California 94523 Richard Keefe (415) 944.3388 County Assoc.Suprtrintendeents (''laY ,91977 r .�✓"�~-�" t Dr. 'Harold Mozar, M.D. Chief, Chronic Disease Control Section State Department of Health 714 P Street Sacramento, CA 95814 Dear Dr. Mozar: 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"bf 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. We 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 VU212 BO.=,LRDOr- DIRECTORS LEON E. DIETSCHWEILER S.SINITZER ADMINISTRATOR PR=$DENT �' ARTHUR F. BACIGALUPO l��^''` ,,� `•'- '''' VICE PRESIDENT - %ANDA H. STANLEY MT. DIABLO HOSPITAL MEDICAL CENTER SECRE:;.RY-T8SASURE8 JOHN J. aAIE DIRECTOR ROBERT A. CUSACK DIRECTOR 197T .sr-.`--_T= micas, Y.D. CO'1+:a 'Costa Colu ty T+ea!th Deet. 1-111 'Ward St. :!artinez., Ca 9L.73 rear Lr• Rri;,vs It has been a �i=asi a to �:ork -.rith you in my r. r!ity as staff person for the Task Force on H;rertension for Cf ntral Contra Costa County..' I believe .;e have started a movement in Contra Costa County berecy r biic and private heath _G-enc'•es ^an work together to provide h:.;ertension services. v e have met several ti-mes to discuss matual coorTration in oL applications for state !, ge tersion nunding. T sincerely hopB -vie have the orror4-u i.t�; to �I-..pler-ent our programs, I ::ould be ver: nappy to :articipate in a coL'nlor--wide Hypertension Councils which ! understand is a rajor conronent of yoix ps'oposal. Sincerely} Cor•-un.tyzai t;t aucator t: 002.13 2540 East Street,Concord,California 94520 (415)682-8200 AMERICAN HEART ASSOCiATION Contra Costa Chapter a FYE;1.*K INCORPORATED 1951 • FORMERLY CONTRA COSTA COUNTY HEART ASSOCIATION 1440 CROKAERTS ROAD WALNUT CREEK CALIFORNIA 94596 P.O.BOX 4605 (415)935-1060 MEMBER OF BAY AREA COMBINED HEALTH AGENCIES DRIVE BOARD OF DIRECTORS 0FFIC$R5; May 17, 1977 FRANK C.HESSE.M.D. - PRESIDENT - - - JACOUES CHAHIN.M.D. - PRESIDENT ELECT PAUL CIANCI,M.D. Harold Hozar, M.D. VICE-PRESIDENT TED J.SAENGER Chief of Chronic & Disease Section., - CHAIRMAN OF THE BOARD State Department Of Health Wl vIc MCHAIRMN 2151 Berkeley flay GERALD WELLS Berkeley, Ca 94704 SECRETARY JOHN C.GOSS - TREASURER Dear Dr. Mozar: - - JAMES A. F-WART.M.D. -PAST PRESIDENT 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 have given their, CARL AHROON.M.D. endorsement of the proposal su amitted by thePUSLI _ - COMM EDUCATION AND Contra Costa Health Department g COMMUNITY SERVICE � � for their High JAMES A.EWART.M.D. Blood Pressure program. These include support_ - .- MEMRERSHIP-NOMINATING of community Hypertension programs in Pittsburgh T ROBERT BRAMLET "S PERSONNEL and adjacent areas of the county and planning ELLIESPILL.ANE and developing coordinated county wide Hypertension FUND RAISING ADVISORY - activities with follow up as such. - DAVE FUHRIMAN _ BUDGET AND FINANCE _ ELLEN KILLEBREW.M.D. We request your favorable action on these two RESEARCH MARVIN EPSTEIN.M.D. aPPlications. - - PROFESSIONAL EDUCATION DIRECTORS Thank you for your consideration. LOUISE AGNEW ROSS ALEXANDER Sincerely, GILBERT BYERS.M.D. CARL CONTIG _ WENDY LILYOUIST.R.N. 'tel GLEN MCh'ADIN 1 GARY B. MARCUS.M.D. - JOHN E.MASON.M.D. Frank E. Hesse, M-D. _ ALBERT MYATT.M.D. President ALLEN K.PIRKLE.M.D. MIKE RUPPPECHT. ESOUIRE HELEN TOP.3ET.R.O. SHIRLEY J. LOEHRER - EXECUTIVE OIRECrOR - - 1 00214 AMERICAN HEART ASSOCIATION I.� • , 4Contra Costa Chaptero� F•i rz"I INCORPORATED 1931 . FORMCRL.Y CONTRA COSTA COUNTY"CART ASSOCIATION 1440 CROKAERTS ROAD WALNUT CREEK.CALIFORNIA 94596 P.O.SOX 4603 (413)9333 060 MEMBER of RAY AREA COMM MED HEALTH AGENCIES DRI VIC BOARD OF DIRECTORS OFFICERS: May 17, 1977 FRANK X.HESSE.IWM. - PRESIDCNT JACOUaS CHAHIIV,M.D. PRESIDENT ELECT PAUL.CIANCI.M.D. Harold Mozar� M.D. VICE-PR°'SIDtNT 72:0.1 SAENGSR Chief Of C1=onic & Disease Section cHAtRMAN OR TNIE HOARD State Department of Health WILL-SAM D[TM tR 2151 BerkeleyWay GERALD wEL.L.s Berkeley, Ca 94704 'SECRETARY JOHN C.GOSS TREASURER Dear Dr. 14o--: . JAMX3 A.EW ART.MM- PAST PREStOCNT Yt 1s ny pleasure to inform you that the Board CAL DAUSMAN PAST CHAIRMAN of Directors of the Contra Costa C:bapter of - STANDING COMMITTEE CHAIRMEN the American Heart Association have given their.: CAR-L.AHROOPI.M.p. _ endorsement of the proposal Submitted by the - PLINUC EDUCATION'AND Contra Costa Health Department for their High COMMUNITY SCRVICK 8 4 SAM CS A.EWART.M.D. Blood Pressure program. These include support MEMHERSHI►NOMIPIATINO of comunity Hypertension programs In Pittsburgh - - ?09tRT 9RAMLETT PSRsoNN�L. and adjacent areas of the county and planning L.U=S.,LLANc and developing coordinated county wide Hypertension FUND RAISING ADVISORY acti-7itles With follow up as such. - OAVE FUHRIMAN - BUDGET AND FINANCE ZL.LCN KILL.£7RKW.M.D. We request.your favorable action an these two RESEARCH applications. MARVIN EV-STEIN.M.D. PROFESSIONAL EDUCATION D1ReCTORS Thank you for your consideration. iOUISE AGNEW - ROSS AL.EXANOI:R - GILDCRT BYERS.M.D. _ S"`ceiely. _ CARL CONTI WENDY LILYpUIST.R.N. GLEN MCFADIN _ GARY o.MARCUS.M.0. - - JOHN E.MASON.M.D. Frank E. Hesse, M.D. A LHERT M V ATT.M.D. President - ALLEN K.PIRKI.C.M.D. - M1KE RUPPRMCHT.ESOUIRE HELEN TORFIET.R.D. CHIRLEY J.LOEMRER EXECUTVE DIRECTOR 00215 "a?:.TFor C-1ANN WELFARE AGENCY J1'„ Ce.srner vc°, ,R.,-;,r{FiN.T OF HEALTH BUDGET C7R'f $ Name of Applicant: CONTRA COSTA COMITY HEALT'd-DEPARTMEiYT Amount In-Rind Personnel Requested Contribution Salaries Waaes 12,954 Fringe Benefits @ % 1,300 $ 14,254 Contractual Services* Co�.sultant Costs* ODeratin:z Ex:)ense5 Supplies .1,000 Travel . 746 - Rental or Lease Costs: Facility Space Equipment Publications Equipment Ca:—u1ication Costs Computer & Data Processing Estimated Salary savings -1,000 Other ' r Total Oaeratin.a Expensas $ 15,000 T O`-rAL D=37CT COSTS REQUESTED THIS PERIOD 15,000 - indirect Costs Rate % (if applicable) Base - 71OTAL FUNDS REQUESTED THIS PERIOD 15,000 Itemize -`-est on attached for=sc • .r"�i►s 1 � - cJMUND G SOWN Jx- GwN~ =_All}; AND WELFARE -- -_ = OF HEALTH _ PERSON-NEEL BUDGET (October 1. 1977 - July 31, 1978) r 0�'i B-? Name o`. A plicant: CORA COSTA C0t3NTY nd Per Cent Person Annual RAmoiint Support Name & csiti9n of Time Years Salary Project Assistant 40% 1550/mo 744Q . Clerk 407. 761/mo 3654 Nurse/Educator 10% 1,550/mo I860 oo06 (, HYPERTENSION COORDINATING COUNCIL NAR2aTIVE BUDGET JUSTIFICATION Personnel• _f One Program Assistant: This position is necessary to organize, create, and put into action a coordinating council for all Hypertension activities in this county. One Intermediate Typist Clerk: This-position is necessary to handle . the urge number of letters, records, reports, minutes, and tele- phone calls_ Supplies• Educational materials for patient and community education for the target Brea of Pittsburg as well as materials necessary • for members of the Council. Travel• This will provide for mileage within the county to be paid to the staff for travel necessary to fulfill the objectives of _ the project. ., ; i ADDENDUM TO: HYPERTENSION COORDINATING COUNCIL PR.OJECi: COMM COSTA MUMMY HEALTH DEPARTIMEENT (To replace Section 1: Objectives on pages 3. - 5) OBJECTIVES AND ACTIVITIES OBJECTIVE I To develop and implement a functioning county-wide 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. . OBJECTIVE II xo develop a written five year plan for hypertension control in Contra Costa County. ACTIMIES 1. To identify, based on latest demographic and vital statistic information, the geographical/neighborhood 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 Education and resource materials. ACTIVITIES - 1. To collect, review, and catalog available high Mood pressure educational materials from local, state, and national sources. 2. To publish, disseminate, and update periodically a directory of ccaeaunity hypertension resources. 00019 3. • To disseminate available high blood pressure educational materials, resources information, and information regarding hypertension epidemiology and control to interested and involved coumuity ag+cacies. To add to section S, nage 6: Provision of High Blood Pressure educational activities in the high risk target area of Pittsburg will be accomplished, after an initial planning phase by the, council and staff, by a nurse/educator. To add to page 10a. Time Frame of Activities Ander Phase B, supplementation: Provision of additional High Blood Pressure educational.activities : ' in the target area of Pittsburg (Jan. o June). ..r ,. -V 2 i In the Hoard of Supervisors of Contra Costa County, State of California OCT 41977 . 19 In the Matter of Amendment to Work Incentive Program/Public Service Employ- ment Agreement No. 77001299 As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an Amendment to a Work Incentive Program/Public Service Employment (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 41977, hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Hoard of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors OCT 41977 cc: California Employment affixed this day of_ 19 Development Dept. C/o D.A. _ County Administrator `r J. R. OLSSON, Clerk County Auditor-Contoller g �� ��r '�%' _;'Deputy Clerk Director of Personnel Maxine P4.Neufeld District Attorney (District Attorney' s Office to distribute) od H-24 3/76 15m MEWI ENT OF QD1\T_R4CT F.O EC1 avL .' 253 REGISTRATION M. 77001299 AAIEND.1ErIT # 2 BEWEEN THE STATE OF CALIFORNIA EMPL0M4M1 DrWELOFMFI` DEPAFCNEI4T HEREINAFTER CALLED IDD ` AND Contra Costa County .the move-referenced contract is amended by written agreement of both pas;.ies, effective September 27, 1977 2 as follows: :3xept as hereby amended, al i terms and conditions of t,'.+e re-win unchanged and in full force and effect. ii: WIT- RESS WH.~JFMF, this amendment has been si ;ted :1 va6 'up ,ste by and on behalf of the parties hereto this &-v. DATED y C T 41977 wl'FiAcl''7!U`R w ENPIDYMEP]T DEV-7!) AT DEPAR'II�. 4T SIGNATURE Manager :Che::�r,8n, ,^,ea-d of,' �ervisors T rt*r.x� -� TITLE _6511'i c�; �� c j.:; _.7 Harbour iia Martir_ez, CA�X4553 0415) 372-2371 Richmond CA 94801 237-5500 ADDRESS fT=HONE ADDRESS TELE mHOI1L FORM APPROVE DATE' APPROVED JOHN B. C' S ount set By Dep Recommended by ( artment _ _ 00222 ' 022 . . ._ 1aV. 1 �t5-7L) - _ . Microfilmed wiifi board 6,61 Microfilmed RMISTRATION NO. 77001299 Amendment Page 2 Page 1, :tem 1, is amended to reflect an extension in the term of the contract from September 30, 1977 to December 30, 1977. Page 2, item 8, is amended to provide zedmbursement in Fiscal Year �X178 in the amount of $2,557.40. Attachm.nt 1 is amended to reflect a change in the budget desc-ribed for the 1`. i.srt_ Clerk from 16 pay periods to 22 pay periods at a new salary rate of $333.00 per pay period commencing xith . the 17th pay period. The sub-total for salar .as Is increased from $15,850.00 to $17,848.00. An..additi_onal $559A-0 is Alloted for Fringe Benefits. The total cost will be $22:907.80 reXlectir*� F:i increase of $2,557-40. 00223 r < } In the Board of Supervisors of Contra Costa County, State of California OCT 41977 . 19. In the Matter 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, Employment 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 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date-aforesaid. Witness my hand and the Seal of the Board of cc: California Employment Supervisor Development Dept. c/o DA affixed this day o90T '` 1917719 County Administrator County Auditor/Controller Director of Personnel Y��r'!,� J• R. OLSSON, Clerk District Attorney B� ' Deputy Clerk Maxine (District Attorney's Office to Distribute 002 ' H-24 3/76 15m � r . Registration No. 77008533 CONTRACT BET9EEN THE STATE OF CALIFORNIA EMPLOYMENT DEVELOPMENT DEPARTMENT AND THE Contra Costa County (District Attorney) CONTRACT FOR :1ORK INCENTIVE (WIN) PUBLIC SERVICE EMPLOYMENT THIS CONTRACT is made and entered into this -,,th day of October. 1977 , in ma , County of Qgatra Costa , State of California, by and between the State of Ca i ornza through its Employment Development Depart- ment, hereinafter called the Department, and Contra Costa Count (District Attornev) , hereinafter 'E-aHeU the Employer. This agreement provides for a PUBLIC SERVICE EP?LOYMENT PROJECT (hereinafter "Project") authorized by Section 432(b) (3 ) of the Social Security Act (4.2 United States Code 632(b) (3) ) and Division 2 (commencing with Section 5000) , of the California Unemployment Insurance Code. The parties hereby agree that: 1. The term of this contract shall be from October 5. 1977 throughA�ril 15, 1978 , not to exceed one year. 2. The Department shall refer individuals who are registrants under the Mork Incentive- Program (Title IV-C, Social Security Act) , hereinafter 111IN, to the Employer, who will consider them for public service employment. Employer shall employ 1 such individuals as employees, hereinafter "participants'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- ing 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. argainingagreement. 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. ,-here special cloth- ing or equipment is provided to the Imployer' 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, .0025 DE 8306 (Rev. 12-76) Microfilmad with .boardr6rder i 4. The Employer shall provide the Department .tiith monthly .•mitten reports, on forms supplied by the Department, for the review and evaluation of Parti cipant progress and program effectiveness, These reports shall include records of participant performance and attendance. 5. All jobs developed under this contract shall be for the work- week, the hours, the fringe benefits, and the gages prevailing for similar occupations by the same 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. $. Insofar as funds 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 1977/1978_.__i and Federal Fiscal Year _ _ _ _ , the Department s. a remburse the Employer a tota-L cost under this contract of $ 5,541.12 as shown in the Cost Schedule and Budget Summary, attached hereto and incorporated herein_ as Attachment 1. The total cost to be rLi mbursed to the Employer shall not exceed $ 5L541 12 — in Federal Fiscal Year 1977h978 , with the balance os the total cost under this contract —td—be reimbursed to the :employer in Federal Fiscal Year _ - __ . This total shall be an amount not to exceed 100; of the employer' s costs, including the test of coverage for fringe benefits, of employing participants, as specified in Attachment l; provided, ho-Wever, that overtime shall be paid by the Er::ploy er and shall not be a cost reimburs- able under this contract. The cost of coverage for `'rings benefits shall be bused upon and is limited to the premium cost incurred by the Empicyer or, :There the Employer is self-insured, the average benefit cost per e�lployee (including nonpartiei;�ant employees) of the employer. In no event shay Er ployer incur costs reimbursable under thJ s contract in excess of the total amount for each federal fiscal year as specified in or computed pursuant to this paragraph c, OMM DE 8,06 (Rev. 12-76) -2- e � nor shall the Employer be reimbursed for its casts, including the cost of coverage for fringe benefits, for any individual participant in excess of $12,000 per annum (:= 1,000 per month) from funds made available under this contract; provided, however, subject to availability of fL nds 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 annLm ($1,000 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. 14ithout 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 hav-.ng responsibilities under the contract. 10. The Employer shall request reimbursement monthly within 30 days follorrir�., the last payroll period of the preceding month for participants' salaries, including the costs of coverage for fringe benefits, by means of a WIN-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: Employment Development Department 217 Harbour Way Richmond, CA 94501 Attention: «T/PSE Monitor 11. This contract is subject to Title VI of the Civil Rights Act of 1904 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 it;s 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 h_rei n. 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 terminated pursuant to this paragraph, the Employer 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 Employell submit a final invoice within 60 days follow�_r-_ termir" � -3 DE $300 (Rev. 12-7i) 14. Employer may terminate participant(s) in accordance with its regular employment practices, but only after notifying the par- 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, Employment 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 Government. In addition, the Employer and its agents and employees (including participants) shall not encumber or in any way contract on behalf of nor in the name of the Department and/oma the Federal Government. 17. Employer agrees to provide permanent employment in its regular work-force, which shall be financed from funds 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 prcgram. 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 Employer places a freeze on further hiring after the contract is signed; the participant is unable to comply with Civil Service regulations •which are required by lavr and are reasonable and appropriate to the job. However, .this commitment requires all good-.;aith efforts to provide such unsub- sidized employment for each participant who performs satisfactorily. 18. As required by 41 Code of Federal Regulations 29-61. 1(a), no individual retained or hired by the Employer has performed or ,rill perform "representat.0—L acLivities" before the United States Department of Labor if such individual was formerly employed in the Office of the Assistant Secretary for Employment and Training, the Employment and Trai ni ng ndmi ni.stration,• or•any subdivision thereof in a position 1S 14 or above -within two. (2} years prior to the performance of such representational acti- iffy, defined to include any appearance, connrersation, or other direct DE 8300 (Rev. 12-76) 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 funds 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 administering the contract, avoid situations which give rise to a suggestion that any decision was influenced by prejudice, bias or personal gain. 20. Attachment 2, Summary of Public Service Employment Provided to Participants, is attached hereto and incorporated herein by- this reference. _21. Notwithstanding 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 Planual. X01.29 DE 8306 (Rev. 12-76) -5_ t. IPI `,rlITNESS WHEREOF, this contract has been executed in quadruplicate, by and on behalf of the parties hereto, the day and year first above written. �lPLOYER EMPLOYMENT DEVELOPMENT DEPARTMENT N. Bogge-3 Signature igna ure wi.. N.`3ot�Qzss Albert Broun Printed ame Printed Name 1 Chairman of the 1)oard of Supervisors Manager i"Je Title ' 1 a 1651 Pine Streerw 217 Harbour Way 'AcLciressAdc1ress I Martinez, CA 94553 Richmond, CA 94801 If Employer is a public agency, a resolution, order, motion, or FORM APPROVEr ordinance confirming the above certification must be' attached to IOH jBULAUSEN, on cool this agreement. Do Not Write in nis Space AMOUNT OF THIS ESTIMATE APPROPRIATION FUND S UNEMCUMSERED BALANCE ITEM CHAPTER STATUTIS FISCAL YEAR S ADJ. INCREASING ENCUMBRANCE FUNCTION S ADJ.DECREASING ENCUMBRANCE LINE ITEM ALLOTMENT 5 1 hereby certify upon my own personal knowledge that T.D.A.No. B.R.No. budgeted funds are available for the period and purpose of the expenditure stated above. SIGNATURE OF ACCOUNTING OFFICER DATE I hereby certify that all conditions for exemption set forth in State Administrative Manual Section 1209 have been complied.with and this document is exempt from review or approval by the Department of Finance. I hereby certify that all conditions for exemption have been complied with and this contract is exempt from approval by the Department of General Services. SIGNATURE OF OFFICER SIGNING ON BEHALF of THE AGENCY DATE i 00230 -� DE $306 (Rev. 12-76) —6— Registration No. 77008533 ATTACID ENT 1 COST SCHEDULE AND BUDGET SU-71fl 1 Employee 1 Typist Clerk - 209.388 13 bi-monthly pay periods at $333.00 1 x 13 x $333.00 . . . . . $4.1329. 00 Fringe Benefits: FICA, Medical, Retirement, Workman's Comp. 28% of $4,329.00 , 1,212.12 Total Cost $5,541: 12 ooml' Registration No. ?7008533 ATTACHMENT 1 COST :SCHEDULE AND BUDGET SUI. 1 EYnplovee 1 Typist Clerk - 209.388 13 bi--Mnthl,Y Pa4Y Periods @ $333.00 1 X 13 % $333.00 ............................. .... $.4029000 Fringe Benefits: FICA, Medical, Retirement: Woriffianl s Comp. 28 0 of $1,329.00 ................ 1s212.a Total Cost .1 00232 - - - , Registrat,ic: 7700533 ATTACHMENT 2 SUD24ARY OF PUBLIC SERVICE .EFTLOYDENT PROVIDED FOR PARTICIPANTS List each occupation and a descriptive surrmary of the duties involved. Attach additional sheets as necessary. TYPIST C=111111' Under close supervision, perform typing and clerical work of a varied and routine nature; will serve as receptionist and respond to inquiries ries from the public. TYPICAL TASKS Takes incoming calls, deterridines problem, refers calls to another agency or routes calls to appropriate person, or takes message. Sends out complaint forms and maintains loo. Opens and stamps mail and correlates *.•rith file. Logs incoming complaints, mases up file folders, and types control cards. Checks complaints frith Consumer Protection Council Index, Better Business Bureau and Attorney General's state;•nde index for complaints on the sane firm. Checks the lo; for ;•Then the cotirplaint form was sent, dates and files card under when the complaint was received, files copy of complaint. 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. Pulls cases on the appropriate date and routes to the appropriate person. Files all folders in the closed or open file drawers. Types yellow 3x5 cards on cases filed by other cou—ties; files these cards.-in the Consumer Protection Council Index. Types up the Contra Costa County Co_nsuner Protection Council statistical information each month and mails a copy to the other counties. District Attorney's Office, Special. Operations Ditj�''tJ 13201 San Pablo Avenue, ri=300 f` San Pablo, Ca 94806 _ (41.5) 233-7060t Pect. 3511 t In the Board of Supervisors of Contra Costa County, State of California October 4 19 77 In the Matter of - Executive Session. 44 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, a matter of Record 1 hereby certify that the foregoing is a true and correct copy of,,onorle entered an the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 4th day of October 19 77 J. R. OtSSON, Clerk B Deputy Clerk Maxine M. Neuf d ft OoYA4 H-24 3/76 15m I In the Board of Supervisors of Contra Costa County, State of California OCT 41977 , �9 In the Matter of Termination of Reimbursement Agreement Pearl Gamblin On recommendation of the County Auditor-Controller IT IS BY THE BOAM ORDERED THAT the Chairman IS H FBY AUTHORIZED to execute Termination of Reimbursement Agreement which was taken to guarantee repayment of the cost of services rendered. by the County to Pearl Gamblin who has made repayment in full. = Passed by the Board on OCT 4 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dent: Auditor—Controller Witness my hand and the Seal of the Board of Supervisors n cc: County :administrator affixed this day of � 1Q77 19 J. R. OLSSON, Clerk .. By` Deputy Clerk H 24 12/74 - 15•M _ �.� iMaxCl 1 M. 'eu(e!d C-' 0035 TERMINATION OF REIVBURSEMENT AGREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on February 26. 1962 by Pearl Gamblin and recorded in the official records in the office of the County Recorder of this County on March 1. 1962 in Volume 1066 at page 68 is hereby released. Dated: U c i 41977 By order of the Board of Supervisors. Ilk ' l rr , CHAIRMAN OF THE BOARD ,O SU ERVISORS a9ge95 Contra Costa 'County STATE OF CALIFORNIA County of Contra Costa On (date)_ 00T 4 1977 before me, Maxine M. Neufaid a deput�ycounty clerk of this county, personally appeared V4 N. 8onC:- cc known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. James R. Olsson, County Clerk by Maxine M _ 'lMicrofilmad -'1W t,bold order Deputy County' Clerk oo (M 2029 11/72) i In the Board of Supervisors of Contra Costa County, State of California OCT 41977 19 In the Matter of Satisfaction of Judgment Daniel -Hernandez On recommendation of the County Auditor-Controller IT IS By TIS BOARD ORDER- rD THAT the Chairman IS . ,- Y AUTuO_RIZED to execute Satisfaction of Judgment which was taken to guarantee repayment of the cost of services rendered by the County to Daniel Hernandez who has made repayment in full. Passed by the Board on 0 C T 4 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Auditor-Controller Witness my hand and the Seal of the Board of CC: County Administrator Supervisors affixed this day of 4 ir 1911 _ 19 J. R. OLSSON, Cleric By H 24 :2174 - 15-M Deputy ClerkMaxine M. Nec`3'd 00237 IN THE MUNICIPAL COURT FOR THE MT. DIABLO JUDICIAL DISTRICT IN AND FOR THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA COUNTY OF CONTRA COSTA, a body ) corporate and political of the ) State of California, ) No, �4(p3 Plaintiff ) ) SATISFACTION OF JUDG140T vs. Daniel Hernandez Defendant ) The Judgment of County of Contra Costa, entered on January 68 1970 in the above Court, recorded in Book 60�g , at Page hob having been paid in full is hereby fully satisfied. Dated: 0 C T 41977 By order of the Board of Supervisors N. Boggess C Chairman of the Board S 1 2ervlso:r:�s `- Contra Costa County, California State of California ) ACIQ40WLEEGMENT (CC 1181, 1184)County of Contra Costa) ss. On OCT 41977 , before me, Maxine M.Neufeld , a Deputy County Clerk of this County, personally appeared N. Boggess , known to me to be the person1who subscribed this instrument and to be the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. 1 r 9�9 - By Maxi ����� r Deputy'County, Jerk of this County (M 2100 7/75) 00 ICU Microfilmed board order IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, 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 10/1/77- $ 226,930 Assoc. for the Service Workshops 9/30/78 (75% Federal, Mentally Retarded, Inc. for Mentally 25% County, Retarded Adults Title XX) 3. Martinez Bus Lines, Inc. Social Transportation 10/1/77- $ 103,320 Service to Workshops 9/30/78 (75% Federal, 25% donation, Title XX) 4. Mt. Diablo Social Vocational & 10/1/77- $ 913000 Rehabilitation Service activity 9/30/78 (75% Federal, Center workshops 25% County, Title XX) 5. State Department Health Child 7/1/77- $ 183000 of Education Nutrition 6/30/78 (100% State) Education Project (County operated) 12 00239 w II. CONTRACT AMENDMENTS AMENDMENT NEW TERM EST. AMT. 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 E1 Cerrito " " " $ 1,433 3. Pleasant Hill $ 1,192 Recreation Dept. 4. Greater Richmond n: �r $ 34 033 Social Services Corp. 5. Home, Health & 502553 Counseling, Inc. PASSED BY THE BOARD on October 4, 1977. CERTIFIED COPY I certify that this is a full, trne & correct copy of Orig: Human Resources Agency the original document which is on file in my office, and that It was passed & adopted by the Board of Atte: Contracts & Grants Unit Supervisors of Contra Costa Counts. CnlffornIa, on cc: County Administrator the date shown. ATTEST: J. R. OLSSON, County County Auditor-Controller Clerk&es-officio Clerk of said Board of supervisors, . by Deputy Clerk. - County Medical Services t County Social Service G �2t�_y� 4C4 G JOCT 4 1977 County Health Dept. G� dg 00240 j s Y In the Board of Supervisors of Contra Costa County, State of California October 4 , .19 77 In the Matter of Approval of Contract Amendment for Area Agency on Aging IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED 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. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts $ Grants Unit Supervisors cc: County Administrator affixed this4th day of October ig 77 County Auditor/Controller — County Social Services J. R. OLSSON, Clerk Deputy Clerk Maxine M. Neufe d EH Y h : 002`f1 H-24 3/76 15m CONTRACT AM, :E:1111D,�Ct NT AGREEMENT (Contra Costa County Human Resources Agency) Number 20 - 112 1 1. identification of Contract to be Amended. Number: 20-112 Department: Social Service/ Area Agency on Aging Subject- Hot lunch program-Lafayette Effective -Date of Contract: Febu'- 1, 1977 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows:' 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. 5. Legal Authority. This Contract knendment Agreement is entered into under and subject to the following legal authorities: Title III Older Americans Act of 1967 California Government Code 53703 6. Signatures. These signatures attest the parties' agreement hereto. COUNTY C _ _R_A A, CALIFORNIA—) CONTRAC R I By// Chairman, Board of Supervisor 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 Recommended 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 Form Approved: County Counsel or a resolution of its board of directors. Dated: September 20, 1977 FORM APPROVED\ By NRA C ra ur, Deputy 8y0esip�� Nota OF Microfilmed with board _orger CONTRA'CQSTAgtl�t ^ MY Commission�E:piros April 24,197 AMENDMENT SPECIFICATIONS Number 20-- 1 2 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 #20-112, 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) $ 190 $11110 ' 260 Hours at $5/hr. =$1300 Building Space 241.24 Printing and Supplies 187.22 Other 934 deals provided at $1.50 per meal 2,616 - $1401 675 deals provided at $1.80 per meal $1215 5% School District Administrative Costs 147.95 Cafeteria Worker- Mileage 33.74 TOTAL EXPENDITURES $3,416.15 $1,110 Less income (participant reimbursement) 416.15 TOTALS $3,000.00 $1,110 Net Contract Cost=$3,000 Initials Contractor County Dept. In the Board of Supervisors of Contra Costa County, State of California October 4 ' 19 77 In the Matter of Bids for Provision of AS EX OFFICIO-THE GOjr ER14ING ��leed Abatement Services. BOARD OF THE RIVERVIE�,r FIRE PROTECTION DISTRICT OF CONTRA COSTA COUNTY 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 TFM BOARD ORDERED that said bids are RyFERRED to the- Fire Chief of the Riverview Fire Protection. District for review and recommendation. PASSED by the Board on October 4, 1977.. N. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Riverview Fire Protection Witness my hand and the Seat of the Board of • District Supervisors County Administrator affixed this4th day of October , 19 77 J. R. OLSSON, Clerk C, ES► ,� �, Deputy Clerk 'C1 a t Maxine M. Nein a ci 00244 H-24 3/76 Ism A 4 In the Board of Supervisors of Contra Costa County, State of California nrtnhpr A. r i9 27— In 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 commencing 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 Q C T 4 1577 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: P. W. Department Supervisors Real Property Division affixed this day ofn CT 41977 19 cc: County Auditor-Controller Public Works J. R. OLSSON; Clerk Lessor (via R/P) By ./� �/� Deputy Clerk Buildings & Grounds Maxine M.Neufeld Probation Department County Administrator 0024✓ H-24 3/76, 15m� � y� C, . ;; s 4 ' 1 L E A S E 6503 Hazel Avenue Richmond, CA Pronation Department GUIDE_ Program 1. PARTIES: Effective on OCT 4 1 977 , JOHN D. KING and BARBARA J. KING, his wife, hereinafter called LESSOR, and the COUNTY OF CONTRA COSTA, a political subdivision of the State or California, hereinafter called COUNTY, mutually agree and promise as follows : 2. LEASE OF PREMISES : LESSOR leases to COUNTY 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 Maps , 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. B. The exclusive use of the southeasterly one-half (1/2) of the garage for vehicular parking on said 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. TERM: The term of this lease is for three (3) years commencing on August 1, 1977 and ending on July - 31, 1980 . 5. HOLDING 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 inay •be terminated by the COUNTY at any time alter July 1, 1978 by giving LESSOR thirty (30) days prior written notice. -1" Microfilmed with board`s 245 s 7 . USE OF PREMISES : 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. S . UTILITY SYSTEMS: LESSOR shall furnish and maintain all the electri- cal, water, plumbing, heating, anti-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 expp'nse, 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 PRE14ISES: 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 said 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. JANI`1'ORIAL 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 AND RESTORATION OF PREMISES : COUNTY shall have the right, at its own expense, to make minor alterations, attach fixtures and erect additions, structures or signs in-or upon the demised premises (provided such alterations, additions , structures,. or signs shall not be inconsistent with any rules and regulations of tiie governing body having jurisdiction over.'same) ; such fixtures , 00247 -2- 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 either 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 saute under this lease, reasonable and ordi- nary wear and tear and damages by the elements or by- circums-tances 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 further, that in the event COUNTY should termi- nate this lease under any provision for such termination contained herein, LESSOR shall serve such written notice of restoration upon COUNTY prior to the termination of this lease. 13 . DESTRUCTION OF PREMISES : 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 . HOLO i►ARMLESS: It is understood and agreed that LESSOR shall, not in anywise be responsible for damages to persons or property in and upon said premises wnile said persons are on COUNTY business, and _3_ ` 0 248 shall not be held liable for any liability, claira or suit for damages 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 harmless LESSOR from any liability or charges of any kind or charac- ter by reason of such injury or damage claim or suit for liability arising therefrom, in, around, or uporr said leased premises, except in the case of any structural, mechanical or other failure of equip- ment or builaing owned by LESSOR, which results in daraage 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, claim 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 COUNTY business. 15. TAXES: 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 . INSPECTIOO: LESSOR reserves the right to enter the premises between the hours of 9 :00 a.m. and 4:30 p.m. , Monday through Friday, or in any einergency 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 j 00249 17. ASSIGNIMEN'T' AND SUBLETTING: 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-enter and repossess the premises and remove all persons and property there- front. 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 the cost thereof from rental payments due the LESSOR. 20 . SURRENDER OF PREMISES: 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 and 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 be 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 u2on and inure to the benefit of. the heirs , executors , administrators , successors , and assigns of the respective parties hereto, jointly and severally. -5 . 000 22. TIME IS OF ThE ESSENCE of each and all of the termsand provisions - of rovisions _of this lease. COUNTY LESSOR COUNTY OF CONTRA COSTA, a political subdivision o€ the S ' to of C itornia By icy, ng Chairman, Board of Su e isors By Barbara J. King _ r ATTEST'i �1 , R. OLSSON, Clerk . B• D putt' / 'i,RECOI�li�iEl;W)t D FOR APPROVAL: By County ami is for b B y De,uty Public Wo - IUirector Buildings and Grounds By l-ter Real roperty Agen APPROVED AS TO FOR14: JOHN B. CLAUSEN, County Counsel By (�, Deputy _6_ In the Board of Supervisors of Contra .Costa County, State of California u 1977 19 In the Matter of - Payment for Loss of Personal Property IT IS BY THE BOARD ORDERED that the County Auditor- Controller is AUTHORIZED to make payment. of $35.09 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 O C j 41977, I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness m hand and the Seal of the Board of Orig: Director, HRA Supervisors LC r -! +977 cc: County Medical Director affixed this day-.of 19 _ Ms. Viva York _ County Administrator J. R. OLSSON, Clerk County Auditor-Controller, g De'pu.tY Clerk I;axine ti,. Neute101// 1 O2 H 24 8/75 10M ! f In the Board of Supervisors of Contra Costa County, State of California OCT 419779 In the Matter of CLAIM FOR LOSS OF PERSONAL PROPERTY FOR J. KIRBY, PROBATION DEFT. Pursuant to County Ordinance Code Section 36-8.1604, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to reimburse John L. Kirby the sum of $29.82 for a shirt destroyed in the line of duty. PASSED by the Board onOC s 419771 ` ! hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. eh Witness my hand and the Seal of the Board of cc: Auditor-Controller Supervisors OCT 4 1S i% County Administrator Civil Service affixed this day of_ , 19 ATTN: Safety Dept. Probation Department J. R. OLSSON, Clerk ATTN: If. Donavan, Jr. c� B Deputy Clerk n° 7 �f.Ntlufeld 00 '53 H-24 3/76 15m I_ In the Hoard of Supervisors of Contra Costa County, State of California OCT 41977 19 In the Matter of Authorizing Increase in Petty Cash Fund, Public Works Department 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 $50 is AUTHORIZED for the Public Works Depart- ment--Buildings and Grounds. Passed by the Board on OCT 41977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Ori g. Supervisors OCT 41977 Dept: Administrator affixed this day of 19 cc: Public Works Director County Auditor-Controller �,r. �A J. R. OLSSON, Clerk _ Deputy Clerk % (�1dXine eu e 1 0044 H-243/76 15m In the Board of Supervisors of Contra Costa County, State of California Oc -ober 4 , 19 77 In the Matter of Appointment to the Manpower Advisory Council. On the recommendation of Supervisor N. 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) fora three-year term ending September 30, 1980. PASSED by the Board on October 4, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC : Mr. T. J. Walsh Witness my hand and the Seal of the Board of Manpower Advisory Council Supervisors Director, Human Resources affixed this tart, day of 197-7— Agency 97-7—Agency County Auditor-Controller County Administrator J. R. O�SSON, Clerk Public Information Of f is erBy Z - , Deputy Cleric Ronda Amdahl 002515 . H-24 3/76 15m f In the Board of Supervisors of Contra Costa County, State of California October 4 ,� 19 72 1n the Matter 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 & Address Representation Category Term Expires Wilfred McKendry EDUCATION & TRAINING--- 9-30-80 75 Santa Barbara Road COUNTY SUPERINTENDENT Pleasant Hill , CA 94523 OF SCHOOLS H. H. "Bud" Harr UNIONS-- 9-30-80 1978 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. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of cc: Manpower Director Supervisors Chairman, MAC affixed this 4th day of October 1972, Appointees County Administrator County Auditor J- R• OLSSON, .Clerk County Superintendent By _ Deputy' Clerk of Schools Ronda Amdahl 0 ) H -24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 , W77 In the 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. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• Director, Human Witness my hand and the Seal of the Board of • . Resources Agency Supervisors County Administrator affixed this 4th day of October 1977 J. R. OLSSON, Clerk By n� . ' . Deputy Clerk Helen C. Marshall 001. 3/ H-24 76 15m 'Cc:tra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 28435 1. Contract Identification. (Start-Up Contract) Number - 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 oun y (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 C011.* `ITY CENTER, INC. Capacity: Nonprofit California corporation J Address: 745 Tsarina 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 S 3,338 5. County's Obligations. County shall make to the Contractor those payments described in the Pa«ent 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 re-erence: 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 & 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. LO. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR -" BY BY / XKMttMX{, Board of Supervisors Designee (Designate of icial capacity_ in-. business :-It: J. R. Olsson, County Cler - and affix corporation seal) State of California ) County of Contra Costa ) ss. Deputy 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/ 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: — B}. ARTHUR W. WALEf1TA.JR. Deputy 97in Notar Publ' /DeEAI.RAUGHN �e ` fijNCJ1L, RPIIA Nlierofiln�ad wish board O[C�� %' ;f pria CosCounty(A-4617 REV 6/76) � , Gly C;mmissan E.pi;es A1ay 15,1979 Contra Costa Countv Standard Form PAYMENT PROVISIONS _, (Cost Basis Contracts) Number 28 - 435 1. Payment-Basis. County ,shall -in no event pay to the Contractor a sum in excess of the total'amount specified in the PaymentLimitof 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 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.] [K ] 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 lcc)ntra .Costa County Standard Form PAYMENT PROVISIONS - (C.os ROVISIONS(Cos r_`;Basis-:Contracts)- Number ontracts) Number 5. Right to Withhold. County has the right to withhold payment to the; Contractor c: -n, 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 ins =-iciently 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 doc-u ent 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 for-- 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 mace 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. 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 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 pas 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. : 3 } �U pO (A-4618 REV 6/76) 2 SERVICE PLAN L� Number d� — 435 1. Service Specifications. SOUTHSIDE COILMUNITY 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) . Under 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 each 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; (4) Communication; (5) Problem Solving; and (6) Decision 14aking. d. Coaching and preparation of each program participant for successful completion of the State' s standard General Educational Development (GED) testa 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. (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: CAWic 06unfy Dept. _1_ 00260 f . SERVICE PLAN ' Number A 3 5 2. Service Delivery and Performance Standards. Contractor shall provide services under this Contract such that the following primary performance standards are net during the Contract term; i.e., Contractor shall: a. Request, screen, and accept referrals of appropriate CETA enrollees from County's established West 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 successfu-11y complete the GED 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 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. 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 93.13), 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 Sp �j��[[6*'nso Uc�1 Agreement. f Initials: Cot- C my -2- n rDept. ■ SERVICE PLAN Number 2 " . 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 $. -0- TOTAL (Contract Payment Limit) $ 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 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: Coritractor o IVy Dept 00262 • Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the _. County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. -s } 4�' i� (A-4616 REV 6/76) -1- 00263 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 partof 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 inisdemeanor. 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- 00264 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 prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. jo (A-4616 REV 6/76) -3- 00265 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CAL IFOR,YIA OCT 4x 1977 1977 In 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 reco---zendation 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 Pfanpower Advisory Council, and The Board having considered the subsequent recommendation of the Manpower Advisory Council concerning revisions in the previously reco=ended 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 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 t 1971. CERTIFIED COPY I certify- that this Is a luit. trae - correct cop? of Orig:-.j Human Resources Agency the ori i»}I c'oeetriere tr;,: is on file in MY' off!ce� Attn: Contracts � Grants Unit s"IIe �.a i. f'z=°sect ::dopced by the J•s;d oC County Administrator t Cn.ax Couc:y. cc: the c;:ta s3:osa. ATTi: C tstor..ez, en �� r. ?T: J. Ft. OLSSO`. Co;:atp County Auditor—Controller C' r�`• r-��.410 Cterl,of:said Board of__uP.,rrisora, County Manpower Project by DepCtr Cie.-k.�j�,--, Director .�'i= - o OCT 4 197,' Contractors MINUS RJP:dg CEiA Title I_ Contract Specificatiois Chart (FY 77-73) (Attachment to 10/4/77 Board Order) CETA TITLE. T CONTRACT SER,'TC-- PR 2:.`7ER (rn-TRaCTOP,) Pe'G:RAH Pr\'_„F>t?' LL+7T - ► 1, ScatLhsida Co=unicy Center, Inc. CTA Unit -,Special Instruction Basic Ed) 3,332 r 2. ,;orld;ric'_z Ec Lcationnal Services, Inc. CETA tini L 30,870 3. City of Pittsburg CETA Unit 333,801 4. Council of Spanish Speaking CETA Unit 6,019 Ci_.sanizatio2s, Inc. 5_ Contra Costa County Superintendent Adult Work Experience 39,070 OF Sc :dols (Neighborhood Youth Corps) Youth ti:oec Experience 20,820 6_ Ccn-tra Costa Legal Services Foundation. Legal Services for Enrollees 4,755 �j 7. East County Resource Center, Inc_ Specialized Services for 9 070 Es-offender Enrollees 8. Concerted Services Project, Inc. Classroom Training (Clerical) 6,033 4_ ;CCP. Enterprises, Inc. ,dbaClassroom Training (Clerical) 3,864 Polls Priest- Susi Liss College 10_ Linton Business College, Inc. Classroom Training (Clerical) 4,735 11_ Pittsburg tinifled School District Classroom Training ,(iTelding) 5,192 Classroom Training (Constr.) 71078 12_ Sa=air School of Credit, Collection, Classroom Training (Credit Rep) 3,575 13. '.•_t. Diablo Rehabilitation Center Specialized Services for 9,900 Eandicapped Enrollees OMM ~Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 8 = 4 1 V Department: Human 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 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 & 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 By on X1MX Board of Supervisors Designee dw22-- a (Design to of icial capacity in business t:::'as: 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 ' Recomme ded by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B A P 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 itsbo rd of directors. Form Approved: County Counsel p Da d! ' f7 By eputy N tary Public/ puty County lerk OFFICIAL SEAL 00268 Nticrofilmed wirder th board o `;CTO-;A CERTW3110 LlFORRIA (A-4617 REV 6/76) ,� �.;�,,,�- CORiQ:; COs.: ccu:11 r i My{cmm.ss:ri @pares July 13. 1979y Contra Costa County Standard Form' PAYMENT PROVISIONS. .. , (Cost Basis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is_ insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the . termination of this Contract, Contractor shall submit to County a cost report in the . form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant -to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such 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. 00969 I-E-V 6/76) -2- „ Contra Costa County Standard Form PAYMENT PROVISIONS- (Cost Basis Contracts) ' Number 28 - 412 - 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. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan, 3. Allowable Costs. Contractor's allowable costs .are only those which are determined in accordance with: [Check one alternative only.] [ 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 fora 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. /Ir , (A-461$ REV 6/76) -1- ,.00270 i SERVICE PLANT Number 2 `�' = 412 - 5 1. 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/Pipe 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) TIG 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 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.., -00%071- ontractor,., o ((t� -1- V071 SERVICE PLAN - t Number 2 8 412 � 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. 422 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials• Contractor County Dept. r 00272 -2- SERVICE PLAN Number 2 Q V M 4 1 2 1 e 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 Training 6,571 (3) Manpower Services 160 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -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 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: or_ ounty Dept. 0 `73: . Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or canceled 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. 002'74 (A-4616 REV 6/76) -1- a 4 _ v 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. VV%(1f1 t� (A-4616 REV 6/76) -2- r 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 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. 002"76 (A-4616 REV 6/76) -3- i IN THE BOARD OF SUPERVISORS -0F CONTRA COSTA COUNTY, STATE OF CALIFORNIA OCT 4� 1977 1977 In 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 (ift. 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 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 1 1977• CERTIFIED COPY Q. f o I certify that this 13 a fu€t, trae r- correct copy o: Orig: f Human Resources Agency the original dn•,❑11N1;c u2;;_•;, is on file in my o,fire, :t;tet :hat it :v:is t`1, ?il c, ::dop;?d b}- ttt? f:osrd of Attn: Contracts & Grants Unit 511per.1.30M of Co:' Cn ,.i opteCoud . Che Roar on cc: County Administrator the data sllo:rn. ATT$=T: J. R. OT.^SO`, Co::nc; 'rk ex-ot:icio Ck:?:of said Board of:�pervjsor3, County Auditor—Controller Ct County Manpower Project by Depot C;er3. Director OCT 4 1977 Contractors on 002'77 RJP:dg CETA Title I Contract Specifications Chart (FY 77-78) • - (Attachment to 10/4/77 Board Order) O:i E-IMONTH CETA TITLE T CONTRACT SER.'ICE-PROVIDER (CONTRACTOP.) PP.OG r -iPA,_`ENT Lr- MIT 1. Sout:-.side Community Center, Inc. CETA Unit $ 24,412 ." Special Instruction (Basic Ed) 3,338 2. :.orl3wide Educational Services, Inc. CETA Unit 3030970 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 (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. RCR 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 .(Velding) $ 192 Classroom raining onstr. , 7 12. Safair School of Credit, Collection, Classroom Training (Credit Rep) 3,575 and Management 13. nit. Diablo Rehabilitation Center Specialized Services for 9,900 Handicapped Enrollees • t L/olrr'lV Coatra Costa CounLy Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 8 — 4 1 2 5 Department: Human 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 $ 3,192 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 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 f06-8004-10), 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 & 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 By X Board of Supervisors Designee (Designs a off cial capacity in business t: J. R. Olsson, Count and affix corporation seal) State of California ) ss. County of Contra Costa ) Depu ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By �— they signed it and that the corporation Designee`�or partnership named above executed the within instrument pursuant to its bylaws ;or a resol ion of its board of directors. Form Approved: County Counsel t o �y; ARTHUR W. WALENTA.JR �.�• .�� By_ Deputy �_- o_ ary u �"�ggQtyE Qunt CClerl�O2..y9 lrr.9 tli fcTC6LiC MA CON.RA Coss � CGONa�r (A-4617 REV 6/76) .::. . ._._v_,.a.__ ..... . . ..__.,:,, ��:a-►w`e• Contra Costa County Standard Form PAYMENT- PROVISIONS (Cost Basis Contracts) Number 2 8 412 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. $ per unit, as defined in the Service Plan, or [X ] c. An amount equal to Contractor's allowable costs that are actually incurred each month; but subject to the "Budget of Estimated Program . Expenditures" included in the Service Plan. 3. Allowable.-Costs. Contractor's allowable costs are onIly' those which, are determined in accordance with: [Check one alternative only.] [ a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost) , and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and : : (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] 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 Arounts) 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. tom; U�x 00280 (A-4618 REV 6/76) `l_ Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) , Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such 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, the: 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. S` (A- ►618 REV 6/76) -2- SERVICE PLAN Number 2 8 _ 4 1 '�nn ` 5 1. 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/Pipe 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) TIG Welding Techniques; (2) Gas Welding Techniques; (3) IVIG 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 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 progran, and standards for successful Completion of training. t , Initials: k 1.f Contractor Cou -1- i SERVICE PLAN Number � a. � ` cJ 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 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Contractor County Dept. _2_ 00203 SERVICE PLAN Number.+ 0 " t ,C. "'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 $ 1,461 (2) Enrollee Training 6,571 (3) Manpower Services 160 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -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 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: Contractor County Dept. oar I Confra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives : of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment ,' executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1'" Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, `shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; 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 -aot 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 backgtd6nd; and that none shall be used, in whole or in part, for religious worshii 4r,--ibstruction. (A-4616 REV 6/76) -2- r '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 & 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. 00283 (A-4616 REV 6/76) -3- � 1 IN THE BOARD OF SUPERVISORS OF CONTPUN COSTA COUNTY, STATE OF CALIFORNIA OCT 1977 1977 In the 'Matter of Authorizing the Director, Yuman resources Agency, to Execute Start-Up Contracts with Thirteen CETA Title I Manpower Program Service Providers for Irolementation of Approved FY 77-78 Programs The Board having approved, by its Orders dated August 9, 1977, the recommendation of the County 11aapower 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 recorm;ended 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 77-7S 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 fora start-up contracts with each of the thirteen service providers reco=ended 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 -j 1977. CERTMED COPY I certify, that this is a ft... t;ne a correct cope e: Ori g: Human Resources Agency the or7cirtt do_urte::c�,l::_;, i� on file in c►r o:!:ce. Attn: Contracts & Grants Unit a:1Pi %--1t is nas F tied c"don:ed by t;t? F.oa:c: of Supe—.i:VrN of Co:• Cn_it cc: County Administrator the datd sl:oma. ATTr- Cn.:" `� C114fornia. on County Auditor-Controller C:erka ex-o 'eo ;��__J' t O; n� Cot:n ::!•1 C:eri ':d Board oC Stperslsot•�, County Manpower Project by Deput Cera. Director L S GC{ 4 19'77 Contractors RJP:dg OOA08 i C;7TA Title I Contract Specifications Clhart (FY 77-78) (.Attachment to 10/4/77 Board Order) 0-E-1 EOXTF CETA TITLF. I CONTRACT SLE:'::C£ P OVID3R (CO TRACTOR) L'MIT 1. Soutl&'.side Co=unity Center, Inc. CETA Unit S 24,412 "Special Instruction (Basic Ed)_ 3,33a 2. ::or13-ride Educational Services, Inc. CETA Unit 30,970 3. City of Pittsburg CETA Unit333801 4. United Council of Spanish Speaking CETA Unit 62019 Organizations, Inc. 5. Contra Costa County Superintendent Adult Cork Experience, _ 39,076 of Schools (LN-eighborhood Youth Corps) Youth Work Experience 20,820 6. Contra Costa Legal Seri-ices 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 Trai.niag (Clerical) 3,864 Polly Priest Business College 10. Li.ton Business College, Inc. Classroom Training (Clerical) 4,735 li. Pittsburg Unified School District Classroom Training (tdeldi,ng) 8,192 Classroom rains g onstr. 73,078 12. Safair School of Credit, Collection, Classroom 7—raining (Credit Rep) 3,575 and �-a.agenent 13. 2It. Diablo Rehabilitation Center Specialized Services for 9,900 Handicapped Enrollees x t. �Y - C)O,Q h ._Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 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 94596 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 $ _ -I0,97n 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 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 & 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 By XXKKDUM= Board of Supervisors Designee 1 (Desi ate official capacity in business t: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) ss. Dep ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B they signed it and that the corporation Designee or tnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: Dated: �V`��-� Z�?, (Q77 By. � Designees /Deputy Coynty Clerk ROBERT J. PROCTq . Microfilmed with board order LA (A-4617 REV 6/76) DEPUTY COU'11 i f C Contra Costa County, California i Contra Costa County Standard Form PAYMENT PROVISIONS (Fee Basis 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.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions. herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [X] 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 the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its . program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. ' Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. /12 oo2go .. (A-4619 REV 6/76) i SERVICE PLAN QQ //�� Number28 - 426 - 3 1. Service Specifications. WORLDWIDE EDUCATIONAL SERVICES, INC. , (Contractor) shall provide during "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. (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 : ontractor County Dept. 00291 ' SERVICE PLAN GJ 8Q Number 2 - 4 2 6 - 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 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 : Contractor fCojunty Dept. -2- 009 W_ SERVICE PLAN Number 28 - 426 - 3 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 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. g. Job Development/Placement & 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 : Contr ctor County Dept. -3- 00293 t 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 (15) 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-tune 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. DELETED: --- ble Genereee Goats. lit eeeerdenee with Paragraph _Q; Mieable Costs) , 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 i s 98.12 and 98.13) , pertaining to: a. General purp es for CETA expendit S. b. Direct and indi t costs, c. Policies and procedu s, d. Restrictions on use of ds, e. Expenditures for bu' ing r irs, maintenance, and capital improvements, f. Allowable cost egories, g. Classificat. of costs by category, h. Example f properly chargeable costs, i. Adm' strative costs, j. avel costs, and All _Z: -11 ble GO-to ameas P6011 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: k Or IV - Contractor County Dept. -4- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. C. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 002915 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination. in writing by the`hea& 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 fromanyfailure 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 orkept 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 unisdemeanor. 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. 00999 (A-4616 REV 6/76) -2- 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 minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00297 (A-4616 REV 6/76) -3- i INTHE BOARD OF SUPERVISORS 28m426 . 3 OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA OCT 41977 , '1977 In 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 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 41971. CERTIFIED COPY I certiry that this is a fall. true & correct copy or Orig:: Human Resources Agency the ot•iginal doct;taent ?:It is on file in my ot!:ce, Attn: Contracts & Grants Unit aarl that it .r1s r1°sect c, :adopted by the I:oard of Super'rl;ors of co:.. C`-'i" Cottntr, California. on cc: County Administrator the date ZIU) .. 1TTI'?T: .r. F;, Cot:nt; County Auditor-Controller C:.:rk &cs•o;:iclo Clerk of paid Board or Svpervlsors. by Deput Ciertt County Manpower Project e G, Director f/� on 41977 Contractors oO RJP:dg 410 B CETA Title I Contract Specifications Chart (FY 77-78) • (Attachment to 10/4/77 Board Order) ME MONTH CETA TITLE L CO,\TRACT _SERI ICE PROVIDER (CO`TP..4CTOR) PROG21i-I TIMME-17T LrMIT 1. Soutnsie'e Co=unity Center, Inc. CETA Unit $ 24,412 :"Special Instruction (Basic. Ed') 3,338 2. Uorld*•ride Educational Ser-,,rices, Inc_ CETA 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 [fork Experience 39,07-0 of Schools (::eighborhood Youth Corps) Youth [fork Experience 20,820 b_ 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 Sery=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 11_ Pittsburg Unified School District Classroom Training (Welding) 5,192 Classroom Trainiirg (Constr_) 7078 12. Safair School of Credit, Collection, Classroom Training (Credit Rep) 3,575 and Nanag—eat 13. lit. Diablo Rehabilitation Center Specialized Services for 9,900 Handicapped Enrollees R: 4 ` n 00299 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA , OCT 41977 1977 In 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 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 41977. CERTIFIED COPY I certify that this Is a fait, true & correct copy- of Orig: Human Resources Agency the original document which is on file in my office, Attn: Contracts & Grants Unit nrl th►t it was passed C adopted by the hoard of Sitp^rr i:ars of Co:':•s Costa Coanty. California, on cc: County Administrator the duce slln%vn. ATTEFT: J. F.. OLSSoV, County County Auditor—Controller Clerb �e..-af icio Clerb of said Board of Supervisors, by DePut L'lerb. County Manpower Project ,tip , Directory OCT x.1977 Contractors oa RJP:dg 00300 CETA Title I Contract Specifications Chart (FY 77-78) (Attachment to 10/4/77 Board Order) ONE-MONTH CETA TITLE I CONTRACT SERVICE PROVIDER (CONTRACTOR) PROGRAM I.VEHGiYT LLMIT 1. Southside Community Center, Inc. CETA Unit $ 24,412 ,-'Special Instruction (Basis Ed) 3,338 2. Worldwide Educational Services, Inc. CETA Unit 30,970 3. City of Pittsburg CETA Unit 33,801 „_,,4. United Council of Spanish Speaking CETA Unit 6,019 Organizations, Inc. _ 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 ,a.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. rlt. Diablo Rehabilitation Center Specialized Services for 9,900 Handicapped Enrollees 00301 jCones Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2. 0 - 407 - 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 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 'applicati.on 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 & 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 1 BB y �'J� i,. y XRi9XXXM; Board of Supervisors Designee �X-2CC,�/ �J 1•�ej( (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 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: - ARTHUR W. WALENTA.JR: -ZT Deputy De ut ounty Clerk P' ROBERT J. ^';r'TOR O� DEPUT`f C<.�'.- ' CLERK (A-4617 REV 6/76) Microfilmed with board order Contra County, California Y do Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 28 - 40 '7 - 6 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 Pent Limit of this Contract, County will pay Contractor: [Check one alternative only.] : [ ] a. $ monthly,*' or [ ] b. $ - per unit,'-as defined in the Service Plan, or , [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: ' [Check one alternative only.] [X ] a. General Services Administration Federal Management Circular FMC 74-43. 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). Contra Costa County Standard Form • PAYMENT .PROVISIONS - (Cost Basis Contracts) r - s"_ 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. OWN (A-4618 REV 6/76) -2- . xnx VSs SERVICE PLAN • Number 2 $ - 40 '7 - 6 1. Service Specifications. UNITED COUNCIL OF SPANISH SPEARING ORGANIZATIONS, INC. (Contractor) shall provide during the term of this Contract certain administration 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; 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 applica::t, 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: Contractor County Dept. -1- - Win SERVICE PLAN i� Q �jr �s Number 28 — 4 O .` " 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 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 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: -2- �i aontoractor ounty•D . SERVICE PLAN �r Number 2 8 — 4 0 ( " 6 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 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. g. Job Development/Placement & 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: �o--Qq1 Contractor County Dept. -3- 0030'7 -- r .t SERVICE PLAN Q Number 2 8 — 407 6 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 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 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Cbntrhctorl County Dept. -4- 00okys ' SERVICE PLAN i� e Number2 Q V ~ 4 O `1�jr - 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 TOTAL (Contract Payment Limit) $ 6,'019 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 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: p Contractor County Dept. t e 1 Jrh F - 1 '_..� .�. v u'.rL `- t*''�s-hFra . a.Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. • 00310 (A-4616 REV 6/76) -1- s 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 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. 00311 (A-46163,,_:REV=6/76) -2- 1 L .. 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 prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00312 (A-4616 REV 6/76) -3- r, / ' Contra Costa County Standard Form r ' • STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 y — 4 0 y 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. Payment 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 #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 & 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 By . UMX*W Board of Supervisors Designee P£d:SInENT, CSP BQARD OF DIPECMTEF (Designate official capacity- in business art t: 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 ' Recommended 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 its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: 4Z /, / `� 7 � ARTHUR W. WALENTA, JR. By Deputy Notary Public/Deputy Codhty Clerk OFFICIAL SEAL 00313 IREMF D. COOPER m4 ,. NOTARY PUBLIC -CALIFORNIA (A-4617 REV 6/76) n�ljmed with 15OWd order r�r� TA COUNTYa1 �' lr: . FES 1, 1.::3? Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Numberfi V - 408 - 4 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amours* 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 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. .* . 00314 (A-4618 REV 6/76) -1- Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not .been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently- itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. '(Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such 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. 00315 (A-463.8 REV 6/76) -2 SERVICE PLAN ((�� Number 8 — 4 0 8 4 1. Service- Specifications. CONCERTED SERVICES PROJECT, INC. (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a Clerical Classroom Training Program for CETA enrollees residing in the Pittsburg/Antioch and Brentwood/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, including coverage of the following curriculum areas: (1) Intermediate Typing (to a minimum skill level of 50 cwpm); (2) Ten-Key Adding Machine Operation (to a minimum skill level of 100 spm at 95% accuracy); (3) Business English; (4) Business Mathematics; (5) Records Control (filing); and (6Y General Office Procedures. b. A Secretarial training course of classroom training and instruction in general clerical skills and secretarial skills, including coverage of the following curriculum areas: (1) All curriculum areas set forth in Paragraph l.a. above; (2) Advanced Typing (to a minimum skill level of 60 cwpm); and (3) Machine Transcription (to a minimum skill level of 45 wpm at 90% 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 90% 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 SERVICE PLAN Number 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 I 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 them 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 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: 'Contractor C e t. -2- SERVICE PLAN Q a Q Number 8 ` `# 0 V - 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) $ 62033 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 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: Contractor County Dept. -3- 00318 r :cr.ta Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board. of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to,: any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) �� 00319 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. (A-4616 ' REV-"'6/76) -2- 00320 ^' 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 1 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 & 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. r 00321 (A-4616 REV 6/76) -3- Cpntra Costa County Standard Form STANDARD 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 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 & 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 4 By BY Board of Supervisors Designee (Designate official capacity in business test: J. R. Olsson, County C and affix corporation seal) State of California ) ss. County of Contra Costa ) D ep ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor : Recomm ded 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 its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: B aaat lz�kelz� De ty 4 rt/Peputy County Clerk ROBEPT J. PROCTOR 0r : DEPUTY COUNTY CLERK (A-4617 'REV 6/76) AA;a0fi1med with board order Contra Costa County, California I Contra Costa County Standard Form PAYMENT PROVISIONS (Cost- Basis Contracts) Number V - 4 2 8 - 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 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 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. ri xsj �~ ONZ (A-4618 REV 6/76) -1 Contra Costa ,County Standard .Form PAYMENT PROVISIONSI.: -1. (Cost Basis Contracts) F x- 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. (A-4618 REV 6/76) 2 SERVICE PLAN 9 Q Number+ V - 4 2 8 - 1 1. Service Specifications. LINTON BUSINESS COLLEGE, INC. (Contractor) shall provide during the term 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 cwpm) (4) Ten-Rey 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: Contractor County Dept. SERVICE PLAN Q Number 2 Q V — 4 2 y 1 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 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 CETA Title I Annual Plan and Prime Sponsor Agreement. 121 Initials: Contra for County Dept. -2- �� w SERVICE PLAN QQ _ Number28 - 42Q - 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 $ 919 (2) Enrollee Training 3,487 (3) Manpower Services 329 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits TOTAL (Contract Payment Limit) $ 4,735 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 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 ctor County; Dept. -3- Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with-all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. :f xt ' ►i (A-4616 REV 6/76) -1- 00328 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. 321191 (A-4616 :REu-'6/76) -2- e A , 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. So 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00330 (A-4616 REV 6/76) -3- LINTON BUS]NL S C )�l,I c,I, , INCPOPORATI'sD F $C Ai, y--i (! lea%7-78 As authorized y article V111 , E -0f the Bylaws of Linton'Lusi- ness College, Incorporated the fol .owing resolutions were adopted by written consent by the Board of Di:•ectors. 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 budget for FY 77-78 as pre- sented.. Total budget amounting to $94,632.00. 3.' -Authorize PY.77-78 salary increases as presented. Salary increases were varied and were based on two factors_ ; in- crease or -responsibilities and prevailing wage for equi- valent "positions. 4. To accept proposed personnel policy as presented. 5. Authorize acceptance of the temporary clerical training proposal with Contra Costa County CETA for FY 77-78. Terns of "temporary contract to be October- 3. - 31, 1977 at a-proposed budget of $4,735.00. - Full term contract 4 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 524.984.00.. 7. Authorize Elizabeth Knowles as Director of Linton Business College, Inc. to- negotiate and sign final contract versions of the above' proposals on behalf of- this board. 8. That Linton Business College, Inc. establish a checking account with the Bank of America for the admLn.istration of the Contra .Costa County CETA contract for FY 77-78 and authorize Elizabeth Knowles, Director and William I.ongenbohn, Business Manager . to. draw checks on said account, signed with signature certified to the bank by the Secretary of the Board of Directors of Linton Business College, Incorporated. .� -c�G•-Ef �`!',,� October 1, 1977 _ chat Steven T. Lop6enbohn Date President October 1 , 1977 Mary C. .offMari Date Vic President Oc t obe r 1. , 1,977 N il da Keller Date` Secretary • 001031 Centea Cosca County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 v — 4 0 9 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a West County CETA 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 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 & 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 L4r&W ByC "cC Xt Board of Supervisors / Designee �'iL��N�-•A i (Designate official capacity ir...bu :aess . est: J. R. Olsson, Count ,erk— 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 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. Form Approved: County Counsel Dated: � �2 / /Y?7 ARTHUR W. WALENTA,JB: By - - --- Deputy /ig' ROBERT J. PP,OCTOO DEPUTY COUNT( CLERK (A-4617 REV 6/76) &C-rofilmed With board order contra Costa County, California Contra Costa County Standard Form PAYMENT PROVISIONS- (Cost Basis ROVISIONS(Cost' Basis Contracts) Number V — 409 - 6 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 [ J b. $ 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. 00333 (A-4618 REV 6/76). -1- Y Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis;.Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the te:-...ination of this Contract, Contractor shall submit to County a*cost report in the fo= 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 rude 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. oo004 (A-4E18 REV 6/76) -2- SERVICE PLAN - 409 - 6(� [� c _. Number 8 V e7 '" V 1. Service Specifications. SOUTHSIDE COMMUNITY CENTER, INC. (Contractor) shall provide during the term of this Contract certain administration and staff services to establish and operate a West 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). (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, 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: zvZ4�� -1- o ctor County Dept. 00935 SERVICE PLAN Number 2 8 - 4 0 9 — D 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 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: 111fae Conctor ORWRIM4F. -2- 5 SERVICE PLAN Q n Number 2 8 4 0 9 - 6 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 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. g. Job Development/Placement & 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. r (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: Cont actor County Dept. -3— 0Ot)W J SERVICE PLAN ^ (� c Number8 - 40 9 — 6 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 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 706 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 9813), 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Contractor County Dept. -4- 00338 SERVICE PLAN Q �. , 0 9 Number C7 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- TOTAL (Contract Payment Limit) $ 24,412 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 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 CounEf Dept. i fsza+ra Costa. County Standard Form GENERAL CONDITIONS . (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure- to Per 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. 0002010 (A-4616 REV 6/76) _1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor.. concerning the meaning, requirements, or performance of this Con"ract 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 r0quire 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 4REV: 6/76) -2_ 00340 P 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 prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 001 (A-4616 REV 6/76) -3- Contra 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. 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 S39,076 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 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. 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 reverence: 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. Leal Authority. This Contract is entered into under and subject to the following le--al authorities: Title I of the Comprehensive Employment & 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: COL-N-11- OF CONTRA COSTA, CALIFORNIA CONTRACT By By Board of Supervisors Designee (Designate official capacity in business I-st: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) ss. Y ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor RecoLndedd 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 Desi or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel ARTHUR W. V:ALENTA.JIL -� Deputy /Deputy County Clerk (A-4617 REV 6/76) Akcrofilmmd with board order .Contra Costa. County Standard Form PAYMENT PROVISIONS (Cost .Basis, Contracts) Number 2 8 " c) 6 l. - 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 Pa meat Limit of this Contract, County will . pay Contractor: [Check one alternative only-.]- a. n y.a• $ monthly, or [ ] b. $ per unit, as defined in the Service.Plan, or [XI :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.] [g] a. General Services Administration Federal Management Circular FMC 74-43, 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 oO V Contra Costa'County Standard Form PAYMENT PROVISIONS (Cost 'Basis Contracts)- Number 5. ' Right to Withhold. County has the right to-withhold payment totheContractor 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 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 Ihas 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. t - nn .� 3 VO37 4 lot REV 6/76) -2-- SERVICE PLAN Number — 43628 1. Service Specifications. CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS (Contractor shall provide during 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 shall: 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. 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. Initials: ` Cont ctor Caffinty Dept. ...1_ 00345 t SERVICE PLAN Number 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 - 31, 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 CETA Title I Annual Plan and Prime Sponsor Agreement. 'Initials: Con ctorCAnty Dept: - r - - - s 2 : 00346 OVn 1 SERVICE PLAN p c� Number 28 ' off. 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 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 in the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed £pnenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: Co ctor ., my Dept. : 4..� Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, ` oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this .Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. t :S (A-4616 REV 6/76) -1- Ocm Contra Costa Count Y • • 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. 00349 (A-4616 REV 6/76) -2- 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. she 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special " Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit-.any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. v O4MQ (A-4616 REV 6/76) -3- IN THE COUNTY BOARD OF EDUCATION OF .CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Resolution ) Authorizing Signatures in ) Absence of County Superintendent) Resolution No. T - 77-78 WHEREAS, governmental agencies need assurance that properly authorized signatures appear on project agreements and other required contracts, and WHEREAS, Floyd I. Marchus, County Superintendent of Schools, may not always be available to sign documents within the designated time; NOW, 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 Hughes, Accountant Edith Cotler, Administrative Assistant PASSED AND ADOPTED THIS 13th day of July, ,1977 by the following vote of the Board: APES: (7) Arteaga, Martin, Mauzy, 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 i P sident, on ra Cgst , County of Board� Education Fit:RF:l s — oo1mi 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 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 & Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Section 8O1ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By Board of Supervisors Designee IL_ (Designate official capacity in business t: J. R. Olsson, County C and affix corporation seal) State of California ) ss. County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor - Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ Bthey signed it and that the corporation Designee 1—`partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Of By De ty /Deputy County Clerk (A-4617 REV 6/76) rd order 003"2 INicroii;mad with boa Cbntra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis'Contracts) 4� - 402 - 10 Number2 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. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually, incurred each month, but subject to the "Budget of Estimated;Program: Expenditures" included in the Service Plan. 3. , Allowable Costs. Contractor's allowable .costs are 'only those which are determined in accordance with: [Check one alternative only.] (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-4618 REV ,6/76). 1- Contra Costa County Standard Form PAYMENT PROVISIONS . (Cost Basis Contracts) t .. % 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. 0035 �f (A-4618 REV 6/76) -2 r SERVICE PLAN Q Number2V - 442 - 14 1. Service Specifications. CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS (Contractor shall provide 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 Preassessment 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) . (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 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 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. Initials: Cont actor ounty Dept. -I- 0035 ' SERVICE PLAN AA Number 2 8 — `t 0 2 — 1 0 (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 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/EAP. (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. (5) 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 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 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 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 E/BDP. Initials: ontr or County Dept. -2- 00356 SERVICE PLAN Number 2 8 - 4 0 2 1 0 (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 CETA supportive services to CETA enrollees referred from the E/EDF Development and Vocational Counseling Service. g. Work Experience Placement Service. In providing this YWE service, Contractor shall: (1) Develop individualized 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 and 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 5% 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: ' Cont or ounty Dept. -3- 1M.7 • - - SERVICE PLAN QQ Numbery O 102 -601 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 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_ ctor Munty Dept. -4- 00358 .Gontra Costa County Standard. Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00359 (A-4616 kiV 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 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 relatingto services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV- 6/76) -2- 00360 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. shes 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553." Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. -0x36 (A-4616 REV 6/76) -3- IN THE COUNTY- BOARD OF EDUCATION OF CONTRA COSTA COUNTY, STATE OF-CALIFORPr'IA In the Clatter 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 WHEREAS, Floyd I. Marchus, County Superintendent of Schools, may not always be' available to sign documents within the designated time; NOW, 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 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, Mauzy, 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 ja-----y -•1 JPresident, Contra Cis a) CoGnty, Board `of Education FM:RF:ls 0 0M A Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 2 8 - 4 2 "7 ' 1 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Specialized CETA Unit for Ex-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 & 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 By4 By ,Gz X .i�tI; Board of Supervisors /- Designee (Designate official capacity in business est: J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) ss. ty ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor ' Recomm ded by Department known to me in those individual and ,;a 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. Form Approved: County Counsel Dated: �C�sl�XD_ 177 B / Deputy `N /Depu ounty Clerk- ROBERT J. PP.00 (A-4617 REV 6/76) with board order DEPUTY COUNTY CLERK Microfilmed Contra Costa County, Cpiifornia Contra Costa County Standard. Form> PAYMENT PROVISIONS (CostBasisContracts), Number 2 y - 4 2 '7 - 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 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 subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. , Allowable Costs. Contractor's allowable.costs,are:oniy `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. ?ale 00364 (A-4618 REV 6/76) 1 Contra Costa County Standard Form: PAYMENT 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 oris 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. 006 (A-4618 REV 6/76) 2 r SERVICE PLAN Q Number 2 8 - 427 - 1_ 1. Service Specifications. EAST COUNTY RESOURCE CENTER (Contractor) shall provide during the term of this Contract certain administration 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 RichmondT.— 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 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 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: CoWractor County Dept. -I- ao3ss r a SERVICE PLAN Number 2 Q y - 4 2 '7 - 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 on a job within thirty (30) days after job entry. Initials: Al actoroo Dept. -2- SERVICE PLAN Number 2 Q V - 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 & 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-offenders 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). (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, .tb ensure a satisfactory adjustment in the OJT position. Initials: TZPfractor Co Mim -3- SERVICE PLAN Number28 - 427 - 1 (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. 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-time jobs. (2) Place at least 65% of the total number of CETA ex-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 70% of all CETA ex-offender enrollees placed in new OJT contract job positions established hereunder will retain permanent, unsubsidized, 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 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials; C actor County Dept. -4 0OW9 SERVICE PLAN A QQ Number 2 V - 4 2 `Mir " 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 $ -0- 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 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: Cgfigractor Co my Dept. 00370 -5- _Gag=A Costa County Standard.Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with .Law. Contractor shall be subjectto 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. 00371 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 003'73 (A-4616 REV 6/76) -3- 1 --GoaZz"a Costa County Standard Form GENERAL. CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 003'71 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) .9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which. this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted. and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; 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. . 00372 (A-4616 REV 6/76) -2- 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 minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence— b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 003'73 (A-4616 REV 6/76) -3- 999 Railroad Ave E-4 P.O.[3dx 5740 Pittsburg,CA 94565 (415)432.4664 (415)432.4455 Eaft Count Rerource Center Pie utive Direcioren i October 20, 1977` 'It is hereby, resolved by the Board of Directors of East County Resource Center, Inc. that: I . The proposed CETA Title I 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. - 7 o Guerrero, Chairperson County Resource Center E. 4th St. Pittsburg, Calif. 94565 Signature for verification is: Patrice Jensen Board Members: John Guerrera Stuart Watson Mark Shaffer Employment Development Dept. Contra Costa County Public Defender Bernice McNamara Probation George Chaffey Many Hands Joe Archimede Legal Aid Robert Griffin Mexican-American Laura Brandes Pittsburg Police Political Assn. City of Pittsburg Community Relations Unit Planning 00374 . r Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. (Start-Up Contract) Number 28 - 43 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 #06-8004-10), 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 & 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 part-ies' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By Z/& By at1. XIMEDOWK 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 ) ss. ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they sided 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: By a6��� Deputy /Deputy ounty Clerk ROBERT J. PROCTOR (A-4617 REV 6/76) DEPUTY COUNW CLERK 00375 tontra Costa County, California ■ Contra Costa County Standard Form PAYMENT',PROVISIONS r (Cost Basis Contracts) Number 2 8 — 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 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 [ J b. $ 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 subject to the "Budget of Estimated-. Program Expenditures" included in the Service Plan. _ 3. Allowable Costs. Contractor's allowable costs are only those which ate determined in accordance with: [Check one alternative only.] [K ] 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. 00376 (A-4618 REV 6/76) -1-. 4 Contra Costa County Standard.Form PAM4ENT, 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 oris 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, workor 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. (A-4618 REV 6/76) -2- SERVICE PLAN Number 2 v 4 3 1 1 1. Service Specifications. MT. DIABLO REHABILITATION CENTER (Contractor) shall provide during the term of this 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 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; 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 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: Contractor County Dept. SERVICE PLAN �j1 Number 2Q y - 4 3 1 - 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. (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 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: -Contractor CountyWOU Ia7 -2- SERVICE PLAN Number 2 QQ V - 4 3 1 - 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 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. g. Job Development/Placement & OJT Service. In 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 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: Contractor Co n y Dept. -3- 00t300 SERVICE PLAN Number 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 skills, including coverage of the following curriculum areas: (a) Basic Typing (minimum skill level of 50 cwpm); (b) Production Typing and Layout; (c) Speed Typing; (d) Transcription from Dictated Tape; (e) Records Control; (f) Business English; and (g) Business Mathematics. (2) An Individualized Vocational Training Program of vocational training and specialized instruction, designed to remediate each person's unique handicap and functional limitations and to develop strengths, job-keeping skills, motivation, tolerance, interpersonal skills, and other vocationally critical behaviors, in one or more specific jobs or group of jobs, including, but not limited to, the following vocational fields: (a) Clerical/Sales; (b) Food/Beverage Services; (c) Bench Work; (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, reading, 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 ofjob-ready and nearly job-ready participants to Contractor's CETA job development/placement staff and to other job-finding resources and employment opportunities for job placement. Initials: JO Contractor06MDept. SERVICE PLAN Number 8 - 4 31 - 1 2. Service Deliver 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. Enrollment. Enroll at least 5 handicapped CETA enrollees in the County's CETA 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 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. 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 them 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: '4� /V Contractor County Dept. 00382-5- SERVICE PLAN QQ Number Q 4 3 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 CETA Title I Annual Plan and Prime Sponsor Agreement. Initials: Contractor Coun y Dept. r VO -6- 3 • SERVICE PLAN Number 2 S ' 43 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- for 0 for OJT Contract Payments) (3) Manpower Services 4,454 (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits $ -0- TOTAL (Contract Payment Limit)- $ 9,900 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 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: Contractor County Dept. -7- _ j .(inyta Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. J r 00385 (A-44N 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS • (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; 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-4616REV`6/76) -2- OO�jQr 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 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. 0038'7 (A-4616 REV 6/76) -3- �. ti:.iLra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 4 - 7 1. Contract Identification. (Start-Up Contract) Number 2y i 0 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. 2. Parties. The County of Contra Costa California (County) , for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CITY OF 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. a. 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 & Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845), 29 USCA Sect•on 801ff; California Government Code Sections 26227 and 53703. 10. Signatures. These signatures attest the parties' agreement he o: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRAC R R By By VM;NMK4 Board of Supervisors Designee CITY AGER (Designate officicapacity in business st: J. R. Olsson, County and affix corpora ion seal) State of California ) County of Contra Costa ) ss. -- x ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recom»iended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By j7 a47' -< ._. 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 o--;' directors. Form Approved: County Counsel Dated• november 14, 1977. ARTHUR W. WALENTA,J& Deputy C t erk . t O (t?-4617 RLQ' 6/76) j t , i Contra Costa County Standard Form PAYMENT:PROVISIONS (Cost `Basis Contracts) Number 2 8 - 4 y 4 a i 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of :the total amount specifiedin 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 i onlyfor costs that are allowable costs (see Paragraph 3. below) and are actually. incurred in the performance of Contractor's obligations under this Contract. ! 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will;.. pay Contractor: [Check one alternative only. ] [ ] a $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. . 3. Allowable Costs. Contractor's allowable costs are only those which'are determined in accordance with: [Check one alternative only.] [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. 5 t 1" ; e pp(n (A-4618 REV 6/76) .1. 0034 . SERVICE PLAN Number 28 - 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. i (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: f (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 i 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: Cont actor County Dept. -1- - 00391 f Contra Costa County Standard Form I - PAYMENT PROVISIONS (Cost :Basis Contracts) i� Q _ jr Number 28 - 404 6 1 1; Pa)-ment 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 a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those- which" are determined in accordance with: [Check one alternative only.] [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 - 00389 Contra CostaCounty . Standard Form PAYMENT 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, showing the allowable costs that have actually been incurred bv 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 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 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 0039Q (A-4618 k& 6/76) -2- SERVICE PLAN Number 28 - 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). (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, 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:4, Cont actor County Dept. -1- 00391 SERVICE PLAN Q j 1�r Number 8 — 4 0 4 — i 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 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 Serv'ce Initials. ontr ctor ounty Dept. -2- 00392 } i • i SERVICE PLAN C� Number�G+ g " 4 0 d 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 them to compete successfully in obtaining employment. i t (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. i i g. Job Development/Placement & 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. i I (2) Develop individual employment opportunities with prospective i 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. Ini t i a _ Contifactor County Dept. —3- 003931 SERVICE PLAN Number 2y — 4 V 4 _ i 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 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 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 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, Seztions 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 CETA Title I Annual Plan and Prime Sponsor Agreement. IniCia Contr ctor County Dept. 00394 -4- SERVICE PLAN Number 28 y- 4 � 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 $ 6,743 (2) Enrollee Training (including $ 525 525 . for OJT Contract Payments) (3) Manpower Services 26,533 (4) Enrollee Wages -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 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. Initis Cont actor County Dept. -5- oQ 1 rontr,a Costa .County; Standard Form GENERAL CONDITIONS .r (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to"And comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- 00399 Contra Costa County Standard Form t 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 4y6.1/76) -2- 0039 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, fibs 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit- in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00398 (A-4616 REV 6/76) -3- 0 RESOLUTION NO. 77-6273 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PITTSBURG RATIFYING THE INTERIM CONTRACT FOR THE PROVISION OF CETA I SERVICES BETWEEN COivTRA 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:unco.rporated 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: Page:1 of 2 003 AYES: :-Councilmen Barraco, :DeTorres, Lowy b Siino NAYS. Mone ABSENT: Mayor Quesada ABSTAINED• None MAY OR ATTEST: , dro -CITY C ER APPR OVED AS TO FORM: JOHN Sz MV CITY ATTORNEY Page 2 of"2 STATE OF CALIFORNIA COUNTY OF CONTRA COSTA CM OF PITTSBURG I, Janet Costanza, Deputy City Clerk in and for said City of Pittsburg, County of Contra Costa, State of California, do hereby certify that the hereto attached and foregoing paper is a full, true and correct copy of Resolution No. 77-6265 noir on file in this office of said City now in my custody. WITNESS, my hand, and Of Seal, this 14th day of November 19 77 Deputy City Clerk is and fair the City of 'Pittsburg, Contra Co9ta County, California 00400 I In the Board of Supervisors of .- Contra Costa County, State of Colifomia OCT 41977 19 In the Matter 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 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: - Director, HRA Supervisors lll, �� 1977 CC: Medical Services affixed this day of , 19 — Director Mental Health Director County Administrator J. R. O�SSQN, Clerk Auditor-Controller g`1 �%9LDeputy Clerk Mental Health Admin. Maxine M. Neu,afd 00401: H-24 3/76 15m State of California—Health and Welfare Agency Department of Health AFFIDAVIT REGARDING CLIENT MONEY This form is intended to insure that all licensed facilities comply with statutory bonding requirements if they handle money. Facilities that handle client money must certify that the facility does not need a bond (Item A) or that a bond is required (Item B) and the amount of the bond.This form is required on new applications and whenever 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(WO Contra Costa County Name(s) As applicant(s)for or operator(s)of Discovery Motivational House Name of Facility Located 4639 Pacheco Martinez, C,A. 94553 ContrA Costa Street City 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 month for either type facility. X B. Will handle more than$50 per person if Community Care Facility or more than$25 per person if Health Facility or more than $500 for all residents in any one month for either type facility.(If 6 is checked, please indicate the maximum amount of money that will be handled).Amount of money to be handled $ more than 500 less than $10, 000 Note: If"B"is checked,you will need also submit a Surety Bond NSA County run program MONEY HANDLED BOND REQUIRED $ 750.00 or less $1,000.00 751.00 to 1,500.00 2,000.00 1,501.00 to 2,500,00 3,000.00 Every additional increment of$1,000.00 or fraction thereof shall require an additional$1,000.00 on the bond. Will immediately notify the licensing agency in writing when the above stated amount is exceeded. Will maintain adequate safeguards and accurate records of monies and valuables entrusted to the home, in accord with Regulations of the State Department of Health. I certify that the foregoing statements are true to the best of my knowledge and belief. In making these statements, 1(Wc)realize that the submission of w 11ully false sta n co stitute g nds or the suspension or revocation of my license. �` ,• r Y/ T, c Jr. Menta Health ,A rt�_strator Signature&Titln of person (� Cotnple;inx Form O { 'A 1977 on Costa Coin super ' LIC 400 Isl�al Microf med witi,l board order signature&Tine �,=.' �: �, t Ia)N. !'hnirmnn F-,rrd o� tupervisors DESiG`:AT1ON.0F.aL)".i\ISTRr1TIVERv-S?O Si�iLITY L:Ce } r la Li } are gliired to ha:c ay Soai ColiUoUsiy rr....enE,du dr-7 Qp..,� Vaai hors ZE x a iac��.= to represent lite fac•1ityand t0 aCCZgC Ilcensmtr reports.This :ors-.iintended. i� for llice-:e_s -.•:ha czz.^.ot be continuously present to deccrate`.to the acirn Rismaror drother a ro' :__e s. ` a•.:; or::, to accept dh res ons: '':r _ .� icants:•:._ . : . PP p- »- p . is p b. �' PPi �o ::r� carpo-a ionse as\ed. to a t a L ch I o=-d,re 0:1s aUthoriai.-ig t:,i:s dev;.ion. Fac ltd �::�� ' s:..yer'y Mot i va t lona! HOUS Dim .d/Z2.17.0. FacE—L j Address 4.539 Pachaco Phare 229-4712. Ciq. `•�3rt i�'�. G .. 94553 CounW Contra Costa ' Name 'Milton•Combs; Jr Title D i'scovery Hoass Director is he:eSdesic=Led as adrrinis:rator, mrLrager or a,ent of the 2bu•.•:.-rained fsciity. 331d is autnorzed to rece ve _t the above-na_*ned facUity on rn}behalf service of any domsar_eats inch: repos of inspections and consultations,accusations_nd civil and admiais=rive process_ I�: e)s = = iioti �rM StareDepar=ent of He l:h,of z.-�y.char�oe in the above aUrliorizaei�n_ �r1 t St l:f;ty ' A Boggess Signaecta of appliewdE,i::�t, h�` ismap . Board. f Supervisors Contra Cost r::�:i o , Tirtc ► - Ma, 4d 4 pine Aedr:>> neat ('.on-'r-re 06-ta 94_2 Z J� Ci:f Cu::rr} Z:� r. Mlcrdi lured with board:order STATE OF CALIFORNIA -HEALTH AND IVELFARE AGENCY DEPARTMENT OF HEALTH .?PLICATION FOR FACILITY LICENSE RENEWAL OF MUM FACILITIES LICN.SI`'G-FI1Zs7 SERPICE3 .DORESS REPLY TO: 2151 BER-IMELLY W4Y BELFY, CA. 94704 =ACILITY NAME: Discovery Motivational House =ACILITY LOCATION: 4639 Pacheco Blvd. Martinez 94553 C/o Contra Costa County DISTRICT NUMBER: 0z Chris Benevent FACILITY NUMBER: 07001491 LICENSE EXPIRES: 8/25/77 2500 Alhambra.Avenue AMOUNT OF FEE: See attached sched•Z Martinez, CA 94553 (MAKE CHECK OR M.O.PAYABLE TO): State Dept. of Health TYPE OF LICENSE: Social Rehab. _ACILITY MAILING ADDRESS(IF DIFFERENT FROM LOCATION ADDRESS): 2500 Alhambra Ave. Martinez 94553 FACILITY TELEPHONE NUMBER: 229_4NAME OF PERSON IN CHARGE OF FACILITY: Milton Combs, Jr. FACILITY NUMBERS OF OTHER FACILITIES LICENSED 'ACI LITY TYPES AND CAPACITY: 771_19 OR OWNED BY LICENSEE: 771-.23 Social Rehab Drug :URRENT LIMITATIONS ON LICENSE: lt?-35 years, ambulatory (A) 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. .......x...I/WE REQUEST A LICENSE CHANGE. /WE ACCEPT RESPONSIBILITY TO: A. COMPLY WITH LOCAL ORDINANCES CONCERNING ZONING,SANITATION.BUILDING.AND OTHER APPROPRIATE ORDINANCES. B. COMPLY WITH THE LABOR CODE ON EMPLOYMENT PRACTICE CONCERNING WAGES, HOURS, NON-DISCRIMINATION. LIljBILITY INSURANCE,AND WORKING CONDITIONS. C. etipt,yY WITH H AND SAFETY CODES AND REGULATIONS CONCERNING LICENSING AND FIRE SAFETY 1/WE CL,04t UN NALTY QRS URY THAT THE STATEMENTS ON THIS RENEWAL AND ANY ACCOMPANYING ATTACH- h1 TS,FkR SCO , Ec bJ 4bY/OUR. N EDGE.W. N. Bea �s ��/ Chaifman, ioard of Supervisors O C T 4 1977 SIGNED �- )TLE DATE SIGNED TITLE DATE SIGNED TITLE DATE ut aol I3/76I Microfilmed with board order 00404- In the Board of Supervisors of Contra Costa County, State of Califomia 0 tobgr 4 _ . 19 ZZ In the Matter of Contra Costa County Advisory Council on Aging Membership Appointments . The Board having received a September 28, 1977 memorandum. from Mr. C. L. Van Marter, 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. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the. minutes of said Board of Supervisors on the date aforesaid. cc• Committee Members Witness my hand and the Seal of the Board of Contra Costa County Supervisors Advisory Council on Agingaffixed this_! L day of nr,rnh#-r .. 1972_ Director, Human Resources Agency ('�. OLSSON, Clerk County Administrator Public Information OfficerBy c E7, Deputy Clerk Ronda Amdahl H 24 3/76 15m 00405 In the Board of Supervisors of Contra Costa County, State of California October 4 . 19 77 In the Matter of Completion, 'of Private Improvements in Minor Subdivision 71-73, Lafayette Area. The Director of Building Inspection having notified this Board of the completion of private improvements in Minor Subdivision 71-73, Lafayette area, as proved in the agreement with Dynamic Agents, Inc. 1821 tit. Diablo Boulevard, Walnut Creek, California 0,4596 approved by this Board on June 18, 1974; IT IS BY THIS BOARD ORDERED that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY THIS BOARD FURTHER ORDERED that Surety Bond No. 80 41 15 issued by United Pacific Insurance Company, is hereby EXONERATED . PASSED by the Board on October 4, 1977. I`hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Dynamic Agents, Inc. Supervisor Building Inspection (2) affixed this4th day of October 19 77 Mailing Address for Dynamic Agents: 1243 Alpine Rd. Suite 110 A. R. OLSSON, Clerk Valnut Creek, Ca 945,016 � a I r1(J Y Deputy Clerk Patricia A. Bell H-24 3/76 15m 00466 { In the Board of Supervisors of Contra Costa County, State of California October 4. , 19>.7 In the Matter of Status Report on the Contra Costa County Surface Runoff Management Plan 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 CP 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 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Planning Department Supervisors affixed this 4thday of�ctobpr ,, 19 77 cc: Public Works Director Director of Planning County Administrator J. R. OLSSON, Clerk Each City in the County By �•--�. . Deputy Clerk Ronda. Amdahl 0040`'1 H-24 3/76 15m BOARD ACT101v BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFOR?iIh 10/4/37 NOTE TO CLAIKkINT Claim Against the County, ) TI-Le copy o6 .t<v:z docmmert -=tea ., to fou is yo::.* Routing Endorsements, and } notice 06 -Gt2 action tahen on yowt cZain by the Board Action. (All Section ) Bottled o S SupeltvZsou (Panagitap;t 111, beZoty}, references are to California _) given pul4uant 6.Gavelument Code Seetti.on6 911.8,. Government Code.) ) 913, 6 915.4. - Mase note the "wanntir l'-b et o:c: Claimant: Maria and Ernesto Martinez, 331 Pine Street, Brentwood, CA 94513 Attorney: David F. Little Address: 509 Railroad Avenue, Pittsburg, California. 94565 Amount: $100,000.00 HAND DELIVERED Date Received: September 2, 1977 UY-1V )1 to Clerk on September 2, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-notedjQj Application to File Late Claim. DATED: 9/6/77 J. R. OLSSON, Clerk, Ba&, a C � a � d , /-�v v Deputy cia A. Bell II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we axe 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) . ( ✓fThe Board should deny this Application, to File a Lat&-Claim (Section 911.6) . DATED: ��-/,� JOLN'' B. CLAUSEN, County Counsel, By J1 j ---,_ Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check •one only) R� ( ) This Clain is rejected in full. i ( •y) This Application to File Late Claim is. denied (Section 911.6) , ca 1199;> I certify that this is a true and correct copy of the Boards Order enter�dFPin its minutes for this date. DATED. Oct. 4; 1977 J. R. OLSSON, Clerk, bya. Deputy Deputy ,. _ WAMNING TO CLAINLkNT Government Code Sections 911.8 & 913 You have o y 6 mo &nom the = 1g o notice to you which to 6iZe'a count action on Chia nejected Uaim (.6ee Govt. Code Sec. 445.6) on 6 months 6,-tom the denial o{ yowt Appti.cation to FiZe a Late CZaZm witfl n talt.ich to petition a count ,ion, neZ i.eJ 6nom Section 945.4'.6 claim-6,ieing deadt ne (aee Section 946.0') . You may .6ee.2 .tete advice o4 any attatney o4 yowt choice .in connection tv:th thiA matteA. la' you want to eonsuet an atto•tney, you .6houed do .60 imnedi,ateZy. N. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, & (3) Public Works, Business & 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. � ^, i DATED: Q_ 4 -1q77 J. R. OLSSON, Clerk, Deputy + TT' °nn V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk: of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Oct. 4, 1977 County Counsel, By County A&-iinistrator, By Public Works, By 8. 1 Rev. 3/77 . In-the Matter of the Proposed Claim F I LED ' of MARIA MARTINEZ, and ERNESTO MARTINEZ. P 2 1977 Against CONTRA COSTA COUNTY and CONTRA R. OLSSON OF SUPERVISORS RA COSTA O.. COSTA COUNTY MEDICAL SERVICES HOSPITAL, Martinez , Ck California. APPLICATION TO PRE-SENT A CLAIM UNDRR SECTION 911.4 OF THE GOVERNMEE IT CODE BY PERSONS AC'T'ING ON BEHALF OF CLAIMANTS. TO: The Clerk of the Board of Supervisors, Contra Costa County: 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 8 , 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 symptomsere not as a 00" Page One result of her fall on April 6, 197T. Contra Costa County and Contra Costa County Hospital would not be prejudiced by a failure to presentthisClaim 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 applicationwithin 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 Page Two OW CLAIM AGAINST THE COUNTY OF CONTRA COSTA AND CONTRA COSTA COUNTY MEDICAL SERVICES HOSPITAL, MARTINEZ, 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 Pine 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 iA- 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 . f Page One 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 May 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 the Contra Costa County Hospital denied that the symptoms were a result of the fall and assured Claimant that she was recovering normally. 000 Page Two 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 h 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. 5. 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- is- as follows : 5 100, 000. 00 for general damages; Special damages and related costs. Page Three .. It + - • II 8 .I, David F.'" Little, : the .,under . gned,. am the person Pre sentin ; this Claim on behalf of the Claimants above named. Dated: September 2, 1977 � . I , - .. , , . . '��.5'V �� I I . � " s DA�IID F. LITTLE ` r. Attorney for Claimants _ At - r J G . 4 1 __ _i ' F 4 ?. v.. '., .. .. ,* , " - _ "_�," '.�, .- , w I - - - _ I page Four I t t In the Board of Supervisors of Contra Costa County, State of Califomia October 4 _,19 77 In the Matter of 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 Police Services Project which recommended that the County provide the required local .match of $3, 902, and The Board having considered said recommendation, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to provide a local cash match- of $3,902 to the Contra Costa County Criminal Justice Agencyfor the Consolidation and Coordination of Contra Costa County Police Services Project (OCJP - Grant Number 2925-1) . PASSED on October 4, 1977 by a unanimous vote of the Board. I hereby certify that the •foregoing is a true and correct copy of an order.entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig. Dept. County AdministratorSupervisars cc: H. D. Funk affixed this 4th day of October 1977 G. Roemer "— J. R. OLSSON, Clerk " By Deputy Clerk 74 Irian Craig 0041.5 H-.24 3/7615m 1 . County Administrator( r1 tra Board of Supenisora t 4aeas P.Kenny County Administration Building �� lit District Martinez,California 84553 .0w Haney C_Fihden (41$)372-4080 2nd District Adhur G.Will 1 l��// liotisrt 1.Sehrods� County Administrator 3rd District Warren N.Boggm .4th District Erie H.Hasse ne, RECEIVED 5th District October 4, _1977 C C T 1977 J. ON CL j0MIUPE ISORS B RA...... -Board of Supervisors Administration Building, Room 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 ly, - AR HUR G. WILL County Administrator MJN-*es cc: H. Donald Funk George Roemer Ma0filmsd with beard ord* Mary H. Dunten In the Board of Supervisors of Contra Costa County, State of California October 4 _ 19 77 In the Matter 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 BOARD 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 THE BOARD on October 41 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisor cc: County Administrator affixed this 4th day of October 19 77 County Auditor-Controller County Welfare Director State Department of Educati J. R. OLSSON, Clark Bye` Deputy Clerk M ine M. Neuf d RJP;dg ' 100416 H.24,3/76 15m In the Board of Supervisors of .Contra Costa County, State of Califomia October 4 19 72, In the Matter of Amending the August 30, 1977 Board Order Regarding the Status Report on the Transfer of State- Operated Community Care Services Section (OPT-OUT) to Contra Costa County The Board having approved, by its order dated August 30, 197T, the recommendations of the Director, Human 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 amend 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 certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. - Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 4th day of nn+ph.,, 19 County Auditor-Controller County Mental Health Directo e4�_1651Z, J. R. OLSSON, Clerk %4� -� �� Deputy Clerk RJP:dg Ma cir e Y1. 1 eufeld e 0041 H-24 3/76 15m RESIDENTIAL CARE FACILITY OPERATOR LISTING 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 Bonwell Drive, Concord, California 3. Mrs. Eleanor Cohen (dba Cohen Family Home) 316 South 24th Street, Richmond, California 4. Mrs. Annie Darnell (dba Darnell Board & Care Home) 119 South 15th Street, Richmond, California 5. Mrs. Bessie Davis (dba Davis Care Home) 353 South 17th Street, Richmond, California 6. Mrs. Loreca Felts (dba Felts Board & Care Home) 3507 Andrade Avenue, Richmond, California 7. Mrs. Ruby Jackson (dba Jackson's Home For the Aged) 238 South 7th Street, Richmond, California 8. Mrs. Faye Johnson (dba Johnson's Board & Care Home) 5211 Olive Drive, Concord, California 9. Mrs. Hildegarde Jones (dba Hildegarde Jones' Family Home) 4218 Gladstone Drive, Concord, California 10. Mrs. Jeanette Loeffler (dba Jeanette's Love & Care Home) 58 Portview Drive, Pittsburg, California 11. 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, & #3) 1967 Solano Way, 1959 Solano Way, & 4670 Bishop Court, Concord, California 14. Mrs. Mary Thompson (dba Thompson's Board & Care Homes, #1 & #2) 537 Carpino Street and 668 Carpino 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 Homes, #1 & #2) 863 Vermont & 620 Hillgirt, Oakland, California �l V''liv I In the Board of Supervisors of Contra' Costa County, State of California AS EX OFFICIO THE _BOARD. OF SUPERVISORS OF- CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT October 4 . 19 77 In the Matter of Green Valley Creek - East Branch Detention Basin The Board on September 69 1977 having requested a report from the Public Works Director with respect to matters relative to the future implementation of the Flood Control .Zone 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-East 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 project 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 embankment; and Mr. Murdock 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 THE BOARD ORDERED that Supervisor E. H. Hasseltine is requested to schedule a meeting with the principals and the Flood. Control Division. IT IS BY THE BOARD FURTHER ORDERED that October 18, 1977 at 2:30 p.m. is fixed for hearing on Green Valley Creek-East Branch Detention Basin, Flood Control Zone 3B. PASSED BY TIM BOARD on October 4, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on thi minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors cc: Public Works affixed this 4thday of October iq 77 Planning County Counsel J. R. OLSSON, Clerk County Administrator Mr. Dana Murdock Deputy Clark Sandra L. Nielson J 00419 H 24 3/76 15m A 1 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 En gi neer ce—LI'VED SUBJECT: Report on Green Valley Creek-East Branch Basin U G r 1977 September 6, 1977 Board Order J. R. oLssory OUR FILE: 4003B-108-15-01-00 cuR o o TUPeRy;sotr� The Board of Supervisors, by Board Order on September 6, 1977, requested that the Public Works Director report back to the Board on three matters relative to the' future implementation of the Flood Control Zone 3B 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. Nevin,(Consulting Engineer for Diablo Investment Company). If Mr. Nevins basin is deepened approximately four feet and the crest is raised a like amount, it is equivalent hydraulically to the basin layouts developed by the District Staff for this site. This places the crest of the dam approximately eighteen feet above the existing top of creek bank iiihnediateiy downstream of the basin. We feel Mr. Nevins 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 dam 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 feet, located north of the creek and extending to Blackhawk Road along its entire frontage. Alternate B: A ground level, basin, with an approxire:ate water storage depth of 10 feet, that straddles the creek and thereby allurring minor development along Blackhawk Road. nnnn ss� Microfilmed with board older VV42V Board 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 of 15 feet, 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 Mr. 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 B 2,200,000 2,300,000 D 1 ,500,000 E 1 ,500,000 Nevin'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 $200,000 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 water 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 3B 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 Board authorize the Public Works Director to proceed with the acquisition of the Diablo Investment Company property located at the proposed basin site. VLC/i;Fl;:dr In the Board of Supervisors of :Contra Costa County, State of California October 4 . 1977 In the Matter of Making a Determination of Utility Easement Rights For Various Subdivisions. IT IS BY THE BOARD 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 124-75 Walnut Creek Marvin Hyman 2252 Granite Cf. Alamo, CA 94507 MS 90-77 Martinez John W. Del Signore " c/o Pro-Land Development 1251 Springbrook Road Walnut -Creek', CA 94596 MS 277-76 Danville Albert Hann 432 La Gonda Way Danville, CA 94526 PASSED BY"THE ,BOARD on-October 40. 1977." . 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department• Witness my hand and the Seal of the Board of Public Works � Supervisors Land Development Division affixed this 4 day of October _ 1977 cc; Public Works-LD Marvin Hyman Z, J. R. OLSSON, Clerk John W. Del Signore By-' : / . "' Deputy Clerk Albert Hann f Saf:dra Nie SOtI 004W H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 :19 77 In the Matter of Authorizing Attendance at' Training Program On the recoranendation of the County Administrator and the Director, Human Resources Agency, IT IS BY THE 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 100% 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. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Director, HRA Witness my hand and the Seal of the Board of Person listed above c/o Opu�rrnon Jane McClelland, Director OoA affixed this 4th day of. octoLer 0119 77 County AcbAnistrator County Auditor-Controller J. R. OLSSON, Clerk Q�k C 4 Deputy Clerk Patricia.A. Bell H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 , 19 1u In 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: NAME & DEPARTMENT MEETING DATE Linda X. 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 on October 4, 1977. J`hereby certify that the foregoing is a true and correct copy of cm order entered an the minutes of said Board of Supervisors on the date aforesaid. Orig: Director, ERA Witness my hand and the Seal of the Board of cc: Co. health Officer Supervisors Linda K. Lilly affixed this t day of October 19 77 County Administrator County Auditor-Controller J. R. 'OLSSON, Clerk b n B � ' -C tf �. Deputy Clerk Patricia A. Belt 0042- H 24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 , 19 In the Matter of : In the Matter of Authorizing Attendance at Meeting On the recommendation of the Assistant County Probation Officer, IT IS BY THE BOARD ORDERED that Manuel Ramos is authorized to attend the Mexican American Correctional Association Conference, Fresno, California, October 26-29, 1977. PASSED by the:.Board on-October 4 1977. : 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g: Probation Department Witness my hand and the Seal of the Board of cc: Juvenile Justice/ Supervisors Delinquency Prevention affixed this4th day of October 19 77 Commission — County Administrator County Auditor-Controller J. R. OLSSON, Clerk Bn- _ Deputy Clerk Patricia A. Bell H -24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 19.77 In the Matter of Authorizing Acceptance of Instruments for Recording only. IT IS BY THE BOARD ORDERED that the following offers of dedication-Iare accepted for recording only; Instrument Date Grantor Reference ! Offer of dedication for 8-16-77 William E. Berl SUB.MS 10-77 Roadway purposes =s. 2 Offer of dedication for 8-16-77 William E. Bell SUB.MS I0-77 Drainage purposes 3 Offer of dedication for 9-20-77 Truman Skaggs ETAL LUP 2002-77 Roadway purposes 4 Offer of dedication for 9-6-77 4 R Ranch A Partnership: SUB.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-:)O N 0 r y - U a C3 'y PASSED by the Board on October 4, 1977. L O herebycerti that the foregoing fY g ' g is a hue and carred copy of an order entered on the ominutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Originating Dept. : Public Works affixed this 4 day of October _ 1977 Land Development — Division cc: Recorder (Via P:W. ) J. R. OLSSON, Clerk Public Works Director g0_ (�� , _�� Deputy Clerk Director of Planning Patricia A. Bell 0o"� H-243/7615m In the Board of Supervisors of Contra Costa County, State of California October - 4 , 19-77 In the.Matter of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following Instruments are Accepted: . Instrument Date Grantor Reference Consent to common use 8-8-77 Pacific'Gas & Electric Co. Sub. 4958 Agreement 2 Grant Deed 9-15-77 Maurine D. Tekrony, ETALSub.MS 216-76 3 Relinquishment of Abutters 9-6-77 4R Ranch A Partnership: SUB- MS '230-76 Rights ti: rn Vh _. N - O U i PASSED by the Board on October 4, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Originating Dept: Public Works affixed this 4 day of October 1977 Land Development — Division J R. OLSSON, Clerk cc: Recorder (Via P.a, ) B ? Deputy Clerk Public Works Director 'Director of Planning Patricia A. Beit 0042 H .24 3/76 15m 1 In the Board of Supervisors of Contra Costa County, State of California October 4 In the Matter of Fital Environmental Statement on Permit Application of Richmond Sanitary Service. The Board having received a September, 21, 1977 letter from Colonel H. A. Flertzheim, Jr. , District Engineer, U. S. Army Corps of Engineers , 6ransmitting 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 Richmond, 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. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Public Works Director Supervisor County Health Officer affixed this 4th day of oetober 19_ 7 County Administrator y J. R. OLSSON. Clerk By Deputy Clerk M Cr 00428 H-24 4/77 15m , ..S J BOARD OF Sl1PERVISORS, CONTRA COSTA COUNTY, CALIFORNI a . R e:Pursuant to Section 21101(6) of) - the CVC, Declaring a Stop Inter- ) TRAFFIC RESOLUTION N0. 2382-M section at MONTEVIDEO DRIVE (#5104) ) 2382 -Way-Way and BROADMOOR DRIVE (#5503) San Ramon Area. Date: OCT 4 1977 . (Supv. 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 2. - 46-2.012 , the following trafficre is established (and other action taken as indicated) ; gulation Pursuant to Section 21101(6) of the California Vehicle Code, the intersection of MONTEVIDEO DRIVE (#5104) and BROADMOOR DRIVE (#5503) San Ramon is hereby declared to be a four-way stop intersection and all vehicles shall stop before entering. 1,1 or crossing said intersection. Adopted�y tha Board on 0 C T .. 1977 __ .Jy. ...�......M.w�.. .. . -- , h _' . ._. - 8 fi Sheriff California Highway Patrol . �� . T-14 - - --�a._ _�___:.__.__.1 . _ 1. . - BOARD OF SUPERVISORS, CN?A COSTA MR, CALIFORNIA Re: 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 Montevideo Drive is hereby rescinded. _ c'opted:oy th::Board on---C ------ PASSED unanimously by Supervisors present. cc: County Administrator (� Sheriff California Highway Patrol T-14d BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101(6) ) of the CVC, Declaring a Multi-Way ) TRAFFIC RESOLUTION NO . 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 017940 Rodeo, is hereby declared to be a three-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted by the Board on. O C T 4 1977 Sheriff California Highway Patrol 03T00431- T-1 4 -14 I . : - I .. I., , � 1. � �:�_,.` 1�- - -, ,I I 1, I , _�.-�- :v..�",,��;:'- - * , " - I I.., _,_ `,,_, , -� ", -��:,�_�,:�— - � - __ , . - , - -�;,-�,�-� ,�i,,.*,- —!�,;, . , , I'-- ___ __'11 - I e - :1,�,I, -T1.� -,--: - - , , - - � ��.i-,-,-:. _"_`_, _.__._7_"' -- --;:��,-,-�.,�, ;-�,�:- - , -1,, `.", - "'.1"__�:� � * , - - . � I �,, - � 1. �.--.,.,.--,.,.'',�,�-..-"""�",--�-,,, .�,,---�,����,,,-��.��-,.,.-��-...�,.,,,--"-,."-,,��--. ,_'� ", - , , .� 7- I ___1_1 I , � ` �.- , - . , , _ � I I-, .-I ..� .. - � - .-___ ,- - �-- , - - �, _ �11_ I I I -- ,- . ,, - - . � , I, - - � ,- -� �, - I -, .I . . I I I:_� I � , 1_�,.. :,, � ,� - . , - ,- "- , _ . 1-_, .- .. _ - -,_ . � : ��,:��:-,�,,� .. ,� , , . ���� I 1, ,-,. , � - , I ,� - I I : - � ... .�. �,- I- - , ,-- - - , . � I I � � . I : .. I I � , .., OI I OF -SUPERVISORS, CONTRA COSTA COUNTY. CALIFORNIII A. Re: Pursuant to Section 21101(b) ) of the CVC, Declaring CALIFORNIA TRAFFIC RESOLUTION N0 . 2381 - Throughway STREET (#1794A) a Through Inter- . . section - Rodeo Area. Date: OCT 4 1977 I . � I i (Supe. 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 thesCalifornia declaredlto bees CALIFORNIA STREET (#1794A) Rodeo, Y through highway beginning at the intersection of Viewpointe Boulevard and extending northwesterly to the intersection of. San Pablo Avenue. TR.Nos. 1143, 1144, and 1145 pertaining to the existing Yield signs on Sixth, Mahoney and Seventh Streets is hereby rescin11 ded. I1. OCT 4 1977 I iAdopted by the Board on.__-_.�.._. _.�_---._.... - _Sheriff : . California Hi ghway Patrol . T-14 I. 00432 BM OF SUPERVISORS, CONTRA COSTA CO(K Y, CALIFORNIA Re:' .Speed Limits on ) TRAFFIC RESOLUTION NO. 2384 SPS BLACKHAWK ROAD 04331D) ) Date: 0 C T 4 1977 Danville,Area 3 (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) Js(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 BLACIWAWK ROAD 44331D), Danville, beginning at the intersection of Camino Tassajara and extending northerly a distance of 4,200 feet. T.R. #1921 pertaining to an existing 35 mph speed . limi.t on Blackhawk Road is hereby rescinded. OCT 4 1977 Adopted:) the Boo:d on--------------r ...... PASSED unanimously by Supervisors present. - cc: Sheriff California Highway Patrol fl T-14d In the Board of Supervisors of Contra Costa County, State of California October 4 197j_,_ - In the Matter of Hearing- on Proposed Amendment to the County Ordinance Code Pertaining to Regulating Parking in Single Family Residential Districts . The Board on September 6, 1977 having fixed this date for hearing on .the recommendation of the Planning Commission with respect to a proposed amendment to the Ordinance Code 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. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Witness my hand and the Seal of the Board of CC: Director of Planning Supervisor County Counsel affixed this4t__1 day of October 1972 J. R. OLSSON, Clerk ` BY_ Deputy Clerk � Vera Nelson 0043 H 24 4/77 15m ':: In the Board of Supervisors of Contra Costa County, State of California October 4 . 19 77 In the Matter 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 . andBlind 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 94804 E1 Cerrito, CA 94530 PASSED by the Board on October 4, 1977. 1 hereby certify that the foregoing is v true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director, ARA Supervisors Persons listed above affixed this 4th day of October 19 77 C/o OOA Jane McClelland, Director OoA County Administratord. R. OLSSON, Clerk County Auditor-Controller By, r ph, Clerk Patricia A. Bell 001W K-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 , 19 77 In the Matter of Hearing on the Request of Mr. George Damico, Applicant, (2131-RZ) to Rezone Land in the Crockett Area. Mr. & Mrs. 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 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc • Mr. G. Damico Witness my hand and the Seal of the Board of Mr. & Mrs . D. Pallotta Supervisor Director of Planning affixed this 4th day of October _ 19 Z County Assessor r �� J. R. OLSSON, Clerk By Deputy..Clerk' Ronda Amdahl 00436 H 24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 19:77 In the Matter 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 Fri=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. _ 1 ' 1 hereby certify that the.foregoing is a true and correct copy-of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Clerk Supervisors Elections Department affixed this 4th day of October . 19 77 County Administrator Public Works Director Planning Director J.. R. OLSSON, Clerk Jamie L. Johnson DePY Clerk 00431 H 24 3/76 15m 1 State of California } ss. County of Contra Costa I, JMIES R. OLSSON, County Clerk of said County, do hereby certify that I did canvass the returns_. of the County Service Area M-23, San Ramon 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.- 1 further certify that I did conduct the election by mail and mailed a ballot to each registered voter in said dis trict. WITNESS my hand _and Official Seal this 28th day of September, 1977. t JAMES R. OLSSON, County Clerk :(SEAL} e Deputy County Clerk F. I L SEPJ' 1977 t.�t ' • J. R. OLSSON , J CLERK BOARD OF SUPERVISORS t CONT S A C O 1 'olw . iVticrofitmed with board order In the Board of Supervisors of Contra Costa County, State of Cotifornia October 4 . 1977 In the Matter 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. 1 hereby certify that the„'foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of c c• Mr. D. C. Healey Public Works Director Supervisors Director of Planring affixed this 4th day of October 1977 County Counsel Coux 4y Administrator , J. R_ OL.SSON. Clerk By �� C �i�L' . Deputy Clerk Helen C. Marshall 0043a H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of Califomia October [} 19 ZZ In the Matter 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 request 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 . hereby certify that thel-loregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. cc- T. & Y. Dailey Witness my hand and the Seal of the Board of E. & B. Burbeck Supervisors Director of Planning affixed this LLtb. day of_ 0 ob r 19 7Z County Assessor ROLSSON, Clerk y \ ' Deputy Clerk. onda Amdahl 00439 H.243/76 15m C In the Board of Supervisors of Contra Costo County, State of CaUfomio October 4 - 19 In the Matter 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 Por. Arthur G. Will, County Adminis- trator is REQUESTED to forward said letters . PASSED by the Board on October 4, 1977. 1 hereby certify that the.-foregoing is a true and correct copy of on.order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• County Administrator witness my hand and the Seal of the Board of County Sheriff—Coroner Supervisors affixed this-4 th day of _ October 197,E d. R. OLSSON, Clerk Deputy Clerk Helen C. 14arshall 00440 14-243/76 15m In the Board of Supervisors of Contra Costa County, State of California z. October 4 14 3_Z In the Mater of Report of the Planning Commission on the Request of Elbaco Inc. , . Applicant and Owner (21517-RZ) to Rezone band in the Alamo Area. The Director of Planning having notified this Hoard that the Planning Commission recommends approval of the request of Elbaco, Inc. , applicant, (2157-RZ) to rezone .97 acre . fronting approximately 93 feet on the east side of Roundhili 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 KT.RTHER 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 equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed tonin& change. PASSED by the Board on October 4, 1977. 1 hereby certify that the, foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of c c: Elbaco, Inc. Supervisors List of Names Provided affixed this4th day of October 14 77 by Planning Director of Planning J. R. OLSSON, ^.erk By �c. Deputy Clerk Sandra L.- N.ielsbn 479-JLJL H-243/76 15m, CONTRA COSTA COUNTY PLANNING DEPARTMENT TO: Board of Supervisors DATE: 21 September, 1977 Attn: Clerk of the; he oard FROM: Anthony A. Dehaesu Suu EECT: REZONING• Elbaco, Inc. (2157-RZ). Director of Planni .97Acre from R-20 to R-15 - Danville Area. (S.D. V) Attached is Planning Co ilss\`ijbn Resolution No. 77-1977, adopted by the Planning Commiss- ion on Tuesday, 20 Septefnber 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). IThe 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 & 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 Mr. 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. Microfilmxl 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-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'Significance 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 California. Microfillmed \,vith board order �r 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 L. Milano, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Tuesday, September 20, 1977, and this this resolution was duly and regularly passed and adopted by the following vote of the Commission. AYES: Commissioners - Walton, Young, Phillips, Anderson, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Compaglia, Stoddard. ABSTAIN: Commissioners - None. r p Chairman of the P nning Commission of the County of Contra Costa, State of California ATTES Secrar of the Pl nning Commissibrrof e +.1�Coun y o Contra osta, State of alifornia 0044 -2- Microfilmed with board order CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XXX, legative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: ELBACO, INC. (APPLICANT AND OWNER), COUNTY FILE 2157-RZ: The applicant request approval to rezone lands from Single Family Residential 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 Roundhill Road, in the Danville area. (CT 3461) The Project Will Not Have A Significant Effect On The Environment 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 Margaret Coulter of the XXXX Planning Department that this project does not have a significant yffect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg Pine f, Escobar Streets Martinez, California Dae Posted c&-R-. �� Final date for review/appeal �.Y I. BY - 005 �' Planning Departm n Representative Microfilmed with board order o r w R-20 t .fir r •>,..t f'f- f F r rl,� Jt' r`' //�! • •f ,'` `" t. ' f �r%•/'' t f*r r r �'jfr ,' / f f. R_ 0 , • t•/rrr'J �// r' � + '% i•.%,J ,,,!' /J�,war..f' /rr• `/ .,r, r f f,• r�rr,f'-rlJf,•� f i' f' rtr � !r f"? ` 'r/��a��,'1 . J f� / ,/rf f r' r f 'r r• �f f�� Jr /• ! -� i � r / /ff R-20 • f� XX// J/ • / .:: / ter,• rJ � . / ,: ,'., � ;- �rr 1' r/r/' ,%%` fJ �•' �! ,:rf'�/f/`J ///JJ//r ria,. .�q,, ! ::• Reza� t 1 Al.F rom p�24 To VA.-%S , r/�'y�� r ./ ff fR'20 i,.- .rr t/ � f •N,•`��j. fr,rr ,'�;J���;fr f ! // /rt r•�, /'` �f ,/ r'r ! ,r X 1 r 1 J i"! ,/�, i / fJ' •/ rr •/'!,:�, �'%%!r `'i'' r. .r Jf r 't�r�f /�; /'"f"'r r! r.�r.,�,.,,r i'' 'i R-l 5'' •. ,f,,f.�►. 8001 " 1, Wm. L_ Mtt,al&e, Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A R-opgtom Or Comr- a , tIMS1004 5ECTA$ (0. CQWMA COSTA..C�1UUTYral-I.EORMIA. indicating thereon the decision of the Contra Costa County Planning Commission in the matter of �Lp�Atn Z�yc, 2157-RZ Chairman of the Contr Costa County f Planning Commission, State of Calif. ATTP �: Sec`retar of the Contra Costa 'County Planning Comrrpssion, Stati of Calif. Findings M I Microfilmed with board order C . in the Board of Supervisors of Contra Costa County, "State of California October 41917 01 In the Matter of. Approving Deferred Improvement Agreement for Subdivision MS 216-76, Walnut Creek area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Maurine D. Tekrony et al, permitting the deferment of construction of permanent improvements requ i red as a condition of approval for Subdivision MS 216-76, Walnut Creek area. PASSED by the Board ,on October 4, 1977. CD t— - U O N b U a - Cn F° hereby certify that the..foregoing is a true and correct copy of an order entered on"the minutes of said Board of Supervisors on the date aforesaid. Originating Department: PSV(LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W.) affixed this 4 day of_ October 1977 Public Works Director Director of Planning J. R. OLSSOro, Clerk County Assessor Maurine D. Tekrony ey Deputy•Clerk" 1300 Walden Road (Owner) Sandra 11. fTiei4on Walnut Creek, CA 94596 00447 H-24 3/76 15m BOA"D OF SUFF''.ISC'RS OF CO`<':RACGSTA COvN�l' L F R , Date of Board :\•t1 ,T `LD_ CLAIM , C:� ! 0 3It: ,fiction-10/4/77 �'T NOTE TO CLAI:i t AN*1 Claim An-a Inst the County, ) Vie co,-,y o' •t'L,_6 docur;-?a P.,c?-U_' d to yCU IG3 .`.Iult Roiili-lig Erdorsenents, and ) notice off} JIle rc;..!oi2alzeF: oil '!G'UIL GC_2i3.� f'!f t�,c aoa r- Action. (All Section ) Ecrvtd o6 Supe-tvZc sxu (Ptv.,t:giapiI 111, bQ,I cw) , references are to California ) given puA-�un►tt to Gove,t►unent Code Sectio►.3 911 .8, Government Code.) ) 913, c 975.4. Ptcase nope the `wcani.ng" below. Claimant: Shirley Mulder , 613 Phanor Drive , Richmond, California Attorney: Ryan, Tabor De Lappe :address: 680 Beach Street , Suite 324 , San Francisco , CA 94109 A^o•unt: $50 ,000 .00 Date Received: September 21 , 1977 By delivery-to. Clerk on By mail, postmarked on Sept , 20 � 1977 I. FROF•1:. Clerk of the Board of Supervisors TO: County Counsel . Amended Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: .;,. t 71 I q7�T. R. OLSSOv, Clerk, By Q�..�e� '—/x.� -r-- Deputy Jeanne 0. MaggZio II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ✓ ) This�Claim complies substantially uith Sections 910 and 910.2. Amended ( ) This CIgL.FFF/8EHS 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) . ,b,' ' 2 s 1977 ( ) Claim is not timely filed. Board should take no action (Section 911.2) . COUNT. COUNSEL V,ART:N__. CAUP. ( ) The Board should deny this Application to File a Late Claim (Section 911.6) . n � , DATED: - 2 3 / JOHN B. CLAUSES=, County Counsel, BV V•�_ '�- Deputy HI.. BOARD ORDER- By unanimous vote of Supervisors present ' (Check one only) ( XX) Thisy�Claim is rejected in full. Amended ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered.in its minutes for this date. DATED: Oct_ 4, 1977 J. R. OLSSON, Clerk, by Deputy SandraL. i e s o WARNING TO CLAInL4NT (Government Code Sections 911.8 & 913) You have of 'y 6 mo.LLn,�s 6from tie m ig o f ,c,a notice to you Iti_t�in which to bite a cou,'I,t action on this -Lejected CZr.,im (see Govt. Code Sec. 945.6) o& 6 months 6,tom the de►Lia,e of youA Appf i.ca i.on to Fite* i e.a. Late Ctaim L,,it`in•which• .to pet, tion a court Tot �Leti,e6 l'nom Sectc:on 945.4's e. ,&j-6iti.ng deadline (see Section 946.6) . You may seek the advice o-' any attohney o6 your choice in connection wick th s ma teh. I you want to co►zuZt an attoaneu., you shoutd do so i medtatiety. T_L'. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, € (3) Public *Kbrks, Business & Services Division Attached are copies of the above Claim or Applicat-on. Ie notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo t?:ereof has been filed and endorsed on the Board's copy of this Claim in accordance kith Section 29703. DATED: nom+ _4' 19:17 J . R. ULSSO\, Clerk-, Byi , Denuty Sanara L. V. FRG,I: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public I:'orks of Supervisors Received copies of this Claire or Application and Board Order. DATED: Oct. 4, 1977 County Counsel, By Count;. Adninistrator, By Public I;orks, By nn� =. 1 Re .�. J/7 i I Ryan, Tabor & De Lappe 680 Beach Street, Suite 324 2 San Francisco, CA. 94109 (415) 673-2300 3 F1 L E D i Attorneys for Claimant C EP: 1977 5 J. R. OLSSON CLERK SOARO OF SUPERVISORS .- ► TRA A Q, G Do 7 8 9 SHIRLEY MULIDER, ) 10, Claimant;_ ) AMENDED CLAIM FOR .DAMAGES 11 vs. ) ) 12 IRENE BACHAN, employee of ) MARTINEZ COUNTY HOSPITAL- ) 13 COUNTY OF CONTRA COSTA ) 1� 15 A. Claimant is Shirley Mulder and lives at 613; Phanor 16 Drive, Richmond, California. 17 B. Notices are to be sent to the law firm of Ryan, Tabor 18 8 De Lappe, 680 Beach Street, Suite 324, 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 wi.thi.,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 27 county. 28 D. Claimant injured her neck, shoulders and back. RYAN,TABOR&OeLAPPE - ATTORNEYS AT LAW : - 6!0 BEACH ST.,SUITE 324 - - - - SAN FRANCISCO.CA 9109 - - - oo a�V. 14151 617.2300 P 1 E. Public employees responsible: Irene Bacham, others 2 . unknown. _ F. AMOUNT OF DAMAGES: Medical and incidental, expenses ar 1 unknown at this time, general' damages 'in -the amount of $50 , 000 5 DATED: -September 1.92 19.77 Ryan, Tabor & De Lappe 6 1/-/' / // ✓� -. K1lan M.. Tabor 8 9 _ 10 r 12'. 13 14 15 16 - 17 18 19 .. 20 21 2'2 23 2.4 25 26 27 . RYAN.TABOR S DQLAPPE "2 ATTORNEYS AT LAW -- 630 SEACH ST..SUITE 324 SAN FRANCISCO.CA 94109 14157 6:3.2300 ... ; .. - t BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFMII: Eoard Action 10/4/77 NOTE c TO C LA Int-XNT _ Claim Against the County, ) The copy op tn,:6 doctenent maZZa to you i4 you Routing Endorsements, and ) notice 06 ate action ,'.alien on yowt ctaim by the Board Action. (All Section } Soa,%d oS Supe/ vi4ot4 (PaAagtaph 111, betotu), references are to. California. } _ given pcvtbuant to Govelutment Code Seetione 911.8, Government Code.) ) 9139 i 915.4.- Ptease note,;die- °ivt Oting"'beeow." Claimant: Willia.-a G. Scruggs, 327 Humboldt Street, Richmond, CA 94305 Attorney: Address: Amount: $435.49 HAND DELIVERED via Public 11orks Date Received: September 2, 1977 By%:dKXffAxF to Clerk on September 2, 1977 By mail, postmarked on .•- I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: 9/2/77 J. R. OLSSON, Clerk, By0o�1,:1 i_^,4_ % C�'• (" Q__U Deputy Patricia A. reII II. FROM: County Counsel TO: Clerk of the Board of Supervisors. (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. / RECEIVED ( J ) This Claim FAILS to comply substantially with Sections 910 and 9104- ,.and we are so notifying claimant. The Board cannot act for 15 days (Section �10.8)P 1977 ( ) Claim is not timely filed. Board should take no action (Section 91Y:2�.�Y COt/.YSEL • CALp, ( ) The Board should deny this Application to File a Late Claim (Section 911.Q Q . DATED: �. f --71 JOHN B. CLAUSEN, County Counsel, 11 _ �7-- y Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check 'one only) ( XX) This Claim is rejected in full. ( } This Application to File Late Claim is- denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in -its minutes for this date. DATED: 0 _ ,_ 4. 1 q77 J. R. OLSSON, Clerk, by. Deputy WARNING TO CLAIMANT Government Code Sections 911.8 & 913 You have o y mo anom the tg o6 notcce to you Mkin wh,ien to bile a eoultt action on thi.6 nejected Ctaim (,&ee Govt. Code Sec. 945.6) .on ich 6 montit6 6xom the den.iaZ ob yowc Appti ation .to F.i.Ee a Late Ctaim w<.twe tv, - to petition a eow tt bon ne ie6 6itrom Section 945.41,& cZacim-6i,Zing deadUne ('see Section 946.6) . You may ,&eeh the advice o S any attanney o6 your choice .in connection twt.dt matter. 16 you want to eonhuet an attotney, you hhoued do do i m►edi.atatf. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, & (3) Public Works, Business & Services Division Attached are copies of the above Claim or application. We notified the claimant of the Board's action on this Clai,-n or application by mailing a copy of this document,-and a memo thereof_has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: Oct. 4^11977J. R. OLSSON, Clerk, ByJ %ttt�•E�� .J ,t 1 �.s,c•i 7 , Deputy a:`Id?'a Ti_ Oji gnn V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. (fid DATED: Oct. 4 (, . 1977 County Counsel, By vv 51 County Administrator, By Public Works, By 8. 1 Rev. 3/77 TO: CHIEF ROBERT E. t:HITAK .R .. •FRG : SCT. W, G. ROOTr L:$T•v nr t-t C_RPt:O cI,r cL•�..� ' SUBJECT: ' PROPEIiT'f OF :iILiI.r•M G. 'SCRUGGS ' ('EC PD :C3SE MiDII3CR'.?7-3302) Dopy of report and property receipt attached. I hxure contacted the c,rer of cadillac ambulance, aiho stated that his driver, Chavez had been questioned concerning the loss of Scrugg's property. Chavez remEmbered the incident, and remembers giving the property to the nurse on duty at County Hospital. fie also stated the last time Chavez saw the property, it was- sittina on a counter in emergency, unattended, while the nurse took Scruggs to get some coffee. According to Scruggs he had made a written claim against County Hosp , which had been idenied by the Hpsp. administrator. fie was advised by me to go E.0 small* claims court and file an action there against Canty Fiosp. This he - did, however.wa3 told there the claim would be against the City of El Cerrito, since we-were the one who originally took his property. Scruggs has made numerous calls to the three agencies involved and has generally nide himself a nuisance to everyone involved. He usually calls after he has been drinking, and has-made several veiled threats. Scruggs see::ls most upset over the loss of a ring, which he stated his little girl saved over a hundred dollars to buy for him. That ring does not short on our property receipt. ' The main loss appears to be replacaient• locks for the •� '-� = kr.,;s tv:!:i ch' were lost. Apparently-County Hosp. has checked all their property �....'... lockers with no luck. , :•1. G. Root,. Sgt. Service Division sq Me - - R EC IV � 1977 .=-:. • SEP :z• . -J. R. OSSON RK BOARD O: SUPERVISORS �v ��1 •� 1 �.` T^yam - 1t!;t:tif. 777 No--;77=29' 1 TO: . I Lucille Irish, City- Clark. i FROM: Robert..- E �:lii.tlker, Chiof of 1'�lic.e SUBJECT: CLAIM — WILLIAM G. SCRUGGS i On :Tilly 151, 1977, Mr. Scruggs came to the El. Cnrri to Police • Department requesting acsi stance in gaining .-kiwi t t.ancr• to the Jessie Ilolloman lir. t.oxification Center. It was . determineti I.haL the Center would not accept Kiri. Dtae to his condition. an "Application for Emergency Admission" to .the Contra Costa C•hi::,ty t � Hospital• was prepared purstlanto See..• w5170 Welfare and Institutlars j CnAe. An ambi11ance eras summoned. Mr. Scruggs' property-was taken from him and inventoried.- When the ambulance arrived, one or the •t attendants received and signets for the property. Mr. Scruggs .was transferred to the county Hospital . The ambulance attendants,:: in subsequent interviews, recalls taking the property ?.nd turning it ovet to the receiving nurse. Upen his release from the hospital , s staff these were unable I:n locate any property Tor him. • Mr. Scruggs reportedly has appealed to " the three agencies involved 'fox- return ef his proilert%- ui tbout success. He attenpted to file a smR11 claims action against the county but reportedly was instructed by the court to natne t•he city of F•7 Cerrito, hetice the claim.' . • Tt• is r•• recn^rmPrd�+ tinn that The claim be denied anti teat . rc�sj►a--ci Ili l i.ty fnr thy I res:: ht: ^s;.:�':?i.Shc•cl h�• the court i f, Mr. Scruggs sees fit to ;nurnue tha t: col!rse or sic t i on. . i 011PRT E. 1471-1 TAKAR' •{ Chief of Police . REVS c RECEIVED it SEP 9.0 -• -• 1977 � •i v •r.r • t J. R OLSSON `• :�' • CLERK BOARD 0: SUPERVISORS` . -... .. RA ccs1A co. r '.Dt Y• ':I .. .. - _ - • .. •• • •tom••�• _ COPY So f r �' • ' � - _ ���•'•� - �� ��iy � AUG -•- 1 11j- .it• _�� -•�ito #--= : — =.--_ . j d—•+_?7 • 5. 1977 ., f�'�J:1, :Z�ti7 j raUlo �.L•t. 1 -�� any GF Cr: G:ZJtiTo '.e'. Sl erritcl, 'Calif 11-12L-L-` . -�-t-� 1 CITY ••• x Li, ju1J 1 r, 197 7 t'A0 Ll C crrl.to P03 4 Co Dopt have =oa reciept _o�: dna . the fc?'•c. ite s- To this date I rade not recieved thole itc-MLI. I �:.:3 t --at I roust su zAt this compla4int before . � ta::in,; furtrc::^ logal action. • •L- � . {1] �.J) yG�old Ring vti tip lilacs onyx :se�.tlr.g 25.00 (2) ash0000 .rr.00---r—rr—r-.--- r--r—r------.r------•�rrq��.�� • .. r { 1L;,ife---------------------------- ------------ J0�0: �.r•• •,>. {�.) ------------------------------------------60.00 • ( 5) Dry �V�.1•J license-------------------------------- 3e 50 .';• •J 1'. •• ti'•"s �. .- ,�• •. (6) iVetw I cks and i;Snition loci, for 1972 nova 46.0? '. - ::. • Y'.:'s' � (:') flew loc;-:3 and ign'iticn i oc_�sfor 1969 ?ora-----+ x•.00 { ) Dew House Lock-3 (2-e ------------------------- 0.00 _ .:: •:.�; � -,.... �• ... , - • i, �••i• 1 :1:` :;ice~ :.•' .. :::;� i:13u:4:.ce company -r;'_11 not p,--,y f.or the theft of item ' :' .. • t--;lx o_ r�i even if t hey are stolen �:ith thea key. ^l her efore - .1.. ' . ;�: :`;�:.t, Y• Yui• ��. •.• they must he replaced. The same applies if my house is = - ' •"`��' ��'� hroL:en into. 13 17"4 � : <<'; •a�:w;: TOTAL � , _ =-•'•:•r:'fid=�h;:•= p: ;1-L Ils;%: G. S::rUGGS r . Ili uiel:c:ldt St .:ti..• RIchmord. Calif, 914, ow • _ �. ••:;'fit: " .A E ,CJI - -►� ' .. "• .. ''• /5✓— �/. �tiaif J R. OLSSON •-:;: �• t�,• _ a. ' f. JJ CLERK BOARD O.F SUPERVISORS : ~' •+':'r»,',t ' ' / i CONTRA C!.T'' ''•�'�..'-: Bv. .:.De u' •• '"sa;'��1'::'liy,;i RSK:i r.�yl.�j« Fj. :i . .tip.. it;l.• �' •�� 1:- {,.t In the Board of Supervisors of Contra Costa County, State of California October 4 . 19 7 In the Matter 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 . 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Internal Operations Cte . Witness my hand and the Seal of the Board of County Sheriff-Coroner Supervisors The County and Corrections affixed this 4th day of October 1977 County Administrator A J. R. OLSSON, Clerk By "" }G.�Lt/L2 _� . Deputy Clerk Helen C. Marshall- 004 55 arshall00455 H-24 3/76 15M f In the gourd of Supervisors of Contra Costa County, State of California . . 4. 1977 , 19 In the Matter of Contract #20-168 with Camille LeGrand, Attorney at Law IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract x`20-168 with Camille LeGrand, Attorney at Law, for provision of: a Staff Development and Training Session entitled "The Impact of Due Process Upon the Role of the Social Worker: Presentation of Testimony" for Social Service Department staff, to be conducted on October 5, 1977, with a contract payment limit of $245, and under terms and conditions as more particularly set forth in said contract. ' PASSED BY THE BOARD on OCT 41977, 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors OCT 4 1977 cc: County Administrator affixed this day of 19 County Auditor/Controller Social Service Department Contractor J. R. OLSSON, Clerk By eL4� Deputy.Clerk t0axine M.Neuf ld 0045 SD:sh H 24 3/76 15m Contra Costa County . , Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number O 168 Department: Social Service Subject: Staff Development and Training in "The Impact of Due Process Upon the Role of the Social Worker: 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 Law Address: 1095 Market Street Suite 407 San Francisco, California 94103 3. Term. The effective date of this Contract is October 5, 1977 and it terminates October 5, 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 $-24S.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (x) hour; or FEE RATE: $ 35 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 7) 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 selected persons in the time, place, and manner required 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, XXJyjW1XXJARx x�cxa�jcxM1hVXXVAX"1XAXXM :tXX 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XX of the U.S. Social Security Act, as amended (P.L. 96-647) ; 45 CFR §228.84. 11. Signatures. These signatures attest the parties' agreement heret 7 COUN ' F N .:COSTA, CALIIA CONTRACTO 0,07 Y Designee - Recommended by Department artment (D ignatAe of icial, capacity) By ' Designee (Form approved byffl457 nty Counsel) (A-4620 7/76) Mwofiimed with board order ■ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of: ) Expansion of Medicare HMO ) 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. -1- 005.8 - _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 . ,. u of discussions with the State and Federal governments concerning the expanded enrollment of non Medi-Cal eligible beneficiaries in the Medicare H14O, and to present to the Board plans for implementation of this program, including a proposed effective date. PASSED BY THE BO�IRD OBJ OCTOBER 4, 1977. CESTMM.COPY I wry that thio !� a 1h11. true dt correct copy of the original document which is on file in my office. sand that it was passed & adopted by the Board of Supervisors of Contra Costa Counts. Calffornia, on the date shown. ATTEST: J. R. OLSSON, Count Clerk fi ea-officio Clerk of acid Board of Supervisors hs4 clerk. �r, ; I.e .�. =0 CT 4 1977 Orig: Human Resources Agency 1. Medical Director State Dept. of Health PHP Administrator ,4 Contracts Administrator ".a. Fiscal Officer County Administrator County Auditor-Controller - . . . f _ _ _. . t C h .:.� L.• t. t ` , _.' " ., .", -, -�'-'-- ,---.-,,., -, - - - 'L I - � - ,_ I , �W' X459 The Board of Supervisors Contra County jOlsson erk an C` County Clerk and Costa Et Officio Clark of the Board County Administration Building Mrs.ceraldineRussell P.O. Box 911 Chief Clerk Martinez,California 94553 County (4151372-2371 James P.Kenny-Richmond :st District Nancy C.Fanden-Martinez 2nd District Robert 1.Schroder-Lafayette Ird District Warren N.Boggess-Concord »:h District Eric H.Hasseltine-Pittsburg stn District OCTOBER 4, 1977 REPORT OF FINANCE COMMITTEE oil EXPANSION OF MEDICARE HMO TO INCLUDE NON MEDI-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 contracv to include any Medicare recipient willing and able to pay the additional premium. 2. Set $45.50 as the premium to be charged to aged Medicare beneficiaries for coverage under the HMO contract. Set $84.49 and $77.99 respectively as the premiums to be charged to disabled and blind Medicare beneficiaries for coverage under the HMO contract. oO4qL+O Microfilmed with boots ori . - -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 HMO effective January 1 , 1978, and authorize the Medical 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 . 5. 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 , his program, including the proposed effective date. r Robert I. Schroder Eric H. Hasseltine Supervisor, District III Supervisor, District V 00461 Microfilmed with board order r i t In the Board of Supervisors of Contra Costa County, State of Colifomia October 4 111977 In the Matter of Refunding portion of cash deposit for Minor Subdivision 13-76, Jlalnut Creek Area. The Board on February 15, 1977 executed an agreement with H. Corbett Kroll, #1 Nephi Court, Lafayette, Ca 94549, which was accompanied by a cash deposit of $13,800 (Building Inspection Department Receipt 110. 1352529 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 M.S. 13-76, 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 $13,800 to $5,400 and refund the difference to H. Corbett Kroll; IT IS BY THE BOARD ORDERED that the recommendation of the Director of Building Inspection is APPROVED. PASSED by the Board on October 4, 1977 1 hereby certify that the.foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid. cc: H. Corbett Kroll Witness my hand and the Seal of the Board of Supervisors Building Inspection Dept. (2) affixed this4th day of October 19 77 / i J. R. OLSSON, Clerk By—Zhl IZ647 �%! l ;� • Deputy Clerk Jamie L. Johnson H•24 3/76 ism 00462 C � 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- deuce is REFERRED to the Director, Human Resources Agency; PASSED by the Board on October 4 , 1977. 1 hereby certify. that the. •foregoing is a true and correct copy of an order,entered on the' minutes of said Board of Supervisors on the date aforesaid. cc- *Tr. G. Ealy Witness my hand and the Seal of the Board of Director, Human Resources Supervisors ?lgencv affixed thisAtr day of o .t obp- 19 77 County Administrator J. R. OLSSON, Clerk BY--e4MZe ��L h- . Deputy Clerk Jamie L. Johnson 00463 H-24 3/76 15ni r In the Board of Supervisors of =Contra. Costa County, State of California 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 AUTHORIZED to execute a Deferred Improvement Agreement with Diablo Partnership (A California Limited Partnership)permitting the deferment of construction of permanent improvements required as a condkion of approval for Land Use Permit 2053-77, Danville area. PASSED by the Board on October 4, 1977. M 0 U Z 3 ca O 0 O hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisor Originating Department: PW (LD) affixed this 4thday of October 19 77 cc: Recorder (via P.W.) Public Works Director J. R. OLSSON, Clerk Director of Planning . Diablo Partnership B ojkw Deputy Clerk 1910 Olympic Blvd. Sandra L, Ni son Suite 333 Walnut Creek, CA 94596 H-24 3/76 15m 00464 � c In the Board of Supervisors of Contra Costa County, State of California October 4 . 19. 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 & 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. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Bldgs. and Grounds Supervisors affixed this 4th day of October 19 77 cc: Public works Department Agenda Clerk J. R. OLSSON, Clerk Building Projects `�, County Auditor-Controller By- /e7 � . _Deputy Clerk J. Dye N.PODS County Administrator P. Burton (Info) Architect H-24 3/76 15m 00405 pGREFAMENT FOR ARCHITECTURAL SERVICES Table of Contents Page ARTICLE I General Intent l' ARTICLE II Description of Project 2. ARTICLE II?' Basic Services of Architect A. General 3. B. Schematic Design Phase 4, -C. Design Development Phase 4 _ D. Construction Doc,.=ents Phase 5 . E. Construction Phase S F. Docments and Drawings 7 G. Time Periods 8 ARTICIZ IV_ Extra Services by Architect 9 - ARTICLE V Architect' s Fee 10 ARTICLE Vi Payments under this Agreement 12 ARTICLE VII Duties of architect 13 ARTICLE VIII Duties of County 16 . ARTICLE ZX Cancellation of Agreement or Suspension of Project 17 ARTICLE X Termination of this Agreement 18 ARTICLE XI Supplemental Condition 19 1MIBIT ".A" Fee Schedule 21 APPENDIX Micrafitrned with board order 004b. .f AGREEMENT FOR ARCHITECTURAL SERVICES Contra Costa County, California This Agreement is made on October 4, 1977 by and between the COUNTY OF CONTRA COSTA., a political subdivision of the State of California, hereinafter called "County", and Dennis & Curtis, 1250 Pine Street, Walnut Creek, CA 94596 (game and Address of Architect) hereinafter called "Architect", and the County and the Architect, for the considerations named herein, mutually agree as follows: Article I General Intent of Agreement 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 organization 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 forms the basis of the professional relationship between the County and the Architect. 046"7 -1- Article II -rescriation of the Project A. The project conteanplated under this,-Agreement, and the general: location thereof, are described as follows: Design and construction of a Kitchen/Dining Hall Facility at Sheriff's Rehabilitation Center, Marsh Creek* Road, Clayton. B• All •.mitten comraunicatioas from the County to the Projects Architect regarding the design progress for this project shall be knowa as the "Project Scope" and are hereby made a part of this Agreement by reference. C. The tentative construction cost is hereby declared to be 'illp hoindrnd a_ aand nn/1-nn dollars Article III Basic Services of Architect The Architect represents and shall render 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 "Environmental Impact Statements" as required- - s 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 Burnish any information necessary- to meet the requirements of such agencies. When the project is to be constructed wholly or partially with Federal, state or other governmental agency funds, the Architect shall observe all requirements of said agencies. S. At a11_ times throughout the various stages of the project the Architect agrees to attend meetings and conferences as the County deems necessary or as requested by the Couajill -3- Article III ' Basic Services of-Architect (Can't.) 6, Architect shall perform such duties as may be necessary and which are usually performed by an Architect and which are necessary for the successful completion of the project, even though not specifically called for herein. B. Schematic Design Phase shall be presented to the Board for its approval and shall consist of the following: 1. The County's basic requirements. 2. A master plan and when specifically requested by the County, provisions shall be included for future growth. 3. Studies indicating size, shaper and -relationship of all spaces involved in the project, including the basic mechanical and electrical systems to be utilized. 4. - Exterior elevations and a section of the facility. 5. An estimate of the construction cost based on square foot . prices and the Architect's judgment. C. Design Develoaeeat 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. Submit for County review, Manufacturer's cut abeeta for all electrical and mechanical items. 004'7d Hrticls III Basic Services of Architect (Con't) 5. Building elevations and sections as appropriate. 6. Final cost estimates. The County will closely and thoroug?�ily review the final cost estimate submitted by the Architect and the County may obtain independent cost estimates to assist in its evaluation. 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. k'hen so directed by the County, the Architect shat in- clude 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 serricing. E. Construction Phase 1. Bidding.,Procednre will be administered by the Cbuaty,With - assistance from the Architect, who will do the following: a. Handle all arrangemeats and distribution of the corn-- tract documents. 04l1 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 administration will be provided by the County with the Architect assisting in the general administratioa as follows a. Advise the County in writing as to the true intent of the contract documents when so requested by the County. b. Review and approve and transmit to the County all. shop drawings, submittals, operating instructions, equipment lists, maintenance manuals, etc. c. When requested by the County, provide technical direction. (Such requests will be kept to a minimum by the County. ) d. The Architect and each consultant approved by the County shall make one visit to the site at the com- pletion of the work under their discipline or as ia- vited by the County. -.e.. The Architect and/or his consultant, when invited by the County shall perform additional assistance to the Count-f in• the administr.ation of the construction con tract over and abcve those services spelled out herein, and such "extra" services except when caused bsr -6- ALucie III Basic Services of L-chitect (Coat'd) or omissions in the contract documents, shad be paid for in accordance with Article Vh, Be, Page 14. - F. Documents and Dra74- nas 1. All contract documents shall be prepared by the Architect except General Conditions, Bid Forms, Instructions to Bidders, and other standard County Items Which will be provided by the County to the Architect for inclusion v th the Sgecication:Beoko 20 The following documents will be furnished the Architect: a. Up to 8 copies of drawings and specifications of the Schematic Design for checking purposes. b. Up to 8 copies of dra�.•ings and outline specificatiors of the Design Development Phase for checking purposes. Up to 4 copies of Architect's final cost estimate. c. Up to 8 copies of the :corking drawings and specifi- • , cations for finalchecking purposes. d. Upon final approval of the above-mentioned working drawings and specifications, the Project Architect shall furnish the County originals of complete sets of plans and specifications.. The County reserves the right to request additional copies of plans and specifications as may be required, and only the direct printing costs cf will be at additional Ccunty expense. 3. Tracings a. ` ine Count, 42-1 ra:.� the "As-Built" corrections to the plans and specifications. Upon request the Architect shall deliver to the County the original �� rticle.Ill Basic Services of Architect �Cortd) b. -In the Event ;mss Agreement is terminated by either party for any reason Whatever, prior to completion, all the original tracings and specifications and other pertinent documents shall be turned over to the County and shall become the property of the County. c. The Architect shall 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. G. Time Periods: It is understood and agreed that time is of the essence in this Agreement and the Schematic Design Phase of the work shall start immediately. It is recognized that it. is impractical to set up a a time schedule for Schematic Design Phase and the Design Develop- meat Phase because during these phases there is an inter-related exchange of information between the County' s various departments and 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 (96) calendar days of the date authorization is given to the Architect to proceed with the Working Drawings Phase. Work on each item of service as specified in this Article shall proceed step-vise upon written notification as provided by this Agreement and until such notification, Architect shall not proceed with any subseaue t iOff !4 of service. L "..title IXT Extra Services by the Architect A. The following services, insofar as they cause the Architect extra expense. and if authorized hX the County, will be paid for by the County.as provided in Article V, Par. D. 1. Revisions and changes in plans requested by the County after approval of•Design Development Phase and final cost estimate. 2. •• In the event the County directs the Architect to prepare segregated contracts, the extra service over and above that •which would be required with non-segregated contracts will be paid for as an extra by the County.- 3. Preparation 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. 4. Supervision of repair of damage to the structure when so directed. by the County. ' 1 5. The 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. 7. The preparation of measured drawings of existing structures as authorized by the County. 8. Providing and accommodating code and regulatory requirements of any applicable ooverni_ng agency which become newly effective after the date of advertisement for bids. 004,A) rticle V. Architect's Fee A. The County agrees to pay the Architect-for full performance of architectural services for the Construction Documents and Conztructioa Phases herein, a total fee of $21 ,919 based upon the approved cost estimate submitted at the com- pletion of the Design Development Phase. This estimate will be adjusted downward or upward to conform to the actual con- struction costs based upon one construction contract, together with the sum of all beneficial change orders to the contract, however, the total adjustment will riot exceed a 10 percent- increase over the approved estimate at the Design Development phase even if the County elects to award the contract at a higher amount. In the event the County modifies the scope or the Lime table, after approval of the Design Development Phase, the approved estimate and the Architect' s fee based thereon y will be adjusted appropriately as mutually agreeable. H. Errors and Omissions in the Contract documents 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 make changes in constriction. resulting from errors and omissions in the Contract documents which are discovered after the contract is let shall be performed by the Architect without cost to the County. C. The Architect shall reimburse the County for the cost of construction work which is.,•unnecessary and con-beneficial to the County, .which is the result of 'gross errors and/cr omissions in the contract documents. 004'7 ,rtic-le V Architect's Fee (Cont'd) D. Ectra services shall not be rendered by the Architect under this Agreement unless they are first authorized in writing by the County. The payment to Architect for extra services shall be at the rates set forth in "Exhibit A". E. The Architect's fee specified in Paragraph A, above, except as otherwise expressly provided in this Agreement, shall constitute full compensation to the Architect for the services under this• Agreement. - - a 00471 -tic1: VI FAMEMS U: m Article VII Duties of Architect A. If the lowest bora fide bid received by the County for the project exceeds one-hundred ten percent (110%)-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, will be enforceable only if the County advertises for bids within ninety (90) days after final approval of the completed construction documents. . B. Architect shall employ all civil, mechanical, electrical and structural engineers 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 is the contract documents shall bear the appropriate stamp and signature of the appropriate con- sultant. The structural consultant shall be a registered structural engineer. Each consultant being considered shall receive a copy of this Agreement and shall acknowledge to the Architect in writing, with carbon copy to the County, that he has read and understands the 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 retained as a. consultant. All consultants retained by the Architect shall be approved in writing by the County. oo �� -13- cl e- VII Duties of Architect (cont% ' C. Every employer of labor performing or providing the services to be performed or provided under this Agreement 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 Iapse or cancellation. 00480 -14- . , . . . Article VII Du_ties of Architect (Con't.) D. The Architect shall not assign, sublet or transfer his interest oL. ` any part_ thereof is the agreement or any moneys due or to become . 11 due hereunder without the written consent of the County. . . . _. -; ...-. = - ,- .. ._ x 4 .. � I , :.-z�.'.:,-,.��, �...... " ,'--1 �7��, ., ,- - . �� , , �' � .,,".'�I�I%0�,'�;-'�'_�-_--.�"-,�"",��..';"��. -'-',"-.`-."*,-,"."��,_.�.':-*'-:.'-'-.'���:.: _.�' ,-.',T'-�-�-'-:'�-*-;��, _�� '.��"1�, ,':�� ,,.�I . , w I n . 11 .. _ . .-,__ _ - .. .i. - 1 . � , , M' '_"."i'-, .'�',_'��.,'�;'_.'_'*"' � .- � _ .:, , a: t: ,. , _�I Z4 } 0481 Artier (_ VIII ' Duti^_s of County A. The over-all -administration of the project, including the general ad-ministration of the construction Contract, will be- eccompl shed by the Building Projects Division of the County Public Works Depart hent, for and on behalf of the County. ` B. The following will be accomplished by the County: L. - Obtain and deliver to the Architect all necessary site information,. £.e., topographic surveys and related information, soils studies and soil testing of whatever kind, etc. 2 The County will review all sketches, drawings, specifications, ' proposals, contracts, and other documents^presented to .it 'by the Architact and will act promptly the_eon, notifying the' Architect of any and all decisions thereon. 3. The rour.ty will act promptly in all hatters requiring its attention so as not to unreasonably delay the work of the- Architect in the erection and construction of the project. 6, provide one or more project inspectors who will conduct the day to day construction inspection. 3. Provide all necessary construction testing services. 6. Notify the Architect in writing of apparent deficiencies in materials and workranship 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. County shall not assign, sub-let or trar_sfe: this Agreement or any' part thereof without the written consent of the Architect. 10. County vil:l prepare all Change Orders. 11. During the construction phase the Ccuaty will coatact Architect prior to making significant changes to contract. documents and Architect' s response, if received, will be duly consid 2 County. -16- Article IX Cancellation o` Agreement or Suspension 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 work 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. E. For items of service on which a proceed order has neen issued by the County but Which have not fully completed and approved, the Architect shall be compensated for the service in an amount proportionate to the account 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 due the Architect under this Article. D. Upon cancellation of this Agreement 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 materl-3 rouided by the County as specified in Article VIII. Q�tjj Article X `Termination of this Agreement 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 warrantees 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. ti. n r - . .0048 - 4 Article XI Supplemental Conditions' `; Y £ } c v , 1 # 3 f � r � — _ J ^C S • � Y x r k } , y' � S t c 1 " a � } 4 } ,v r f t i t�, r r a. a v t r l .. t _ s � rA � N1 t V ti n C i 9- - 00485. 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 DIRECTOR ay 'B ernon L. Ctlne Name and Title ' Public Works Director dba RECOMMENDED FOR APPROVAL: - G. WILL2 CADMINISTRATOR R. M. Ryg , Depu is Wor s • Director -20- Q048� Form Approved by County CoOnsel c dr _ ARCHITECTURAL AGREEMT EXHTBIT CHARGE RIMS A'. 1. Time by Classification of Personnel: Principal Architect 2 7.50 per hour Project Architect 2k times payroll Job Captain 2k tides payroll 3 Senior Draftsman 2� times payroll Junior Draftsman 2k times payroll. i Clerical 2� times payroll lu no case shall the 2� times payroll exceed the Principals hourly rate. 2. Consultants: i 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. bill for services. in 3. Transportation: Cost to Architect for transportation will be considered as' t included in the above charges and no extra payment will be made therefore. Expenses for essential trips to areas outside the Bay Area will be reimbursed by the County only when the County ' has issued prior written approval therefore. e 0048 � 1 w RFGE1VEp SEP 1 6 1977 PROFESSIONAL COVERAGE MANAGERS, INC. 116 John Street, New York, New York 10038 Cable: PROCOVMAN (212) 349-8020 September 14, 1977 Mr. R.I. Harman 1 Harman Insurance Service P.O. Box 23125 G� .Pleasant Hill, Calif. 94523 Dennis* and Curtis, A.I.A. ' 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. Y3 923. These quotations include coverage for the following items) checked: Ej Retroactive Coverage []Contractual Coverage Boundary surveys n Ground Testing and/or ❑Bridges ❑ Tunnels U 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 conmlission i s: 7'ks'i6. _ Very truly yours Microfilmed with Ora 4 7je-r r 00.488 NAMk AND +►DDRESS OF AGENCY Harman Insurance Service COMPANIES AFFORDING COVERAGES P. 0. Box 23123 COMPANY Pleasant Hill, Calif. 94523 LETTER A Hartford Insurance Group V COMPANY LETTER NAME AND ADDRESS OF INSURED Charles W. Dennis `IJER"" C 1455 Los Vecinos COMPANY D Walnut Creek, Calif. 94596 LETTER COMPANY C LETTER io 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 POLICY Limitsof lability in Thousands ) TYPE OF INSURANCE POLICYNUMBER LETTER EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY _ BODILY INJURY S f • _ ❑COMPREHENSIVE FORM ❑PREMISES—OPERATIONS PROPERTY DAMAGE f f ❑EXPLOSION AND COLLAPSE HAZARD ❑UNDERGROUND HAZARD ❑PRODUCTIONIPLETE1 ❑ OPERATIONS HAZARD BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE s f ❑BROAD FORM PROPERTY COMBINED DAMAGE ` ❑INDEPENDENT CONTRACTORS F (❑PERSONAL INJURY *Applies to Products/Completed f !y- Operations Hazard. e (VF,RSpn-INJURY) t�'. AUTOMOBILE LIABILITY BODILY INJURY (� (EACH PERSON) S LJ COMPREHENSIVE FORM BODILY INJURY S A OWNED 57 EP 383137 1/31/78 (EACkOCCURRENCE) 1.7 HIRED PROPERTY DAMAGE f U NON-OWNEDBODILY INJURY AND PROPERTY DAMAGE f SOOM COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE f s ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY and EMPLOYERS'LIABILITY s (utNAcclxnr,_ e OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES 1971 Lincoln Contintental Mr# 1Y82A809578 '' .e Includes $50. deductible Comprehensive, $200. deductible Collision. Additional insured: County of Contra Costa, Martinez, Calif. 94553 F Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail 10 days written notice to the below named certificate holder, but failure to P`>• mail such notice shall impose no obligation or liability of any kind upon the company. " NAME AND ADDRESS OF CERTIFICATE HOLDER: 1/�/ County of Contra Costa DATE ISSUE.: - ,,� Martinez, Calif. 94553 Att: Mr. Gordon Mintun t Building Division AUTHORIZED REPRESENTATIVE Microfilmed with Board or ft480 »6 i k',-\RMAN I NSU RANC9 SgRVIC P-0- Pox 23!23 F- 01-= ''� Compete Insurance Cjervi . � 70 D �� �c, nI ora( DTIVe, Suite 6 D L5 l'J t5 5 P easant Pill, Calif. 94523 . � 1/14/77 Telephone: �' I � Mr. Gordon Mintun a eP one: 682_5400 Building Division NOV 17 19.77 County of Contra Costa Martinez, Calif. 9455+OBLIC WORKS DEPARTMEN - Dear Mr. Minton; Re: Dennis and Curtis AIA Enclosed please find our revised Certificate of Insurance for the captioned insured showing the correct the Multi Peril Package policy and Mr. Dennis number for for his personal auto. own coverage DSincerely, = O NOV 1 8 1977 Encl./ej Harman Ins. Service cc: Dennis and Curtis MARK I DEPAq Mivofiimed with board order 00�'w+ `yrs r' , THE HARTFORD Named Insured and Address This endorsement forms a part of Policy No.....5..7...SW-.-520 39 DMnis- and ClUrti3 AIA issued by THE HARTFORD INSURANCE GROUP company desig- nated therein,and takes effect as of the effective date of said policy unless another effective date is stated herein. Walnut Creek, Calif. 94596 Effective date.............9f...�31.........'......_.......Effective hour is the same as stated in the Declarations of the Policy. It is hereby imderstood and agreed that the. CoMty of Contra Costae its officers and employe". are additional insareds in respect to GeWraj Lia)aility and Hoe-Osoed. Ratios. Nothing herein contained shall be held to vary,waive,alter,or extend any of the terms,conditions,agreements or declarations of the policy, other than as herein stated. This endorsement shall not be binding unless countersigned by a duly authorized agent of the company; provided that if this endorsement takes effect as of the effective date of the policy and,at issue of said policy,forms apart thereof,countersignature on the declarations page of said policy by a duly authorized agent of the company shall constitute valid countersignature of this endorsement. Countersigned by............ _ .r.......� '� Microfilmdu with board ordw G-2240-2 B Printed in U.S.A. 6-'74 NAwt AND ADDRESS OF AGENCY Harman Insurance Service COMPANIES AFFORDING COVERAGES P. 0. Box 23123 COMPANY A Pleasant Hill, Calif. LETTER A Hartford Ins, GrouR COMPANY LETTER B Stuyvesant Insurance Co. NAME AND ADDRESS OF INSURED COMPr Dennis and Curtis AIA LETTER V 1250 Pine Street Walnut Creek, Calif. 94596 LETMTER Y % - COMPANY LETTER 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. POLICY Limits o Liabilityin Thousands( ) COMPANY TYPEOFINSURANCE POLICY NUMBER EXPIRATION DATE EACH AGGREGATE LETTER OCCURRENCE GENERAL LIABILITY BODILY INJURY $ 500M s 5001+ A ❑X COMPREHENSIVE FORM 57 SMP 520239 9/23/78 ❑PREMISES—OPERATIONS PROPERTY DAMAGE $ loom S ZOOM ❑EXPLOSION AND COLLAPSE HAZARD ❑UNDERGROUND HAZARD PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND ❑CONTRACTUAL INSURANCE PROPERTY DAMAGE S S BROAD FORM PROPERTY COMBINED DAMAGE ❑INDEPENDENT CONTRACTORS ❑ *Applies to ProductslCompleted PERSONAL INJURY S Operations Hazard. (Pf�50v.t,ttinlavi AUTOMOBILE LIABILITYAuto Insurance for BODILY INJURY Soots - (EACHPERSON) 3 A ®COMPREHENSIVE FORM Chas. W. Dennis BODILY INJURY S ❑OWNED 57 EP 383.37* lEACNocCURRENCE) x ❑ HIRED PROPERTY DAMAGE S --'�' BODILY INJURY AND pc%= A NONOWNED 51 SMP 520239 9/23/78 PROPERTY DAMAGE S 500rst> COMBINED EXCESS-LIABILITY , BODILY INJURY AND �. ❑ UMBRELLA FORM PROPERTY DAMAGE S S ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY A and 57 WE 801501 8/15/78 F EMPLOYERS'LIABILITY f Z00,000..».=..,, OTHER B Architects and Engineers �. Professional L ability APL 319602 9/19/78 $250,000. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES Architectural Planning - State of California Cancellation: Should any of the above des5ribed policies be cancelled before the expiration date thereof. the issuing com- pany will endeavor to mail days written notice to the below named certificate holder, but failure to mail such notice-shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: 11/14/77 _ County of Contra Costa DATE ISSUED, Martinez, California 94553 _ Att: Mr. Gordon Mintun Y � , AUTHORIZED REPRESENTATIVE _ Building Divisbn 00492 Microfilmed with board order 7.76 A t In the Board of Supervisors of Contra Costa County, State of Colifomia October 4 . 19 77> 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. hereby certify that the. foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Ori g: Human Resources Agency Members-HSAC Supervisors Warrington Stokes affixed this 4th day of O ob r 19 Z County Administrator County Auditor J. R. OLSSON, Clerk By Deputy Clerk Ma Crzi.: • 00493 H-24 3/76 15m - E In the Board of Supervisors of Contra Costa County, State of California October 4. , 19 77 , In the Matter 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 -. West, 2801 Robert H. Miller Drive, Richmond. The Agreement is effective August 9, 1977 and - provides for payment in the amount of $1 ,500, which amount shall not be - exceeded without further written authorization by the Public Works Director. PASSED by the Board on October 4, 1977. I hereby certify that the,foreboing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the cia aicresaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Bldgs and Grnds Supervisors . affixed this 4th day of_ October 19 77 cc: Public Works Dept. Agenda Clerk J. R. OLSSON, Clerk Architectural Division County Auditor-Controller Deputy Clerk J. Dye Helen C. Marshall County Administrator P. Burton Consultant 00494 H-24 3/76 15m CONSULTING SERVICES AGREE14ENT l.• �a?Cya= C=!1-io-k-. =~:.Se Special Conditions are Inco oorated below by reference. (a) Public AZency: Cnntra Costa County (b) Consultant's Name & nd�ress: Hales Testing Laboratories, 046 HeyenberQer Road, Oakland, California (c) Effective Date: August 9, 1977 eorge err. Hilltop en er nerapeu is Roo (d) Project Name, Nl=, ar &,incation: X20, m1.I 1 er Qri ve,$hmond California (e) Payment Limit: $1 ,500, maximum (4050-4709) 2. Si&atures. The e signatures attest the parties' agreement hereto: CONSULTANT By Executive Vice President (De grate off7rqEDGIi capacity -in business) State of Calif a ) ss Contra Costa County ) ACKNO =E (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 the wir_h�ny�aant pursuant to its by-laws or a resolution of its Board-of'171ie�et�Q ,c;taz 5L•�L PUBLIC AGENCY [SEAL] GEORGE F. DURDIN NOTARY PUGUC •CALIFORNIA By: Vernon L. Cline COUNTY OF 4LAtAEO,1380 Public Works Director AtY Corm:ssian Espiros A�•Z- By:- W Date: �� Z/ J7 ) If 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. Insurance. 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) Corrprehe.►nsive Liability Insurance, including coverage for owned and non-owned automobiles, with a minum.an 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. Payment. Public Agency shall pay Consultant for professional services perfora-ied at the rates shown in Appendix B attached hereto, which include all -overhead and incidental expenses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment .1irdt specified in Sec. 1(e) without prior written approval of the Contra Costa County Public Works Director. Consultant's statement of charges shall be submitted at convenient intervals. Payment will be made 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 ander 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 termiratation. 9. Status. The Consultant is'an independent contractor, and is not to be considered an employee of Public Agency. 10. Indemnification. The Consultant shall defend, save, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder by Consultant or any person under its control. Attachments Appendix A Appendix B Form approved by County Counsel n 0495 6 77 Microfilmed with board order I HALES TESTI NG Lt BO..~ tl -)f.?I ES1. '( ., X...��-�- � :��--� �"*'�'-v-��-�� '_,:, -� ' ."', .' - - �-�, -," -",�"' -, , ,, ,- I _ ...., ''- .,. .'� _ L 1 :f Cz_ i !' r � . - .. ..:.. __ . .r._. :_ ._. , .> 11 c APPENDIX A Service, shall consist of tII he Consultan1 I t - , .providing such tests and inspections as may be dire -'-V,-�,,.,;�"��,-*—,�-�-I"--,",-"-*"�l'--, cted by the Public Agency in connection with the construction of the George tililler, Jr. Hilltop Center Thera peutic Pool. Services will be provided up to the limit sho��rn in Sec. .1(e} . - . -r' . 11 N 0049 HALES TESTING LAE3&ATORiES • t III t 7 �r t t S T .. APPENDIX-B _ 3r - F - t r _ - •i� J0049'7 M HALES- TESTING LABORATORIES PART I, 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 are added to base rates for overtime, Sunday and Holiday work, swing and grave- yard shift. 3. Minimum hourly charges are as follows: a) Inspector's Services under 4 hours . . . . . . . . . . . . : . . . : :: . . . . . . . . . . . . . ... . 4 hours b) Inspector's 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 . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . l hour 4. Expenses are charged as follows: a) Subsistence (as per union contract) . . . . . . . . . . . . . . . . . . . . . . Cost+ 1590, 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,Parking Charges when not provided by Client,Telephone Charges, Tolls, etc. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . : . . . . . Cosh+.15% d) Freight Charges for Sample Delivery (Minimum billing: $2.00) . . . . . . . . . . . . . . Cost+ 15% 5. Minimum Charges for services when billed separately . . . . . . . . . . . . . . . . . . . . . S 12.50 BASE RATES: 1. Inspector's Services(includes Supervision) Supervision includes: a) Review of Specifications and Plans b) Organization of Work Assignments c) Job Meetings,Conferences,Telephone Calls d) Review and Follow-up of Reports e) Progress Checks,including Field Trips RATES PER HOUR . . . . . . . . . S 24.00/Hour 2. Laboratory Technician, including Supervision . . . . . . . . . . . . . . . . . . . . . . . . . . ... . S 28.00/Hour 3. Ultrasonic Testing, including Supervision . . . . . . . . . . . . . . . . . . . . . .. . . . S 28.00/ Hour 4. Radiographic, Magnaflux and other Non-destructive Testing . . .. . . . . . . .. . . . . On Request 5. Staff Engineer's Services . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . S 35.00 J Hour 6. Staff Consultant or Principal Engineer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . S 45.00/ Hour PREMIUM CHARGES — Add to Base Rate: 1. 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. _ 00498 I 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 C127, 128, SSD, fine or coarse . . . . . . . . . . . . . . . . . . . 12.00 each 5. Absorption, Fine or Coarse Aggregate,ASTM C127, 128 .. . . . . . . . . . . . . . . . 12.00 each 6. Unit Weight(Aggregate)ASTlv1 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 . . . . . . . . . 25.00/ fraction 9. Los Angeles Rattler Test, 500 Revs., ASTM C131 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 60.00 each 10. Wet Shot Rattler Test (Method No.Calif. 21OC) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 Engrs.) . . . . . . . . . . . . . . . . . 35.00 each 16. Potential Reactivity of Aggregates (Chem. Method) ASTM C289 . . . . . . . . . . .. . . - . 125.00 each *Does not include sample preparation or sieve analysis 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. Wire Mesh Cages, 6" x 12", for making Gunite 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 ASTDI 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 M HALES TESTING LABORATORIES 0 PART 11, PHYSICAL-MECHANICAL TESTING CONCRETE • AGGREGATES • CEMENT • MASONRY MATERIALS CORING-CONCRETE, MASONRY OR ASPHALT: 33. Equipment and Operators(2) . . . . . . . . . . . . . . . . . . . . .. $ 50.00/Hour 34. Bit Charges: a) 2 inch core x 4 inch length or less . . . . . . . . . . . . . 17.30/Core b) 4 inch core x 8 inch length or less . . . . . . . . . . . . . . . . 30.00 j 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 Test on 8" diameter Core Specimen . . . . . . . . . . 20.00 each 36. Shear Tests on Core (Masonry) . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . Qn Quotation NOTE: Preparing End Condition of Concrete Core Specimen(if necessary)at extra cost. 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. ASTb4 C341 . . . . . 20.00 each* 41. Linear Shrinkage, ASTM C426 ('Modified British Method) . . . . . . . . . . . . . . . . . . . . . .. . . . . . 35.00 each* 4 *Unit charge its based on conducting ASTM series of three units per test,Iess than three units add 30%to unit charge. 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 charge is based on conducting ASTM series of three units per test,less than three units add 30%to unit charge. 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: Preparation of Grouted Masonry Prisms(if necessary)at extra cost .$. 00500 : M�t(5 r3 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 (1 V4" 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. 11 . . . . . . . . . . . . . . . . . . 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. Inclusive .. . . . . . . . . . . . . . . . . $ 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 S. Light Gage Welder Qualification Test . . . . . . . . . . . . . . . . . . . . . . On. . . . . . . . . . Q 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) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I8.00/ 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 . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . 25.00 each 00501 HALES TESTING LABORATORIES PART ill, 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 1�4_" Sq. Inch Cross-Section Area . . . .. . 12.00 each 20. Tensile Tcst, 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, 1.250"diam. . . . . . . . . . . . . . . . . . . . . 11.00 each 24. Transverse Test, Cast Iron, as per ASTM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15.00 25. Tensile & 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) . . . . . . . . . . . . . . . . . . . . . . . . 3.0.00/Hour 31. Preece Test, ASTM A239 (6 Dip) . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . 1 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) z a) Room Temperature . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . S 5.00 each b) To Minus 100°F. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . 9.00 each c) To Minus 320'F. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . 15.00 each NOTE: Measurement and reporting of lateral expansion-$0.50 per specimen Measurement and reporting of%of shear-$1.00 per specimen 34. TESTING MACHINE TIME (One man and equipment)* a) Universal Testing Machine, 60,000 lb. capacity . . . . . . . . . . . . . . . S 30.00/Hour b) Universal Testing Machine, 200,000 lb. capacity . .. . . . . .. . . . . . . . . . . .. . . 50.00/ Hour c) Universal Testing Machine, 300,000 lb. capacity . . .. . . .. . .. . . . . . . . . . . . . . . 50.00/`Hour d) Low Strength Testing Machine, 5-500 Kg ranges . . . . . . .... . . . . . . . . .•. . . . . . 50.00/Hour *$28.00 per hour additional man 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/ Hour 36. CALIBRATION OF PRESSURE GAGE, DEADWEIGHT, min.charge . . . . . . . . . . . . 25.00 each 37. UNCOATED 7 WIRE STRAND for PRESTRESSED CONCRETE, Y4" to '.•'_" diameter, as per ASTM A-416 a) Breaking Strength only . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . S 3.5.00 each b) Yield Strength, Breaking Strength and Stress Strain Curve . . . . . . . . . . . . . . . 60.00.each NOTE: a) Specimen preparation or machining at extra cost b) Special fixtures and materials necessary for testing at extra cost c) Prices for physical Mechanical Testing Services not listed will be quoted upon request. _005U2 0-" 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 6800 F., Per Cent . . . . . . . .. . . . . . . . . . . . . D402.. .... . 55.00 each 5. Penetration. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . D5 .... .... 22.50 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 . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . DI"13 ...... 90.00 each 12. Loss on Heating . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 131754 ..... 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. Stabilometer Value of Premixed Sample . . . . . . . . . . . . . . . . . . . . . . . . . . 304...... 22.50/Point 17. Swell 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 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 2S. Roofmg: 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. 1-00 Sieve (By Wash) . . . . . . . . . . . . . . . . ASTIM 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 Rattler Test. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 210.. ... . 60.00 each 35. Los Angeles Rattler Test (Loss after 100 & 500 Rev.) . . . . . . .. . . . . . . . . 211. ........60.00 each -8- 00503 M HALES TESTING LABORATORIES PART V, SOILS TESTING BASE COURSE MATERIALS MOISTURE-DENSITY DETERMINATIONS - Compaction Characteristics 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 216D (Calif. Impact), Part II 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 & 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%z" 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%max. density . . . . . . . . . . . . . . . . . . . . . . 425.00/ 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 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) Molding and curing set of 3 specimens . . . . . .. . . . . . . .. . . .. .. . . . 28.00/ Hour b) Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8.00 each -9- 00504 I HALES TESTING LABORATORIES PART V!, 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,cost+ 15% 5. Test of Roofing Tile a) Flexure Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10.00 each* b) Absorption Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . 10.00 each* *Unit charge is based on a series of five units per test,less than five units add 30%to unit charge. 6. Tests of Asbestos Cement Pipe a) Crushing Strength Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20.00 each b) Alkalinity Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30.00'each c) Uncombined Calcium Hydroxide (Keasby-lVlattison) . . . . . . . . . . . . . . . . . . 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. S. 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 . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . 20.00 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 Shotcrete (Gunite) specimens. . .. . . . . . . . . . . . . . . . .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 styrofoam w/cover) . . . . . . . . . . . . . . . .. . . . 2.00 each 1a OAK= 1 ATE 'OF INSURANCE ' (' ),,TYPE FULL NAME OF INSURING COMPANY? D t't 1 t , S EP 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 lea Testlab of Oakland, Hales Testlab EXTENDS OR ALTERS THE COVERAGE AFFORC ` SURED of San Jose and S.D.D. Corporation BY ANY POLICY DESCRIBED.HEREIN. and Aooaess 646 Hegenberger Road ' R•�: ' Oakland, California 94621 _ * L J are in force at the date hereof,as follows: 1 . POLICY LIMITS OF LIABILITY KIND OF INSURANCE POLICY NUMBER PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S WC 9491103 Eff6-1-77 78 Provided y by Workmen's � COMPENSATION Exp. Ca11IOnLaw-State of NIL rniaa COMPREHENSIVE IDR 8107360 Eff. 5-23-77/ _ $ S ,000 Each occurrence' GENERAL LIABILITY Exp. - $ ,000 Each occurrence S 000 Aggregate 5-23-80 S 500 .000 Aggregate 5 CSL' MANUFACTURERS'ANO Elf. S' S 000 Each occurrence. ± CONTRACTORS'LIABILITY Exp. S ,000 Each occurrence 5 ,000 Aggregate OoS'.LANDLORDS' Eff. S 5 000 Each occurrence & NTS' LIABILITY Exp. S ,000 Each occurrence S 000 Aggregate CONTRACTUAL Elf. $ S ,000 Each occurrence LIABILITY Exp. S .000 Each occurrence is ,000 Aggregate AUTOMOBILE LIABILITY a Owned Automobiles Elf. S 000 Each person S ,000 Each occurrence ❑ Hired Automobiles 9381758 Exp 5-23-777 S 500 ,000 Each occurrence (I Non-Owned Automobiles CSL CSL' COMPREHENSIVE AUTO- Ef.f. S ,000 Each person S ,000 Each occurrence MOBILE LIABILITY Exp. $ ,000 Each occurrence OTHER: Elf. Exp. Additional Insured: 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 In the event of cancellation of said policies or a reduction in the limits of liability,the company will endeavorpic give written notice to the party to whom this certificate is issued, CERTIFICATE ISSUED TO: rContra Costa County NAME Public Works Department . 9-19-77/lp A ~ Ess 6th Floor Adminstration Bldg. DATED AU TMORIZEO RE NTATIVE Martinez, Ca. 94553 1p 00 cme — _ r `•SI�Fl51NGLtiI - _ CORRESPONDENT*: 1P►rICES NEW YORK SAN FRA►-JGISCO ` LONDON - LO*A.--ELF* • SYDNEY CABLEADDRE**:JONTON JOHNSON & ANTON I,G 1-4sURANCK 13RoiCXRJ �t EA:PLOZ F.N 13r.-MV:T P"N1 CONIKULTANITb' M CA1J1"ORNIA 14TR!CT ; NAY FRANC1aC0 94111 . PDL . Ialal:lllM-1'900 SEP 13 19" , i!�ltC woRy'S DEN%i.1 : September 12, 1977- Mr. Bob Baba Contra Costa County Public Works Department 6th Floor Admimstration Building Martinez, Ca. 94553 Re: George Diller 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 sent you an 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 & ANTON, INC. Linda Post Coa�nercial Accounts 1 . p ; Encl. cc: Hales Testlab Home Insurance 00W7 50}CAI.IFOr a STREET{ SUITE 1919 Saul FRANC '0, CALIFORNIA 94111 PHONE: (415) 398-23030 TO' Rude Ho'ckson DATE August 3, 1977 Homs Insuraucs 100 Pins St. Sll81ECT "In& Testlab of O&klaad 4 San Francisco& Ce. 94111 IDR 8407360 pluthip . We have just received a request from Contra Costa County in refe'rance to the certificate of insurance Yhich we issued is our office under Lha above policy in reference to George oilier Jr. Hill Top Center. r Please amsod per the fallowing* I 1. 30 day notice of cancellation 2. Additional insured sudoraeaat for Contra Costa County, its officers and employees. We would appreciate an m=endaent per the foregoing. If I c". issue the endorssmasnt hers in the offfce, please advise. _ThAnks agu a, oat C/ Lnc1. SECOND REQUEST 9-1-77 - ?hank - Linda SIGNED: ti 1 u�" lKEfvEY .. YEET YEUOW COrY AHDPWIL YOU MAY USE ttWR5E SIDE FOR StNC•VA%jt COPY 10 ADORESUL YOUt apty if mKISU". 00508 In - the Board of 5uperyisors of Contra .Costa - County, State of California October 4 19 77 r In the blotter of Comments on the Report of the 1976-1977 Grand Jury. _. 04 OF The Board on 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 1_r. C. A. Hammond, Chief Assistant County Administrator,. having briefly reviewed said conlrents and Board members having discussed them and individual members having expressed various points of view 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 _D by the 'Board on October 4, 1977. I hereby certify that the foragaing i3 a true and correct copy of an order entered on tho minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of CC: Contra Costa County Grand Jury Supervisors County Administrator affixed this th_ day of nr-+ 19 77 J. R: OLSSON, Clerk Deputy Clerk Jamie L. Johnson 00509 H -24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California October 4 . W 77 In the Matter of Comments on the 1976-1977 Grand Jury Report. The Board having received a September 29, 1977 memorandum from Mr. E. F. Wanaka, 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 ORDERED that receipt of said comments is ACKNOIMEDGED; 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 49 1977. hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the dab aforesaid. cc: Presiding Judge for Witness my hand and the Seal of the Board of Fiscal Year 1976-1977 Supervisors c/o Jury Commissioner affixed this 4th day of_ October , ig 77 County Counsel County Administrator County Clerk J. R. QLSSON, Clerk County Assessor By Deputy Clerk Sandra L. Nie son 0051, H-24 3/76 15m } County Assessor Contra Information CCosTax tan osta 834 Court Street L 37z-22922292 f Martinez,California 94553 Property valuation (415) 372-2257 County 372-2265 E.F.Wanaka Richmond Offices Assessor256 24th Street R.O.Seaton RECEIVED Assistant Assessor 233-7060 OCT 3 1977 J. R. OtS50N CLERK ia0ARD OF SUPERvisoi+sON September 29, 1977 Honorable Board of Supervisors Administration Building Martinez, CA 94553 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 Assessorls 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. 00511 7 , 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. IVANAKA County Assessor EFN:ni 005141 . In the Board of Supervisors of Contra Costa County, State of California October-4 1977 In the Matter of Status Report on Contra Costa County Detention Facility Project. Mr. J. M. Walford, 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 Pibre, 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 community 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- _ cerns, 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 the foregoing is a true and correct copy of/amat entered on the minutes of said Board of Supervisors-on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this 4th day of October 1977_ J. R. OLSSON, Clerk By ��¢sL , Deputy Clerk Vera Nelson 00513 H-24 4/77 15m \ 4• In the Board. of Supervisors of Contra Costa County, State of California October 4 _ , 19 7� , In the Matter of Contract Payment Problems. The Board having received a September 21, 1977 memorandum from Mr. C. L. Van Marter, 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; IT IS BY THE BOARD ORDERED that receipt of the aforesaid memorandum is ACKNOULEDGED 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: I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, HRA Witness my hand and the Seol of the Board of Finance Committee ' Supervisors County Administrator affixed this 4th day of October 19= . J. R. OLSSON, Clerk By Deputy Clerk obbie tierrez N-24 4/77 15m 00514 Hwnan. Resources Agency p�l� Date September 21, 1977 CONTRA COSTA COUNTY r' To Board of Supervisors r -• From C. L. Van Marter,-Di-rector ti RECEIVED REPORT ON CONTRACT PAYMENT PROBLEM Subj S i=P ? 2 1977J. R. OLM071 - CLERK BOARD OF SUPERVISORS COi�iTRA COSTA CO. Background Information s .. _ '.. �crt s_yc+�rx..a�3U 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 term 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 contractors 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 contract 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 Microfilmed with board order 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 am recommending 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 standard 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 automatic six-month 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. C. 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. 005 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. " ao51r7 r Board of Supervisors- -'September 21, 1977 Page 4 There 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, I 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. CLVM:dg cc: County Administrator's Office County Counsel June M. Larson Charles Pollack, M.D. L. G. Pascalli Jerry Nava Jerry Nichols U0518 1 In the Beard of Supervisors of Contra Costa County, State of Cclifomia AS EX OFFICIO T BOARD OF DIRECTORS CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 October 4 , 19,.x. In the Matter 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. Villow 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. 1 hereby certify that the..foregaing is a true and correct copy of an order enlev on the minutes of said Board of Supervisors on the date aforesaid. cc: Mrs. J. Crittendor_ Witness my hand and the Seal of the Board of Contra Costa County Supervisors . Sanitation District No. lg 'ixed thisG day of nt�rn}+ar 19 77 Public Works Director County Administrator J. R. OLSSON, Clerk Public Information Officer By Deputy Clerk Ronda Amdahl H-24 3/36 15m 00519 In the Board of Supervisors of Contra Costa County, State of California October 4 ; 1977. In the Matter of Transfer from Park Dedication Trust Fund to Town of Moraga Treasury. The Board having received -a September 21, 1977 report from I!r. 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 Tovvrn of Moraga; and Mr. Dehaesus having recommended 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. hereby certify that the jo' regoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Ass. Gary Chase Supervisors Town of Moraga Director of affixed this4th day of7 _ October 19 _ f Planning Public Works Director County Auditor—ControllerJ. R. OLSSON, Clerk County Administrator ey ,, r - Deputy Clerk rbbie CUierrez H-24 4/77 15m 00520 RECEIVED CONTRA COSTA COUNTY <' a 19 PLANNING DEPARTMENT J. P OMON CLERK COARD O: SUPERVISORS CQit(RA CQSi.. CO. ry TO. Board of Supervisors DATE: September 21, 1977 Anthony . Dehaesus .Town of Moraga Park FROM. Y r SUB.IECT. g Director of Planni g Dedication Funds Request On August 30, -1977 the JolardC)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 ($28,739.52) 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 Parkand Recreation Authority acted as the citizens advisory committee for R-4. Since 1974, $115,119 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 limits ceased to exist per State lair. The remainder of Service Area R-4 is unincorporated 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 regarding the debt on the former Rheem 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 would 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:e:.irement 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. \--a_ CLOL17 - V( �/ 00521 Board of Supervisors -2- September 20, 1977 With the, dissolution of the service area and absorption :of -the authority_by'the Town, the =Toren 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 funds 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 AAD/ cad r t f _ 00522 In the Board of Supervisors of Contra Costa County, State of California October 4, . 79 77 In the Matter of 1 ACKNOWLEDGEMENT OF RECEIPT OF FI14AL 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, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept. : OEO Witness my hand and the Seal of the Board of cc: County Administrator Supervisors EOC affixed this 4th day of October 1977 (O—E0 to distribute) , J. R. OLSSON, Clerk Deputy Clerk _ Maxine iYi. Neu eld H-24 4/77 15m CONTRA COSTA COUNTY COMMUNITY ACTION PROGRAM ORGANIZATIONAL POLICY - AS APPROVED BY EOC ON SEPTEMBER 15, 1977 EOC As the Administering Board, the Economic Opportunity Council (EOC) 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 them by the Governing Board, through the Administering Board. Microfilmed with board order,. f 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. Minumum 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 ECC, are as follows: 1 . General Size and Composition: All Area Councils shall have no more than a total of 45 members, and no less than eleven (II ) 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 VA • 3 on an Area Council will help to ensure that an Area Council's involve- ment in the development of programs 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 51p 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 II 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 II for two consecutive regular meetings, such case will be brought to the attention of the EOC Rules Comniteee, along with the Area Council 's explanation as to why the membership dropped. 00526 -3- 4 2) The EOC Rules Committee will then review the situation and make a recommendation to the EOC that the Area Council will have a minimum 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 EOC. 3. Membership and Selection Procedures a. Category It Membership: Low-income Representatives Members 'of an Area Council who are to represent the poor must fall in one of the following categories: A. A LOW-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-income 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 NON LOW-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 must be signatures from residents certified as low-income. 00 -4- 52` C A LOW-INCOME 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 law-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-INCOME REPRESENTATIVE of a given census tract within the target area, WHO 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 petition 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 petit=ronee meets the poverty guidelines as specified in CSA Instruction 6004-1j, and which contains signatures from twenty (20) residents of the census tract he/she 1s 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-Ij. All category B and D members will be certified upon submission of a petition containing signatures from twenty (20) residents• of the census tract he/she is to represent, ten ( 10) of which msut be signatures from residents certified on the petition -5- 00528 ' � f 6 as also meeting 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-income residents of the target area are selected by a majority of those residents themselves. Petitionees 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 I b III 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- 0052 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 Counci I 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 position(s) 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 #3. (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. nOO (J -7- r i 8 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 *As taken from CSA Instruction 6900-01 (CAP Memo 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-making 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 Process 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 must 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) -8 Oot" i V. ISSUES O F NOM-COMPLIANCE The EOC, Area Councils and Delegate Agencies are each responsible for ensuring compliance with their own Bylaws and directives. OEO - staff has the day-to-day responsibility of monitoring EOC, Area Council and Delegate Agency compliance with their respective Bylaws and directives. in cases of EOC or Delegate Agency 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 must 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 meet these minimum organizational guidelines, their non-compliance will be reviewed first by the EOC Rules Committee; whose recommendations will be submitted to the EOC; which will recommend possible action to the Governing Board; which wit ! be the body to take corrective action. 41 4 7 - = 9/20/77 00532 CCC CAA ORGANIZATION CHART Area , Couric i Is South Richmond Board of r Supervisors --r i I N.Richmond c l iron i l Triangle _ San Pablo/ l County ^Parchester Administrator's i ViIIage Office � 1 ..._ ... _ .. EOC ..... Rodeo/ l Crockett ' OEO Martinez 41 t 1 • f j ..... •.� -♦ ..... w • r • f . � _ Central County arquinez United Council Concerted North Southside �,_^ Pittsburg oalition of Spanish Services Richmond Community l Speaking Project Neighborhood Center' CC 0 Organizations House CSP NRNH SSCC +I L1CSS0 t East County Legend e . • service provider e relations ' formal advisory, r�lation • • • • • . " • • • . • • . • • . s e w • • v . • Qogtr��ctua CONTRA COSTA COUNTY CO,MMUN I TY ACTION PROGRAM DELEGATION OF AUTHORITY - AS APPROVED BY EOC ON SEPTEMBER 15, 1977 This document shall consitute 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 (EOC), 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 CAA: "What gives Community Action form and affect? 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, local 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 sharpen 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. 41obilize public and private resources in support of anti-poverty programs. 0O534 -I- Microfilrnod with board order --Coordinate efforts throughout the community so as to avoid duplication, improve delivery of services, and relate programs to one another. --Plan 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. --Encourage 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 Community .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 community. But through wise decisions in performing their central function of designating the Community 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." (Excerptedfrom "Organizing Communities For Action", February 1968) 00W. 3 II . 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: I . 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 3rity 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. M . Role 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. Powers to be retained by the Board of Supervisors include the following, which are based on guidelines found in the Community Services Act of 1974: 1 . 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 compliance with all conditions of OEO grants 3. final responsibility for organization policies and procedures applicable to the Economic Opportunity Program. -3- 00536 . 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. 10. Determination; subject to OEO regulations and policies, of rules of procedure for the governing board or governing officials. II . 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: -4- 0053 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 community involvement in the programs assisted under this title." The Governing Board delegates to the EOC the following responsibilities: I . 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 . -5- 00538 6 4. Adoption of its own policies, procedures and bylaws subject to final acceptance by the Board of Supervisors. An EOC 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 CAO. Rights to be retained by the EOC as regulated by CSA Instruction 7400-01 are: 1 . The EOC will be given advance notice of, and an opportunity Jo present to the Board of Supervisors its views on, all major decisions to be made by the Board concerning the community 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- 0053 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 Memo 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 evaivati:on 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 "Maximum feasible involvement of the low income groups and Individuals to be represented." (CAP Memo 81 , Section C.) Acceptable processes to be used are outlined in Section 11 , (6.) of the Organizational Policy. 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 If of the Organizational Policy. 40 -7- I ' 8 _ VI . Rode of the Office of Economic Opportunity (OEO): 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 EOC. 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. I . Resource Mobilization refers to the processes whereby resources within the community 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 EOG 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 UU541 further grants to conduct desirec programs is necessary. V -8- a ff 9 l.. _ 2. Grants Management encompasses the entire process of developing proposals based on: (I ) 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 programs, processes and activities which are delegated by the Board of Supervisors to the EOC, Area Councils and Delegate Agencies. OEO 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 EOC 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. Ll0542 -9- 10 b. Contractual Management: 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 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. VII Role of Delegate Agencies: As- contractors to the Grantee, Delegate Agencies are subject to and must comply with all CSA regulations and all State and local laws which are applicable to Contra Costa County OEO. 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- in 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. Date: 9/20/77 0054 -10 Jr. the Board of Supervisors of Contra Costa County.. State of Califomia October 4 ,>19 77 In the Matter of Approving Inspection Services Contracts with Robert G. Soto for Various Economic Development Administration Public Works Act Projects The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Robert G. Soto, 985 Kenston 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 (7050-4099) PASSED by the Board on October 4, 1977. 1 hereby certify that the,foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor's on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors affixed this 4th day of October lq 77 cc: Public Works Department Agenda Clerk Build;ng Projects J. R. OLSSON, Clerk County administrator By_ /�� , Deputy Clerk County Auditor-Controller N. Inspector Soto H-24 3/76 15m - CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name & Address: Robert G. Soto, 985 Kenston Dr. . Clayton, Ca. 94517 c)• Effective Date: October 1, 1977 d) Project's Name and Location: Civic Center fmprovements. Martinez Area ( - _ _ .Sl y[ D5- - 2 G 7 e) Rate of Compensation: $13.65 per hour 2. Signatures: These signatures attest the parties' agreement hereto. PUBLIC AGENfAS, Contra Costa County INSPECTOR Jae By (- Lit zi �..Pubiic Works 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 & 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 & Instructions. The Inspector's construction supervision and inspection services .inc ude the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists 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 ordu 00545 Formed Approved by County Counsel 1-77 I:,aant� iR a ii r::r:t.0r }Ic c_ . . , : . .. .- _... ':t•__:,t:_�:,� I•;i1 1�•S.c�::.,i:il� t:?LiI ::�Ie t;or;:r,e n o;i the: ,job t c �:.. ,c: ::,�. : rc•JJ or:?;; Liu•c/u,;il Lhc cor,tL I,autor' ; job h :u he Contractor' :; dude:J; and he . �• � .V�. ..r. •fit. 4I.�� J.:Vll not 4J. 1.:� 4• Y, ( r .� ' r:cL i:::LrucLions dire_ctly to the Contractor' s c;:,p 1 oyee(s) ; and he- shall It,"mi:cdiatc:ly advise the Architect of any C3Z'.c: :hc•T--e the Public Agency repr•e::e;:L•atives give instructions to thu Coi?tractuvl:; cn:ployces . C. PLIblic L ;enc;v-gontractor Coordlnal:ion. tie shall effectively rle;l.ntain c:o:,u cooru.ination of the Contractor's work and the owner's i•ec pair 1-4* by frequent , regular conferences or other suitable means , espcciali;; :r:Icrc pi•ojc:cts involve alterations or modifications of or adciitic;i: to all c::_i:;tinF, functioning facility, vhich must be maintained as an operai-in , unit. during conduct of construction work, and therefore ruire special alertness to job conditions which may affect such con- --otinuinL ooeratio.ns . He shall coordinate necessary .interruptions of no.:ral o:.,ner activities with the Public Agency and General Contractor Def orchard. d. z-.,t_h Contract. He shall become thoroughly :iliar witil all contract documents including specifications , draw- n-s and LddL.na ; and he shall supervise and check the adequacy and _zc•curacy o, r4c;t:ir.:cl "as built" drawings prepared by the Contractor's yee- (see also 7-a, below) . e. Pet sc::c:s Presence F, Observation. He shall be personally present 1J be ink, performed (even on overtime, night , holiday or tys . h-n so directed) , and shall attend meetings called by c Public ".zsencs , Contractor or Architect; and he shall make - direct ::rsonal observat;ons of work beingperformed by the General Contractor zd subco ?t*~4ctor(s ) for certification to Public Agency-Owner that such ork. is being pert o.ned in a skillful manner and in accordance with the eouirem.ents of the contract documents. f. Advice F, Su;-__stions. He shall advise Public Agency on all o:�struction- utters , suchas suggesting change orders or reviewing cqn- ;,uction schcdL_,Ies ; he shall evaluate suggestions or modifications which :, ve beer. ;.ade to acro:=modate on-the-job problems, and report them with 3ca:=_—ndar,iol:s to the Architect; and he shall review 'and make recom- _;ndazions to the Contractor on all pay estimates. g. ?re-Construction Review of Contract Documents. When so directed V :ublic ::oenc��, he shall per form in-depth review of the- contract .cc.mer,ts be--:'ore construction begins, and male appropriate recommendations .ereon to the Public Agency. Saecia'_ Duties &• Inst-ructions . The Inspector' s duties specially nccrnin�, ti:c progress of -the work include the following: a. Gen:ral Records & Files. He shall maintain a file of, and be are of contents of, the local, State , Federal , N-3U, NEPA, etc. , .des ,, regulations , directives, requirements , etc. , which are pertinent p c.Com -ot , and are provided by the Public Abency; and he shall ii 4�i n a co::plete File of all drawings, specifications, contracts, anse orders , directives , etc. , which determine work to be done by -the ntrac-or (see also 6-d, above) . -2- b . N :ry arirl !'.enorts 11c r-hall main'ain a bound daily diary, •noting, therein job prob lems , coni'erenceo zind remarks ; and he shall submit all reports dee mnci necc!:,sary by :;tate and Federal agencies , Architect and Public Agency , c:h.ich shall be timely and in sufficient detail to satisfy the purpose of the report . c . Material Records , tie shall maintain records of materials and/or equipment delivered at; the site , shot-ring manufacturers ' names , catalog, model serial number, style , type, or other identifying information , thereon and noting whether they are in strict compliance with the pians, 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 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. w b . ' Mileage- authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from tine 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 persor_, '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 sho:sn.• Fo:m prepared by County Counsel's Office 0054'7 (CC-61 : . :10/76) -3- CONTRACT Special Engineering-Administrative Services Construction Supervision R Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector`s Name & Address: Robert G. Soto, 985 Kenstgn Dr. , C1.ayton. Ca. 94517 c) Effective Date: October I, 1977 d) Project's Name and Location: New Public Works Building, Martinez ( ) (4�os-�dGa e) Rate of Compensation: 13.65 per hour 2. Signatures. These signatures attest the parties ' agreement hereto. PUBLIC t AGEN C ntra Co Co INSPECTO BY ,5,,.,, Pub is Works Di rector 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions- Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and 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 &Instructions. The Inspector's construction supervision and inspection services inc ude the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists 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 Eo-i id orifec' Formed Approved by County Counsel 1-77 0054S . .. .. . . .. . .. . . :'•ny'••In �tl: ContrileLar. lie shall nuintain a ,.1 •' '. . ... ,.�.�., :'; '.e --hip witiMtho workrzc:n on the fob b:: @-:L:•ll ucmduct huzineas only throurjj the con-ractole's Job •st�;,ci•�r:L;::;tic•:,;;, ::r,d shall not: ascume the Contractor's duties; and he. s?:4.12 pot c ::e 1n ntructions directly to the Contractor's employee(s) DIV out,co:atructori::) ; and he shall I medlately advise the Architect of ' any cane where the Public Agency representatives .give instructions to • . the Contractorlu employees. c. Public Ar ency-Contractor Coordination. lie shall effectively maintain close; cooi.dInation of the Contractor's• work and the owner's requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to -an existing functioning facility, which mast be maintained . as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such con- tinuing oporations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d.• Nar:iliarity with Contract. He shall become thoroughly fa::tilfar with all trontract documents including specifications, draw- ings and addenda; and he shall supervise and check the adequacy and .:ccukacy of required "as built" drawings prepared by the Contractor's :mployees (see also 7-a, below). r • e. Personal Presence & Observation. He shall be personally present ;her,ever %or k. is beinf, performed even on overtime, night, holiday or •ee}c;.d bcais when so dlrected), and shall attend meetings called by he Public fj;ency, Contractor or Architect; and he shall make direct .ersongl observantions of work being performed by the General Contractor :.zd subcontractor(s) for certification to Public AGency-Owner that such ori: is being perforlaed in a skillful manner and in accordance with the equireaerts of the contract documents. f. Advice & Sung1stions. He shall advise Public Agency on all oastructicn ratters, such as suggesting change orders or reviewing con- tructioz schedules; he shall evaluate suggestions or modifications which Lve been name to accommodate on-the-job problems, and report them with 3co:Mendaz{ons to the Architect; and he shall review and make recom- ndatio.^.s to the Contractor on all pay estimates. ' g. Pre-Construction Review of Contract Documents. When so directed .• ti:e Public Agency, he shall perforp in-depth review of the• contract icu»eats before construction begins, an¢ make appropriate recommendationa. :ereon to the Public Agency. ' Saecisl Duties & Iratructions. The inspector's duties specially .ncarn{ng the progress of-the work include the following: a. General Fecords & Files. He shall maintain a file of, and be '- -are or zee contents os', the local, State, Federal, NFBU, NEPA, etc. , ' •des, +ege_'ations, directives, requirements, etc. , which are pertinent • this. Project, and are provided by the Public Agency; and he shall .intain a complete file of all drawings, specilications, •contracts, .ante orders, directives& etc. , which determine work to be done by the :tractor (see also 6-d, above). - r ' -2- _ L , Diary and Reports . 11cshall. maintain a bound daily diary, noting therein job prob lems , confe:•ences and remark s ; and }ie shall submit all reports deemed necessary by State and Federal. agencies , . Architect and Public Agency , which shall be timely and in sufficient detail to satisfy the- purpose of the report. C. Material Records . He shall maintain records of materials and/or equipment delivered atthe site , showing manufacturers ' names , catalog, model serial number , style , type, or other identifying information thereon and noting whether they are in strict compliance with the plans , shop drawings and/or specifications , or are approved by the Architect . He shall certify to Public Agency that all materials used in construction are as specified in contract documents ; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees , certificates ,, maintenance manuals , operating instructions., keying schedules , catalog numbers, vendors addresses and telephone contacts , etc . , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency . 8. Pay for Services & Reimbursement for Expenses . a. Public Agency shall pay Inspector for these services , at the above rate, for semi-mont.hly 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. a b . Mileage authorized by the Public Works Director or his deput" 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 oi•;ned 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' 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 adjust by mutual consent of the parties for good cause sho-.n .• Form. prepared by County Counsel' s Office (� 50 (CC-61 . . :10/76) -3- CO"TRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa Cnunty b) Inspector's Name & Address: Robert G. Soto. 985 KAns on nr . Clayfnn, Ca. 94517 c Effective Date: October 1 . 1977 d Project's Name and Location: Kitchen/dining A 9 5 -723n 0l" IL999H &_2z/_/ TCG/ e) Rate of Compensation: $13.65 per hni,r 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC A ENCY STA COUNTY INSPECTOR By 5P, Public Works Dire or 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and 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-Warks, in con- nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration' of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the 'Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with board order 09f51 Farmed Approved by County Counsel 1-77 • c•. •j: •__••_,,. t. ' ••:1:;: I:, x::1:.1: Cuntrac:Lor. Ile shull maintain a ' .�. :.i:I .:�.. ..�... �...•.: t 91.1...+.Cu+:.l11j) t:ith ..he workmen on the job k.:.::: •:.;: :•:,::l:i. co:::iuct ::t:::incsn only LhrouE;1: the contractor's Jot, :,int,;;+f•::tic:::cic:�L' , and Whall not a:;surac the Contractor's duties; and he • Shall not Give i::itructions directly to the Contractor's employee(s) oil U*ubco:,tracto •(::) ; and lie shall immediately advise the Architect of any eaze where the Public Agency representatives give instructions to - thu Contractor's employees. ' c. Public- Agency-Contractor Coord1 nation. He shall effectively mintain closo coordination of the Contractor's work and' the owner's requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or . additions to an existing functioning facility, which must be maintaingd . as an operatin- unit during conduct of construction work, and therefore require special :alertness to job conditions which may affect such con- t1nuing operations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with ali contract documents including specifications, draw. • ;ngs and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's. :mployees (see also 7-a, below). e. Personal Presence & Observation. He shall be personally 'present :henever ::or;: is being perror:ned even on overtime, night, holiday or .eekerd basis :r:l:en so directed) , and shall attend meetings called by -he Public Arancy, Contractor or Architect; and he shall make direct arsonal • observations of work. being perform.ed by the General Contractor .nd subcontractor(s)• for certification to Public Agency-Owner that such ork is beim; pzrformed in a skillful manner and in accordance with the •equirements 'of the contract documents. f. 'Advice & Suaatestions. He shall advise Public Agency on all onstruct'lon ratters, such as suggesting change orders or reviewing con- :.ruction schedules; he shall evaluate suggestions or. modifications which %ve been Tade to accommodate on-the-job problems, and report them with, :co=endations to the Architect; and he shall review 'and make recom- ndations to the Contractor on all pay estimates. t;. Pre-Construction Review of Contract Documents. When so directed • the Public .:pency, he shall perform in-depth review of the- contract ,cu=encs before construction begins, anti make appropriate recommendations. .ereon to the Public Agency. - Special Duties & Instructions. The inspector's duties specially i •nc`rning the probress of the work include the following: ! a. General Records & Files. He shall maintain a file of, and be •are or 161,e co:h;.eats of, the local, State, Federal, NFBU, NEPA, etc. , -des, regulations, directives, requirements, etc. , 'which are pertinent • t::is project, and are provided by the Public Agency; and he shall inzaid a complete file of all drawings, specifications, contracts, arise orders, directives, etc., which determine work to be done by the -ntractor (see also 6-d, above). 00552 • -2- ' R . 1 • . b . Diary and }'snorts . 11cshall maintain a bound daily diary., noting therein job prablems , cont'erencer, ;ind remarks ; and he shall. submit all reports deemed neceszary by State and. Federal agencies , Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the -.purpose of the report . c. Material Records . He shall maintain records of materials and/or equipment delivered at the site, showing manufacturersnames, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications , or are approved by the Architect . -He shall certify to Public -Agency that all materials used in construction are as specified in contract documents;. and, oh 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 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 • } 00553 (CC-61:. :10/76) -3- I CONTRACT Special Engineering-Administrative Services ! Construction Supervision & Inspection T. Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) . Inspector's Name & Address: Robert G. Soto, 985 Kenston Dr. , Clavton, Ca. 94517 c) Effective Date: October 1, 1977 d) Project's Name and Location: Moraga Fire Administration, Moraga (7050-4099) e) Rate of Compensation: $13.65 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGE.NCY Contra Costa County INSPECTOR By jkt1 � . , 4 04-11 eel s.,,.r Pub i c Works Di rec or 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and 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- vection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions.' - a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists 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 ordac Formed Approved by County Counsel 1-77 00551 • c•. i' •'•.t.':.:la: 15 on"?'- h Creta Nt r.L or. lie shall maintain a ' . c.;t.:,9 . :.� . w..• : : ..L;:r.u1r�C el:aM�.a:...i,l;, %.Uth ..he workmen on the job :::::_1J. CU::::::ct buzirfiss only �.hrouri, the cont-rector's job 1?:t�� •:•:•j:i:.:•::�:•:a4, ::r,d shall not nuccume the Contractor's duties; and he 3;11j .-1 nc;: Civc in.L•ructions directly to the Contractor's employee(a) Wb suL rc;:,L r:sCtoi(:;); and 1:e shall I=wdiately advise the Architect of Any cane where the Public Agency representatives give instructions to - thu Contractor'n employees. c. Pubes l rxncZ-Contradtdr Coordl nation. He shall effectively maintain close coordination of the Con rucL•or's work. and the owner's requirements by frequent, regular conferences or other suitable means, capecial37 where projects involve alterations or modifications of or additions to an ocisting functioning facility, which mast be maintaingd as an operating unit during conduct of construction work, and therefore :-quire special alertness to job conditions which may affect such con- t1nuing operation. -He shall coordinate necessary Interruptions or normal owner activities with the Public Agency and General Contractor beforehand. - L M, Parailirity with Contract. He shall become thoroughly familiar with all contract documents including specifications, draw. tnGs and addenda; and he shall supervise and check the adequacy and .accuracy of required "as built" drawings prepared by the Contractor's ' :mployees (see also 7-a, below). . e. Personal Presence & Observation. He shall be personally present- ;hertever work. is aeinr, performed even on overtime, night, holiday or eckend basis when so directed), and shall attend meetings called by he Public AGency, Contractor or Architect; and he shall, make direct ersorai observations of work being performed by the General Contractor .ad subcontractor(s) for certification to Public Agency-Owner that such • ork is being performed in a skillful manner and in accordance with the equirements of the contract documents.. f. Adtiice & Sursestions. He shall advise Public Agency on all anstruetion =atters, such as suggesting change orders or reviewing con- . . :.ruction schedules; he shall evaluate suggestions or 'modifications which Lve been =ado to accommodate on-the-job problems, and report them with =co=enda loons to the Architect; and he shall review 'and make recon- jndations to the Contractor an all pay estimates. • . g. Pre-Construction Review of Contract Documents. 'When so directed r• the Public .agency, he shall perform in-depth review of the- contract . sc=ents before construction begins, anal make appropriate recommendations - .croon to the Public Agency. - Special *.reties_ & Instructions. The Inspector's duties specially j •nearninG the progress or-the work include the following: F a. General Records & Files. He shall maintain a file of, and be . -are of :,:e co:iweats or, the local, State, Federal, NFBU, NEPA, etc. , -des, regulations, directives, requirements, etc. , which are pertinent • this project, and are provided by the Public Agency; and he shall • .;n=ain a complete file of all drawings, specifications, contracts, angz orders, directives, etc. , which determine work to be done by -the •• ntractor (see also 6-d, above). �5 -2- • �• .-'ter -,•.. . . _ .. ....... -A r b .. Diary anc1 Reports . fie shall maintain a bound daily diary., r!�=tiri- therein job problems , conferences and remarks ; and he shall zubmit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the- purpose• of the report . C. Material Records . He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers names, catalog, model serial number, style , type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications , or are approved by the Architect .. He shall certify to Public Agency that- all materials used in construction are as specified in contract. documents ; •and, on completion and/or Installation of each applicable item, he shall collect and assemble relevant information (including guarantees , "certificates , maintenance manuals, operating instructions , keying schedules , 'catalog numbers, vendors addresses and telephone contacts , etc . , of materials and/or equipment as required) ; and at the completion of the project , he shall deliver this information to the Architect for delivery to the Public Agency . . 8 . Pay for Services & 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 tire 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 o%4ned and non-owned automobiles , with a minimum combined single limit coverage of $5003000 for all • damages due 'to bodily injury, sickness - or disease, or death to any person, -and damage to_proper4o.-; 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 adjustec by mutual consent of the parties for good cause -shown.' Form prepared by County Counsel's Office (CC-61 :. :10/76) • -3- - 0Ot% ,T..,..:. BINDER _ . rc. Pending issua and delivery of a policy pursuant to the lication of the insured and to all the terms RECEIPT and conditions�he policy issued by the company, and in cons eration of the application for insurance and $• the receipt of which is hereby acknowledged, the CQ NATE FARM MUTUAL AUTOMOBILE INSURANCE CO31P_ANY ❑ STATE FARM FIRE AND CASUALTY COMPANY Does hereby insure Address_ C� S� E�✓S %y,✓ � L e�*�/�•x1 C t4 i t(5 t -7 w.it�-}ess-payatrie--te F . CO.-- /T,z.4Cs o A C�� _A5 � t t 0A A C (//s'`Pe � y Or assigns, as such.interest may appear on automobile described below: Make _ Year Body Type 2 Number L� �.:_ a� if,aof ld1 F.Jf For coverages indicated: 4 LIABILITY (BIPD I-S—OCAS Ocl/? ❑ COMPREHENSIVE ❑ COLLISION and such other insurance as is shown on the application. Effective j ` 2 7 , 19 , expiring not to exceed thirty (30) days hence and to become void immediately upon the issuance of a policy in place hereof. PRESIDENT Countersigned this .30_day of Authoriz Representative AG 4488.11 '*web Microfilmed with board order �z. 0055..1 Beewick INSURANCE • P.O.BOX 206 REPRESEN77MG a 23 WEST 7TH STREET UNITED RELIANCE ANTIOCH,CALIFORNIA e4509 PACIFIC TELEPHONE: 415-757-2700 INSURANCE COMPANIES September 307 1977 Contra Costa County Martinez, California If Subject: Robert G. Soto Gentlemen: This letter is to verify that General Liability coverage is in force as follows: Effective Date - 10/3/77 Insurance Company United Pacific/Reliance Limits $500,000 including: Non-O-v ned Automobile Personal Injury _ Broadform Property Damage Contractual Liability Products Liability Additional Insured: Contra Costa County Public Works Department and its Officers and Employees 30 Day Cancellation Notice A Certificate of Insurance will be forwarded to you trhen 'received from the Insurance Company. Very truly yours, Ap John C. Sl atten JCS/-'src. Microfilmed with board order 00559 IM, -ITE y RELIANCEA RFS�'�iS^I! 5iiiti. rPACIFIC INSURANCE COMPANIES :1 ' • Unite,Pacific Head Office: CERTIFICATE Tacoma,Washington p F I N S U RA N C E This is to certify that the following policy of insurance, covering as stated, has been issued by UNITED PACIFIC INSURANCE COMPANY or RELIANCE INSURANCE COMPANY, and is in force as indicated: I. LP 318 68 54 10-3-77 This Certificate No. is evidence of Policy No. and is effective and IMonth•t>QyYeon - expires 1 3_78 of the hour designated in said policy,issued to lNwnTh.DaV•Yenn Robert G. Soto .. (Nome of Insoredl - ADDITIONAL INTERESTS (Only items marked 0 are effected by this endorsemem.) It is agreed that in consideration of a premium of$ Tnc luded IEnrer amaunr.or-.ncluded."chorged.'ro be dererm.ned by oda'.etU 1. The below name is(are)included as on® additional insured: ❑name insured:(see note belowi County of Contra Costa Public Works Department, its officers and employees 2. but only as respects the following: a ® SUBJECT OF INSURANCE COVERAGES AMOUNT OR LIMIT General Libaility Bodily Injury $5006000. Property Damage ❑ Owned by . (Enter nome•or him',Them', if r 3. While: ❑ Mointoined or used by IEme,nome-or him, them, rt r - - Acting as independent building inspector for Contra Costa County Public Works Department Note:The insurance of forded by the policy applies separately to each insured against whom claim is mode or su=r s brauai,bu;:he u-:�usten herein of more than one insured shall not operate to increase the limits of the company s liability. NOTICE This carnficate of insurance neither offirmotively nor negatively amends•extends, nor alters the coverage afforded by the policy or policies nunMred in::ze certificate. Excpet that this company will endeavor to provide 30 day �' or" Lc �a ian to the County of Contra Costa Public Works Departs Countersigned by AU;HOZZEO RErRE ;NiAi1VE ML-100-2 t,7s ►s i�icrofifined with de>: V�1 And the Board adjourns :to meet on . /97.7. A t 9,; a.rY1. in the Board Chambers , Room 107, County Administration Building, Martinez , California. W. N. Boggess , airman ATTEST- J R. OLS80 CLERK Deputy. ,U 005%0 SUI.24ARY OF PROCEEDINGS B:FORE TYU BOARD OF SUPERVISORS OF COINTR A COSTA COUNTY, OCTOBER 4, 1977, PREPARED BY J. R. OLSON9 COUNTY CLERK AND ZX-OFFICIO CLERK OF THEE BOARD. Approved proceedings of the Board during the month of September, 1971. Declared Ordinances loos. 77-70 through 77-77 duly published. Approved Traffic Resolutions :dos. 2330 through 2384. Authorized attendance at meetings as follows: M. Ramos, Probation Dept. , to Mexican 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 National Institute of Dental Research Work- Shop in Reno, NV, Oct. 3-4; I. O'Donnell, Social Service Volunteer, to Interagency Training Sessions in Nalnut Creek, Sept. 15 - Oct. 20. Approved appropriation adjustments for Public storks, Moraga Fire Protection District and Medical Services and internal adjustments not affecting totals for Moraga FPD, Superior Court, Medical Services, and Sheriff-Coroner. Approved personnel actions for the Agriculture Dept. , Assessor, Auditor-Controller, Civil Service, District Attorney, Health Dept. , Medical Services and Treasurer-Tax Collector. Authorized Director of Planning and the Public Works Director to prepare the final draft Surface Runoff Management Plan and transmit same to Association of Bay Area Governments. Approved Certificate of Compliance with Child Care Maintenance of Effort Requirements for submission to State Department of Education. Authorized payment of emergency residential care placement rate and authorized Director, Human Resources Agency, or his designee, to execute Emergency Residential Care Placement Agreements with certain operators. Recessed into Executive Session at 10:45 a.m. to consult with its representatives in connection with discussions of salary matters and recon- vened in its Chambers at 11 a.m. Authorized reimbursement to J. Kirby, Probation Dept. , for personal property damaged while in the line of duty. Authorized payment to V. York for personal property lost while a patient at County Hospital. Authorized increase in revolving fund for Public ;corks Department. Determined that no action be taken at this time in connection with development of a National Health Insurance Program. "()%I a October 4, 1977 Summary, continued - Page 2 1-. Authorized Director, Human Resources Agency, to execute start-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. McKendry, H. Harr, M. Hauser, M. Warren, and T. iialsh to the Manpower Advisory Council. Authorized Director,- -Human Resources Agency. or his designee to negotiate contracts with certain service providers. As Ex-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, fialnut 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, hell Court, Walnut Creek area (Sub. 4389) . Approved Deferred Improvement Agreements for ISIS 216-76, Walnut Creek area, and .for LUP 2053-77, Danville area. Accepted instr:.iments from PG&E, M. Tekrony, et al, and 4R Ranch in connection with Sub. 4958 and MS 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 MS 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 ' o. 77-80 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 Mos. 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 ivov. 1 at 11 a.m. for hearLng on Planning Commission recommenda- tion with respect to application of Abaco, Inc. (2157-RZ) to rezone land in the Alamo area. Denied claim for damages filed by AI. Scruggs, the amended claim of S. Mulder, and the application to present late claim of 14. and E. Martinez. l a ' Cctober 4, 19.77 Summary, cc;tinued .�.` Page 3 Approved proposed amendment to County Ordinance Code pertaining to regulating parking in Single Family Residential Districss. :-Iaived readings and fixed Oct. 11 as time for adoption of proposed ordinances rezoning land in the Danville area (2102-RZ) and the Crockett area (2131-RZ) . Referred to Internal Operations Committee (Supervisors E. I.H. Hasseltine and N. C. Fanden) recommendations of the Contra Costa County Advisory Council on Aging with respect to Council membership appointments. Referred to Public works Director Final Environmental Statement on the permit application of the Richmond Sanitary Service and a copy of "Preliminary Operating Plans for 1978, Central Valley Pro3ect" received from United States Department 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 t:oraga after administrative aspects have been resolved. Acknowledged receipt of memorandum from Director, Human Resources Agency, relative to a long-range solution to mental health contract payment problems and referred same to Finance Committee (Supervisors R. I. Schroder and J. F. Kenny) and the County Administrator. Authorized Director of Building Inspection to refund a portion of cash deposit to H. Kroll guaranteeing construction of private improvements in MS 13-76, Walnut Creek area. Referred 'to Internal Operations Committee and the County Administrator proposed county participation in a new management training program. Accepted as complete private improvements in TIS 71-73, Lafayette, and exonerated surety bond in connection therewith. Authorized Public Works Director to execute an agreement for Archi- tectural Services with Dennis & Curtis for Sheriff' s Rehabilitation Center. Approved recommendations of Finance Committee (Supervisors R. I. Schroder and E. H. Hasseltine--substituting for Supervisor J. P. Kenny) relative to proposed expansion of Medicare Health Ttiaintenance 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 Administration. Referred to the Director, Human Resources Agency, request of the Opportunities Industrialization Center of Contra Costa County, Pittsburg, for 4-- ormation on federal funding. Appointed Mrs. J. Crittendon to Citizens Advisory Committee for CCC Dan*talion District r:o. 15, Bethel island. Approved extension of 5,13 stipend to members of the Human Services Advisory Commission to include expenses in attending sub-committee meetings but not to exceed S50 per month. 0W%3 October 4, 1977 Summary, continued Page 4 fi '7 Authorized Chairman to execute: State Licensing forms for renewal of licensing of Discovery !Motivational House; Contract with C. LeGrand, Attorney at Law, for Social Service staff development training; Lease with j. and B. ring for continued occupancy of premises in Richmond by the Probation: Department; Contract with the City of Lafayette for Social Services/Area Office on Aging for extension of hot real service for elderly persons; Satisfaction of Judgment to guarantee repayment of cost of services rendered to D. Hernandez; Termination of Reimbursement Agreement to guarantee repayment of cost of services rendered to P. Gamblin; Amendment toTIi./PSL Agreement with State EDD to provide additional specified training for Clerk-Typist, Office of District Attorney; 'edN/PSE Agreement with State EDD to provide specified training for Typist-Clerk 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 d. and E. Sutter for the Oak Road Extension Project, Pleasant Hill area. Adopted the following numbered resolutions : 77/800, approving Final Map of Sub. 4997, El Sobrante area; 77/801, approving Subdivision Agreement, iS 170-76, ,:alnut Creek area; 77/902, approving Subdivision Agreement, PSIS 102-76, Rodeo area; 77/803 through 77/813, authorizing changes in the assessment roll; 77/814, authorizing cancellation of tax liens on property acquired by public agencies; 77/915, accepting as complete contract with A. a W. Painting Co. for 3ridge Painting Project, -forth Richmond, Orinda, and Brentwood areas; 77/316, establishing rates to be raid to child care institutions; 77/317, accepting as complete construction of improvements in Sub. 4444, ,Yalnut Creek area, and retaining for one year cash deposit as surety; 77/818, accepting as complete contract with fountain Construction., Inc. for installation of reinforced concrete pipe, Sar. Ramon Valley Boulevard; 77/819, fixing Nov. 15 at 10:45 a.m. for hearing on proposed abandon- mer_t of drainage and slope easements in MS 11-77, Alamo area; 77/320, amending Resolution No. 77/602 to adjust internal salary relationship for Chief Deputy Sealer of sleights and Measures and providing book/training allowance for certain Deputy County Counsel classifications; 77/821, establishing revised rates for county burials and approved appropriation adjustment in connection therewith; 77/822, accepting as complete improvements under LiJP 475-72, San Ramon :valley Boulevard, Danville area; 77/823, approving Final Map- and Subdivision Agreement For Sub. 4945, Alamo area; 77/824, accepting as complete improvements in Sub. 4017, Clayton area, and accepted certain streets as county roads; 77/825, as Ex-Officio the 3oard of Supervisors of the Contra Costa County Flood Control and :Tater Conservation District, approving the release of excess easement area superseded by Grant of Easement to the District from The Diablo Partnership. 77/326, authorizing certain_ expenditures of funds derived prom the sale of the 11"l- eimar medical Center" property. 00*1 October 4, 1977 Summary, continued Page 5 Acknowled--ed receipt of final Delegation of Authority and Organ- izational Policy Guidelines for the Economic Opportunity Program, adopted said Guidelines, and authorized Acting Director, OEO, to submit same to the Community Services Administration for approval. Approved recommendations of Finance Committee with respect to request of Union of American Physicians that salaries of Health Department medical personnel be equal to compensation of Medical Services personnel. Authorized Public Works Director 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 construction of Detention Facility Project; and execute Inspection Services Contracts with R. Soto for contract docu- ments review and construction inspection services for various Economic Development Administration Public Works Act Projects. Authorized County Counsel to initiate and take all legal actions _ necessary to enjoin all unauthorized commercial and related activities at Buchanan by Mr. R. Garlick. Authorized refund of deposit for undergrounding 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, Jr. , 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 Maximum Tax Rate Election for CSA M-23, San Ramon area. �,. 4 .. _ - - , L - ..'i - - _ 1 . . _� -'-_ - i f The .. .k, :: P= ecedid documents :' 1 t ! Myssymy; Amynavo v1. consist sof 565 pages *,': . .-{ 1_. -. _ r > . , r:a �� »r C P �{ 4 �r h ! . S y T :. �i« 4 h is �. «, .. - t.~ i � fi - :. k - `; 1 € . _ -p 5 'rr `' 1 r ` � r F t ti Z k, 11 l y t: . 0 AT,Vol, ; - ,--:- ; - - -- , - Y Y H Architect' s approval. The Architect may require the removal and replacement of any unapproved materials or equipment installed. All materials shall conform to the published requirements of the Underwriters' Laboratories , Inc. , and shall bear their label wherever they have established standards and regularly furnish label service. 6. EXAMINATION OF SITE: The Contractor shall be held to have examined the site and compared it with the specifications and to have satisfied himself as to the conditions under which the work is to be performed. He shall be held responsible for all existing conditions, whether or not accurately described. No allowance shall subsequently be made on his behalf for any extra expense to which he may be put due to failure, or neglect on his part to make such an examination. 7. EXCAVATING AND BACKFILL: Refer to Division 2, Section 2a EARTHWORK 8. FURRING AND CONDUIT SPACES: All conduit and wires concealed, unless otherwise specifically shown. Keep all work within the spaces provided in the design of the building. Should other openings or spaces be found necessary, notify the Architect in time to prevent unnecessary cutting. 9. CUTTING AND REPAIRING: Do all cutting necessary for the installation of the work of this division. Cut only with the Architect's approval and conform to the requirements of Division of Carpentry and Millwork. Do not notch structural members for passing conduits. Repair as required by the Architect. a) all structural damage resulting from cutting (approved or unapproved; b) all damage to work of other divisions. 10. DEFECTS AND/OR OMISSIONS: The correction of defects and/or omissions evidenced within the period of responsibility is outlined under the GENERAL CONDITIONS of the specifications and is included as part of this work. 11. CLEANING AND PAINTING: Thoroughly clean all conduits and equipment. in s e coats of paint specified in Division 9, Section 9b PAINTING. 12. TESTS: a) The entire installation shall be free from short circuits and improper grounds. ELECTRICAL 16A-4 7633 011504 111 .