Loading...
HomeMy WebLinkAboutMINUTES - 04221975 - R 75D IN 2 •;"�s 1, 1975 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, APRIL 22, 1975 IN ROOM 107, COUNTY ADMINISTRATION BUILDINGJ# MARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, Presiding;`' Supervisors J. P. Kenny;t A. M. Dias, r' J. E. Moriarty, E. A. Linscheid. CLERK: J. R. Olsson, represented by Geraldine Russell,.; Deputy Clerk. Supervisor Moriarty left the meeting at 10:30 a.m. r The following are the calendars for Board consideration prepared by the Clerk, County Administrator and Public Works Director. F q�. l JAMES P.KENNY,RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.OOGGESS 1st DISTRICT CHAIRMAN ALFRED IS.RIOT SAN►waLo CONTRA A 'OCTA CO TNTY JAMES P. KENNY 2ND DISTRICT j,y j jus J 1 COUNTY j, 1, YICL CHAIRMAN JAMES E. MORIARTY.LAFAYETTE JAMES R.OLSSON,COUNTY CLERK 3RD DISTRICT AND FOR AND EI[OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS.GERALDINE RUSSELL 4TH DISTRICT CHIEF CLERK EDMUND A. LINSCHEID, n:TSSUlia BOARD CHAMBERS. ROOM 107.ADMINISTRATION BUILDING PHONE 220.30M STH DISTRICT MENSION 2371 P.o. Box oil MARTINEZ. CALIFORNIA 94553 TUESDAY APRIL 22, 1975 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.1102. 9:00 A.M. Call to order and opening ceremonies. 9:00 A.M. Consider recorjr:endations of the Public [corks Director. 9:10 A.M. Consider recorl:pendations of the County Administrator. 9:30 A.M. Consider "Items Submitted to the Board." 9:30 A.M. Consider reconnendations and requests of Board members. 9:45 A.M. Consider recommendations of Board Cornittees. 10:00 A.M. Recess. 10:30 A.M. Receive comments of Board members with respect to recommendation of Supervisor A. M. Dias for standardi- zation of bylaws and regulations for County Service Area Advisory Cormnittees. 11:00 A.M. Receive bids for Grove Avenue reconstruction, Richmond area. ITEMS SUBT-TITTED TO THE rOAF.D Items 1 - 4: CONSENT 1. EXONERATE bond deposited as surety for taxes in connection with Subdivision 4524, Rheer.. area. 2. AUTHORIZE provision of legal defense for !`arshal Charles E. Iversen and other county officials, who so request, named in Superior Court Action :1o. 1117433; and 'Harry D. Ramsay, County Sheriff-Coroner, named in Superior Court Action No. 151143, 3. AUT'rHORIZE changes in the assessment roll and cancellation of delinquent penalties on 1974-1975 unsecured assessment roll. 4, FIX May 6, 11075 at 11:00 a.m. as tire for hearing on appeal of Camino Verde Homeowners Association from Planning Commission approval of application of Robert Gardner (Variance Permit No. 1153-74) , Danville area. Items 5 - 21 : DETERMINATION (Staff recommendation shown following the iters. ) 5. CONSIDER arpointment of members to Childhood Lead Poisoning Advisory Board, established in compliance with Federal lair and regulations. APPOINT AS RECOV!-TENDED OR REFER TO HUMA. N RESOURCES COVMITTEE 000valli Board of Supervisors ' Calendar, continued April 22, 1975 6. LETTER from Mr. D. E. Anderson, Attorney at Law, San Francisco, expressing the opinion that any partition placed between an attorney and his client in the neer county detention facility would be a nistake and proposing that the partition be eliminated. REFER TO COUNTY SHERIFF-CORONER AND PUBLIC WORKS DIRECTOR FOR REPORT 7. LETTER from Chairman, Contra Costa County Recreation and Natural Resources Commission, (in response to Board referral of resolution adopted by the Conservation Committee, Mt. Diablo Regional Group of the Sierra Club, opposing certain aspects of the proposed Arroyo del Cerro project) advising that in vier: of the paramount need for rater-oriented active recrea- tional development in the central County area, said Commission endorses the project with consideration given to safeguards to minimize land development in the area. ACKNOWLEDGE RECEIPT 8. LETTER from ?payor, City of Walnut Creek, expressing desire to work with the County to provide bike trails, throughout the entire Walnut Creek area, and requesting timely construction of County links. REFER TO PUBLIC 1:ORKS DIRECTOR FOR REPORT 9. LETTER from President, Clayton Branch of the American Association of University 'Women, requesting that the Board accept and implement the recommendations of the 1974-1975 Grand Jury Committee report with respect to the proposed county jail; and LETTER from the President and the Corresponding Secretary, Orinda-I`oraga-Lafayette Branch of the American Association of University 1-Toren, advising that its Board of Directors is in agreement with the recorr!endations of the Grand Jury Judicial , Law Enforcement, and Probation Cormittee with respect to the proposed county jail. REFER TO COUNTY AD14INISTRATOR 10. LETTER from Veterans Employment Service, U. S. Department of Labor, requesting the Board to proclaim the creek of May 4-10, 1975 as "Hire the Veteran tleek". APPROVE FEWEST 11. MEMORANDUM report from -Agricultural Commissioner, in response to Board referral of letter from.. Dr. F. 1,. Hanson complaining about procedures of the county animal control center with respect to impounded dogs, advising that there may have been a Misunderstanding of instructions, and that said center is constantly reassessing its procedures to be more helpful to citizens and animals alike, taking into account rules, regulations, restrictions and conditions under which it must operate. ACKNOWLEDGE RECEIPT 12. LETTER from Chairr?n, Contra Costa County Lard Conservation Committee, advising that said cor-mittee had voted unanimously to request the Board to oppose proposed legislation (AB 15) which mould create a State Agricultural Resources Council with the power to designate and protect prime agricultural lands, and citing reasons for its opposition to same; and LETTER from.. Principal Legislative Renresentative, County Supervisors Association of California, advising that a special task force has reviewed proposed legislation (AB 15) relative to the preservation of prime agricultural lands, and advising that CSAC will opnose said legislation until concerns have been resolved. OPPOSE AB 15 13. LETTER from R. R. Paterson, P.D. , Walnut Creek, stating that he is roving to an area in Danville where a hazardous .road condition exists and requesting immediate correction thereof under threat of suit. REFER TO PUBLIC WORKS DIRECTOR AND COUNTY COUNSEL 040M tt,y Board of Supervisors' Calendar, continued April 22, 1975 14. LETTER from Mr. Robert Tsu, Lafayette, requesting information with respect to the new county jail facility. REFER TO COU114TY ADMINISTRATOR 15. MEMORANDUM report from County Administrator (in response to Board referral) recommending against the proposal of the City of Antioch that its pound facility be operated by County personnel to improve animal control services in the east county area. APPROVE RECO:•'?!ENDATION AND DIRECT CLERK TO SEND COPY OF REPORT TO CITY OF ANTIOCH 16. LETTER from President, Contra Costa County Association for the Mentally Retarded, requesting that the Board adopt -a resolution proclaiming the week of May 2-9, 1975 as "Community Pride Week for Mental Retardation Services in Contra Costa County" . APPROVE REQUEST 17. MEMORANDUM from County Administrator transmitting copy of progress report on the Prepaid Health Plan (in accordance with September 30, 1974 Board order) and recommending an additional review to determine the financial trend of the program and continuation in the meantime with close monitoring by the Office of the County Administrator, the County Auditor-Controller, and the Human Resources Agency. ACKNO::'LEDGE RECEIPT AND DIRECT OFFICES CITED ABOVE TO PROCEED WITH RECOr'"PIZENDED i�O:IITORING ACTIVITIES 18. LETTER from Judge J. D. Hatzenbuhler enclosing report from the Judicial Council of California indicating projected required 1075 judicial positions for the Vt. Diablo Municipal Court, and requesting that action be initiated to enable said Court to request a fourth judge effective January 1, 1976. REFER TO COUINTY ADMI.NISTRATOR POR REPOFT 19. LETTER fron Attorney Richard Rockwell, on behalf of Holland Tract Reclamation District No. 2025, applying for permission to temporarily close the Holland Tract Levee Road pursuant to Section 942.5 of the California Streets and Highways Code until necessary levee work can be completed. REFER TO PUBLIC FORKS DIRECTOR FOR RECOF*"ENDATION 20. MEMORANDUM report from County Administrator (in response to Board referral dated April 4, 1975) recommending that the request of the Delancey Street Foundation, Inc. , for a fee-for-service contract for its private residential drug, treatment facility, be referred to the Director, Human Resources Agency, (as County Drug Program coordinator) to consider in conjunction with the comprehensive drug abuse program of the County. APPROVE RECOMMENDATION 21. LETTER from Chairc:oran of East County Poster Parents Association requesting that the Board proclair.. the creek of May 1.8-24, 1975 as "National Action for Poster Children Week". APPROVE REQUEST Items 22 - 31 : IlMRI 4ATION (Copies of cornunications listed as information items have been furnished to all interested parties. ) 22. LETTER from 73s. June C. Hogan, Lafayette, urging a trial period for the plan of the City of Lafayette to divert through traffic from the Happy Valley Road. 23. LEITER from tris. %iarf-aret S. Elliott, Alamo, opposing installation of a control rate across '.ianpy Valley Road (presently being considered by the Cite of Lafayette) . OQD04' Board of Supervisors' Calendar, continued April 22, 1975 24. LETTER from fir. R. C. Steele, Lafayette, advising that he has paid his property tax under prote.-t primarily on basis of assertions and opinions related to Happy Valley Road matter.. 25• LETTER from Mr. E. A. Taliaferro, advising that he owns several small parcels of property in the San Pablo area which will not support single family residences, and suggesting that an , agency like the county purchase same for recreational purposes . 26. LETTER from Health and Welfare Coordinator, County Supervisors Association of California, recommending that the county review , certain aspects of health and welfare items contained in the State Budget for fiscal year 1975-1976, and advising that a ' strong effort is necessary to obtain sufficient subventions. to maintain county program levels. 27. RESOLUTION adopted by the 1974-1975 Ventura County Grand Jury urging support of HR 21510 or similar bills to obtain reimburse ment not only for medical treatment but for all county expenditures brought about by indigent illegal aliens. 28. LETTER from Ms. Margaret Lorraine Cobb requesting that other alternatives be considered for the neer county jail in place of the proposed structure. 29. NOTICE from State Department of Health of public hearings to be held May 13, lit, 16, and 19, 1975 on emergency Vedi-Cal regulations. 30• LETTER from City Manager, City of Lafayette, transmitting copy of a resolution adopted by the Lafayette City Council requesting the California Highway Commission to withhold action on the recision process for adopted portions of Freeway Routes 77 and 93 until a corridor study is completed. 31. NOTICE from State Department of Health of public hearing to be held stay 16, 1975 on proposed regulations regarding out of home services for children. Persons addressing the Board should co-lnlete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. 00005': OFFICE OF THE COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California F. To: Board of Supervisors Subject: Recommended Actions, April 22, 1975 From: Arthur G. Will, r County Administrator I. PERSONNEL ACTIONS 1. Retitle positions as follows: Cost Department Center From To . Public 650 Equipment Services Garage Attendant- Works Attendant-Project Project (all) 2. Deletion of classes as follows: Cost Department Center Title Public 065 Stationary Fireman Trainee-Project Works 223t ($802-$884) Civil 035 Cook's Assistant-Project Service 195 ($668-$812) II. TRAVEL AUTHORIZATIONS 3. Authorize Paul E. Kilkenny, Assistant Public Works Director, to attend California Marine Affairs and Nw-rigation Conference, and also Senate and House Committee Public Works Hearings in tashington, D. C. from April 27, 1975 through May 1, 1975. III. APPROPRIATIONS ADJUSTMENTS 4. County Medical Services. Add $78, 112 for rug abuse programs (Outpatient Methadone Detoxification and Residential Drug House) operated under contract with the State- Department of �iealtn previously approved by the Board of Supervisors. These programs .ill be financed by $62,489 of Federal and State funds (80%) and $15,623 of County funds (20%). 5. i?tr:tan Resources Agency (Manpower Services). Acc !Db co increase CEiA Title e i program in accordance with augmented Federal Funding. No County funds are required. 6. Sheriff-Coroner (Radio Facilities). Add i,!Uu ror mobile radio to be a-stalled in net, ambulance. Cost will be recovered on lease basis. 000 . To: Board of Supervisors From: County Administrator Re: Recommended Actions 4/22/75 Page 2. III. APPROPRIATIONS ADJUSTMENTS 7. Internal Adjustments. Changes not affecting totals—torte to owing accounts: Civil Service, County Clerk, County Medical Services, Mt. Diablo Municipal Court, Sheriff, Jail. IV. LIENS MIDCOLLECTIONS 8. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Lien taken to guarantee repayment of the cost of services rendered by the County to Barbara Garber, who has made repayment in full. V. BOARD AND CARE PLACEMENTS/RATES 9. Authorize placement of emotionally disturbed child of the court in Homewood Terrace, San Francisco, California, at the approved rate of $1,125 per month, effective April 23, 1975, as recommended by the Director, Human Resources Agency. 10. Amend board order dated February 4, 1975 authorizing placement of a youth at the Fred Finch Youth Center at a rate of $1,645 per month to correct rate to $1,687 per month. VI. CONTRACTS AND GRANTS 11. Authorize Chairman, Board of Supervisors, to execute agreement between the County of Contra Costa and the Contra Costa Community College District under the terms of which the Human Resources Agency will provide supervised field instruction to students (volunteer workers) at the Edgar Children's Shelter. 12. Approve and authorize Director, Human Resources Agenc% , to sign on behalf of the Board contracts with certain additional fee for service pzysicians and dentists used by the County Health Department and County Medical Services. 13. Authorize Chaim, Board of Supervisors, to execute a--mended Vocational Education Grant with the State Board of Education for 5105,:'23 in State administered CET., Title I ' incis to provide vocational training, as recommended by the Director, Human Resources Agency. 14. Authorize Chairman, Board of Supervisors, to execute agreement between the County of Contra Costa and Dr. Ronald D. Leppke for conduct of a Human. Effectiveness Trair_ing Seminar on May 1, 1975 for the Probation Department at a total cost not to exceed $225. 000073 z To: .Board of Supervisors From: County Administrator Re: Recommended Actions 4/22/75 Page 3. VI. CONTRACTS AND GRANTS 15. Authorize Chairman, Board of Supervisors, to execute amendment to agreement between the County of Contra Costa and the State of _ California, Office of Criminal Justice Planning, for the conduct of the Drugand Narcotics Analysis Training Program OCJP Grant P1934-1), to extend the duration of the grant period for two months (to July 31, 1975 rather than May 31, 1975), as recommended by the Sheriff-Coroner and the Criminal Justice Agency of Contra Costa County. 16. Authorize Chairman, Board of Supervisors, to execute amendment to agreement between the County of Contra Costa and the State of California, Department of Health, for the conduct of the Special Supplemental Food Program for Women, Infants and Children (WIC) (Contract #74-50358-A1); amendment extends the duration of the project through June 30, 1975 and provides for the receipt by the County of an additional $171,880 in Federal funding. 17. Authorize Chairman, Board of Supervisors, to execute agreement between the County of Contra Costa and the State of California, Department of Youth Authority, for continuation of diagnostic and treatment services and temporary detention for persons referred during fiscal year 1975-1976 at a cost not to exceed $905 per month for each person referred, as recommended by the County Probation Officer. 18. Authorize Chairman, Board of Supervisors, to execute agreement between the County of Contra Costa and the Criminal Justice Research Foundation to provide an evaluation of the Probation Department Drug Abuse a a,ition and Treatment P rogr,-n during the period April 23, 1975 through June 30, 1975 at a total cost not to exceed $4,972. 19. Authorize Chairman, Board of Supervisors, to execute extension of contract for purchase of services with SDICO Electronics for the three month period from April 1, 1975 to June 30, 1975 for bio-medical equipment maintenance in the amount of $12,000, as recommended by the Director, Hunan Resources _ Agency. 20. Authorize Chairman, Board of Supervisors, to execute waiver and indemnification agreement in favor of Sun galley Merchants Association to allow the Sheriff-Coroner to participate in a display and public information program to be conducted at Sun Valley Mall during National Law Enforcement Week. 00008" To: Board of Supervisors From: County Administrator Re: Recommended Actions 4/22/75 Page 4. VII. LEGISLATION None VIII. REAL ESTATE ACTIONS 21. Authorize Chairman, Board of Supervisors, to execute one year lease between the County of Contra Costa and Stanley McNamara, et al, for premises at 702 Main Street, Martinez, for use by Human Resources Agency Child Health and Disability Prevention Program. 22. Approve acquisition of property from Elmo Crow, et ux, in the amount of $20,000, located at 1029 Court Street, Martinez, required for County Civic Center purposes, and authorize publication of Notice of Intention to Purchase. IX. OTHER ACTIONS 23. Establish timetable for receipt and consideration of employee compensation and benefit proposals for the 1975-1976 fiscal year pursuant to Ordinance Code Section 34-14.002. 24. Authorize increase in County Medical Services Revolving Fund from $875 to $900 to provide for cash needs of the Concord dental Health Clinic. 25. Approve allocations made by the County Auditor Controller of livestock tax collections of $31, 160.60 for the period July 1, 1974 to December 31, 1974 and of taxes collected on racehorses in the amount of $4,187.85 for the 1974 calendar year, pursuant to Revenue and Taxation Code Sections 5601 and 5801. 26. Authorize Chairman,, Board of Supervisors, to execute for::: certifying tuberculosis rates charged to the State Department of Public Health in corLnection with Tuberculosis Subsidy payments to the County of Contra Costa for the period July 1, 1974 through December 31, 1974. NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. DEADLINE FOR AGENDA ITEMS: Wednesday, 5:00 P.M. �' _ CONTRA COSTA COUNTY. " PUBLIC WORKS DEPARTMENT ;z MARTINEZ, CALIFORNIA April 22, 1975 `Y s r E X T R A B U S I N E S S SUPERVISORIAL DISTRICTS I AND II Item 1. STREET RECONSTRUCTION SPECIFICATION - ADDENDUM NO. I_ - El Sobrante and Kensington Area rY It is recommended that the Board of Supervisors- approve Addendum No. Z to the specifications for the Barranca Street, Carfield Street, Miflin Avenue'Reconstruction and Beloit Avenue, Cambridge Avenue Reconstruction. This Addendum clarifies the thickness requirements for the asphalt concrete courses. Bids will be received for this project on May 6, 1975. This Addendum will not change the Engineer's estimated. construction cost. (RE: Project No. 1075-4203-75) (RD) A G E I4 D A Public Works Department Page`1 of 2 April 22, 1975 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMNT Martinez, California April 22, 1975 AGENDA REPORTS Report A. BUCHANAN FIELD - COMI4ERCIAL AERONAUTICAL ACTIVITIES - Concord Area On March 31, 1975, the Board of Supervisors referred a letter dated larch 27, 1975, from Edward A. Weiss, attorney for Air-Concorde, Inc. , to the Public Works Director and County Counsel. The letter requested permission for Air- Concorde, Inc. to conduct commercial aeronautical activities, including aircraft sales and service, from the Sheraton Inn and to lease from the County a maximum of five (5) -public tiedown spaces at Buchanan Field Airpost to .be used in con- junction with said activities. Uniform minimum standards for commercial aeronautical activities at the Airport were established by the Board when it adopted Resolution No. 67/442 on June 20, 1967. These standards along with the Airport Layout Plan have been approved by the Federal Aviation Agency and together constitute the County's master plan for the Airport. Adherence , to this master plan is in the public interest and should be continued to encourage proper commercial development of the Airport. Conducting aircraft sales and the commercial servicing of aircraft from public tiedown spaces and the Sheraton Inn is undesirable, contrary to the County's master plan for the Airport and should not be permitted. Commercial aviation areas (sites) appropriate for Air-Concorde, Inc. 's proposed aeronautical activities have been designated on the Airport Layout Plan and are presently available to Air-Concorde, Inc. pursuant to the standards established by Resolution No. 67/442. It is suggested that Air-Concorde, Inc. submit to the Board of Supervisors a detailed proposal to lease one of these designated sites for their purposes as outlined in their letter of March 27, 1975 in conformance with the County's master plan for the Airport. Based on the foregoing, it is recommended that the Board of Supervisors deny Air-Concorde, Inc. 's request for permission to conduct cormmercial aeronautical activities from public, tiedown spaces and at the Sheraton Inn. It is also recommended that the Board of Supervisors direct the Clerk of the Board to send a copy of this report to Air-Concorde, Inc. and to their attorney, Edward A. Weiss and to the lessee of the Sheraton Inn. County Councel concures in this recommendation. (RP) A_ G E N D A Public Works Department Page 1 of 13 April 22, 1975 00011 Report B. STONE VALLEY ROAD - BID AWARD - Alamo Area Bids for construction of Stone Valley Road Reconstruction were received last Tuesday, April 15, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Eugene G. Alves Construction Company Inc. of Pittsburg, in the amount of $477,896.65. (RE: Project No. 4331-4516-72) (RD) ' Report C. CLIFTON COURT ROAD - BID AWARD - Byron Area Bids for construction of Clifton Court Road were received Tuesday, April 15, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award, the construction contract to the low bidder, Antioch Paving Company of, Antioch, in the amount of $12,330.00. (RE: Project No. 9233-4153-74) (RD) Report D. APPIAN WAY ASSESSMENT DISTRICT On April 8, 1975, the Board of Supervisors referred letters from the E1 Sobrante Chamber of Commerce, May Valley Asso- ciation, El Sobrante Area Traffic Advisory Committee, and various individuals, all urging formation of an assessment district for the improvement of Appian Way, to the Public Works Department for report. Approximately 35 percent of the frontage improvements within the proposed district have been completed. Based on the correspondence received, it appears that establishment of anAssessment District is desired by a substantial portion of property owners. The Public Works Department recommends that the question of assessment district formation be referred to the Assessment District Screening Committee to resolve questions of bound- aries, type of proceeding, type of financing, utility under- grounding, and County participation, and that the Committee be requested to provide a recommendation to the Board of Supervisors. (LD) A_ G E N D A Public Works Department Page 2 of 13 April 22, 1975 000112 • SUPERVISORIAL DISTRICTS I, II & III Item 1. 1975 SLURRY SEAL PROJECT - ADVERTISE FOR BIDS - East Richmond Heights-Tara Hills-Walnut Creek Areas It is recommended that the Board of Supervisors approve plans and specifications for the 1975 Slurry Seal Project and advertise for bids to be received in 4 weeks, and opened at 11 a.m. on May 20, 1375. The Engineer's estimated con- struction cost is $88,000.00. The work consists of the application of a Slurry Seal surface treatment to various streets in the Walnut Creek, Tara Hills and the East Richmond Heights areas. This project is considered exempt from Environmental Impact Report Requirements as a Class 1 Categorical Exemption. (RE: W.O. No. 4948) (RD) SUPERVISORIAL DISTRICT II Item 2. ARTHUR ROAD - DEED ACCEPTANCE - Martinez Area It is recommended that the Board of Supervisors accept a Grant Deed from the Emmanuel Missionary Baptist Church, dated April 5, 1975, conveying additional right of way along Arthur Road as a condition of Land Use Permit 2127-74. (RE: Road No. 3684, W.O. 4805) (LD) Item 3. CHRISTIE ROAD - SLIDE REPAIR - Martinez Area It is recommended-that the Board of Supervisors approve W.O. 6402 in the amount of $9,600.00 and authorize the Public Works Director to repair a slipout on Christie Road lh miles south of State Sign Route No. 4. The slipout occurred during the recent storms and threatened to close the road. The slipout will be repaired with hired equipment. This maintenance work is a Class 1 Categorical Exemption from Environ ental Impact Report Requirements. (RE: W.O. 6462, Road No. 2383) (M) Item 4. SAN PABLO DAi ROAD - CULVERT RECONSTRUCTION STATION 301 - El Sobrante Area It is recommended that the Board of Supervisors approve plans and specifications for San Pablo Dam Road Culvert Reconstruction and advertise for bids to be received in 4 weeks, and opened at 11 a.m. on May 20, 1975. The Engi- neer's estimated construction cost is $29,000.00. The project, located approximately 0.3 miles south of EBMUD Recreation Area, consists of replacing a slide damaged culvert (continued on next page) A G E N D A Public Works Department Page 3 of 13 April 22, 1975 - 00013. 1 oil 1� '­iii_ ­ ' Item 4 Continued: and drainage ditch with a closed culvert system and the repair of erosion caused by the damaged system. The slide occurred in the Winter of 1973 and was subsequently stabilized by the installation of horizontal drains. This project is considered exempt from Environmental Impact Report Requirements as a Class 1C Categorical Exemption. (RE: Project No. 0961--5819-74, W.O. No. 5819) (RD) Item 5. APPIAN WAY - FRONTAGE IMPROVEMENT AGREEMENT EXTENSION - El Sobrante Area It is recommended that the Board of Supervisors approve , the Frontage Improvement/Road Improvement Agreement Extension for Land Use Permit 230-72 and authorize its Chairman to sign_ it. This Agreement Extension grants an extension of time through July 31, 1975. LUP 230-72 is located on the north westerly side of Appian Way, north east of Corte Arango. (RE: LDP 230-72) (LD) . Item 6. NORTH GATE ROAD - ENVIRONMENTAL IMPACT REPORT - Walnut Creek Area In compliance with the requirements of the California Environmental Quality Act of 1970, a Draft Environmental Impact Report for the Reconstruction of North Gate Road near Oak Grove Road was submitted to the Planning Depart- ment. On March 27, 1973, the Planning Commission held a public hearing on the Environmental Impact Report. The- Planning Commission found the project to be in conformance with the County General Plan as per Section 65402 of the Government Code, and the the Environmental Impact Report is adequate_ The final Environmental Impact Report is hereby filed with the Board of Suoervisors for consideration_ (RE: Project No. 4461-4561-72) (RD) SUPERVISORIAL DISTRICT III Item 7. BEAR CREEK ROAD - TRAFFIC REGULATION - Lafayette Area At the request of the California Highway Patrol and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2096 be approved as follows: (continued on next page) A G E N D A Public Works, Department Page 4 of 13 April 22, 1975 00014. Y: Item 7 Continued: { Traffic Resolution No. 2096 s Pursuant to Section 22507 of the California Vehicle Code, parking is, hereby declared to be prohibited at all times on the east side of BEAR CREEK ROAD (Road No. 2351) ; Lafayette, beginning at a point 144 feet south of the intersection of Briones Road and extending . northerly a distance of 300 feet_ (Tp) Item 8. FLORA AVENUE - DEED ACCEPTANCE - walnut Creek Area It is recommended that the Board of Supervisors accept a Grant Deed from the Southland Corporation, dated April 4, 1975, conveying additional right of way,along Flora Avenue as a condition of a building permit (6rd.71-20)--- (RE: Road No. 3845AL, W.O.4804) (LD) AGENDA CONTINUES ON NEXT PAGE f� AGENDA Public Works Department Pege 5 of 13 - April 22, 1975 SUPERVISORIAL DISTRICT III Item 9. OAK ROAD - DEFERRED IMPROVEMENT AGREEMENT - Walnut Creek Area In December of 1972 a Frontage Improvement/Road Improvement - Agreement was executed by the County and the Developer of Land Use Permit 316-72. This Agreement was written for a two-year term and exp4.red in December of 1974. The Public Works Department has reviewed the practicality of an Agreement extension and has determined that the exe- cution of a Deferred Improvement Agreement would be more appropriate. It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement for Land Use Permit 316-72 and authorize its Chairman to execute; further to authorize the Public Works Department to record the Agreement on be- half of the County. Owner: Jawslee Corporation, 2731 Oak Road, Walnut Creek, CA 94596 Location: Land Use Permit 316-72 is located on the west- side of Oak Road approximately 400 feet south of Jones Road (RE: Assessor's Parcel No. 172-012-20) (LD) Item 10• SUBDIVISION 4055 - DEPOSIT REFUND - Moraga Area On March 26, 1975 the Town Council of the Town of Moraga declared the drainage improvements for Subdivision 4055 complete and authorized the refund of the $500 cash bond which was posted to guarantee completion of this work. . It is recommended that the Board of Supervisors authorize the Public Works Director to refund to OCCO Inc. , P. O. Box 233, Rheem Valley, CA. 94570, the $500 cash bond as evidenced by Deposit Permit Detail Number 123621 dated February 13, 1975. Subdivision 4055 is located on Rheem Boulevard east of Moraga Road. (LD) SUPERVISORIAL DISTRICT IV Item ll• MINOR SUBDIVISION: 252-73 - ACCEPTANCE - Pleasant Hill Area The construction of improvements in Minor Subdivision 252-73 has been satisfactorily completed. It is recommended that the Board of Supervisors.- I. - Issue an order stating that the work is complete. 2. Accept as a County Road the widening of Paso Nogal, the right of way for which is shown on the Parcel Map of Minor Subdivision 252-73, filed November 18, 1974 in Book 35 of Parcel Maps at page 50.. The street has been offered for dedication by separate instrument recorded on December 5, 1974, in Volume 7381 of Official Records on page 516 (et seq.) . (Continued on next page) , A G E N D A Public Works Department Page 9' of 13 April 22, 1975 000W ' UWA0 ! Item 11 Continued: Subdivider: John Teverbaugh, 248 Paso Nogal, Pleasant Hill, CA 94523 Location: Minor Subdivision 252-73 is located on the west side of Paso Nogal south of Golf Club Road, (LD) SUPERVISORIAL DISTRICT V Item 12. COUIITY SERVICE AREA R-7 - MINI PARK DEVELOPMENT - Danville Area It is recommended that the Board of Supervisors approve and authorize County Service Area R-7 to utilize the County property located on Front Street, Danville, containing approximately 8,800 square feet for the development of a mini park, until such time as the property may be required for other County purposes. The subject property is a portion of the old County road known as the Martinez Road from San Jose declared a public road in 1850. This portion of the old road was never aban- doned as it was required and is used for drainage purposes. Portions outside of the drainage area are suitable for this development. (CSA) Item 13. DRIFTWOOD DRIVE - DEED ACCEPTANCE - West Pittsburg Area It is recommended that the Board of Supervisors accept a Grant Deed dated April 8, 1975 from George A. Aweeka, et ux. , conveying additional right of way along Driftwood Drive as a condition of Land Use Permit 2013-75. (RE: Work Order 4805) (RP) Item 14. BOLLINGER CANYON ROAD - DEED ACCEPTANCE - San Ramon Area It is recommended that the Board of Supervisors accept the following Quitclaim Deeds: 1. From Al Kaplan dated April 4, 1975. 2. From Al Kaplan and Doris C. wiedermann dated April 16, 1975. (RE: Work Order 4228) (RP) Item 15. STONE VALLEY ROAD BICYCLE PATH - DEED ACCEPTANCE - Alamo Area It is recommended that the Board of Supervisors accept a Grant Deed and Right of Way Contract, both dated April. 15, 1975, from Virginia M. Spahr, et al, and authorize Mr. Vernon L. Cline, Chief Deputy Public Works Director, to execute the contract on behalf of the County. It is further recommended that the County Auditor be auth- orized to draw a warrant for $1,036.00 in favor of Western (Continued on next page) A G E N D A Public PTorks Department page 7 of 13 April 22, 1975 . 00017 Item 15 Continued: Title Guaranty Company, Escrow -11-1-307879-8, and deliver to the County Real Property Agent for payment. Payment is for 855 square feet of residential land. (RE: Project -14331-4183-75) (RP) Item 16. HARPER LANE STORM DRAIN - ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors, as ex officio the Governing Body of the Contra Costa County Storm Drainage District, approve plans and specifications for Construction of Line E, Harper Lane Storm Drain, Storm Drainage District Zone 10, and advertise for bids to be received in four weeks and opened at 11:00 a.m. on May 20, 1975. The Engineer's estimated construction cost is $55,000. The project consists of installation of approximately 1,500 lineal feet of storm drain ranging in size from 15-inch to 24-inch diameter with appurtenant inlet and manhole structures and incidentals. This will alleviate periodic flooding in the area by providing the needed storm drainage facilities where none presently exist. The work will be funded entirely by Storm Drainage District Zone No.' 10. A Negative Declaration of Environmental significancance was posted on January 9, 1975 and no protests were received. The project has been determined to conform with the general plan. (RE: Work Order 8517) (FCD) Item 17. SUBDIVISION 4011 - TRANSFER OF FUNDS - Clayton Area On June 12, 1973 Rahlves and Rahlves, the Developer for Subdivision 4011 contributed $1,400 (Auditor's Deposit Permit No. 108762, dated June 13, 1973) , in lieu of con- structing the required median island paving on Marsh Creek Road east of Mountaire Parkway. The City of Clayton intends to landscape this island in conjunction with the development of the adjacent Subdivision 4240. The City of Clayton now requests the County to transfer the $1,400 to it because the City plans to begin the landscaping work in the near future. It is recommended that the Board of Supervisors authorize the Public Works Director to transfer to the City of Clayton the $1,400 deposit. (LD) A G E N D A Public Works Department Page 8+ of 13 April 22, 1975 MOIL .,1 k Item 18. SAN RAMON VALLEY BOULEVARD - ACCEPTANCE OF INSTRUMENTS - Danville Area It is recommended that the Board of Supervisors: A. Accept the following instruments: 1 ; No. Instrument Date Grantor 1. Grant Deed (Individual) April 4,1975 W. Lowell Hooper 2. Grant Deed (Partner- April 4,1975 Howell Properties, ship) Ltd. 3. Consent to Offer of April 4,1975 W. Lowell Hooper Dedication B. Accept the following instruments for recording only: 1. Offer of Dedication April 4,1975 W. Lowell Hooper 2. Offer of Dedication April 4,1975 Howell Properties, Ltd. (RE: Work Order 4805 - L.U.P. 2054-74) (RP) Item 19. LINES E AND E-1 - ADOPT RESOLUTION - Brentwood Area The construction. of Lines E and E-1 is a joint project of the Flood Control District, Soil Conservation Service, and Contra Costa Resource Conservation District under the Marsh- Kellogg PL 566 Program. The Flood Control District is to acquire adequate land rights for construction and main- tenance of the project. The land rights obtained must be approved by the Soil Conservation Service. It is proposed that a portion of the land rights be in the form of an annual permit from East Bay Municipal Utility District for ingress and egress for maintenance purposes over a portion of their aqueduct property. This is in lieu of the additional taking of 1.5 to 2 acres of agricultural land and the removal of 100 orchard trees. The Soil Conservation Service has questioned the ability of the Flood Control District to assure maintenance of the channel under the East Bay Municipal Utility District annual permit. It is recommended the Board, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District adopt an appropriate resolution assuring the Soil Conservation Service that the Flood Control District will, in the event of cancellation of the permit by East Bay Municipal Utility District, will acquire additional land rights necessary for maintenance purposes; and in the event of the development of property abutting the channel, the Flood Control District staff will recommend to the Plan- ning Commission that as a condition of approval of the develop- ment a right of way be dedicated or granted to the County or Flood Control District for maintenance purposes. The Board of Directors of the Contra Costa Resource Conserva- tion District concurs in the above recommended action. Board Resolution required. (RE: Work Order 8315) (FCD) A G E N D A_ Public Works Department Page 9 of 13 April 22, 1975 .............. r Item 20. ST. HELENA DRIVE STREET LIGHTING - San Ramon Area At the request of local citizens and in conformance with the policy on street lighting, Resolution No. 72/341, it is recommended that the Board authorize the Pacific Gas and Electric Company to energize nineteen (19) 7,500 lumen, mercury vapor street lights in Subdivision No. 4254. The lights shall be energized in conformance with the drawing entitled "County Service Area L-45, Subdivision No. 4254," dated April 10, 1975, which is on file in the Traffic Operations Division of the Public Works Department. The lights have been installed by the Developer under ' previous agreements and should now be billed to County Service Area L-45. (TO) Item 21. LIVE OAK ROAD TR_IA FIC REGULATION - Oakley Area At the request of local citizens and upon the basis of an engineering and .traffic study, it is recommended that Traffic Resolution No. 2095 be approved as follows:. Traffic Resolution No. 2095 Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of LIVE OAK ROAD • (Road =7773) and LAUREL ROAD (Road 17783) , Oakley, shall be declared a stop intersection and all vehicles traveling on LIVE OAK ROAD shall stop before entering or crossing said intersection. (Traffic Resolution 11784 pertaining to the existing stop sign, regulating northbound traffic only on LIVE OAK ROAD, is hereby rescinded.) (TO) Item 22. MINOR SUBDIVISION 29-72 - ROAD ACCEPTANCE - Brentwood Area On October 22, 1974, the Board of Supervisors declared complete the public improvements on Randy Way for Minor Subdivision 29-72. On March 11, 1975 the Board of Supervisors, by Resolution • 75/201, accepted Randy Way as a County Road. At that time reference was made to the completed improvements on adjacent Subdivisions 4445, 4494, and 4714, but no reference was made to that portion of the road improvements completed under Minor Subdivision 29-72. It is recommended that the Board of Supervisors accept as a County Road that portion of Randy Way which is shown and dedicated for public use in Book 24 of Parcel Maps at Page 31, filed September 28, 1972. Subdivider: Charles Pringle, P. 0. Box 305, Brentwood, CA 94513 Location: East of Minnesota Avenue, approximately 2,500 feet north of Dainty Avenue. (LD) A G E N D A Public Works Department Page 10 of 13 April 22, 1975 ONA Item 23. EASTERN CONTRA COSTA COUNTY TRANSIT PROGRAM - JOINT EXERCISE OF POWERS AGREEMENT The cities of Brentwood, Antioch, Pittsburg, and the County are cooperatively studying the needs for transit in the eastern portion of the County. The Joint Exercise of Powers Agreement provides that the technical study be financed by a $25,000 grant from the Transportation Development Act funds allocated to the Bay Area Rapid Transit District. Meeting attendance, report review, and similar activities will be financed by participating agencies. A Board of Control will direct the study. Members of 'the Board have previously been appointed. It is recommended that the Board approve the Joint Exercise of Powers Agreement and authorize its Chairman to execute the Agreement on behalf of the County. (TP) GENERAL . Item 24. rEDERAL PUBLIC W.ORI KS APPROPRIATIONS FOR FISCAL 1975-1976 On April 4, 1975, the County participated in the Califgrnia Marine Affairs and Navigation Conference meeting to consider the Corps of Engineers projects and budget amounts as pro-•- posed by the President and the Corps' "Capability." The Conference agreed on recommendations which they will present at Congressional hearings. The projects listed below are part of their recommendations. The Board of Supervisors, on April 8, 1975, supported the Corps of Engineers projects listed below and authorized attendance at the California Water Commission's Committee meeting on Federal Appropriations on April 11, 1975, in Sacramento. At that meeting, agreement was reached on the Alameda reek Project funding. Funding amounts that the County supported at the meetings are shown below. 1t _is_zecommended that the -Board, on behalf .of the County -as -ex -off?cio the Board of Supervisors £_Contra. Costa County Flood Cont-_ol and Water Conservation District, support the following Cotes of Engineers projects and the approp- riations for fiscal 1975-1976 and for 1976 transitional • quarter for the following Flood Control, Navigation, Nater Control and Disposal programs: Alameda Creek, Upper Basin $75,000 FY 1976 (President's 30,000 T Qrtz.1976 Budget) San Francisco Bav to Stockton $500,000 FY 1976 (President's Sliip Channel 200,000 T Qrtr.19i6 Budget & Corps' Capability) Walnut Creek $2,400,000 FY 1976 (Corps Capa- 2,600,000 T Qrtr.1976 bility) (Continued on next page) A G E N D A Public Works Department Page 11 of 13 April 22, 1975 00,021 I I Item 24 Continued: San Francisco Bay and $100,000 FY 1976 (President's Sacramento-San Joaquin 15,000 T Qrtr.1976 Budget) Delta Water Quality and Waste Disposal Walnut Creek Basin 50,000 FY 1976 (Corps Capa- 25,000 T Qrtr.1976 bility) Sacramento - San Joaquin 70,000 FY 1976 (Corps Capa- Delta 25,000 T Qrtr.1976 bility) It is further recommended that a representative of the Public Works Department, and Consultant, Mr. Frank C. Boerger, be authorized to present the above recommendations and appropriate testimony before Congressional Subcommittees on Appropriations. (TP). Item 25. HIGHt7AY USERS :AX APPORTIONMENT The Controller of the State of California advises that the April 1975 apportionment of highway users taxes to Counties has been completed and that a warrant in the amount of $309,228.26 has been mailed to Contra Costa County as its share of these taxes. This is $31,107.00 more than the April 1974 apportionment- but $14,396.85 less in total fiscal year to date apportionment in comparison with the same time period last fiscal year. (B&S) Item 26. RECYCLING OF STATE FREEWAY ROUTES 93/77 - CONTRA COSTA COUNTY TRANSPORTATION ADVISORY COMMITTEE Mr. Burch Bachtold, Deputy District Engineer of CALTRANS, made a presentation at the April 9 meeting of the Contra Costa County Transportation Advisory Committee. After the presentation a motion was passed recommending that the Board of Supervisors take appropriate action urSing the California Highway Commission to delay or continue the recycling process leading to the rescission of the adopted freeway route of 93/77 through the Orinda-Moraga-Lafayette area. The delay should provide for sufficient time to allow — the-local and regional agencies to consider-the consequences and-alternatives---to- the- freeway- rescission--and -disposal of -- State-owned lands. The Committee made this recommendation in the expectation that the granting of time would be helpful in the completion of the County's land use and transportation study, the pre- viously requested corridor study, environmental assessment, and the preparation of the Town of Moraga General Plan. Therefore, it is recommended that the Board adopt a Resolution urging the California Highway Commission to delay for at least one year any further action in the recycling of Route 93/77. It is further recommended that the Clerk of the Board send copies of the Resolution to the cities of Lafayette and Moraga, Assemblymen Knox, Boatwright, Meade; and Senator Nejedly; Metropolitan Transportation Commission, and ABAG. (TP) A G E N_- D A Public Works Department Page 12 of 13 April rf F- r t• Item 27. SALE OF COMITY PROPERTY - RECONVEYANCE - Concord Area .On September 28, 1965 the Board of Supervisors approved the sale of surplus County property on Willow Pass Road in Concord Park and Shop area to the highest bidder (Fry's Food Stores, Inc.) for the sum of $324,000 with credit I terms of 20% down payment and the balance of $259,200 payable in ten years at 5% interest secured by.a pro- missory note and deed of trust, The County Auditor-Controller advised that the note has been paid in full. It is now in order for the County to surrender the note and request a reconveyance of the deed of trust. It is therefore recommended that the Board of Supervisors approve the following: 1. Authorize the County Treasurer to release the original promissory note from his custody to the County Supervising Real Property Agent for submittal to the trustee (Western Y< Title Guaranty Co.) for cancellation of the note, together with the original deed of trust in Item 2 below. 2. Authorize the Board Chairman to execute on behalf of Contra Costa County, as Beneficiary, the form on the back side of the original deed of trust, which requests Western Title Guaranty Company; as Trustee, to execute a reconveyance and deliver same to the Trustor. The property sold by the County was a 5.4 acre portion of the original 8 acres acquired by the County in 1940 for $8,000 as a gravel pit site and disposal. area. A one acre portion was sold in 1954 for $6,200 and remainder was dedi- cated for roads and city streets. (RP) Item 28. CONTRA COSTA COUNTY WATER AGENCY It is requested that the- Board of Supervisors consider attached "Calendar of Water Meetings." No action required. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. T A G. E N D A Public Works Department Page 13 of 13 April 22, 111,915, , Prepar e Joint b d: Joi Ir y,the r:,.. Water Resources Rcpresentative: and Vth Chief Engineer "of`the . " Contra Costa County Xater.Ageney April l6, 1975 m µY CALENDAR OF KATER MEETINGS fl TIME ATTENDA.uCE DATE DAY SPONSOR PLACE RBIARKSDate of*" Recommended .' Autho- May 2- Fri. California Water 9:O0 A.M. CommissionRegular Meeting Staff,!,. Santa Crus ,,: kf ♦ �r r, i y=' • Jam. s •w y • �tod +• " x�' In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto, and by reference incorporated herein, are APPROVED. PASSED by the Board this 22nd day of April, 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered,on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seat of the-Board of Supervisors affixed this 22nd day of April 19 75 J. R. OLSSON, Clerk By . i� ., . Deputy Clerk H 24 12"4 - I5-M D. MacDonald POSITION ADJUSTMENT REQUEST No: Department Public works Budget Unit 650 Date 4/3/75 Action Requested: Retitle Equipment Services Attendant-Project to Garage Attendant-Project. Proposed effective date: ASAP Explain why adjustment is needed: Estimated cost of adjustment: Contra Costo County AmounL� 1 . Salaries and wages: 2tCE1VEp $ 2. Fixed Assets: (ii.at stuns and cost) r1_nn Orrice of $ County Administrator Estimated total $ ra Signature 17 • % ►' ' ; pepartme Had'' Initial Determination of County Administrator Date: April 8, 1975 To Civil Service: Request classification rec(x=endation. - [[ 'lCt C County Addinistrator Personnel Office and/or Civil Service Commission Date: April 15, 1975 Classification and Pay Recommendation Reallocate class and all positions of Equipment Services Attendant-Project to Garage Attendant-Project. Study discloses duties and responsibilities are appropriate to the class of Garage Attendant-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 74/581 and 71/17 to reflect the retitling and reallocation of class and positions of Equipment Services Attendant-Project to Garage Attendant-Project, both at Salary Level 187t (718-792). P sonnel D' ector Recommendation of County Administrator te: April 18, 1975 Retitle and reallocate class and all positions of Equipment Services Attendant-Project to Garage Attendant-Project, both at Salary Level 187t ($718-$792) , effective April 23, 1975. -County—AdtfiiInTsfirdtor Action of the Board of Supervisors Adjustment APPROVED ( ) on APR 2 2 IW5 J. R. OLSSON, County Clerk Date: APR 2 2 1975 — By: 1 Depu Clerk APPROVAL o5 tJUA adjub;bnent constitut" an Appkopxi.a ion Adjusbnent and PeAAonnet ©n� Rebo.tutZon Ameju�ut. r AP'P'ROVAL os t{u.a adjustme►tt c0n.5A tAAUee WL Ap j,w1pL4u.xu.i6 Auju6_1j+,r..L. u,.0 r&LzulLne,,_ �. Resotutior_ Amendment. 02RAW � I POSITION ADJUSTMENT REQUEST No: R(o�Sl Department Building Maintenance Budget Unit 065 Date 4/4/75 Action Requested: Abandon the class of Stationary Fireman Trainee-Project. Proposed effective date: ASAP Explain why adjustment is needed: Classification is no longer being utilized. Estimated cost of adjustment: Contra Cosa County Amount: I . Salaries and wages: RECEIVED $ 2. Fixed Assets: (.fist .items and coat) ^t''- of Ct6fflt/ Administrator $ Signature l II ` Departmehy Head Initial Determination of County Administrator Date: April 8 , 1975 To Civil Service: Request recommendation. Count ni trator Personnel Office and/or Civil Service Commission Date: April 15, 1975 Classification and Pay Recommendation Remove the class of Stationary Fireman Trainee-Project. The above action can be accomplished by amending Resolution 74/581, Salary Schedule for Exempt Personnel, by removing the class of Stationary Fireman Trainee-Project, Salary Level 223t (802-884). Can be effective day following Board action. Personnel Di for Recommendation of County Administrator e: April 18, 1975 Delete from the Salary Schedule for Exempt Personnel the class of Stationary Fireman Trainee-Project, Salary Level 223t ($802-$884) , effective April 23, 1975. Countyminist a or Action of the Board of Supervisors Adjustment APPROVED ) on APR 22 197 J. R. OLSSON, County Clerk Date: APP a 1970 By: ✓ QST , Q.`/�p t}l� .r� —TDepufy Clerk �O� APPROVAL o6 this adjustment constitutes an Apprcop cation Adjustment and PeAsonneP 7 Resotuti.on Amendment. POSITION ADJUSTMENT REQUEST No: �SC�56 Department Civil Service Budget Unit 035 Date 4/4/75 Action Requested: Abandon the class of Cook's Assistant-Project. Proposed effective date: AsAP Explain why adjustment is needed: Classification is no longer being utilized. Estimated cost of adjustment: Contra Co;;a County Amount: I . Salaries and wages: 'DECEIVED $ 2. Fixed Assets: (tint it ma and coat) App? _ ; __ rrice o, $ aunty Administrator Estimated total - _ Signatu;4� - � ' l Departme Head Initial Determination of County Administnaf£or Date: April 9, 1975 To Civil Service: Request=recommendation. County AdministFato7r- Personnel Office and/or Civil Service Commission Date: April 15, 1975 Classification and Pay Recommendation Remove the class of Cook's Assistant-Project. The above action can be accomplished by amending Resolution 74/581, Salary Schedule for Exempt Personnel, by removing the class of Cook's Assistant-Project, Salary Level 195 (668-812). Can be effective day following Board action. Personnel Wdyctor Recommendation of County Administrator ate: April 18, 1975 Delete from the Salary Schedule for Exempt Personnel the class of Cook's Assistant-Project, Salary Level 195 ($668-$812) , effective April 23, 1975. County Admini tra or - &2Z��q Action of the Board of Supervisors 75 Adjustment APPROVED � } on 4 Vii: ' 191 J. R. OLSSON, Cotmty Clerk Date: — By: e �: Deputy Clerk APPROVAL o6 th" ad j uabnex t const i to teb an Appwpn i ati.on Ad jwbnen t and Pe"onneL 0028 Raobi i.on Amendment. In the Board of Supervisors i of Contra Costa County, State of California April 22 . 19 75 In the Matter of In the Matter of Authorizing Appropriation Adjustments. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board this 22nd day of April, 1975• hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seel of the.Board of Supervisors affixed this 22nd dof April 19 75 (� n J. R OLSSON, Clerk By 49.Mae-&b-7� , Deputy Clerk H za iana - Is-a D. MacDonald c is a true and correct COPY of on order entered on the I hereby certify that the foregoing rvisors on the dote oforesald. hand and the Seat Of the Board of minutes of said Board Of Supe Witness my Supervlsorspri l�, 19 ?5 ,Fixed this J. day °f�'_.p— Cleric d. R, pfr.SSON, �.!� tom_ Deputy Clerk Y p, MacDonald H24 12/74 R 000249' • ` CONTRA COSTA COUNTY " APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT j RESERVED FOR AUDITOR-CONTROLLER'S USE ! Catd SpK;o! ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM" Decrease Increase Fund CR X IN 661 Code Ouanti i BudoetUnit Object b.Acct. 01 1003 990-9970 Reserve for Contingency 78,112 01 1003 540-1012 1 New Salaries 33,750- 01 1003 540-1042 FICA 2,000 01 1003 540-1044 Retirement 2,700 01 1003 540-1060 Insurance 1`,000 01 1003 540-2361 Workmens Comp. 400 01 1003 540-2140 Medical and Lab Supplies 625, 0t 1003 540-2141 Pharmaceuticals 875 ' 01 1003 540-2250 Rent of Equipment 1 ,140 01 1003 540-2310 Professional Services 28,622 01 1003 540-7710 Building Alterations 7,000 01 1003 990-9970 Appropriable Revenue 62,489 PROOF Co'"p ._ KIPy_ VER. I EXPLANATION OF REQUEST I If capital outlay, list items and cost of each) TOTAL - Board Resolution authorized the execution on December !0, ENTRY 1974 of Contract No. 74-50507 with the State Department Date Description of Health to operate two drug programs -- Outpatient M'tt%-enr^ r-to-'i .; • CONTRA COSTA COUNTY I APPROPRIATION ADJUSTMENT 1, DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quontitvl Fund BudoetUno Obiect Sub.Acct. CR X IN 66J 01 1003 990-9970 Reserve for Contingency 78,112 of 1003 540-1012 New Salaries 33,750 01 1003 540-1042 FICA 2,000 01 1003 540-1044 Retirement 2,700 01 1003 540-1060 Insurance 1 ,000 of 1003 540-2361 Workmens Comp. 400 01 1003 540-2140 Medical and Lab Supplies 625 01 1003 540-2141 Pharmaceuticals 875 01 1003 540-2250 Rent of Equipment 1 ,140 01 1003 540-2310 Professional Services 28,622 01 1003 540-7710 Building Alterations 7,000 01 1003 990-9970 Appropriable Revenue 62,489 PROOF �o'";' __ _x,P__I-VER.— 3. EXPLANATION OF REQUEST(If capitol outlay, IIs►irons and cost of each) TOTAL Board Resolution authorized the execution on December 10, ENTRY 1974 of Contract No. 74-50507 with the State Department Date Description of Flea 1 th to operate two drug programs -- Outpatient Methadone Detoxification and Residential Drug House in connection with re-programming Hospital Drug Programs on M-Ward. The full year contract a l 1 ows for $198, 032. Contra Costa County will share 20% of the cost against an 80% State/Federal subsidy. Due to the late start of these APPROVED: SIGNATOR S DATE programs, only $78,112 ($39,328 for the outpatient methadone / detox and $38,784 for the residential drug house) is request- AUDITOR— CONTROLLER: `✓/✓ yliout AFF.1 ed. Another appropriation adjustment will be processed for COUNTY / t , about 52,500 of needed equipment at a later date. ADMINISTRATOR: !$17' BOARD OF SUPERVISORS ORDER: YES: Superrisors Kenn,. L-i;s, -m.r arty. Boggess, L.insclieid. No:. Y�o-u APER 2 2 1975 J. R. OLSSON CLERK d by Signature Title Reverse Dote 90030 Approp,Adj. e✓3JO� See Instructions on( M 129 Rev. 2%6S) Si Journal No. • r� CONTRA COSTA COUNTY APPROPWAT1ON ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Human Resources Agency RESERVED FOR AUDITOR-CONTROLLER'S USE Manpower Services - CETA 1 (583) Card Soecial f,4 NT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase R FDnd Decrease Code Quantic BudoetUnit Object Sub.Acct. CR X IN 66)' 01 1003 990-9970 Reserve for Contingencies 331 ,156 583-2310 Prof. & Personal Services 331 ,156 990-9970 Appropriable New Revenue 331 ,156 PROOF Comp.—_ _K_P__ VER.— I EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY To add increase to CETA Title I Grant 06-5004-10 Date Description made by Mod. #502 accepted by Board Order dated 2/4/75- APPROVED: SIGNATURES DATE AUDITOR : APR 16 75 CONTROLLER: lC COUNTY _ 1 AWINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: Supenisors lCern. Lvas. !tori trty, 13obgess. LArwdrticl APR 2 2 1975 N04 l_ on 11�■IK: CLERK by ssociate Director 4/11/75- J. R, OLSSON Signature Title Dote t M 129 Rev. 2/68) Claude L. Van Harter Journal No 000-31 . •See Instructions on Reverse Side t oriTRA C . COSTA A' COUNTY • .� APPROPRtATiON ADJUSTMENT i. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CO TRO R'S,�JSF ►f 7 Cord Special 0 NT OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Code Quantitvl Fund BudaettlolsI06ect crease Sub,�Cces:+ (CR X IN 66) OI 1003 990-9970 Reserve for Contingencies $1,200 O1 1003 055-7758 011 Tranceivers UHF $1, 200 Conk;: Cosa County I:ECEIVED Of-lice of County Mministrator PROOF Comp_._ _ _K P__ _VER._ 3. EXPLANATION OF REQUEST(if capital outlay, list items and cost of each) TOTAL ENTRY Gloria McGratli of Brentwood Ambulance has notified this office of an increase in their Dote Description ambulance fleet. This adjustment will provide funds for one mobile radio for the ambulance. Costs will be recovered on a lease basis. APPROVED: Sl ZrAINRES DATE AUDITORLER 14 7$ CONTROLR COUNTY 1 ADMINISTRATOR: L t r'A ."1 BOARD OF SUPERVISORS ORDER: YES: -* P Isors Benny. Dia-, Xforfattr. Boggess, Lfnschejd. NOAPR 22 1975 :. y G//J/ n.Services Officer 4-9-75 , CLERK by 1.tr , J. P,- OLSSO i Signature Title �} Dote QO��� Approp.Adj. ( M 129 Rev. 2/6S) • See Instructions on lteeerse Side Journal No. � (M 129 Rev. 2165) ' See Instructions on Reverse Side 7 t CONTRA COSTA COUNTY / APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT April 11, 1975 RESERVED FOR AUDITOR-CONTROLLER'S USE CfVI,, jM( VIC .. 035 Cord Special ACCOUNT 2. DEJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Ouonti+ ) Fund Bud etUnit Obiect Sub.Acct. CR X IN 66) 01 3 1003 035-7751 009 Bookcase 171 01 2 1003 035-7751 015 She'"' rile 213 Ol 1 1003 035-7751 017 Acoustiwal Screen l61- 1 1 035-z?�T Specialized Printing 875 Co,-)rra Cosia County RECEIVED APR T b 74 Office of County AdIministrotor 875 875 PROOF CTE—__ K.P._ _VER.+ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY Bookcases & Shelf Files required for reference material Date Description tc f.22i-nn space — new programs. Acoustiwal Screen to provide some degree of privacy in, office of Chief-Employee Development. Office occupied by Chief one clerical. APPROVED: SIGNATUES �pDpD1ATE Al ID1T -. APR 1 6 r CONTROLLER: 1uNTY AIMUNISTRATOR: << r7 BOARD OF SUPERVISORS ORDER- )i t S �uPcrttsors Iien:I� Lzj�ls- �li�. LLZSC�tW. ND:. APR ? 2 1975 onI @!�& CLERK by i Art - Dir_ of Personnel JI `7 J. P, OLSSON � Signature Title Date (M 129 Rev. 2165) Approp.AJournal : p Journal NoO. 0 •See Instructions on Reverse Sim (M 129 Rev. 2168) 1 •See Instrpcuons on rtes,..s. .7. _ ' CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT COUNTY CLERK 240 RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special Fund Decrease ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM` Increase Code Quantity) Ate+ Bud etUniit�t��Ob ecr b.Acct. n r Q CR X IN 66) 19+ 99 I 0. o/ 1 100 3 02y0 775/ 009' 'sye.-ale .208 z 00V �:/e wo.-:Zo t-la/ Sff'V 40/0 $oak ease. i 7752 0// 0--,ec'enxo— ~ 1300 It Obi-'1��o G`t0 N TQ t1p - Fly tA-� N r w t••• 4 N � r z oc a a, v PROOF CoK.P. _ _VER.- 3. EXPLANATION OF REQUEST(If capitol outlay, list items and cost of each) TOTAL _mp_._ _ Uo&son6 Modu.2aA Watt Unit ENTRY 2 bide 6ite6, tegat walnut $547.66 Date Description i St id.ing Doo& cabinet, waZnut 194. 53 1 60" high Bookcase, watnu# 142. 11 1 Des.igne&ait C&edenza 61 1/8" x 19 1/4" watnut 334.20 Tax 67.40 APPROVED: SIGNATURES DATE Fu&n.i-twte So& nemodeted o46.iee o6 County Cte&k AUDITOR- APR 7 75 CONTROLLER: IA&--1�72 COUNTY 1 ADMINISTRATOR:_ R1Y�c2ti. BOARD OF SUPERVISORS ORDER: s YES: super%l-wrs $press, t�+ry..•►.citL APR 2 2 1975 R. ��. J. R. OLSSON CLERK Counto Cte&k 4-2-75 by 47 J 4` Signature Title Dote 34 App-p.Adj. ( M 129 Rev. 2168) See Journal No. •See Instructions on Reverse Side CONTRA COSTA COUNTY APPROPRIATION/ JUST&EK f. DEPARTMENT D(rET UNIT MICAL SERVICE RESERVED FOR AUDITOR-CONTROLLER'S USE aUO �i /I Card Special Fund ACCOUNT 2. OBJECT OF flFFNSE OR Ad�SET ITEM' Decrease ntic Increase Code Qua1 Bud et Unit Object Sub.Acct. r / CR X IN 66) • off• ,J OI 1003 540-7754 o96 Miscellaneous Equipmeftl $175.00 OI 1 1003 540-7751 047 5 Drawer File $175.00. PROOF �_ "'p___ _K_P:J—VER._ 3. EXPLANATION OF REQUEST(If capitol outlay, list items and cost of each) TOTAL ENTRY 5 drawer file is needed for our Reception Area. Date Description Does not affect the overall 7700 budget. APPROVED: QRE DATE AUDI TO — APR 16 75 CONTROLLER: COUNTY ADMINISTRATOR: �. `'• ��� r� BOARD OF SUPERVISORS ORDER: YES: SUperrlsors Benny, Dlas. ldo:inmy, Boggess. LftwhehL No:. APR 2 2 151'5 'uJ.(L. ^� /� SQ �y,,,,, on Chief, Me cal J. R. OLSSON, CLERK by 0= a AcI>ainistratiye Services, 4/14176 SignatureW, R. Downey SI Title Data Approp.Adj. ( M 129 Rev. 2/66) 4� rjoumaf No. •See lnstructiorfs on Reverse Side U CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT MEDICAL SERVICES RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Increase Code Quantit ) Fund Budoet Unit Object Sub.Acct. Decrease (CR X IN 661 01 1 1003 540 TT54 011 Nelson Bed $2,262.00 01 1 1003 540-TT54 043 Lapidus Mattress (complete) $ 712.00 01 2 1003 540-TT50 05,0 Westinghouse Foom Air Conditioners 1,300.00 01 2 1003 51+0-7751+ 05'1 Standing Sphygmomanometers 250.00 PROOF _Comp.__ _K_P;_ _VER._ 3. EXPLANATION OF REQUEST(If capital outlay, list iterns and cost of each) TOTAL ENTRY See attached memo from Dr. Leon Lewis. Date Description APPROVED: Si GN3PtRES DATE AUDITOR— R 16 75 CONTROLLER: COUNTY _ ADMINISTRATOR: J BOARD OF SUPERVISORS ORDER: YES: Sntpertdaors Kenny. Dlaa, atoriarty, Boagess, Ltnschehl- NO:. kP H w L l9f . Chief, Medical J. R. OLSSON CLERK �• strative Services k by ;��.x x..�. s. i Signature W. R. Downne/'�v■■{M■,qII � Title Date \/V V��/'prop.It ( M 129 Rev. 2/68) •See instructions on Reverse Side aurnol No. 7 CONTRA COSTA COUNTY 1` r• APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT ,.,i RESERVED FOR AUDITOR-CONTROLLER'S USE Mt. Diablo Municipal Court, Concord Card FPI i ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Increase Code antic ) ;U "" i BudoetUnit Ob ec+ 6.Acct. Decrease CR X IN 66) Q� proa- � ,e ��0 2100 Office Expense 245 7751 005 Shelf filing conversion kit 245 Contra Costa County RECEIVED APP , , - Office of County !administrator PROOFComp._ K.P. _VER._ 1 EXPLANATION OF REQUEST(If capitol outlay, list items and cost of each) TOTAL - - - Needed to convert existing Rem-Rand shelving from ENTRY free-standing units to wall units when Marshal Date Desctiption vacates his space in this location. To replace would cosh in excess of $1,200. Equipment needed: 2 PB-45963-3 LH end base brackets @ 6.40 12.80 2 PB-45963-4 RH end base brackets @ 6.40 12.80` 6 PB-45964-2 Intermediate base brackets APPROVED: SIGNATURES DATE @ 6.78 40.68 AUDITOR- APR 1175 1 PA-45937-3 Upright halves @ 8.75 96•�5 CONTROLLER: 3 PB-45942-3 End upright halves with COUNTYh�>LL�1 '���� label holders @ 10.66 31-98 i AWiNISTRATOR: h PC-45063 Tie panels @ 5.00 20.00 2 PD-45965-5 Reinforcing angles @ 7.119 14.78 BOARD OF SUPERVISORS ORDER: Sales Tax 14.90 YES: dUP9rn1W1j Benny, D434 Afortany Del. f.o.b. Concord 244,29 ,SvgBesar Llascheid. r No.. Aon PR 2 2 1975 �P L ��N� by� —�,���, mil A. G Clerk—Admin, 4-4-75 .s. Signature03 Title Date Approp.Adi. ( M 129 Rev. 2/66) •. Journal No. •See Instructions on Reverse Side 0 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1, DEPARTMENT OR BUDGET UNIT Sheriff RESERVED FORAUOITOR•CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Fund Decrease Code Quandt ) BudoetUn,t Object Sub.Acct. CR X IN 66) 01 1003 255-7754 003 PH deter 85 01 1003 2SS-7750 007 Tran to 7754 003 (Print Dryer) 85 01 1003 257-7751 008 Stand Copier 10 01 1003 257-7751 051 File Fingerprint Card 103 01 1003 257-7751 704 File 34 01 1003 257-7758 01S Tran to F/A (Video Tape Syst) 147 PROOFP._1_VER_- 3. EXPLANATION OF REQUEST(If capital outlay, list items and cast of each) TOTAL ENTRY To add to budgeted fixed asset items overexpended due to Date Description unanticipated price increases. Internal adjustment not affecting department totals. F/A Ad j. APPROVED: SIGMA RES DATE AUDITO - r7q 1 G` 5 CONTROLLER: COUNTY ADMINISTRATOR: r lII Kitt ll�� BOARD OF SUPERVISORS ORDER: YES: Supendsors )penny. D1321- Sioriarty. Boggess, Idnscnhepid n 001, NO:. APR ? 1975L. A. GLE:4N, ACMIN, SEFciriCE5 ^FF CER J. R. OLSSON CLERK FFICe OF THE SF4ERIFF-CORONER `l'u.�r b Signature OOC38 Title 2 Date Approp.ad;. .�}99 ( M 129 Rev. 2168) Journal No. S599 ►,rstrnctions on Reverse Side �i t FA CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT 300 RESEW,;DQOR OLLEWS USE Card SpViCCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase F,�,a Decrease Code Quoni3 hh ..y. ltUnit Object Sub.Acct. CR X'IN 66) A 1 -C ff ri . D T /60613 300-2310 Professional & Personal Services $ 6,000 300-2170 Household Expense $ 6,000 Contra COst��D my RECE1 APR Office of County Administrator PROOF _Comp.__ K-P__ mo_VER._ 3. EXPLANATION OF REQUEST( IF capitol outlay, list items and cost of each) TOTAL ENTRY Refer to attached mefrom Detention Division Dote Description Conwinder. APPROVED: Sl RES DATE AUDITOR— R 7 CONTROLLER: COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: Super%4"rs Kenny. Dian, 3iorWV. Boggew. Llawbeid. APR 22 1975 NO:. ��C7�tC . on illUM CLERK by s. Admin. Services Officer 4-1-75 R. OLSS014 Signature ^oo opDate (Al 129 Rev. ?i66� /(j, Approp.A Journal No.See instructions on Reverse Side IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for 1975 Slurry ) Seal Project, mast Richmond Heights, ) RESOLUTION N0. 75/310 Tara Hills, Walnut Creek Areas, ) Work Order 4948. ) WHEREAS Plans and Specifications for the application- of a Slurry Seal surface treatment to various streets in the Walnut Creek, Tara Hills and East Richmond Heights areas, have been filed with the Board this day by the, Public Works Director; and said project considered exempt from environmental impact report. requirements as a Class I categorical exemption; WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica- tions are hereby APPROVED. Bids for this work will be received on May 20, 1975 at 11 :00 a.m. , and the Clerk of this Board is directed to pu ish Notice to Contractors in the manner and for the time required by law innvT tt3'= bids for said work, said Notice to be published in the s PASSED AND ADOPTED by the Board on April 22, 1975 cc : Public Works Director County Auditor-Controller County Administrator RESOLUTION N0. 75/310 t nn . vo SLURRY SEAL-1975 t PROJECT t4'0. WO 4948 BIDS DUE MAY 20#1975 AT 11 O'CLOCK A.M. ROOM 103+ COUNTY ADMINISTRATION BUILDING* 651 PINE STREET, MARTINEZ# CALIFORNIA 94553 TO THE BOARD OF. SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ* CALIFORNIA P R O P O S A L F 0 R SLURRY SEAL-1975 AT THREE SEPARATE LOCATIONS NAME OF BIDDER --------- -►-�--------- ---------- BUSINESS ADDRESS ---------------- PLACE OF RESIDENCE - --------------------------- TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - THE UNDERSIGNED* AS BIDDER* DECLARES THAT THE ONLY PERSONS OR. PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN- THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON# FIRM OR CORPORATION- THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORK* PLANS AND SPECIFICATIONS- AND HE PROPOSES AND AGREES. IF THIS PROPOSAL IS ACCEPTED# THAT HF WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY# TOOLS* APPARATUS AND OTHER MEANS OF CONSTRUCTION# AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT * IN THE V-ANNER AND TIME PRESCRIBED* AND ACCORD- ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH# AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK# THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING S ( INSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BID# TO WIT- QW41 P - 1 P - 1 .mow i PROPOSAL (CONT.) (PRICE NOT TO EXCEED THREE (3) DECIMALS) ------r-------r-- rte.— ----------..': ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE( IN ( IN N0. QUANTITY MEASURE ITEM FIGURES) FIGURES) -----------—--—------------—--- —--------------------- ---_—W 1 1999522 SQYD SLURRY SEAL ---------------------------------------------r rw-----rr------ --wr r!! -------- 2 -------2 19.000 SQYD HEAT AND SCARIFY PAVEMENT 3 29500 GAL REJUVENATING AGENT(RECLA�1I TE) 4 91 EA TYPE D PAVEMENT MARKER ----------------------------------- ----------- ---------- ------ --- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL - --------..... ----rr--------------------------------------------------- ..- X P - 2 PROPOSAL (CONT: ) t --------------- IN CASE OF -A DISCREPANCY BETWEE14 UNIT PRICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER f EACH ITEM ARE APPROXIMATE ONLY* BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL* AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF 'WORK UNDER ANY ITEM AS MAY BE REQUIRED% IR ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT 1S FURTHER UNDERSTCOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUPiT BID FOR THE PROJECT * DOES NOT CONSTITUTE AN AGREEPIENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED% AS BIDDER% SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL A-MOUNT OF THIS PROPOSAL* TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY• EXECUTED BY A RESPONS- IBLE SURETY ACCEPTABLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID* WITH SURETY SATISFACTORY TO THE -BOARD OF SUPERVISORS* WITHiN SEVEN (7) DAYS. NOT INCLUDING SUNDAYS+ AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURE• THE BOARD OF SUPERVISORS MAY% AT ITS OPTION• DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT+ AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYIMG THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS THE CONTRACTOR AGREES* BY SUB,`,t'ISSION OF THIS PROPOSAL TO CON- FORM TO THE REQUIRE'•MENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS+ THE SAFE AS IF INCORPORATED HEREIN• A COMPLETE LIST OF SUBCONTRACTORS I5 REQUIRED% AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES* ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST of ITEMS OF WORK TO BE SUB- CONTRACTED ON THIS PROJECT. IF A PORTICN OF ANY ITEM OF WORK IS DOLE BY A SUBCONTRACTOR* THE VALUE OF THE WORK SUBCONTRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEM. DETERMIf%ED FROM INFOR14ATION SUBMITTED BY THE CONTRACTOR* SUBJECT TO APPROVAL BY THE ENGINEER. THE UNDERSIGNED. AS BIDDERS DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY* THE BY LAWS* RULES OR REGULATIONS OF WHICH_PRUHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN% WHICH IS N01 PROCESSED THROUGH SAID BID DEPOSITORY• OR WHICH PREVENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT VSE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY. P - 3 • ,0003 PROPOSAL (CONT. ) NO• ITEM SUBCONTRACTOR ADDRESS ---- ------------------------ --------..------------ ----- ---------- ---- --------------------- --r-r_. -----..-------- ----------. --------- i ---- ------------ -------"--- ----------------r rr--- -------------------- ---- ----------------------- ---------------.ter------ ------o'--------r----- -----------r-- --- ------------------------ --------------rrr----- --------------- -------------------- ---------------------------------- --------------------r- --r---r----r-r-qtr s-r ACCOMPAINY I NG THIS PROPOSAL IS A PROPOSAL GUARANTY 1114 THE AMOUNT OF TEN (1 G) PERCENT OF AV IOUINT BID ------�------------------------------------------------------- (CASHIER'S -------------------------------------- (CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON 15 A CORPGRATIONv STATE LEGAL NAME OF CORPORATION* AL50 NAMES OF PRESIDENTS SECRETARY# TREASURER* AND MANAGER THEREOF. IF A COPARTNERSHIP, STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUALS STATE FIRST AND LAST NAME IN FULL• ---�•----- ------M-------------r-----r----r------M-- ------------------------------------------------------ -------------------- ------------------------- --------------------r---- ------------------------------------------ ------------ LICENSED ------ LICENSED TO DO OR. SUBCOONTRACT ALL CLASSES OF WORK Ii VOLVED IN THE PROJECT• IN ACCORDA:.:E WITH AN ACT PROVIDING FOR THE REGISTRA- TION OF CONTRACTORS* LICENSE NO* (CLASS- ----------- ----------------------- CLASS----------.rr----rr------rrr--r ----------------- --------------~-------------- ---------r-r----------------------r-------------------------------&`-----r rr-r------- ----- -------_----- ------r-----✓--r---------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS r.--�.--�•----..�-.�...-----�.�.r r---^'�-------r---------rrr-rrr PLACE OF RESIDENCE _------------------------------------------------- DATE 29 ------------------------------ ---- (� P - 4 v 004? u�a. m- mmmo SPECIAL PROVISIONS p FOR CONSTRUCTION ON COUNTY HIGHWAYS SLURRY SEAL 1975 AT THREE SEPARATE LOCATIONS t WORK ORDER 4948 VICTOR W. SAUER, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA April 22, 1975 1%0010 �* J y silo Slurry Seal - 1975 Work Order 4948 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE I . Location A-1 2. Description of Work A-1 3. Contract Documents _ A-1 4. Beginning of Work, Time of Completion- & Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIONS I . Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-I 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials B-4 8. Legal Relations and Responsibility B-5 9. Prosecution and 'Progress B-8 10. Measurement and Payment 8-10 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental -v-1 SECTION D - CONSTRUCTION DETAILS 1 . Order of Work D-I 2. Public Convenience, Public Safety and Signing D-I 3. Tree and Shrub Trimming D-3 4. Street Surface Preparation 0-3 5. Clean-up D-4 6. Slurry Seal D-4 . 7. Heater Scarify D-4 8. Pavement Markers - Type "D: p; cZ Attachments List of Streets (with areas) County Standard CC3050 00,04 *' . Nola SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION There are three sites and they are located in the Tara Hills, East Richmond Heights and Walnut Creek areas. 2. DESCRIPTION OF WORK The work consists of preparing the various road surfaces, applying a -slurry seal to the surfaces, heater scarifying and applying a rejuvenating agent in the area as shown on the plans, and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these special provisions to be performed , placed, constructed or installed. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "SLURRY SEAL - 1975," The Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents in- cluded by reference thereto in these special provisions. 4. BEGINNING OF WORK, TiME OF COMPLETION b LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, Beginning of Work, " Section 8-I .C6, "Time of Completion," and Section 8-1 .07, "Liquidated Damages," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions ` to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 35 WORKING DAYS counting from the including the day stated as the starting date in the "Notice to Proceed." A - i `' . Y s axe SECTION 'A - DESCRIPTION OF PROJECT 4. BEGINNING OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES (Continued) The Contractor shall pay to the County; of :Contra Costa: the sum of $75.00 per day for each and every CALENDAR DAY of delay, in finishing the work in excess of the number of working days prescribed .: above, and authorized extension thereof. 5. PERMITS The Contractor shall obtain from the County: Permit En.g.ineer an overload permit for the slurry spreading equipment -if needed. A - 2 "'UU rM t SECTION E - GENERAL PROVISIONS 1 . DEFINITIONS AND TERI•IS - As used herein; unless the context otherwise requires , the following terms have the following meanings: a. AGENCY means the legal entity for which the c:or.k is being performed as indicated on the Notice to Contractors ,. Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the -Contra Costa County Public Works Director (Road Conm�ss�oner-Surveyor; ex officio Chief Engineer), or his authorized agent acting within the scope of his authority, who is the Agency' s representative for administration of this contract. d. STANDARD SPECIFICATIONS (S.S. ) means the Standard Specifications of the State of California, Business and Trans.po,rtation- Agency , Department of Transportation, (hereinafter sometimes referred to as S.S. ) , dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be inter- preted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPIfENT RENTAL RATES AILD GENERAL PREVAILING WAGIE RATES means the latest edition of the Equipment Rental hates and General Prevailing gage Rates of the State of California , Business and Transportation Agency, Department of Transportation , adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors . f. OTHER PERTINERT DEFINITIONS - See S. S. Section 1 . 2. GENERAL a. State Contract Act. Unless others•:ise specified ' in Section A of these special provisions , or elsetthere by special order, the provisions of the State Contract Act (Government Code Section 14250 et se,-,-. ) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1 .40 is hereby waived. b. Standard Spe_cciifications . The Standard Specifications (S.S .) referred 56above are by reference fully incorporated herein except to the extent that they are modified herein. 3. PROPOSAL (BID) P.EQUIREMIENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply except as modified herein. SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIFrf-lr_ TS AND COPIDITIOfSS (Cont. ) a. Examination of Plans , Specifications , Contract and Site of !fork (S.S . 2-1 .03) Records of the Department referred to in the second paragraph of S.S. Sec. 2-1 .03 may be inspected in the office of the Public Works Director for the County of Contra Costa , Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1 .05) (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. (2) All proposals (bids) shall be made on forms to be obtained from the office of the Public Works Director, at the- address indicated on the Special Provisions ; no others will. be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures , an item price and a total for the item in the respective spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The -requirements of the last two paragraphs of S.S. Sec. 2-1 .05 shall not apply. C. Proposal (Bid) Guaranty (S.S. 2-1 .07) The requirements of S.S. Sec. 2-1 .07 are superseded by :the following: -(1 ) All proposals (bids ) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty ray be in the fora of cash , certified check., cashier's check, or bidder 's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1 . 11 ) The requirements of S.S. Sec. 2-1 . 11 shall not apply . Attention is directed to S.S. Sec. 7-1 .01E and "the requirements of law referred to therein relating to the licensing of Contractors. B - 2 .OUf�50 B - 2 SECTION B - GEHERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont. ) d. "Competency of Bidders .S. 2-1 . 11 Cont. All bidders must be contractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial responsibility, and experience, in order to be eligible for consideration of their proposal . 4. AWARD AND EXECUTION OF THE C014TRACT (S. S. 3) The provisions of S.S. Sec. 3 shall apply except as modified herein. a. Award of Contract (S.S. 3-1 .01 ) As used in S.S. Sec. 3-1 .01 "Director of Public Works" means the Board of Supervisors . b. Contract Bonds (S.S. 3-1 .02) The successful bidder shall furnish a Faithful Performance Bond in -the amount of the total bid and a Labor and Materials Bond in an amount of at least fifty percent (505) of the ` total bid, each in the form approved by the Agency. c. Execution of Contract (S. S. 3-1 .03) Within seven (7) days after its submission to hin, the successful bidder shall sign the contract and return it, to- gether with (1 ) the contract bonds , and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations , or (2-b) a certificate of Workmen 's Compensation Insurance issued by an aemitted insurer, or (2-0 an exact copy or durlicaLe thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public :forks Department, at the address indicated on the Special Provisions . d. The Guaranty of the successful bidder t-:ill be returned within fifteen (15) days after the contract is finally executed and approved , and Guaranties of other bidders will be returned pronptly after the execution of the contract. 5. SCOPE OF WORK (S.S. 4) The provisions of S. S. Sec. 4 shall apply except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1 .038, "Increased or Decreased Quantities ," oilthe � Standard Specifications , the following shall apply: 051 B - 3 SECTIOU B - GENERAL PROVISIONS 5. SCOPE OF WORK (S .S. 4) (Cont. ) If the total pay quantity of any major item of work required under the contract varies frim the ur i'll- Iri5u, er.. A �, , .. %.UP U, Lne Agreement (Contract) to be executed by the Contractor can be obtained from the County Public llort:s Department, at the address indicated on the Special Provisions . d. The Guaranty of the successful bidder will be returned within fifteen (15) days after the contraci: is finally - executed and approved, and Guaranties of other bidders will be returned promptly after the execution of the contract. 5. SCOPE OF 11ORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1 .03B, "Increased or Decreased Quantities ," of the Standard Specifications , the following shall apply: . B -� 3 ON SECTION B - GENERAL PROVISIONS ', 5. SCOt'E OF titORK (S .S. 4) (Cont. ) If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, payable to the the compensation Contractor will be determined in accordance with Sections ctithe nse4mayObe.(1 4--1 .O3B(2) , or 4-1 .03B(3) , as A major item of work shall be construed to be any item, the total cost of a:hi ch is equal to or g reaterthan percent of the total contract amount, computed on the basis of the Froposal quantity and the contract unit price. 6. lORK S.S. 5) The provisions of S.S. Sec. 5 shall apply . 7. CO�zTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply . $. LEGAL RELAT10' S AS:O RESP4t�t5IBILITY S.S.7} The provisions of S.S. Sec. 7, except as �modifii`etoby the agreement ( Contract) or these special pti this project. a. Insurance before performing any work (1 } The Contractor, obtain under tine agreement, shall , at no expenseat� ethe Agency and maintain in force the following (a) With respect to the Contractor's operations: B - 4 .0&521, SECTION B - GEHERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (i ) regular Contractor 's Public Liability Insurance for at least Two Hundred Fifty Thousand Dollars $250 ,000) for all damages arising out of bodily injuries to' or death of any one person, and at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence; and (ii ) regular Contractor's Property Damage Liability Insurance for at least Fifty Thousand Dollars 05�Q1� for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One hundred Thousand Dollars ($100,000) for all damages arising -out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations , Contractor shall procure or cause to be procured in their own behalf: (i) regular Contractor's Protection Public Liability Insurance for at least Two Hundred Fifty Thousand Dollars U250 ,000) for all damages arising out of bodily injuries to or death of any one person , and for at least Five Hundred Thousand Dollars ($500 ,000) for all damages arising out of bodily injuries to or deaths of two or more persons in any one accident or occurrence; and (ii) regular Contractor's Protective Property Danage Liability Insurance for at least Fifty Thousand Dol l urs�$5 ,000) for all dart-ages arising out of injury to or destruction of property in any one accident or occurrence, and', subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars 0100,000) for all damages arising out of injury to or destruction of property during the policy period; and (c) - Without limitation as to generality of the foregoing subdivisions (a) and (b) , a policy or policies of Public Liability- and Property Damage Insurance in amounts not less than X250 ,000-00 ,000 Public Liability and $50 ,000 Property Damage Insurance, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES , Oft EIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A UA14ED INSURED. i - " 6 5 NOON SECTION B - GENERAL PROVISIONS 8. LEGAL RELATiOU S AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satis- factory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish , or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation td the ASency at least ten (10) days prior to cancellation of the policy . b. Public Safetv The provisions of S.S. Sec. 7-1 .0p shall apply except as modified under Section U - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing , portable de- lineators , flashing lights , and other safety devices , shall be the responsibility of the Contractor at all tines . The Contractor shall respond promptly, Mien contacted by the Engineer, or other public agencies , to correct improper conditions or inoperative devices . Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of im- properly operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call -outs ," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices , will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1 . 11 of the Standard Specifications shall apply to all improvements , facilities , trees or shrubbery within or adjacerst to the construction area that are not to be removed. 77 B - 6 M, SECTION 8 - GENERAL PROYISIOIIS 8. LEGAL RELATIONS {'.t►D RESPONSIBILITY (S.S. 7) (Cont. ) c. Preservation of Property (Cont. ) The last two sentences of paragraph 2 of Section 7-1 .11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to Ether daraged facilities or property within the rights of-way or easements shown on the plans , the Engineer may make' or cause to be made such= repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easenents The rights-of-uay , easements , rights-of-entry , fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights-of- way , easements , or permits vhick the Contractor determines are necessary or convenient for the performance of the work shall be obtained by the Contractor at his expense. e. Access to Construction Site The Contractor shall make his oven investigation of the conditions of existing public and private roads and of clearances , permits required, restrictions , road and bridge load limits , and other limitations affecting transportation and ingress ani[ egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for Damage The provisions of the sixth , seventh , and eighth paragraphs of S.S. Sec. 7-1 . 12, regarding retention of money due the Contractor shall not apply. OQ65�� now { SECTIOR B - GEUERAL PROVISIONS 'S. LEGAL. RELATIONS ARD P,ESPORSIRILITY (S.S. 7) (Cont. ) g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1 .16.5,,- "Damage by Storm, Flood, Tidal Wave or Earthquake, " of- the Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal waves , earthquakes in excess of a magnitude of 3. 5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the :cork from damage. The Contractor shall bear the entire cost of repai-ring damage to the wort; caused by the occurrence which the Engineer determines utas due to the failure of the Contractor to comply with the requirements of the Plans and Specifica- tions , take reasonable and adequate measures to protect, the work or exercise sound engineering and construction practices in the conduct of the work , and such repair costs shall be excluded from consideration under the provisions of this section. 3. Determination of Costs--!Unless otherwise agreed between the Engineer and the Contractor, the cost of the wort; performed pursuant to this Section 7-1 . 165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there shall be no markup allowance pursuant to Section 9-1 .03A; "Work Performed by Contractor, " unless the Occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same • manner as the' authorized repair work. The cost' of repairing damaged work which was not in compliance with the require- ments of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. B - $ 000 �� t_'V SECTIGa 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS ASID RESPO'ISIBILITY (S.S. 7) (Cont.) I . 4. Payment for Repair Work--When the Occurrence that caused the danage was a tidal wave or earthquake, the County will pay the cost of repair, determined as provided in Subsection E, that exceeds 5 per, cent of the amount of the Contractor's bid for bid comparison purposes . When the Occurrence that caused the damage was a storm or flood, the County will participate in 'the cost of the repair determined as provided in Subsection E in accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is ` $2 ,000,000 or less , the County will pay 99 per cent of the cost of repair that exceeds ,5 per cent of the amount of the Contractor's bid ►or bid comparison purposes . (b) On projects for which the Contractor's bid for bid comparison purposes is greater than $2,000,000, the County will pay 90 per :cent. of the cost of repair that exceeds $100,000. 9. PROSECUTIO,`t AND PROGRESS The provisions of S.S. Sec. 8 shall apply except as modified herein . A { B - 000577- a r 1 t SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont. ) a. Subcontracting (S.S. 8- 1 . 01 ) The items of rtork in the Engineer's Estimate preceded by the letters (S) or (S-i=) are designated as "Specialty Items. " b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval oilthe Board of Supervisors , nor in any event without the consent of the Contractor's surety or sureties , unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S. S. 8-1 .03) In lieu of the provisions of S.S. Sec. 8-1 .03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "llotice to Proceed. " The Contractor shall not start work. prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1 .04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any Bork on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's w=ritten request. e. Time of Completion S.S. 8-1 .05) The following days are designated as legal holidays : January 1 , February 12, 3rd Monday in February, last Monday in Clay, July 4 , 1st Monday in September, Septenber 9 , 2nd Monday in October. November 11 , 4th Thursday in November, December 25, Statewide election — days , hours from 12:00 noon to 3:00 p.m. on Good Friday, • and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. B - 10 00058° t. SECTION B - GENERAL PROVISIOUS f 9. PROSECUTION AND PROGRESS (Cont. ) e. Time of Completion (S.S. 8-1 .06) (Cont. ) If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT ACID PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a.. Determination of Rights (S. S. 9-1 .045) The provisions of S.S . Sec. 9-1 .045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S. S. Sec. 9-1 .06 and the fourth paragraph of S.S. Sec. 11-1 .02 , the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S .S. 9-1 .065) The provisions of S .S. Sec. 9-1 .065 shall not apply. d. Final Payment (S .S. Sec. 9-1 .07) (1 ) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded ai th the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion , the Contractor shall be entitled to the balance due for the completion and acceptance .of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due v.ill be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1 .08 shall not 'apply. . B - 11 00059 ------------------------------------ SECTION B - GENERAL PROVISIONS 4 x 10. MEASURE14EIlT A,ID PAYMENT. (S.S.. 9) (Cont.) f. Clerical Errors '(S.S. "Sec. 9-1 Og} The provisions of S.S. Sec. - 9- 1-091` P '' sha1:1 not apply r 9. All prior +7 partial estimates." and'�pajrments' sha11= be ! subject to correction in the final ,estimate-anda merit ; P. y 3 T rd Fes,. t .�M1 n. o b 4 a 5 12 v r i F SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1 .03 shall apply except as modified herein. 1 . DEFINITION. As used here, "force account" means the method of ca cu ating payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra wort; is to be paid for on a force account basis , compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual ttageq to be paid, as defined in S. S. Sec. 9-1 .03A(la) , will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed trill be made for any retroactive increases or decreases in such rates . b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. The labor surcharge percentage to be a plied to the actual wages paid as provided in Section 9-1 .03A(lb� of the Standard Specifications will be 18 percent for all work, except that for the f011311ing types of cork said labor surcharge will be as shown below: Type of Work Performed Labor Surcharge Percent Cleaning and painting metal 'bridge - - - - - 30 Concrete construction - bridre - - - - - - - 25 Erection of structural metal for metal bridge, excluding sinn bridge - - - - - - - 30 Piledriving, not including cast-in- drilled hole piles - - - - - - - - - - - - 23 3. EQUIPMENT RENTAL The provisions of S.S. Sec. 9-1 .03A(3) shall apply except as modified herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, " or other circuwastances beyond the control of the I.gency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of trans- .r-,porting equipment to move the rented equipment will not be paid C - 1 0000. y SECTION D - CONSTRUCTION DETAILS 1 . ORDER OF WORK There are three major areas in which work is to be done. Each major area consists of one or more groups of streets. The Contractor shall schedule the major areas in a sequence that will provide for the Tara Hills Area being the last area slurried. One week prior to the start of work in each major area, the Contractor shall furnish to the Engineer a schedule of work shoring the Contractor' s planned sequence of operations. The schedule shaft list all necessary preparatory work (vegetation removal and street cleaning), tree trimming and slurry sealing operations for each. street in the major area. Such schedule shall be subject to the review and approval of the Engineer. No work shall be done until the Engineer and the Contractor have agreed, in writing, to the schedule to be followed by the Contractor. When slurry seat operations have been started in any major area, they shall be continued to completion in that major. area before being started in any other major area. Completion of work shall . ` include all necessary cleanup. Full compensation for conforming to the requirements of this special provision shall be considered to be included in the contract; unit prices paid for the various items of work, and no additional com- pensation shall be allowed therefor. 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING' When individual streets or groups of streets are being slurry sealed, those streets may be closed to traffic by the Contractor, subject to the following conditions: A. No street shall be closed to traffic after 6:00 p:m. B. No street shall be closed to traffic for more than two hours after being slurry sealed unless approved by the Engineer. C. Emergency vehicles shall be permitted to pass through the work area without delay at all times. D. All street closures, detours and traffic signing, including special signs, must be approved by the Engineer at least five working days prior to such closure. D - I QO.as2: .mow � SECTION D - CONSTRUCTION DETAILS 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING E. At least 2 days in advance of the street closure all residents on that street shall be notified by the Contractor in writing of the time and date of the closure. The list shall include names of all other. streets to be closed on that same day. At the end of the day's work and when construction operations are suspended, all equipment and other obstructions shall be removed from the roadway. In lieu of the provisions in Sections 7-1 .08, "Public Convenience" and 7-1 .09, "Public Safety, " of the Standard Specifications, the Contractor shall bear the entire cost of furnishing ' installing,. and maintaining signs, lights, flares barricades and other warning and safety devices. Lane closure shall conform to the provisions in Section, 7-1 .092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by the Contractor and approved by the Engineer. The Contractor shall also provide and station competent flagmen in advance of the lane closure and the sole duty of the flagmen shall be to direct traffic around the work. Twenty-four (24) hours prior to the day a street is to be resurfaced, the Contractor shall furnish and erect "No Parking" signs. These may be attached to portable barricades or trees or any other method, except utility poles, at the option of the Contractor. These signs shall be removed when that street is resurfaced. It will be the responsibilty of the Contractor to, arrange . for towing and removal of any vehicles which have not been removed .by the owners and which interfere with the sealing operations. Full compensation for furnishing all labor, materiai.s, signs, lights, barricades, tools, equipment, and incidentals, and for doing all the work involved in their installation, complete in place, as specified herein, and as directed by the Engineer, and for maintaining and removing them; shall be considered as included in ,the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special provisions shall be considered as Included in the prices paid for the various contract items, and no additional compensation will be allowed therefor. D - 2 SECTION D - CONSTRUCTION DETAILS 3. TREE AND SHRUB TRIMMING Nhere required by the contractor's operations, trees shrubs shall be neatly trimmed. All trimminn -h- 11and the rnntr-rtn t ut a.vui}v u, i tvu tvt tug &I1 u1by equipment, and incidentals, and for signs, lights, barricades, toots, lace, in all the work involved in their installation, OM and tfor nmaintaining. doing as specified herein, and as directed by prices paid and and no removing them; shall be considered asincludeditnohe compensation for the various contract items of work, will be allowed therefor. conforming to the provisions in Full compensation for 'on 7 of the Standard Specifications and these special provisions Sects rices paid for the various shall be considered as included in the p and no additional compensation will be allowed therefor. contract items, D - 2 MUM) SECTION D - CONSTRUCTIOld DETAILS 3. TREE AND SHRUB TRIMMING Where required by the contractor's operations, trees and shrubs shall be neatly trimmed. All trimming shall be performed by the contractor and shall not exceed what is necessary to clear the contractor' s equipment. Stub or ledge cuts shall not be left after the removal of limbs. Limbs to be removed shall be undercut to prevent breaks or tearing of the bark. Final cuts shall be made nearly flush with the parent branch or trunk leaving a callus ring. Portions of trunks or parent limbs from which limbs over one inch in diameter have been removed shall be immediately sealed with a commercial type tree sealer. All trimmings shall be disposed of in accordance with Sec. 7- 1 . 13 "Disposal of Material Outside the Highway Right of Way, " of the Standard Specifications. Full compensation for tree trimming shall be considered as included in the contract prices paid for "Slurry Seal " and "Heat and Scarify Pavement" and no additional compensation will be allowed therefor. 4. STREET SURFACE PREPARATION Immediately prior to the application of the slurry seal- the street surface to be sealed shall be thoroughly cleaned of all foreign material such as, but not limited to, leaves, sand, gravel , and dirt. The method of street cleaning shall be with a power vacuum broom and shall be sufficient to provide a bond between the existing pavement surface and the slurry seal and shall be subject to the approval of the Engineer. Flushing with water may be required in some areas. Ali vegetation and debris removed from the roadway surface shall be disposed of in accordance with Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way, " of the Standard Specifications Full compensation for furnishing men, equipment and material for removing vegetation and for cleaning the existing pavement, including any flushing with wafter and for disposing of all material removed from the roadway surface shall be considered included in the contract prices paid for "Slurry Seal " and "Heat and Scarify Pavement" and no additional compensation will be allowed therefor. D 3 t i 00064 r' SECTION D - CONSTRUCTION DETAILS 5. CLEAN-UP All construction debris, materials, and equipment in fihe area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the construction area in accordance with the proivisons in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of stay, " of the Standard Specifications and these special provisions. Concrete surfaces shall be cleaned in accordance with the cleanup details shown on the plans. Full compensation for cleanup shall considered as included in the prices paid for the various contract items of work requiring cleanup, and no separate payment will be made therefor. 6. SLURRY SEAL 1 . General The Contractor shall have the responsibility for the inspection and supervision necessary for controlling the characteristics of the slurry seal to conform to the mix design and the spreading of the slurry seal to meet the requirements specified- herein. The County' s responsibility shall include all testing and inspection necessary to establish the degree to which the material as furnished and placed meets the requirements of the approved mix design. The Contractor may use any combination of testing and inspection by commercial laboratories, his own forces, or by suppliers of materials as he deems necessary to produce and place material in accordance with the requirements specified herein. 2. Mix Design, Proportioning and Testing Not less than five (5) working days prior to the start of slurry sealing operations the Contractor shall furnish to the Engineer the following information on the slurry seal mixture proposed to be used : A. The source of each material in the proposed mix, and B. Three copies of the final mix design showing per- centages of each material in the proposed mix and the abrasion loss results. Slurry seal shall not be furnished or placed until the proposed mix pro- portions and characteristics have been approved in writing by the Engineer. D - a r L _ _ SECTION D - CONSTRUCTIO14 DETAILS 6 SLURRY SEAL (Continued) 2. Mix Design, Proportioning and Testing (Continued) During slurry sealing operations the contractor shall provide the following: a. Quantity of emulsion used in each "batch," b. Quantity of emulsion used daily, and C. Copies of all aggregate delivery tags. If the quantity of materials being used, or the appearance of the slurry seal indicates that the mix design is not being adhered to, work will be suspended and the contractor shall supply the Engineer with the following samples: a. Slurry seal aggregate - 30 pounds b. Asphalt emulsion - one gallon C. Abrasion test pads - three total Work shall not be resumed until a modified mix design is approved by the Engineer or corrective measures are taken to insure conformance to the approved mix design. 3. Materials The slurry seal shall consist of a mixture of emulsified asphalt, aggregate, mineral filler, water, and other admixtures. a. The emulsified asphalt shall be a quick-setting cationic type such as Chevron Asphalt Companys, QS-Kh or an approved equivalent. b. Aggregate shall consist of rock dust or other sands of a similar nature, except that any combination of aggregates used in the mixture shall contain not less than 50 per cent of the product obtained by crushing rock. The material shall be free from vegetable matter or other deleterious matter. The blended aggregate shall have a sand equivalent of not less than 60 when tested by Test Method No. Calif. 217. The gradation of the aggregate shall be determined ` In accordance with Test Method No. Calif. 202 and shall conform to the following: D — 5 r {'. 04065 SECTION D - CONSTRUCTION DETAILS 6. SLURRY SEAL (Continued) 3. Materials (Continued) Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No. 50 25-42 No. 100 15-30 No. 200 10-20 The combined aggregate shall have a durability index of not less than 35 when tested in accordance with Test Method No. Calif. 229. Mineral filler shall be portiand cement and shall be considered as part of the blended aggregate and shall only be used If necessary to improve the workability of the mix or gradation of the aggregate. c. Water used with the slurry mixture shall be potable and free from harmful soluble salts. There are two sources of potab I e .crater within the project area (EBMUD b CCC Water) and the design of the slurry mix shall consider both of these sources. d. Admixtures may be used as necessary to control mixing and setting rates of the slurry mix. The admixture, the amount to be added, and the methods by which it is to be added shall be approved by the Engineer. 4. Equipment All equipment, tools, and machines used in the per- formance of this work shall be maintained in satisfactory working order at all times. a. Slurry Mixing Equipment - The slurry mixing machine shall be a continous flow mixing unit (rotating drum mixers will not be allowed ) and be capable of delivering accurately at a continuous and constant rate a pre- determined proportion of aggregate, water and asphalt emulsion to the mixing chamber and to discharge the thoroughly mixed product on a continous basis. The aggregate shall be prewetted. immediately prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients together. No violent mixing shall be permitted. , , , D - 6 00067 SECTION D - CONSTRUCTION DETAILS 6. SLURRY SEAL (Continued ) 4. Equipment (Continued) The mixing machine shall be equipped with an approved fines feeder that provides an accurate metering device or method to introduce a predetermined proportion of mineral filler into the mixer at the same time and location that the aggregate is fed. The fines feeder shall be used whenever added mineral filler is a part of the aggregate blend. The mixing machine shall be equipped with a water pressure system and fog type spray bar adequate for complete;: fogging of the surface preceding spreading equipment. There shall be a minimum of two (7 cubic yard or larger) mixing machines on the project in good working condition at all times. b. Slurry Spreading Equipment - Attached to the mixer machine shall be a mechanical type squeegee distributor equipped with flexible material in contact with the surface-, to prevent loss of slurry from the distributor. It shall be maintained so as to prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread . There shall be a steering device and a flexible strike-- off. The spreader box shall have an adjustable width. The box shall be kept clean, and build-up of asphalt and aggregate on the box shall not be permitted . c. Auxiliary Equipment - Hand squeegees, shovels, and other equipment shall be provided as necessary to perform the work. 5. Application The rate of application shall be such as to produce a minimum uniform thickness of one-eight inch ( 1/811) with the gutter lip being overlapped. This overlap shall not exceed 2 inches. Trial mixes in the slurry machine shall be made before any major work is undertaken. Any of the proposed streets to be slurry sealed may be designated as the "test area" and all work completed and accepted by the Engineer within the "test area" will be paid for at the contract unit prices Prior to trial mixing, the Contractor shall check the calibration, and calibrate if nexessary, the feed rate controls for the aggregate, emulsion, wafter, fines and admixtures. During trial mixing the water, fines and admixture content may be adjusted to obtain the consistency and setting rates desired. The proportions of aggregate and emulsion may be changed only after the submittal of a new mix design.. 7 - .00068 a SECTION D - CONSTRUCTION DETAILS G. SLURRY SEAL (Continued) 5. Application (Continued) The surface shall be prewetted by fogging ahead of the slurry distributor. Water used in prewetting the surface shall be applied at such a rate that the entire surface is damp with no apparent flowing water in front of the slurry distributor. The slurry mixture shall" be of the desired consistency when deposited on the surface and no additional elements shall be added. Total time of mixing shall not exceed four minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that complete coverage is obtained. No lumping, balling or unmixed aggregate shall be permitted . No segregation of the emulsion and aggregate fines from the coarse agge- gate will be permitted. No excessive breaking of the emulsion will be. allowed in the slurry distributor. No streaks such as caused by over- sized aggregate will be left in the finished pavement. Immediately prior to sealing operations, all surface metal utility covers ( including County survey monuments) shall be protected by thoroughly oiling the cover surface with an oil of a grade not less than SAE 30. No adhesive material shaft be permitted to cover, seal or fill the joint between the frame and cover of the structure. Covers are to be cleaned within 24 hrs. after the surfacing on that road is complete. The slurry seal shall not be applied if either the pavdment' or air temperature is 550 F or below and falling, but may be applied when the air and pavement surface temperatures are 450F or above and rising:' Each slurry seal application shall start and end' on 'a strip of building paper or other suitable material laid on the pavement transverse to the existing street centerline. The paper shall be removed immediately after placing of the slurry seal to leave a clean, straight edge. Longitudinal and transverse joints shall be lapped neatly without unsightly edges or excessive accumlation of material . Or, in lieu of the building paper, the contractor may use a chalk line and hand work the material to provide the desired clean, neat edge. Precautions shall be taken to insure that aggregate stockpiles do not become contaminated with oversized rock, clay, silt, or excessive amounts of moisture. The stockpile shall be kept in areas that drain readily. Segregation of the aggregate will not be permitted . The contract unit price paid per square yard of slurry seal shall include full compensation for furnishing all labor, materials, . tools, equipment, and incidentals, and for doing all the work as shown on the plans, as specified in these special provisions and as directed by the engineer. D - 8 -� , 00069 SECTION D - CONSTRUCTiON DETAILS 7: HEATER SCARIFY I - Heat, Scarify and Slurry Seal As shown on the plans, in the Walnut Creek area , the existing pavement shall be evenly heated and scarified to a minimum depth of three-quarters inch by a continously moving surface scarifier. The surface shall be left in an evenly spread condition and the aggregate, shall not be pulverized, spalled or broken. . The minimum temperature of the scarified asphalt shall not be less than 2250F when measured three minutes following the operation. The binder shall not be charred in excess of 0. 1 of 1p. The minimum machine capacity per hour shall be 1000 square yards of treated pavement. Compaction shall be with a steel roller followed by a rubber-tired compactor. The compaction operation shall be approved by the Engineer and performed immediately behind the scarifying operation. At the end of each working day, all scarified and compacted paved areas shall be treated with a rejuvenating agent. The scarified pavement shall receive two 118 inch slurry seal treatments, with a 24 hour lapse between each treatment, within 3 days after the heater-scarifying operation is complete. The area shall be swept and prepared as per section 5 and the slurry seal shall conform to section "Slurry Seal " of these special provisions. Full compensation for equip- ment, labor, material , tree trimming or tree protection and a double slurry seal treatment shall be included in the contract price paid per square yard for "Heat and Scarify Pavement. " 2. Asphalt Rejuvenation Agent The asphalt rejuvenating agent shall be "Reclamite" and diluted to one ( 1 ) part water to two (2) parts concentrate. Diluted Reclamite shall be applied at the rate of 0. 18 to 0.22 gallons per square yard . The exact rate of application will be determined by the Engineer. Full compensation for labor, material , equipment necessary for distributing asphalt rejuvenating agent per these Special Provisions and the rejuvenating agent "Reclamite" shall be considered as included in the bid item per gallon of "Rejuvenating Agent. " The quantity specified is the approximate concentrate needed, the actual quantities will be determined by truck tare tags. 8. PAVEMENT MARKERS - Type "D" Pavement markers shall conform to the provisions in Section 85, "Pavement Markers, " of the Standard Specifications and these special provisions and are to be placed only on Newell Avenue by the contractor. The adhesive shall be the Rapid Set Type conforming to Section 95-2. 04, of the Standard Specifications. ° - 9 oW'ta SECTION D - CONSTRUCTION DETAILS 8. PAVEMENT MARKERS - Type "D" (Continued) The provisions of Section 85-1 .03, "Samp,l i ng,, ,To l erances and Packaging," shall not apply, however a Certificate of Compliance fi shalt be required for the markers and the rapid set epoxy. Pavement markers shall not be placed until the traffic centerline stripe has been painted by "County Forces." This traffic . . . _r stripe shall be used by the Contractor as the controllinefor the installation of the markers. Markers shall be placed according to:-- - Contra oContra Costa County Standard Plan CC 3050. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor, including' correction of minor irregularities in the line established by the - traffic stripe. The contract unit price for pavement markers shall incGude- fuil compensation for furnishing Rapid Set Adhesive, and no additional , ' payment shall be made therefor. y r r D - 10 0,0. I LIST OF STREETS TO RECEIOE SLURRY SEAL 2"amie Area (sq. yds..) Tara Hills Area O'Rourke Dr. 890 Murphy Dr. 4,257 Dublin Dr. 2,848 Shamrock 5,180 Rim Rd. 4,106 Zander Ct. 700 Sullivan St. 1,450 Fitzpatrick St. 2,191 Fisher St. 2,481 Flannery Rd. 3,080 Mayo Ct. 420 Dundee Rd. 1,280 Limerick Rd. 4,400 Coleen Ct. 900: Kerry Ct. 500 Galway Rd. 4,400 Dolan Way 3,666 Kevin Rd. 8,030 Ardmore Dr. 2,666 HcMorrow Rd. 3000 Sargent Ave. 7047 O'Harte Rd. 5,780 O'Hatch Dr. 2,240 Brian Rd. 4,500 Kavanagh Rd. 73600 Neal Ct. 800 Yjahan Way 2,900 Kenny Dr. 103208 Draper St. 4,595 HeVicker Ct. 450 East Richmond Heights Area Ralston Ave. 12,283 Yale Ave. 2,916 Monterey Ave. 4,416 Dimm Way 1,666 Zinn St. 1,503 Kensington Ave. 71260 Olive Ave. 3066 Sierra Ave. 1,666 Tulare Ave. 7,590 Hazel Ave. 12420 Claremont Ave. 2033 Bernhard Ave. 15,400 Highland Ave. 4.,444 Felix Ave. 2,860 0— (, " -------- ........ 4,( Name Area (sa, ds.) East Richmond Heights Area (Cont.) Fairview Ave. 880 Plymouth Ave, { Elm Ave. 6,600 Laurel Ave. 4,�9 Popular Ave. � ? Sequoia Ave. Palm Ave. 1�Q17 3 Aqua Vist Ct. 833" Aqua Vist Rd. 472 Richmond Ave. 11805 — Scenic Ave. 2.644 Clinton Ave. 1,136 Cypress Ave. 1,666 Taft Ave. x,151 Del Monte Ave. 972 2Q83 Walnut Creek Area (Heater Scarify + SLurry) Newell Ave. 7,777 Lilac Dr. Arbutus Dr. 3,488 7.,447 '3 V'.0A.: :`� �• ::'#} �e.: .'pc... �� • £::e +.c: 'per `S ...� ;fir £G _ Oy.r•t`18;f+..'Jy ( ,: ,t i •..O � t s� `.♦' .i �. f:� rr1 C3."Y '�ia;g �S Sir,i 'y �. l c v.0 G: � T• Z• r' - tZ , � t 1 t� k=Nr����u{43Y�,�: �'-y"S ,� I� � �3$ *ra � 7�•� �� L S L v- t:i 'r 9�a ''� t`t t�ai(�"�i7-'`�"s��., . i p { j b .� E¢..� 4.:. C•4L.' ♦�•£{I 272,:' i t may.f Nth .G*Lra-'Si?Iwi <y+O i f • � �i.4 a a! 4 s 2r` '�' ^t^ t 3r �= 3tr !_� £::�� S� F ��,. «,�-� •� .�_ �sFY. �Y�`!� '=� ra .J � :r• �!'� o EYE`. d_ • rp.�`i G E:2,� � � � r->`.' z� ;'".'r� le 25 w � •- "lZ��o .Y++t•>` �•� st �'�"" <a, 'a' d.`1C.: aSsga "r7"'�. ' � I$ � � j]j � � � � • � �»w�mr+�q,a t a ,_�y�k �si�►�'� Mir'"�"V S ��Q �.:' lilt } + p' b' w : � •s c �i 4�,� '� •ist! � f i -:� i � � ,�r � fat .r` r E It .t �� .� D. �.�,. •ja �• R`,Cys. 2� ,ter U. x v rt _ ' N J, • y ,i t i pf .� •It •• �~ a \� � - 1. '� ��fM `yam. !� �a •! itrr= s �� • � �� � � ��Ci�'�a '� �[ " � � � ) � ^�" li ;1�-",moi � +'LZ � # e•i ! It Ll ZOR u 'S :4t� -R'O ' j{F ti (� "• ,�s _'�' Q L. S. ,a �G�" ,�. `f �.J. �`'f' d ln�? ti•• '�-O J ! �.. * s • a.} � tI 1 �p �� a�' �,. ids ,"�4'T�# u • a •r r y � fi'-%25 1. .ai 7,� `., '.....: ' .-' .:, `. �.. �.. �,, ., .„•,,..cr>k.�'��n�Via!}P c?:�'.��.. �fa�"..x ����, �z... F'�¢��ih� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for San Pablo ) Dam Road, Station 301 ,81 Sobrante ) SOLUTION NO. 751311 Area, Project No. 0961-5819-74 . ) WHEREAS Plans and Specifications for replacing a slide damaged culvert and drainage ditch with a closed culvert- system- and'. . repair of erosion caused by the danaged system on San Pablo Dam Road, Station 301 , E1 Sobrante area, have been filed with the Board this day by the Public Works Director; and said project considered exempt from environmental impact report ` requirements as a Class IC categorical exemption; WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this ' Board; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica- tions are hereby APPROVED. Bids for this work will be received on. May 20, 1975 at 11 :00 a.m. , and the Clerk of pu this Board is directed to ish Notice to Contractors in the manner, and for the time required by law invit' bidsforsaid work, said Notice to be published in the L pfir TTS SUN PASSED AND ADOPTED by the Board on April 22, 1975 cc: Public =forks Director County Auditor-Controller County Administrator RESOLUTION NO. 75/311 QQU SAN PABLO DAM ROAD jv+,;7 `��• � PROJECT NO. 0961-5619-74 BIDS DUE MAY 20# 1975 AT 11 O'CLOCK A.Ms ROOM 103+ COUNTY ADMINISTRATION - BUILDING► 651 PINE STREET► MARTINEZ# CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ► CALIFORNIA • P R 0 P 0 S A L F 0 R SAN PABLO DAM ROAD# CULVERT RECONSTRUCTION STATION 301 NAME OF BIDDER .... —--------------------- BUSINESS ADDRESS ------ PLACE OF RESIDENCE ' ---------------------------- TO ---------------------------- TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THE UNDERSIGNED9 AS BIDDERS DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON► FIRM OR CORPORATION— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO— POSED WORK* PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREES► IF THIS PROPOSAL IS ACCEPTED# THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY* TOOLS* APPARATUS AND OTHER MEANS OF CONSTRUCTION► AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT* IN THE MANNER AND TIME PRESCRIBED► AND ACCORD— ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH# AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK# THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING S -- ( INSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BID► TO WIT- 00075 P — 1 I P — 1 PROPOSAL (CONI*. ) (PRICE NOT TO EXCEED THREE (3) DECIMALS) --r----------------------------------------------------11 --r.r.r---- ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE( IN ills NO. QUANTITY MF ASURE ITEM FIGURES) FIGURES) ---------------------------------------------- ---------------- ------ --------- I LS SIGNING AND TRAFFIC CONTROL - ------------------------------------------------------ ONTROL -------- ----------------------------------------------- ----- ----_r--- 2 LS ABANDON CULVERT ------------------------r-------_----r--------r--r-----r--w�M-------- --------- 3 -----r_- 3 220 CY STRUCTURE EXCAVATION (F) t ----------------- ..--------------------------- .._-_.ter........- --------- 4 ..._.....--.ter..4 165 CY STRUCTURE BACKFILL (F) I --------- 5 285 CY IMPORTED BORROW 1 t t ------------------------------------------------------------------- -------- 6 --r---_6 22 TON ASPHALT CONCRETE i 1 ! -----------N---------------- ----------------------------------------- ------- 7 20 LF ASPHALT CONCRETE DIKE E (F) r--.�--w.-rr----+-----------------r--rrr----~-----------------r­ 8 1 EA MINOR STRUCTURE � s (TYPE 11 MANHOLE BASE ) ..-----------_....._--..—------------------------------------------------- -------- 9 2 EA MINOR STRUCTURE ` ) tMODIFIED TYPE II MANHOLE SASE) -- ------------—--—------——--------------------------- - ------------------ 10 1 EA MINOR STRUCTURE (TYPE A HEADWALL ) t _�'--�'---------------------- -- ------ --- ----- 11 324 LF 3010 BITUMINOUS COATED CORRUGATED STEEL PIPE ( *079" THICK) A_-----•--MN__N-r-�-- ---------------------------------------------------- 12 ---- ------ ----12 400 5 RELOCATE UNDERDRAIN $400x00 (CONTINGENT SUM* PAID AS EARNED) -------------------------~------ ------rr---------------_ ------ _r------- NOTE—PLEASE SHOW TOTAL ON PAGE P-1 TOTAL -_-_r-----------w.---_--___N-------------------------------------------------- 00077 -------------------------r---r---r--000'77 P — 2 PROPOSAL (CONT. ) ----------- IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS+ THE UNIT PRICES SHALL PREVAIL* IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEC, ARE APPROXIMATE ONLY* BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL• AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED# IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORM. OR AS THE TOTAL AMOUNT BID FOR THE PROJECT* DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED9 AS BIDDER* SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL# TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY * EXECUTED BY A RESPONS- IBLE SURETY ACCEPTABLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPOSAL I5 ACCEPTED BY SAID COUNTY OF CONTRA COSTA* IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUMS TO BE DETERMINED AS AFORESAID• WITH SURETY SATISFACTORY TO THE -BOARD OF SUPERVISORS* WITHIN SEVEN (7) DAYS+ NOT INCLUDING SUNDAYS+ AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURE• THE BOARD OF SUPERVISORS MAY* AT ITS OPTION• DETERMINE THAT THE BIDDER HAS ABANDONED THE CONTRACT+ AND THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS i-ii-ii-rl--- THE CONTRACTOR AGREES. BY SUBMISSION OF THIS PROPOSAL TO CON- FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS, THE SAME AS IF INCORPORATED HEREIN* A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED* AND THE BIDDER WILL. BE EXPECTED TO PERFORM WITH HIS OWN FORCES* ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED* THE FOLLOWING IS A COMPLETE LIST OF ITEMS OF WORK TO BE SUB- CONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR, THE VALUE OF THE WORK SUBCONTRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEM, DETERMINED FROM INFORMATION SUBMITTED BY THE CONTRACTOR* SUBJECT TO APPROVAL BY THE ENGINEER* THE UNDERSIGNED. AS BIDDER, DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY9 THE BY LAW'S: RULES OR REGULATIONS OF WHICH-PROHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY BID FROM, ANY SUBCONTRACTOR OR MATERIALMANP WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY9 OR WHICH PREVENT. ANY SUBCONTRACTOR OR MIATERIALMAN FROM.. BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY.00078 P - 3 000,18 4 PROPOSAL (CONT. ) ---------------- NO. ITEM SUBCONTRACTOR ADDRESS ---- ----------------------- - --- ------ -------------------- ---- ------------------------- ------------------ --- -------------------- ---- ------------------------ ---------------------- -------------------- ---- ------ ---------------- ------------------------ ----------r_-....------- rr-------r-r---r---- ---- ------------------------ ----------------r----- ------------- ------ ---- ------------------------ ---------------------- -------------------- ACCL)!SPA":Y I":G THIS PROPOSAL IS A PROPOSAL GUARANTY I NI THE A L:O'J,�T 0r TEN (10) PE.r2C£":T OF A'•!OU:T B I D I CAS!(I EP.'S CHECK* CERTIFIED" CHECK OR BIDDER'S BOND ACCEPTABLE) THE ":A".ES OF ALL PERSO";S INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT "NOTICE ---------------- IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION• STATE LEGAL NAVE CF CORPORATION+ ALSO NAMES OF PRESIDENT• SECRETARY* TREASURER* AND MANAGER THEREOF. IF A COPARTNERSHIP* STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL* STATE FIRST AND LAST NAME IN FULL. ----------------------r------------------------------- --------------~----------------~--------------------- ------------------------------------------------------- ---~----- -------------------------------------------------------------- LICENSED TO DO OR SUBCONTRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT . IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA- TIO;: OF CONTRACTORS. LICENSE NO. (CLASS- ------- CLASS---------------------r---------------- rr-------------------------------1�--r r -------------------------------r------ ------------------------------ (SIGNATURE --------------------- --- ---------(SIGNATURE OF BIDDER) BUSINESS ADDRESS --------------------- -----------------------PLACE OF RESIDENCE --------------------------------------------------- DATE 14 ----------------------------- -- 00079 P - 4 I y f SAN PABLO DAH ROAD CULVERT RECONSTRUCT[O[dl STAT IOft 301 Proj. 0961-5319-75 SPECIAL PROVISIONS e �a FOR CONSTRUCTION ON COUNTY HIGHWAY t S A N P A B L 0 D A H R O AD R` C. 0 L V E R T R E C 0 N S T R U C T 1 0 N S T A T I O N 3 0 l COUNTY ROAD NO. 0961C VICTOR W. SAUER, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA April 22, 1975 Q�QUQ' SAN PABLO DAM ROAD CULVERT RECONSTRUCTION STATION 301 Proj . 0961 -5819-75 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3 . Contract Documents A-1 4. Beginning Work, Time of Completion Liquidated Damages A-1 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials B-4 8. Legal Relations and Responsibility B-5 9. Prosecution and Progress B-8 10. Measurement and Payment B-10 SECTION C - FORCE ACCOUNT AND EQUIPMENT RECITAL 1 . Definition C-1 2. Labor C-1 3 . Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1 . Lines and Grades D-1 2. Materials D-1 3 . Public Convenience, Public Safety and Signing 0-1 4 . Obstructions D-3 5. Measurement and Payment D-3 6. Abandon Culvert D-4 7. Clearing and Grubbing D-4 8. Earthwork D-4 9. Imported Borrow D-5 10. Aggregate Base D-6 11 . Asphalt Concrete 0-6 12 . Asphalt Concrete Dikes D-7 13 . Minor Structures D-7 14. Reinforcement D-8 15. Corrugated Pipe 0-9 16. Relocate Underdrain D-9 17 . Manhole Frames b Covers D-9 CC 302 3021 3030 State A62-A3 D87-A.6 D97-A. 1 SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located approximately 1 1 /2 miles south of Castro Ranch Road at Station 301 , on San - Pablo Dam Road , in the El Sobrante area . 2 . DESCRIPTION OF WORK The work consists of installing pipe culverts, construct- ing appurtenant manholes , and culvert inlet headwall and embankment area , and such other items or details , not mentioned above , that are required by the Plans , Standard Specifications , or these special provisions to be performed , placed , constructed or installed . 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled : "SAN PABLO DAM ROAD CULVERT RECONSTRUCTION, STATION 301 ," the Standard Specifications of the State of California , .Business and Transportation Agency, Department of Transportation , dated Jan,uary, 1975 insofar as the same may apply, these special provisions , the Notice to Contractors , the Proposal , the Contract , the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions . 4 . BEGINIII14G YORK, TIME OF COMPLETION & LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03 , "Beginning of Work," Section 8-1 .06, "Time of Completion ," and Section 8-1 .07 , "Liquidated Damages ," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 30 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed ." The Contractor shall pay to the County of Contra Costa the sum of $75 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof, r {_ A - 1 4008 SECTION B - GEIIERAL PROVISIONS 3. PROPOSAL (BID) REQUIREPIEUTS AND COUDITIOUS (Cont. ) a. Examination of Plans , Specifications , Contract and Site of 11ork. (S.S. 2-1 .03) Records of the Department referred to in the second paragraph of S.S. Sec. 2-1 .03 may be inspected in the office of the Public Uorks Director for the County of Contra Costa, Martinez California. b. Proposal (Bid) Forms (S.S. 2-1 .05) (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. (2) All proposals (bids) shall be made on forms to be obtained from the office of the Public Works Director, at the address indicated on the Special Provisions; no others will be accepted. . (3) The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures , an item price, and a total for the item in the respective spaces provided, and shall by sioned -by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1 .05 shall not apply. C. Proposal (Bid) Guaranty (S.S . 2-1 .07) The requirements of S.S . Sec. 2-1 .07 are superseded by ;the following: (1 ) All proposals (bids ) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at lease: 10 percent of the amount bid. Guaranty may be in the form of cash , certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Cor.*pet,�ncy of Bidders (S.S. 2-1 . 11 ) The requirements of S.S. Sec. 2-1 . 11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of law referred to therein relating to the licensing of ...Con,�ractors . C z ,s :,j 0008A B - 2 i � t k x • ,x x " { 3'YS M1 �tkL 7f x !i � a � 1 L � 5 t .;i N r v"t t vq SAN PABLO DAM ROAD CULVERT RECONSTRUCTION STATION 301 Proj . 0961 -5819-75 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3 . Contract Documents A-1 4. Beginning Work, Time of Completion E _ Liquidated Damages A-1 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms B-1 2. General B-1 3 . Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6, Control of Work B-4 7. Control of Materials B-4 8. Legal Relations and Responsibility B-5 9. Prosecution and Progress B-8` 10. Measurement and Payment B-10 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3 . Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1 . Lines and Grades D-1 2. Materials D-1 3. Public Convenience, Public Safety and Signing D-1' 4. Obstructions D-3 5. Measurement and Payment D-3 6. Abandon Culvert D-4 7. Clearing and Grubbing D-4 8. Earthwork D-4 9. Imported Borrow D-5 10. Aggregate Base D-6 11 . Asphalt Concrete D-6 12. Asphalt Concrete Dikes D-7 13 . Minor Structures D-7 14. Reinforcement D-8 15. Corrugated Pipe D-9 16. Relocate Underdrain D-9 17. Manhole Frames b Covers D-9 CC 302 3021 , 3030 State A62-A3 D87-A.6 000% D97-A. 1 1 t_ SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located approximately 1 1 /2 miles south of Castro Ranch Road at Station 301 , on San Pablo Dam Road , in the E1 Sobrante area. 2 . DESCRIPTION OF WORK The work consists of installing pipe culverts, construct- ing appurtenant manholes , and culvert inlet headwall and embankment" area , and such other items or details , not mentioned above , that are required by the Plans , Standard Specifications , or these special., provisions to be performed , placed , constructed or installed . 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled: "SAN PABLO DAM ROAD CULVERT RECONSTRUCTION, STATION 301 ," the Standard Specifications of the State of California , ,Business and Transportation Agency, Department of Transportation , dated January, 1975 insofar as the same may apply, these special provisions , the Notice to Contractors , the Proposal , the Contract , the two contract bonds required herein , any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein , and to pertinent portions of other documents included by reference thereto in these special provisions . If . BEGINNING WORK, TIME OF COMPLETION s LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03 , "Beginning of Work," Section 8-1 .06, "Time of Completion ," and Section 8-1 .07, "Liquidated Damages ," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 30 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed ." The Contractor shall pay to the County of Contra Costa the sum of $75 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. < # A - 1 SECTION D - GENERAL PROVISIONS 1 . DEFINITIONS AND TERIiS As used herein; unless the context otherwise requires , the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as dinicated on the notice to ContracCors , Proposal and Special Provisions . b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the -Contra Costa County Public Works Director (Road Como s finer-Sr-rveyor; ex officio Chief Engineer) , or his authorised agent acting within the scope of his authority, who is the Agency's representative for administration of this contract. d. STANDARD SPECIFICATIONS (S.S. ) means the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, (hereinafter sometimes referred to as S.S. ) , dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be inter- preted to refer to the Agency , or its corresponding agency, office or o;FIFi cer acting under this contract. e. EQUIPMEI;T RECITAL RATES AILD GEIIERAL PREVIAILING WAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing Wage Rates of the State of California : Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Ciera: of the Board of Supervisors . f. OTHER PERTINrUT DEFIIIITIOXS - See S.S. Section 1 . 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions , or else-...,here by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq-. ) shall not apply to this contract, and reference ' thereto in S'.S. Sec. 1-1 .40 is hereby waived. b. Standard Specifications . The Standard Specifications (S.S . ) referred to above areyfi reference fully incorporated herein except to the extent that they are modified herein . 3. PROPOSAL (BID) REQUIREMENTS AIND 1COUDITIOUS The provisions of S.S. Sec. 2 shall apply except as modified herein. 1 . .00083 W S E`- C--T,O,, g - GEr ERAL ppOVIS I I Oh S 3- PROPOSAL {BjD) RE UIREFiEttTS AND COt1pI Ti a- examination of Pl- OtIS (Cont, ) eCifiedorder � 4• .,..���= Unless otherY:ise sspecial . zct Act- elsewhere by Section State Conte revisions , °r Goti�ernnen` Code a• se SPecia P .Ct Act ( and reference °f thE- State Cor.tr- is contract Section of the apply to th the P..Visions ov 1 s 1 on shall not i s hereby erai ved tandard Specifications 14250 et Seq:S. Sec. 1-1 . The S herein thereto in i ficati°nn folly incorporated Standard R ec Y reference herein - b. �o above are modified (S.S ,) referred that they C0t,Q1TIONS the extent ,�4 except to gECi�IP.Ct1E�i'CS A ly except as FR0F0SAi- (bI4) 3. Sec. 2 shall app provisions °f S.S.SS The aified herein- 04483 J SECTION B - GEtIERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIOUS (Cont. } a. Examination o► Plans , Specifications , Contract and Site of ttork (S.S. 2-1 .03) Records of the Department referred to in the second paragraph of S.S. Sec. 2-1 .03 may be inspected in the office of-the Public Works Director for the County of Contra Costa , Martinez , California . b. Proposal (Bid) Forms (S.S. 2-1 05) (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. (2) All proposals (bids)shall be made on forms to be obtained from the office of the Public 4lorks Director, at the address indicated on the Special Provisions ; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each iter: of work, in clearly legible figures , an item price and a total for the item in the respective spaces provided, and shall be signed .by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1 .05 shall not apply. C. Proposal (Bid) Guaranty (S.S. 2-1 . 07) The requirements of S.S. Sec. 2-1 .07 are superseded by ;the following: (1 ) All proposals (bids) shall be presented under sealed cover. . (2) Each proposal (bid) must be accompanied by, a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash , certified checti, cashier 's check, or bidder 's bond payable to the specific Agency. d. Conipet,�ncy of Bidders (S.S. 2-1 . 11 ) The requirements of S.S. Sec. 2-1 . 11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of lar referred to therein relating to the licensing of -.Coni.ractors . x 0 2 00084 - SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CORDITIONS (Cont. ) d. Competency of Bidders S.S . 2-1 . 11 (Cont. ) All bidders must be contractors holding a valid license to perform the required worts as provided by the Business and Professions Code , and may be required to submit evidence to the Agency as to their ability, financial responsibility , and experience , in order to be eligible for consideration of their proposal . 4. AWARD AND EXECUTIO11 OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply except as modified herein. a. Award of Contract (S.S. 3-1 .01 ) As used in S.S. Sec. 3-1 .01 "Director of Public Works" means the Board of Supervisors , b. Contract Bonds (S.S. 3-1 .02) The successful bidder shall furnish a Faithful Performance Bond in 'the amount of the total bid and a Labor and ;Materials Bond in an amount of at least fifty percent (50%) of the total bid , each in the form approved by the Agency. c. Execution of Contract (S. S. 3-1 .03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, to- gether with (1 ) the contract bonds , and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations , or (2-b) a certificate of Workmen 's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy • or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained front the County Public :forks Department, at the address indicated on the Special Provisions . d. The Guaranty of the successful bidder will be returned within fifteen (15) days after the contract is finally executed and approved, and Guaranties of other bidders will be returned promptly after the execution of the contract. 5, SCOPE OF 14ORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1 ,038 , "Increased or Decreased Quantities ," of the Standard Specifications , the following shall apply: 000 8 . B - 3 i SECTION B - GENERAL PROVISIONS 5. SCOPE OF WORK (S.S. 4) (Cont. ) If *the total pay quantity of any major . item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor,; will be determined in accordance with Sections , 4-1 .03B(1 ) , 4-1 .038(2) , or 4-1 .036(3) , as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of. . the Proposal quantity and the contract unit price. , 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 7. CONTROL OF MATERIALS (S. S. 6) The provisions of S.S. Sec. 6 shall apply , 8. LEGAL RELATIONS AND RESPOUSIBILITY (S.S. 7) The provisions of S.S. Sec.. 7, except as modified ,by the agreement ( Contract) or these special provisions, apply to, this project. a. Insurance (1 ) The Contractor, before perforning any work wider the agreement, shall , at no expense to the Agency obtain and maintain in force the following insurance: (a) With respect to the Conti-actor's operations: ' 7 B - 4 I SECTION B - GENERAL PROVISIOUS 8. LEGAL RELATION'S AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (i ) regular Contractor's Public Liability Insurance for at least Two Hundred Fifty Thousand Dollars 5250,000) for all damages arising out of bodily injuries to or death of any one person, and at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence; and (ii) regular Contractor's Pro erty Damage Liability Insurance for at least Fifty Thousand Dollars 50 ,00) for all damages arising out of. injury to or destruction of proper"y in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or ag coverage of at least One Hundred Thousand Dollars ($100,000?regate) for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations , Contractor shall procure or cause to be procured in their otirn behalf: (i) regular Contractor's Protection Public Liability Insurance for at least No Hundred Fifty Thousand Dollars 50 ,000) for all damages arising out of bodily injuries to or death of any one person , and for at least Five Hundred Thousand Dollars ($500 ,000) for all damages arising out of bodily injuries to or deaths of tuo or more persons in any one accident or occurrence; and (ii ) regular Contractor 's Protective Property Danage Liability Insurance for at least Fifty Thousand Dollars�$500) for all damages arising out of injury to or destruction of property in any one accident or occurrence, and, subject to that limit per accident or occurrence , a total (or aggregate) coverage of at least One Hundred Thousand Dollars W00,000) for all damages arising out of injury to or destruction of property during the policy period; and (c) Without limitation as to generality of the foregoing subdivisions (a) and (b) , a policy or policies of Public Liability and Property Damage Insurance in amounts not less than ;250 ,000/, 500 ,000 Public Liability and $50 ,000 Property Damage Insurrnce, insuring the contractual liability of Contractor under the provisions or this Section as hereinafter stated. THE POLICY OR POLICIES , OR RIDER ATTACHED THERETO , SHALL NiAN•1L• THE SPECIFIC AGENCY AS A WANED INSURED. ,, B - 5 00087 SECTION B - GENERAL PROVISIONS B. LEGAL RELATIOUS AND RESPONSIBILITY (S.S. 7) (Cont. } a. Insurance (Cont. ) (2) Form, Tera, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satis- factory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said . certificate(s ) shall provide for notice of cancellation to the Agency at least ten (10) days prior to cancellation of the policy. b. Public Safety The provisions of S.S. Sec. 7-1 .09 shall apply except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing , portable; de 1 i neators , flashing lights , and other safety devices , shall. b'e the responsibility of the Contractor at all times . The Contractor. shall respond promptly, when contacted by the Engineer, or other public agencies , to correct improper conditions or inoperative. devices . Failure to frequently inspect and maintain 1 -1 0ts and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of im- properly operating equipment, will be sufficient cause for suspension of the contract until such defects ars corrected.. : All expenses incurred by the Agency because of emergency "call -outs ," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or ita,rning devices , will be charged to the Contractor and may be deducted from any monies due him, c. Preservation of Property The provisions of Section 7-1 .11 of the Standard Specifications shall apply to all improvements , facilities , trees or shrubbery within or adjacent to the construction area that are not to be removed. t , 0008.5 pp _ SECTION B - GENERAL PROVISIONS . ` B. LEGAL RELATIMS Ai;O RESPONSIBILITY (S.S, 7) (Cont. ). c. Preservation of Property _(Cont. ) The last two sentences of paragraph 2 of Section 7-1 . 11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or - highway facilities in the vicinity of the construction area or to Ether damaged facilities or property within ,the rights- of-way or easements shown on the plans , the Engineer may ruake' or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-clay and Easenents The rights-of-way , easements , rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights- of-way , easements , or permits which the Contractor determines are: necessary or convenient for the performance of the cturF shall be obtained by the Contractor at his expense. e. Access to Construction Site The Contractor shall make his oven investigation of the conditions of existing public and private roads and of clearances , permits required, restrictions , road and bridge load limits , and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the. basis for claims against the--Agency or extensions of time for completion of the Mork. f. Responsibility for Daiage The provisions of the sixth , seventh , and eighth paragraphs of S.S. Sec. 7-1 . 12 , regarding retention of money due the Contractor shall not apply. B - 7 0,00S&I. SECTIOU 8 - GENERAL PROVISIONS '8. LEGAL RELATIONS AUD RESPOUSI6ILITY (S.S. 7) (Cont. ) g. ' Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1 . 165, "Damage by Storm, Flood, Tidal Wave or Earthquake, " of• the Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal waves , earthquakes in excess of a magnitude of 3. 5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damave--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer deterr.ines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifica- tions , take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consideration under the provisions of this Section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1 . 165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there shall be no markup allowance pursuant to Section 9-1 .03A, "Work Performed by Contractor, " unless the Occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost.- of repairing damaged work which was not in compliance with the require- ments of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. 10,ir"Wo 8 - 8 00090 • to SECTIGN 8 - GENERAL PROVISIONS 8. LEGAL RELATIOUS AUD RESPONSIBILITY (S.S. 7j (Cont.) 4. Payment for Repair !Work--Then the Occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, `; deternined as , provided in Subsection E, that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes . When the Occurrence that caused the damage vias- a storm or flood, the County will participate in the `cost of the repair determined as provided in Subsection E - in accordance %:ith the following: (a) On projects for which the am. oust , of the Contractor's bid for bid comparison purposes is $2 ,000,000 or less , the Cou:ity will pay; 40 :per cent of the cost of repair that exceeds S per cent of the amount of the Contractor's bid for bid comparison purposes. (b) On projects for which , the Contractor's. bid for bid comparison purposes is greater than $2,000,000, the County will pay 90 per cent , of the cost of repair that exceeds .$i00,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply except as modified herein. ,, # 8 9 0 09 SECTION' B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont. ) a. Subcontracting (S.S. 8- 1 .01 ) The items of work in the Engineer 's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items. " b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by -the Contractor without the prior consent and approval oilthe Board of Supervisors, nor in any evens, without the consent of the Contractor 's surety or sureties , unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S.S. 8-1 .03) In lieu of the provisions of S.S. Sec. 8-1 .03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "Notice to Proceed. " The Contractor shall not start work. prior to the date stated in the "Notice to Proceed" unless a chana_ e to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S .S. 8-1 .04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's %:ritten request. e. Time of Completion The following days are designated as legal hol-idays : January 1 , February 12, 3rd Monday in February,` last Monday in flay, - July 4, lst Monday in September, September 9 , 2nd Monday in October, November 11 , 4th Thursday in Novenber, December 25, Statewide election days , hours from 12:00 noon to 3:00 p.m. on Good Friday, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. G � L s - 10 0 (3g2 SECTION B - GENERAL PROYISIOUS 9. PROSECUTION ARD PROGRESS (Cont. ) e. Time of Completion (S.S . 8-1 .06) (Cont. ) If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENIT AND PAYMIENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S. S. 9=1 .045) The provisions of S.S. Sec. 9-1 .045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S. S. Sec. 9-1 .06 and the fourth paragraph of S.S. Seca 11-1 .02, the Agency will withhold 10 percent from any estimated '' amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1 .065) The provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec.-9-1 .0-7) (1 ) Upon satisfactory completion of the entire stork, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with. the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion , the Contractor shall be entitled to the balance due for the completion and acceptance of the stork , if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due trill be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1 .08 shall not-'apply. 00093 t SECTION B - GENERAL PROVISIONS 10. MEASUREMEHT AND PAYMENT (S.S. 9} (Cont.). f. Clerical Errors (S_S: Sec. '9-1 .09} :: € The provisions of S.,S_ Sec_. �-9-1 .09 sha11 `not. apply 9. All prior partial estimates and payments -shall be subject to correction in the final estimate and, payment. ' • f z • A t u to tr -; - � f j K SECTION C - FORCE ACCOUttT ARD EQUIPMENT RECITAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1 .03 shallapply except as modified herein. 1 . DEr n ITIOU. As used here, "force account" means the method of calculating—payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover overhead and profit for work not included as a bid item in the contract_ When extra work is to be paid for on a force account:. basis , compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual titage5 to be paid, as defined in S.S. Sec. 9-1 .03A(la) , will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account wort: unless such rates have been approved, in writing, by the Engineer. The labor surcharge percentage to be applied to the actual wages paid as provided in Section 9-1 .03A(lb) of the Standard Specifications will be 18 percent for all work, except that for the foll3wing types of work said labor surcharge will be as shown below: Type of Vo rk Performed Labor Surcharge Percent Cleaning and painting metal bridge - - - - -- 30 Concrete construction - bridge - - - - - - - 25 Erection of structural metal for metal bridge, excluding sign bridge - - - - - - - 30 Piledriving , not including cast-in- drilled hole piles - - - - - - - - - - - - 23 3. EQUIPMENT RE11TAL The provisions of S.S. Sec. 9-1 .03A(3) shall apply except as modified herein. a. No payment will be rade for idle time due to breakdown , lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. Y c. Idle time waiting for the arrival of trans- porting equipment to move the rented equipment will not be paid UQ09J.. C - 1 G - 1 SECTION D - CONSTRUCTION DETAILS 1 . LINES AND GP.ADES One complete set of stakes for each of the following items will be set by the Engineer after notification by the Con- tractor as specified in Section 5-1 .07: (a) Right of entry and clearing. (b) headwall , manholes , and pipe culverts . The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes , hubs , lines , grades or marks other than those set by . the Engineer , the cost of labor, equipment and materials required to comply with the Contractor ' s request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons , will be deducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. 2. MATERIALS In accordance with the provisions in Section 6-1 .07 ,, "Certificates of Compliance ," certificates of compliance will be required for cement , reinforcing steel , and corrugated steel pipe. The asphalt concrete and portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples . Refer to Section "Asphalt Concrete" and Minor Structures" of these Special Provisions. The Contractor shall give the Engineer not less than 4 working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portiand cement concrete from recognized commercial plants and any other material from other than the usual commercial sources. 4 D - 1 0009 SECTION D - CONSTRUCTIOU DETAILS 2 . MATERIALS (Cont . ) The relative compaction will be determined by comparison with the maximum density as determined by Test Method No. Calif . 216. The field density may be determined by Test Method No. Calif . 216 or by nuclear density gage determination (Test Method No. Calif. 231 .) 3 . PUBLIC CONVENIENCE , PUBLIC SAFETY AND SIGNING Construction operations shall be performed in such a manner that there will be at least one 12-foot-wide traffic lane open to public traffic at all times . At the end of the day 's work and when construction operations are not in progress , a passageway shall be maintained through the work of sufficient width to provide for two 12-foot wide paved traffic lanes for public traffic . In lieu of the conflicting provisions in Section 7-1 .08 , "Public Convenience ," and 7-1 .09, "Public Safety ," of the Standard Specifications , the Contractor shall bear the entire cost of furnishing, except those items shown on the plans to be County furnished , installing, maintaining and removing all signs ( including County furnished signs) , lights , barricades and other warning and safety devices . Signs shown on the plans to be furnished by the County, together with 4" x 4" wood posts , galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1 ) working day in advance of the time he proposes to pick up the signs , posts and fasteners . Signs shall be erected and covered with burlap prior to commencing any other stork on the contract . Covering shall be removed immediately preceding the start of work when directed by the Engineer . Wood posts shall be securely set a minimum of 2 ' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement . Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer, the signs , barricades and lights shall be taken down , dismantled ; and the County furnished signs and posts shall be delivered to the County Maintenance Yard. Sign Shop on Shell Avenue. Lane closure shall conform to the provisions in Section 7-1 .092 , "Lane Closure ," of the Standard Specifications except that the taper length for each lane width of closure shall be determined (�a Lsr� D - 2 00OU SECTION D - CONSTRUCTION DETAILS 3 . PUBLIC CONVENIENCE , PUBLIC SAFETY AND SIGNING (Cont .) by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station rn n-tont fl -nm n ;n Wood posts shall be securely set a minimum of 2 ' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer , the signs , barricades and lights shall be taken down , dismantled ; and the County furnished signs and posts shall be delivered to the County Maintenance Yard. Sign Shop on Shell Avenue. Lane closure shall conform to the provisions in Section 7-1 .092 , "lane Closure ," of the Standard Specifications except that the taper length for each lane width of closure shall be determined ;. ;# 000 D - 2 SECTION D - CONSTRUCTION DETAILS 3 . PUBLIC CONVENIENCE , PUBLIC SAFETY AND SiGN114G (Cont .) by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of the closure. The sole duty of the flagmen shall be to direct traffic around the work. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special provisions , including full compensation for furnishing all labor , materials , tools , equipment , and incidentals , and for installing , maintaining and removing all signs , lights and barricades as shown on the plans , as specified herein, and as directed by the Engineer , including picking up, hauling and returning County-furnished signs , and posts , shall be considered as included in the contract lump sum price paid for Signing and Traffic Control , and no additional com- pensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract . 4 . OBSTRUCTIONS Attention is directed to the presence of overhead utilities in the construction area. The Contractor shall give the utility company two (2) working days advance notice before work may start . The work specified shall be so conducted as to permit the utility company to maintain its service without interruption . Abandoned pipe lines , conduits , culverts (unless other- wise noted on the plans) and foundations, if encountered , shall be removed and disposed of off the job site, in accordance with the provisions in Section 7-1 . 13 , "Disposal of Materials outside the Highway Right of Way," of the Standard Specifications . Full compensation for conforming to the requirements of this special provision , not otherwise provided for , shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor . 5. MEASUREMENT AND PAYMENT Attention is directed to Section 9-1 .015, "Final Pay Quantities ," of the Standard Specifications , the provisions of which are applicable to several bid items on this contract . D - 3 00000 j SECTION D - CONSTRUCTION DETAILS 6. ABANDON CULVERT i The existing 42- inch culvert and the 1S-inch corrugated steel pipe insert shall be abandoned . The ends of the culverts shall be securely closed by a tight fitting plug or wall of commercialquality concrete containing not less than 470 pounds of cement per cubic yard . The culvert shall be backfilled with sand , by any method acceptable to the Engineer, which completely fills the pipe. Sand backfill material shall be clean , free draining , and free from roots and other deleterious substances. The existing culvert to be abandoned , where it intersects the side slope , shall be removed to the depth required for installa- tion of the 30- inch corrugated steel pipe before abandoning the existing culvert . Full compensation for plugs , any necessary headwall or structure removal , and structure backfill ( including sand pipe back- fill ) , shall be considered as included in the contract lump sum price paid for abandon culvert , and no additional compensation will be allowed therefor. 7. CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing ," of the Standard Specifications . Clearing and grubbing shall be performed only as necessary. 8. EARTHWORK The provisions in Section 19-2.02, "Unsuitable Material ," of the Standard Specifications, providing for payment for removal and disposal of unsuitable material as extra work shall not apply. The removal and disposal of all unsuitable material will be paid for at the contract price per cubic yard for the class of material for the quantity involved. Backfill material conforming to the requirements for 3/4-inch Class 2 aggregate base shall be used for structure backfill in the roadway sections. Native material may be used for structure backfill outside the roadway section in accordance with Section 19-3 .06, "Structure Backfill ," of the Standard Specifications. Pay limits for structure excavation and backfill shall be as shown on the plans and on the attached Standard Plans A62-A.3 and A62-C.7 . - D _ 4 00099 V #i � SECTIOU D - CONSTRUCTION DETAILS 8. EARTHWORK (Cont . ) Excess material from structure excavation shall be placed in the areas designated on the plans for fill and embankment. Full compensation for placement ( including compaction) of suitabie excess structure excavation material shall be considered as included in the contract price paid for structure excavation and no separate payment will be allowed therefor. The requirements of paragraph two of Section 19-5 ,O.3. do not apply. Prior to placing embankment material over the existing inlet apron pavement , the pavement shall be scarified to its fu).i depth. After scarifying, the pavement shall be broken up and recompacted . Full compensation for scarifying and recompacting shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor . The Contractor and his Engineer shall retain the respon sibility for the correctness and adequacy of the design and the implementation of the "Trench Excavation Safety Plans ," (SS Section 5-1 .02A) during the course of the construction work. The review of the plan by the County Public Works Department will not relieve the Contractor and his Engineer of the above responsibility. Full compensation for preparing the plan , constructing the planned shoring or protection and removing the planned shoring or protection shall be considered as included in the contract price paid per cubic yard for structure excavation , and no additional compensation will be allowed therefor. Full compensation for structure excavation and backfill for the inlet headwall and manholes is paid for under the various contract items for minor structures and no additional compensation will be allowed therefor. 9. IMPORTED BORROW Imported borrow shall conform to the provisions in Section 19-7 , "Borrow Excavation ," of the Standard Specifications and these special provisions . imported borrow shall be free from stones or lumps exceeding 3 inches in greatest dimension, vegetable matter or other unsatisfactory material . Imported borrow will be paid for by the cubic yard. VVJLUV` SECTIO14 D - CONSTRUCTION DETAILS 9. IMPORTED BORROW (Cont . ) If it is determined by the Engineer that it is impracticable to determine the pay quantity for imported borrow as provided in Section 19-7 .04 , "Measurement ," of the Standard Specifications , the pay quantity will be computed on the basis of the dimensions shown on the plans , adjusted by the amount of any change ordered by the Engineer . No allowance will be made for imported borrow placed outside the plan dimensions unless otherwise ordered by the Engineer . 10. AGGREGATE BASE Aggregate base shall conform to the provisions in Section 26 of the Standard Specifications and these special provisions . Aggregate base shall be Class 2 and shall conform to the . grading for the 1 1 /2 inch maximum or 3/4 inch maximum grading . The aggregate base provided must comply wholly with the specifications for 1 1 /2 inch maximum or 3/4 inch maximum. A combination of the two separate specifications will not be permitted . Full compensation for furnishing and applying all water after the material has been delivered to the roadbed , including water required - for dust control , shall be considered as included in the contract price paid per cubic yard for "Structure Backfill." and no separate payment will be made therefor . 11 . ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the pro- visions in Section 39, "Asphalt Concrete ," of the Standard Specifica- tions and these special provisions. Unless otherwise directed by the Engineer , asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000. Aggregate shall conform to the grading specified in Section 39-2.02 , "Aggregate," of the Standard Specifications for one- half inch maximum, medium grading. Paint binder shall be asphaltic emulsion , Type RSI . The asphalt concrete surface course shall be spread in, one layer of 0. 15-foot thickness. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle . s..= D - 6 00101 _ ._ .. �:, SECTION D - CONSTRUCTf0t1 DETAILS ii . ASPHALT COttC4ETE (Cont . ) Asphalt concrete shall be placed one-half width at a time and the remaining ane-half width of the roadbed shall be kept free •of obstructions and open for use by public traffic at all times until the half-width of surfacing first placed is ready for use by traffic. Conforms between existing pavement and ne4rly constructed pavement shall be made by cutting the existing pavement to a neat., smooth line at the conform line and constructing a vertical -face butt joint . A fog seal coat (RSI } conforming to the provisions in Section 37 "Bituminous Seals" of the Standard Specifications , shall be applied to the paved inlet area. The contract price paid for asphalt concrete shall include full compensation for the following : (a} Cutting existing pavement for conform work (b) Furnishing and applying asphaltic emulsion (c) Fog sealing of the inlet area 12 . ASPHALT CONCRETE DIKES Asphalt concrete dikes shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Fog seal coat conforming to the provisions in Section. 37, "Bituminous Seals ," of the Standard Specifications , shall be applied to the completed dikes. Full compensation for fog seal coat , and for furnishing asphalt concrete placed as dikes , shall be considered. as in�Tuded- in the contract price paid per linear foot for asphalt concrete dikes and no separate payment will be made therefor . 13 . MINOR STRUCTURES Minor structures shall conform to the provisions of Section 51 -1 .02 , "Minor Structures ," and Section q0-i0 , "Minor " . Concrete" of the Standard Specifications and manholes are identified as minor structures . • The third paragraph of Section 51 -1 .02 , "Minor Structures ," shall not apply. Precast units gill not be allowed . Forms for minor structures shall conform to Section 51 -1 .05, "Forms ," of the Standard Specifications. }�:�}v D - 7 0102 SECTION D - CONSTRUCTION DETAILS 13 . MINOR STRUCTURES (Cont. ) Minor structures will be paid at the contract price per each, which price shall include full compensation for all structure excavation and structure backfill , furnishing and placing bar reinforcing steel and miscellaneous iron and steel ( including metal frames and covers) , and doing all the work necessary to construct the minor structures complete in place, as shown on the plans , and as specified in these specifications and the special provisions , and as directed by the Engineer, and no separate payment will be made for these included items . i4 . REINFORCEMENT Reinforcement shall conform to the provisions in Section 52 , "Reinforcement ," of the Standard Specifications and these special provisions. The requirements in Section 52-1 .03, "Steel Lists ," will not apply. The contract price paid per each for Minor Structures shall include full compensation for furnishing and placing reinforce- ment and no separate payment will be made therefor. 15. CORRUGATED STEEL PIPE Alternate channel type coupling bands may be used for corrugated steel pipe. The channel coupling shall be constructed of galvanized steel of 0.079- inch thickness. Nardaare shall be galvanized . Corrugated steel pipe to be connected with the channel coupling band shall be provided with flange ends . Coupling bands shall be provided with water-tight gaskets . Corrugated Steel pipe shall be bituminous coated as provided in Section 66-1 .03 , "Protective Coatings ," of the Standard Specifications . Full compensation for furnishing and installing the pipe anchors as shown on the pians and for removing and reconstructing the property fence (as necessary) , shall be considered as included in the contract price paid per lineal foot for 30- inch corrugated steel pipe Sit . Ctd . (0. 079- inch thick) and no separate payment will be made therefor . D - 8 00103 SECTION D - CONSTRUCTION DETAILS 16. RELOCATE UNDERDRAIN Relocating the 6- inch diameter perforated steel pipe underdrain shall consist of raising the elevation of - the PSP outlet to the new elevation of the inlet area. Relocate Underdrain will bepaidfor as extra. work ;and- payment will be made by Force Account as provided in Section ..9-1 ,OJ of the Standard Specifications . 17. MANHOLE FRAMES AND COVERS Manhole frames and covers shall conform •to -the ;.provisions in Section 75, "Miscellaneous Metal ," of the "Stand"ard Specifications and these special provisions. Full compensation for furnishing and installing manhole frames and covers and restraining assemblies shall be considered as included in the contract prices paid per each for "Minor Structure (Type 11 Manhole Base)" and for "Minor Structure (Modified, Type IF-- Manhole Base) " and no separate payment will be made therefor . D - 9 t � p Vit: z 22*w to a•v rn w gL `u i r 'ii •ia wt V`: o' W u f.eYtftf it 0=YVQ0�IN f " .~1•+ f� �\~� < �- 2 � 1- . :y f o i—f �� o W W V a -('�# it =�= J +rr tt o � 4 .a.. • tt 4--� a �W S , ( (:s -!ir �s :3: 5 { e o x { r AL _ to (' t � WM 1 O M a Cx t• ±t«. Z44 W f W u _ s •4 .� S`„ �1 i3iwM,r..� �it � 3.]C � `_p•� 1i •P � . baa" b +.� `' >` �a cc•• a �uc � •�'S•_ �. a .� �a= ZZ: o�`O uw a k. • e.+w rra` � i 5th<�� � p / i Y. Mr w 'Fp` pw�� � 4' 2cy y►t Q w'RE•�s l "�� Q # ", acs»: i <+raa 1 tt G •k �o s ,,��R 1 rl L t C)�_� z5as ? �• an R� waep 2 + w► m r ! 0 wY 2 p t � �i .��v � w4i'w' •ja!( p '���i' V o ',w. '1! � r �}1{','�.� V ► c at a' 4�Vaw � {.YSty2 2 . ♦u r' ! f n _•! ? ; ._3 4 U t U� K ri 1 .'� � i " t}L..., M K o '•-.�`--..re..^•er,Q � �' r a e?°� la �.°•'.{t 2: kiw c �f .sc-.-• Ci yµ ••S:. ., fF.e•.,••.-...'0 0 0 0"'ooii o'�-� tom.. f .. 4".p ii > `•i ioa r �.+;;•`.d+''pf; L c. ( .,�'. ' Mtii u s fM.�. 6.3j•s' v ' r f X 4 •1��.,..,. taipc nai CWF 'diwl�ti C ' :pr�o:°"p:•o� � r" Q acs.Lr»...;c•--...!'._"''-t E ~'�'"'� CC �•< � �, `.s y.V ��» ���yo.R.:x 25ay«f_ '4� Y^'� i O i el rte.�.n,'.�1,�4-[ 4 «r ..-.._.._-� �� .'4ii � 'r �3.. L•Iu ��:�fp•v�h�:.+FS i;�� 3y� ij f c� - i ' 3 r` i u `•r j .. i rt�"w.•...__ a s _ ^_ ••! tr t Q •�`'� -c am • u: : • j y�r � a' `: .,.�s:ter '�t�ip•'•.iwR$eti;'c pe� I } 4w �� < t i°rpJ r., :"1 ac i tya o Y� •. •'a r a� _ "' ! .Q. .: 'St' 2(�a' w Q _ 4 aa' ox �, ►. rQ...»-•M-..... i Oa .Cpcf Y•"-:�...a42 �]C r.G iw ..y w i t ��^ 3 4-���"'•', ZkKa � i e�'.a wy `LPa{o o,o ,..,,,•`rws t� or '' S aiee -_ 012 +waifr Sa O ,ate*ty+i.aS".�.'.•�s p �� Cp ¢ .i� 4 !n:o._Iwty+rrr�•,s. cc F°..0 00 ■�V(a•FVa■ / M ,...tea z'fie-.,, msr�u.: ,,. ...,..;,.,.. r., .:-##'• . .. . ., ,. .....,., .:. .. _. L.•� Hilt I11 ( a »8 - .s 4 _.1 U r .� tdaIt CL O S CL = , cu ham" =0NiF ii`.• 1�wo� 0 ,x r.. rall P pp• r j 4 z ( j ; Will x � i I F `•tom r • r ♦`rr gyyy U a .,: 11iIN,4-.! •3»4 1fiMYYt i0•L�1}�fIQ 9!.9 fia h � �r _ • t fg •� v t c6 ` 0 010f; !M - `i. ' i • 811 a = N J s as O UJ IL W ::1ib `}r�Ii*� or) J =us* W II J H LY L•I 3• Z . yyya Q 0 � t ys.•1•I••.i.l.•1.1� O ,O j Q 0 �� sa • Li� LLJ ' Fi•'Y•'r I•iY�Yi' 1 , 2 (A mss, vs, O S _ e�z��sit;. • 4y ofo,ojeio;o�o!o;o�otio oi� DD o�oieie;e�o�o �-I I- � �:y•*�f s ( �» {i{�^rw{IRr w�f tw�w'w1_w1 � F��.i Imo• �}off M�ri�R,:;:�sls`iislsis�ili:i= ���ai " 'gar: waw w All. i It dials 0 gig Iw iwiw� m gao=�� � ��_ Q � « •�sjs�s�ss�_Ic,cic;tiele )i J ya wwiww 1 { J CL W ip.�tEISi�CIs17�2iSi»'E } f III III I 1 'O0• :i;• i i•.f C a J7 00107 I A62•A.3 � I i M ►s ' `Fri "c i ggi � � � ..t r i p� 4 4 �L yd2 a q W w� UZI taj ii r N 1 y :gg tti r M rt •.. U. 15 I Z 3 _ IWIF Z 43 Q a3 7 W 'Uz ? Y If Ljj LLS of ? t . H : l �� 1 a i.•_, y�1 .r tt� i c C t 3 4q •0 u$ i} A6n.T P- V �. ,,s� 1 if% 1,t„t' i f f fit• �► '�Y”' �� W - ' To i _TI no 10 ��'�~~o . -'- --�-~---^--~----- ----------- ' '-------- ''---- - ~- ' --~----- °-"=-~�°�-`^=z'-'�~�^-� le IN Sit— OZ US CL Wk 431 :t IND US X U3 go IL 4:1 41 uj cc It CL Ir z VI us Cb 61 LI a CL Ski ZN /'----~'--- - c ,��{-?-� • �� •ts Q ELJ Ki •!f b .� n�F o _ g�� `:: of ^� 1)5 4 W o� L t�ga a4w�1 'y'`38 Y it Sit g3 r S a W �'s, �' �•F r �`+a�f s �A6',�i ar � i E�y (,L, .talz C CL e g « K�-i• O v '• go b Z.. — . — < >s ILai '"'^ z z 4 4r• ."� �' < O "� I,. - ,�'.7' cF 4.4i e p - D `r- FW@- d+ F= � Q i 6aQ it iC a xf ~ Q a � tl i" F O "_'G' _'^wlC i�`•,. 2v� C ,-b �S �..a. �6.�i y�jJ') f•i rider � � I � � u�_yv �la H �$ � X Ord r-3 I j t-g i Y J osi c @ € 7 .41 LLJ IL fip a ��y111�Q ilC x xi ZVS a' l n o fr Q +31 .s.. h i1��tSp{ti. rY t= tWidZ px 1 `SCC �lJ ,1 fes " Yb Fa- � �8pp�, � Q �n �'� s ` St I_ UAS �v n'••n W a ag a, � a YN 5 yI_ 'L Woo`+ $i3 '� _hoj, � zd a 64 00110 097-A.1 •: F`oat,`� i Wit: -a« 3 +;oz W@ i`-r Vt+ =!tl "rp,�w•' aE sgC fa Yes .= = .- �- : »`c as < £•� s s �•� Q �' a d' b � `i j Q 1- � la CL a .r.1 ",( Co Dili _ _ ti Q Q a t0'D�C t.v }- •� W 7! - ►- t- c . Li Imn pp r o Q a : tai � � v-, Q j 'a �jD gcr 3Z arm S + g3 2 li+sor s ~ 97_ � unp rY irk Q aY o' 83 0w lAJ • 2 �,� fi S W P a�,1y 4a t,4} E•S +'�'r.s+�''i.Y V' 2 8 i ~{' d•rt'•�+, S ZU,.Q is .� �"'---...,�Iy c� �jj-..rfi� H �}FQ' `*it it.ei,a wi I`• Q � Li a' ` f C3 Z cu I 64 00110 D97-A.1 ST t, � y�r 7R �u i v w • +w a•tH ; rrSY _ W 3 <oa WfY ••� t� fsi rM �! • fN $gib wL ` ( "' z..S O< +'�"-'� z MioTj SY sem '£ : V 0' kz� < c yTl rd`r c• oy=r L w<r J �.=i �$�^ '�•L.�c sjpt pv 3 «.E ALL' a Ea 0 4 d 1A a L1U .f- {ii si �• 1 � �f� � "� e ! _ -At, St • • �L °y11 C":7 04 ir- a N a�iDI \ UL yi Zzz t aata= azi 4A ZZ s �7t • Z #;,moi uv4' mi CL 4 alz • w Zz • 'i. �y < qq1 CL Woo h' a.a.-.,.-t.=X,ra�' i 3 Z Z _I.f •! -- T' p1��S.y$ ry• 75 00111 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE GOVERNING BODY OF THE In the Mat of�Approvinglans©RR1}DRAINAGE DISTRICT and Specifications for Line E, } Harper Lane Storm Drain, Storm } Drainage District Zone 10, Danville RESOLUTION NO. 75/312 Area, :fork Order 8517. WHEREAS Plans and Specifications for the installation of approximately 1 ,500 lineal feat of storm drain for construction of Line E, Harper Lane Stora Drain, Danville area, -------------- have been filed with the Board this day by the Public Works Director; and tT.HERE.4S a Nega ._v3 Declaration of environmental significance was posted on January 9, s75 with no protests received; and WHER3AS said grofact has been determined to conform with the general plan; 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 IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on- 141av 20, 19?5 at 11 :00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the LAFAYETTE- STJA' PASSED AND ADOPr,'D by the Board on April 22, 1975 , cc : Public ?Forks Director Flood Control County Auditor-Controller County Administrator RESOLUTION N0. 75/312 00112 k low HARPER LANE STORM DRAIN f . PROJECT NO. 8517-75 RIDS DUE I4AY 201, 1975 AT 11 0'CLOCK A.11i. ROOM 103, COUNTY ADMINISTRATION BUILDING: 651 PINE STREET, MARTINEZt CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS EX OFFICIO THE GOVERNING BODY OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT MARTINEZ, CALIFORNIA P R O P O S A L F 0 R CONTRA COSTA COUNTY STCRM. DRAINAGE DISTRICT ZONE 10 LINE E, HARPER LANE STORM DRAIN 14Ai�E OF P I DDER BUSJNESS ADDRESS --------------------------------- PLACE -----...--------------------------- PLACE OF RESIDE4"tCE TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS EX OFFICIO THE GOVFRN I NG BODY OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT — THE UNDERSIGN=E7, AS SICCER, DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE t.$A<<ED HERE I ii THAT THIS PROPOSAL IS 'ADE k:I THOUT COLLUSION WITH ANY OTHER PERSON 9 FIR.%) OR CORPORATION— THAT HE HAS CAREFULLY EXA INED THE LOCATION OF THE PRO— POSED WORK t PLANS AND SPECIFICATIONS— A,.D HE PROPOSES AND AGREES,: IF THIS PROPOSAL IS ACCEPTED9 THAT HE WILL CONTRACT WITH TtIE CONTRA CUSTA COUNTY STORM DRAINAGE DISTRICT TO PROVIDE ALL NECESSARY N`ACHINERY, TOOLS9 APPARA— TUS AND OThER .'.EA::S OF CO`1STRUCT I ON 9 AND TO DO ALL THF WORK A;.D FU.r.::I SH ALL THE MATERIALS SPECIFIED IN THE CONTRACT* IN THE .MAP.?.ER AND Tl,—'.E PRE SCRIBED, AND ACCORDING TO THE REQUIRE"EiNTS OF THE FNGINEER AS THEk'"' IN SET FORTH, A';C THAT HE :.ILL TAKE IN FULL PAY.7E%T THEREFOR AN AMOU4T BASED UN THE UNIT PRICES SPECIFIED PFRE I NBELO:.' FOR THE VARIOUS ITEMS OF 'n CRC s THE TOTAL VALUE OF SAID WORK AS ESTIVATED hEREIN BEIi%G S ---------------- ( INSERT TOTAL) AND THE FOLLOWING BEING THE Ui.I T PRICES B I D t TO WIT— . 00113 P — 1 PROPOSAL (CO%T . ) (PRICE NOT TO EXC__D THREE ( 3) DECIMALS) --------------------------------------------------------`-----t--------�-- ------ ) ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE( IN ( IN NO* QUANTITY MEASURE ITEM FIGURES) FIGURES) ------------------------------------------------------------------------------- 1 LS MOB ILIZATI03N ------------------------------------------------------------------------------ 2 LS TRENCH SHORING OR PROTECTUOU -------------------------------------------------------------------------------- 3 602 LF 2411 REINFORCED CONCRETE PIPE (CLASS II ) 4 822 LF 2111 REINFORCED CONCRETE PIPE (CLASS II ) 5 36 LF 1511 REINFORCED COO:CRETE PIPE (CLASS II ) G 3 EA 1 SI NUR STRUCTURE (TYPE Il MANHOLE � BASE WITH TOP SLAB) -------------------------------------------------------------------------------- 7 4 EA 9I NOR STRUCTURE (TYPE C I%LET) -------------------------------------------------------------------------------- 8 310 CY CLASS 2 AGGREGATE BASE (F) -------------------------------------------------------------------------------- 9 5.550 SOFT PAVUMEONT REPLACEV E(JT (F) -------- ----------------------------------------------------+--------+-------- NOTE-PLCASE SHOD: TOTAL ON PAGE P-1 TOTAL --------------------------------------------------------------------------------- 00114 P - 2 p — 2 ,..: .. w:r PROPOSAL (CONT* ) ---------------- IN CASE OF A DISC^"EPI.%CY BETWEEN UNIT PRICES AND TOTALS* THE U;iIT PRICES SHALL PREVAIL. IT IS U":DERSTGOD AND AGREED THAT THE QUANTITIES OF :.t)RK U::DER EACH ITE." ARE APP;%JXIVATF OnLY9 BEV-G GIVEN FOR. A BASIS OF CO-tPAkISON OF PROPOSALS AND THF RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE— CREASF THE AMOUINT OF :%ORK UNDER ANY ITEM. AS MAY SE REOVIREDs IN ACCORD— ANCF WITH PROVISIONS SET FORTH IN THE SPECIFICATIOINS FOR ThiIS PRcJECT. IT 15 FURTHER U'�DERSTOUD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEC. OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT* DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUX FUR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE U+NDERSIGNED9 AS BIDDER* SHALL FURNISH A LAQ_O' AND vATERIALS BOND IN AN AMOUNT EQUAL TU FIFTY PERCENT OF THE TOTAL AMOUNT OF TH15 PROPOSAL AND A FAITHFUL PEcFOR•:ANCE BOND TO BE ONE HU`rRED PERCENT OF THE TVTAL A OU°dT OF THIS PROPOSAL* TU THE CONTRA COSTA COUNTY STOR..74 CRA I NAGE DISTRICT AND AT NO EXPE::SE TO SAID AGENCY s EXECUTED PY A RESPONSIRLE SURETY ACCEPTABLE TO SAID AGENCY IN THE EVENT THAT THIS PROPOSAL 15 ACCEPTED HY SAID CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT. IF THIS PROPOSAL SHALL 9E ACCEPTED AND THE UNDERSIGNED SHALL FAIL TC CONTRACT AS AFORESAID AND TO GIVE THE TWO RCNOS IN THE SU;✓S TO PL DETERVINED AS AFORESAIDS WITH SURETY SATISFACTORY TO THE BOARD OF SUPE Rv I SOBS s 'ri I TH I:: SEVEN ( 7 ) DAYS s NOT 1 NCLIJC I I`:G SUNDAYS* AFTER THE H 1 DDEP. HAS RECEIVED NOTICE FRO" THE ROARD OF SUPERVISORS THAT T!IE CON— TRACT 15 READY FOR SIGNATURES THE BOARD OF SUPERVISORS XpoYs AT ITS OPTIONS DETER"INE THAT THE BIDDER HAS ABANDCNEJ THE CONTRACTS AND THEREUPON THIS PROPOSAL AIND THE ACCEPTANCE THEREOF SHALL FE LULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCO:•:PANYING THIS PROPOSAL SHALL UPI FATE AND THE SAVE SHALL EE THE PROPERTY OF THE CONTRA COSTA COUNTY STUB:,; DRAI::AGE DISTRICT. SUFCONTF'ACTS ------------ THE CO%TRACTOR AGREES+ EY SUB.+ISSION OF THIS PROPOSAL TO CON— FOkM TO THE REOUIREt-F+`:TS OF SECTICN 4120 THROUGH 4113 OF THE GOVERNMENT CODE PERTAIA\I`:G TG SU5CG%lTRACT0RSS THE SAME AS IF INCCRPORATLD HEF.EINo A CO,:PL FTE LIST OF SllFCQ%TRA•CTORS 15 RE QU I RED* AND THE R?I DDLR WILL BE EXPECTED TO PE R FOfi,' ::I TH HIS UWN FORCES s ALL ITE--,S GF 'WURK FJK 'r,'HI CH INO St)!?CONTRACTOR IS LISTED,, THE FOLLOWING IS A COMPLETE LIST OF ITFvS OF WORK TO BE SUB— CONTRACTED ON THIS PROJECT. IF A PORTICN OF ANY ITEM OF i6CRK IS DUNE. ICY A SUPCUNTRACTO,ls THE VALUE OF THE WORK SUBCONTRACTED WILL HE BASED ON THE EST I-SATED COST OF SUCF: PCRTICN OF THE CONTRACT ITEMI CETERMINLD FROM I':FOR,,'ATIC% Sull% ITTED BY THE CO'TRACTORs SUt3JECT TO APPRCVAL BY THE ENGINEER. THE UNDERSIGNED* AS BIDDERS DECLARES THAT HE HAS NJT ACCEPTED ANY BID FROM ANY SURCONTRAC-TOR OR MATER I ALM AN THkOUGH ANY BID DEPGS I TURY 9 THE BY LA::S 9 RULES OR REGULATIONS OF WHICH PR;;HI Q I T OR PREVENT THE CON— TRACTOR FROM CONSIDERING ANY BID FRJ.%' A;-.'Y SUBCO;sTRACTOR OR VATERIALi-ANs WHICH I5 NOT PROCESSED Tt:=ROUGri SAID BIC DEPCSITORYS OR itHICH PREVENT ANY cUBCONTRACTOR JR N"TERIA L: AN FRO."! BIDDI+NG TC ANY CONTRACTOR WHO DUES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH Bl[ DEPucUTORY. p - 3 u[I .la . . „ ADDRESS PROPOSAL (CO,,iT_) n RACT -- SU.,CONT OR ---- ------ ITEM- ----------- --- - ------------- ---- ----- -- --- - --------------- ------------- ------ EXPECTED TO`P� t k'"_ Zt-_cc*»T4ACTpRS IS REQUIRED, tr.CC,RPORATED C TED �Rf DRi•: t ,.,.,,&,)v t SUBCONTPACTOR •KITH HIS UWN FORCES AND THE t?ICDL(1 WILLEll�:. IS LISTED. C•Ss ALL 'S GF BE I TE,�, ,WUR< F:jk WHICH NO THE Ct3NTRACTEr,, ON T0�'LOi►I1G IS A THIS ICOfvPLE`E LIST OF 14Y A SUACUP,TRA PROJECT* IF A PORTIC.� I TF''S OF WORK TO Ttt£ ESt CTORs THF VALUE CF THc OF ANY ITEM OF ';CR 8E SUB FRt7;d T I?SATED COST OF SUCt» P K SUBCONTRACTEDK IS DONE FROM I .FOR;•;ATIC;i SU""'ITTED ByRTHE�NC��WOR COt}TRACTWILL BE N ` ENGINE'ER. ITEM. LE %LD U CONTRACTOR, SUBJECT TU APPROVAL By BY ANY BIO fii1nME„�,�ND..RSdG1Ef3• AS EII. A�Y SU#?CO,; `ODER* DECLARES THAT TETE py L„:,,Ss A TRA% TOR OR XIATERIALMAr! AT H£ HAS ti.JT TRACTOR Fpo!O 4 `IL`S OR RECULATIONrS OF rHkJUGH � ACCEPTED CO"SIDERIltiG 'HICH PRC=HI°IT OR PR BID DEPOSITORY, t*•HICii JS "1OT PKOC£SSED Tt:ROttG ID FR�2�" AP4Y $ugC0,1tTFc REVENT THE CUN— ,SUBCON,TRACTOR JR ... SAID SIC SUBCONTRACTOR OR PATERIAL;�ANs _ IJSF T?tE FACILITIES^TrRI,L':4N FRO.; fiIO10 REPOTORY. OR Y:HICN. P IES OF O:2 ACCEPT BIDS FROG pC ANY CONTRACTOR ;�• REVENT ANY R THROUGH HO DOES NOT SUCH gl P 3 � TORY, � t PROPOSAL (CONT. ) »O. ITEM SUBCONTRACTOR ADDRESS ---- ----------------------- --------------------- -------------------- ---- ------------------------- ------------III--------- ----------~--------- ACCO#:PA":Y i":G THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOU'T OF TEN iI^v) PERCE"»T OF A"^OMT °::D (CASH I En'S CHECK s CERTIFIED CHOCK OR S I DDEtR'S BG:D ACCEPTABLE) THE ::ri�i'cS Or ALL PERSON'S I":TER£STED I: THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS F OLLOWS— I -1POR TA T INGT I CE ---------------- IF THE BIDDER OR 'THER I NTERE'STEC P£12SO,% IS A CORPURAT I4.»s STATE LEGAL NA;tE OF CORPURZATIC:.":r ALSO NAMES OF PRESIDENTS SECRETARY# IRFASURER, A':D +'ANAGER THERECF. IF A CCPART%;E.^.SH«P,, STATE TRUE "l'.A ;E OF FIRM. IF R I OVER OR OTHER I NJERESTED PER SO:`: IS AN I".'J I V IDEAL s STATE FIRST AND LAST NAME IN FULL. ------------------------------------------------------- ------------------------------------------------------- LICENSED TJ D: DR SUIBCO;TRACT ALL CLASSES CF 4O.RK I NVCLVED IN THE PROJECT * IN ACCOR:.A%*CE 41TH AN A( f':ZCV U.ti; F- THE iEu115T2.41— TION OF CONTRAC TORS s L I CE::SE :,0. (CLASS- ------------ CLASS—.,....----------- ---------------- -------------------------------------- ------------------------------------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS PLACE OF RESIDENCE DATE 29 ---------------------------- __ 00116 P — 4 --------------- P 4 mw is r: CONTRA COSTA COUNTY STORM° ' DRA IMAGE.D ISTRI T "LONE ND_10 aF Pro fect l 6-; =850' n Ey r; SPECIAL PROVISIONS FOR CONSTRUCTION OF HARPER LANE STORM-DRAIN IN - r. DANVILLE, CALIFORNIA rn VICTOR W. SAUER, EX OFFICIO CHIEF ENGINEER CONTRA COSTA COUNTY STORIM DRAINAGE DISTRICT 255 GLACIER DRIVE, MARTINEZ, CALIFORNIA 94553 April 1975 Z r. WORK ORDER 8517 N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location A-1 2. Description of Work A-1 3. Contract Documents A-i 4. Beginning of Work, Time of Completion, and `= Liquidated Damages A-1 5. Permits A-1' SECTION B - GENERAL PROVISIONS 1. Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract B:3 5. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials B-4- 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-9 10. Measurement and Payment B-11' SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL v. I. Definition C-I 2. Labor C-! 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS I. Lines and Grades 0-1 2. Materials D-1 3. Public Convenience and Public Safety D-I 4. Utilities 0-2 5. Existing Facilities D-3 _ 6. Watering 0-3 7. Earthwork D-4 8. Aggregate Base 0-5 9. Asphalt Concrete D-6 10. Minor Structures D-7 11. Reinforcement D-8 12. Alternative Pipe D-8 13. Reinforced Concrete Pipe D-8 14. Corrugated Metal Pipe D-9 01 .WORK ORDER 8517. x - h 1 N 0 E X (Continued) STANDARD DRAWINGS INCLUDED IN`SPECIAL 'PROVISIONS rY, STATE BULLETIN 105 EXTRACT — TRENCH PROTECTION CC 3010 CCVERPLATE CC ` 3013 TYPE C INLET CC 3020 MANHOLE COVER CC 3021 TYPE "11" MANHOLE BASE t J U xb f ' .op ,' d e SECTION A - DESCRIPTION OF PROJECT 1. Location The project is located on Harper Lane and Bradford Place northwesterly of Del Amigo Road in the community of Danville. 2. DescriDtion of Work The work consists of installing approximately 1,460 linear feet of storm drain consisting of 24-inch, 21-inch and 15-inch reinforced concrete pipe, 3 manholes, 4 inlets, and such other items or details, not mentioned above, that are required by the plans, Standard Specifications, or these Special Provisions to be performed, placed, constructed, or installed. 3. Contract Documents The work embraced herein shall conform to the plans entitled: "CONTRA COSTA COUNTY STOM4 DRAINAGE DISTRICT ZONE 10-LINE E, HARPER LANE STOal DRAIN," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1475, insofar as the same may apply, these Special Provisions, the Notice to Contractors, the Proposal, the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these Special Provisions. 4. Beginning of Work. Time of Completion, and Liquidated Demaees Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 8-1.06, "Time of Completion," and Section 8-1 .07, "Liquidated Damages," of the Standard Specifications and these Special Provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Engineer and shall complete the work within the allotted time of 40 WORKING a,%YS counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the District the sum of $100 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. 5. Permits Gradina - The Contractor shall comply with the applicable provisions in the County Grading Ordinances (Title 7 - Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Full compensation for conforming to the permit requirements shall be considered as included in the price for the item in which the permit is required. A-1 0U12& } y SECTION B - GENERAL PROVISIONS 1 . DEFINITIONS AND TERMS As used herein, unless the context otherwise requires , the following terms have- the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors , Pr.oposal and Special Provisions . b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public Works Director (Road Commissioner-Surveyor; ex officio Chief Engineer) , or his authorized agent acting within the scope of his authority, who is the Agency's representative for administration of this contract. d. STANDARD SPECIFICATIONS (S .S. ) means the Standard Specifications of the State of California, Business and Transportation Agency , Department of Transportation , (hereinafter sometimes referred • to as S.S. ) , dated January, 1975. Any reference therein to the State of California or a State agency , office or. officer shall be .inter- preted to refer to the Agency , or its corresponding agency, office or officet, acting under this contract. ' e. E UQ IP14ENT RENTAL RATES AND GENERAL PREVAILING WAGE ' RATES means the latest edition of the Equipment Rental Rates and General Prevailing Wage Rates of the State of California , Business and Transportation Agency, Department of Transportation ; adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors . • f. OTHER PERTINENT DEFINITIONS - See S.S. Section 1 . 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A- of these special provisions , or elsewhere by 'special order, the provisions of the State Contract Act (Government Code Section 14250 et seq. ) shall not apply to this contract, and reference. thereto in S.S. Sec. 1-1 .40 is hereby waived. b . Standard S ecifications . The Standard Specifications (S.S . ) referred to above are by reference fully incorporated herein except to th.e extent that they are modified herein . 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply except as modified herein. Now SECTION - GENERAL PROVISI . ONS 3• PROPOSAL 1BID) RE UIREMEttT S AND a• Examination Of CONDITIOPlS (Cont, ) Contract and Plans , SpeCificat' Sita of ions , othervliseb spec! ► ieuoIII Act. Unless special Contract elsewhere Y Section f; j a. StaseeCial provisions or Government Cade these P Act and reference:. Section A i State Contract . contract, ly to this the provisions shallenot aPP y hereby waived. 14250 et seq. 1-1 ,44 Specifications . S.S . Sec. The Standardherein thereto incorporated Standard S ecifications - h - are Y refmodifieduherein • to a ove they are �S,S ,) referred that except to tt�.e extent pilD COpiDITIONS PROpOSAt (BID) REQUIREMENTS 1 except as 3. 2 shall aPP y . . he provisions of S.S. Sec. •. T modified herein. B - l .00121: y.. • J ti. .fit SECTION B - GENERAL PROVISIONS ` - 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont. ) a. Examination of Pians , Specifications , Contract and Site of Work (S.S . 2-1 .03) , - Records of the Department referred to in the second paragraph of S.S . Sec. 2-1 .03 may be inspected in 'the office of the. Public Works Director for the County of Contra Costa , Martinez, California . b. Proposal (Bid) Forms '(S.S. 2-1 .05) (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. (2) All proposals (bids) shall be made on forms ' to be obtained from the office of the Public Works Director, at the address indicated on- the Special Provisions ; no others 'will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures , an item price and a total for the item in the respective spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal ., (bid) form as therein required. • (4) The requirements of the last two paragraphs of S.S. Sec. 2-1 .05 shall not apply. C. Proposal (Bid) Guaranty (S.S. 2-1 :07) The requirements of S.S. Sec. 2-1 .07 are superseded by ,the following: (1 ) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash , certified check, cashier 's check , or bidder 's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1 . 11 ) The requirements of S.S. Sec. 2-1 . 11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of lay, referred to therein relating to the licensing of Contractors . w F, 1 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) d. Competency of Bidders . 2-1 . Cont. All bidders must be contractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability , financial responsibility , and experience, in order to be eligible for consideration of their . proposal . 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply except as modified herein. a. Award of Contract (S.S. 3-1 .01 ) As used in S.S. Sec. 3-1 .01 "Director of Public Works" means the Board of Supervisors . b. Contract Bonds (S.S. 3-1 .02) ' The successful bidder shall' furnish' a Faithful Performance Bond in the amount of the total bid and •a L'abor and Materials Bond in an amount of at least- fifty percent (50Z) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1 .03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, to- gether with (1 ) the contract bonds , and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations , or (2-b) a certificate bf Workmen 'sCompensation• Insurance issued by an admitted insurer, or (2-c) an exact copy o, ,duplicate thereof certified by the Director or the insurer. A �✓ sa�apie copy of the Agreement (Contract) to be executed ' by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions : d. The Guaranty of the successful bidder will be . . returned within fifteen (15) days after the contract is finally executed and approved, and Guaranties of other bidders will be returned promptly after the execution of the contract. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply except as modified herein. In lieu of the provisions in the third paragraph in- Section 4-1.03B , "Increased or Decreased Quantities ," of the' Standard Specifications , the following shall apply : - 3 023 SECTION B - GENERAL PROVISIONS 5. SCOPE OF WORK (S.S. 4) (Cont. ) If the total pay quantity of- any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid the compensation payable to the Contractor will be determined in accordance with Sections 4-1 .036(1 ) , (4-1 .036(2) , or 4-1 .03B(3) , as the case -may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. . 7. CONTROL OF MATERIALS (S. S. 6) The provisions of S.S. Sec. 6 shall apply . 8. LEGAL RELATIONS.ANO RESPONSIBILITY The provisions of S.S. Sec. 7, except as modified by the agreement ( Contract) or these special .provisions , apply to this project. a. Insurance (1 ) The Contractor, before performing any work ' under the agreement, shall , at no expense to the Agency •obtain and maintain in force the following insurance: (a) With respect to the Contractor's 'operations: ' Cy B - 4 00194 Y.x i SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (i) regular Contractor's Public . Liability Insurance for at least Two Hundred Fifty Thousand - Dollars 5250 ,000) for all damages arising out of bodily injuries to or death of any one person , and at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence; and (ii ) regular Contractor's Property Damage Liability Insurance for at least Fifty Thousand Dollars 0) for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or ag regate) coverage of at least One Hundred Thousand Dollars ($100 ,000 for all damages arising out of injury to or destruction of property during the policy period; and (b) -With respect to Subcontractors` operations , Contractor shall procure or cause to be procured in their ot:n behalf: (i) regular Contractor's Protection Public Liability Insurance for at least Two Hundred Fifty Thousand Doi-Tars , L 0 , 00) for all damages arising out of bodily injuries to or death of any one person , and for at least Five Hundred Thousand Dollars ($500 ,000) for all damages arising out of bodily 1-4uries to or deaths of two or more persons in any one accident or occurrence; and (ii ) regular Contractor's Protective , Property Damage Liability Insurance for at least Fifty Thousand Dollars $50 ,000) for all damages arising out of injury to or destruction of property in any one accident or• occurrence, and, subject to that limit per accident or occurrence , a totai ; (or aggregate) coverage of at least One Hundred Thousand Dollars - (�100,000) for all damages arising out of injury to or destruction of property during the policy period; and (c) Without limitation as to generality of the foregoing subdivisions (a) and (b) , a policy or policies of Public Liability and Property Damage Insurance in amounts not less than$250 ,000/$500 ,000 Public Liability and $50 ,000 Property Damage Insurance, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated: THE POLICY OR POLICIES , OR RIDER ATTACHED THERETO , SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED: B -. 5 00125 ' .' v : X SECTION B - GENERAL PROVISION'S B. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (tont. ) a. Insurance (Cont. ) tq1 rnrm T rm f rtifir�t `v des true i i un u r p i UP,_I LJ 111 1J, subject to that limit per accident or occurrence , a total (or aggregate) coverage of at least One Hundred Thousand Dollars ( 100 ,000) for all damages arising out of injury to or destruction of property during the policy period; and (c) Without limitation as to generality of the foregoing subdivisions (a) and (b) , a policy or policies of Public Litability and Property Damage Insurance in amounts not less than , 250 ,000/ 500 ,000 Pub l i c Li abi 1 i ty and $50 ,000 Property Damage Insurance, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated: THE POLICY OR POLICIES , OR RIDER ATTACHED THERETO , .SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. j. B -. 5 L k SECTION B - GENERAL PROVISIONS B. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) _ (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be- in form and placed with an insurance company or companies 'satis- factory to the County, and shall be kept in full force and effect until completion -to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish , or. cause to be furnished, to the Agency certificate(s) of insurance or' certified copies of the policies of insurance hereinbefore specified. Said certificate(s ) shall provide for notice of cancellation to the Agency at least ten ( 10) days prior to cancellation of the policy. b. Public. Safety The provisions of S.S . Sec. 7-1 .09 shall apply except as modified under Section D - "Public Convenience , Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable de- lineators , flashing lights , -and other safety devices , shall be the responsibility of the Contractor at all times . The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies , to correct improper conditions or inoperative devices . - Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway,;or failure to respond promptly to notification of im- properly operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. All expenses incurred by the Agency . because of emergency "call -outs ," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning, devices , will be charged to the Contractor and may be deducted from any monies due him. c. °' Preservation of Property 4. The provisions of Section 7-1 .11 of the Standard Specifications shall apply to all improvements , facilities , trees- or shrubbery within or adjacent to the construction area that are not to be removed. SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S.. 7) (Cont. ) c. Preservation of Property. (Cont. ) i . . The last two sentences of paragraph 2 of Section 7-1 . 11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to Other damaged _ facilities or property within the rights- of-way or easements shown on the plans , the Engineer may make or cause to be made such repairs as. are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Contractor and may be deducted _ from any monies due or to become due the Contractor under the Contract. d. Rights-of-!-:ay and Easements The rights-of-way , easements , rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the word; under this contract. Any additional rights-of- way ; easements , or permits which the Contractor determines are necessary or convenient for the performance -of the work shall be obtained by the Contractor at his expense. e. Access to Construction Site The Contractor shall make his own investigation of -the conditions of existing public and private roads and of clearances , . permits required, restrictions , road and bridge load limits , and other limitations affecting transportation and ingress and egress to' the job site. The unavailability of access routes or limitations - thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for. Damage The provisions of the sixth , seventh , and eighth paragraphs of S.S . Sec. 7-1 . 12, regarding retention of money due the Contractor shall not apply. - 7 00127 .ansa. SECTION B - GENERAL PROVISIONS 8. _ . LEGAL RELATIONS AND RESPOt:SIBILITY (S.S. 7).(Cont. ) g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1 .165, "Damage by Storm, Flood, Tidal Wave or Earthquake, " . oftthe Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal waves ,. earthguakes in excess of a magnitude of 3. 5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits. to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. .The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which .the _..----- Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifica- tions , take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consideration under the provisions of this section. • 3. Determination of Costs--Unless otherwise agrded between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1 . 165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there shall be no markup allowance pursuant to Section 9-1 .03A, "Work Performed by Contractor," unless the Occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not :,, previously been performed, will be determined in th-e same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the 'requi re- ments of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. B - 8 00128 SECTIO B - CENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ), 4. Payment for Repair Work--ldhen the Occurrence that caused the damage was a' tidal 'wave or earthquake, . ` the County„will pay the cost of repair, determined as provided i,n Subsection E, that exceeds 5 per cent. of . the amount.;of the Contractor's bid for bid comparison '`.• purposes . When the Occurrence that caused the damage was a storm -or- flood, the County will participate in .the cost of the repair determined as provided- in Subsection E i•n accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2 ,000,000 or less , the County .will pay 90. per cent of the- cost of repair that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes . -(b) On projects for which the Contractor's bid for bid comparison purposes is , greater -`than $2 ,000,000, the County will pay 90 per cent of the cost of repair- that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply except as modified herein . r 8 - 9 0©1.F..7` SECTION B - GENERAL PROVISIONS 9. . PROSECUTION AND PROGRESS (Cont. ) a. Subcontracting (S.S. 8-1 .01 ) The items of Mork ln .the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as •"Specialty Items. " b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors , nor in any event without the consent of the Contractor's surety or sureties , unless such surety or sureties have waived their right. to notice of assignment. c. Beginninq of Nork (S. S. 8-1 .03) In lieu of the provisions of S.S . Sec. 8-1 . 03, the Contractor will be issued a "Notice to Proceed" by the Engineer - within five (5) working days of the date the contract is approved ,.. by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "Notice to Proceed. " The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1 .04) The Contractor shall submit to the- Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress' schedules shall be submitted within five (5) working days of the Engineer's written request. e. Time of Completion_(S S~_8-1 06)� The following days are designated as legal holidays : . January 1 , February 12, 3rd Monday in February, last Monday in May, July 4 , lst Monday in September, September 9 , 2nd Monday in October, November 11 , 4th Thursday in -November, December 25, Statewide election days , hours from 12:00 noon to 3:00 p.m. on Good Friday, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States . p _ B - 10 00 .30 r SECTION B - GENERAL PROVISIONS ' 9. PROSECUTION AND PROGRESS (Cont. ) e. Time of Completion (S.S. 8-1 .06) -(Cont. } nn 1;und-v _e. Time of Completion(S S. 8-1 .06)- " The following days are designated as legal holidays : January 1 , February 12, 3rd Monday in February, last Monday in May, July 4 , 1st Monday in September, September 9 , 2nd Monday in October, November 11 , 4th Thursday in -November, December 25, Statewide election days , hours from 12:00 noon to 3:00 p.m. on Good Friday, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. 8 - 10 0013G . *r • t SECTION B - GENERAL PROVISIONS ' 9. PROSECUTION AND PROGRESS (Cont. ) e. Time of Completion (S.S. 8-1 .06) "(Cont. ) If any of the foregoing holidays falls on a Sunday,. - the following Monday shall be considered to be a holiday. 10. MEAS'UREHENT AND PAYMENT (S.S. 9) The provisions of S.*S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1 .045) The provisions of S.S. Sec. 9-1 .045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu -of conflicting provisions of the third ^ paragraph of S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. .Sec. 11 -1 .02, -the Agency will withhold 10 percent from any estimated amount due the Contractor. C. Payment of Withheld Funds (S.S. 9-1 .065) The provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1 .07) (1 ) Upon satisfactory completion of the entire, work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work , it ,shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion , the Contractor shall be entitled to the balance due for the completion and acceptance of the work , if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the. Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was' done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S . Sec. 9-1 .08) The .provisions of S.S . Sec. 9-1 .08 shall not apply . 8 - 11 ` t 0004 a SECTION 8 - GENERAL. PROVISIONS -=- 10. ' � MEASLiRENtEltT AND PAYMENT r(S.S. _ 9) (ContJ :f. Clerical Errors (S.S. 'Sec. •9.4.09 . r The provisions of S.S. Sec. 9-1 :09 shall not. appiy. ' 9. All, prior partial estimates and "payments steall' be -x subject to correction , in the final estimate and payment. t a ' Q 12 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1 . 03) The provisions of S.S. Sec. 9-1 .03 shall apply except as modified herein. 1 . DEFINITION. *As used here, "force account".'means the method of calculating—payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover ' overhead and profit for work not included as a' bid item in the contract. When extra work is to be paid for on a force account basis , compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified. herein . 2.. LABOR. ' a. The actual wages to be paid, as defined in, S.S. Sec. 9-1 .03A(la) , will be considered to be the prevailing , rates in effect at the time the labor is performed, and no. revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates . b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. The labor surcharge percentage to be a plied to the actual wages paid as provided in Section 9-1 .03A(lb� of the Standard Specifications will be III percent for all work, except that for the following types of work said labor surcharge will be as shown. below: Type of Work Performed Labor Surcharge Percent Cleaning and painting metal bridge - - - - - 30 Concrete construction - 'bridge - - - - - - - 25 Erection of structural metal for metal bridge, excluding sign bridge - - - - - - - 30 �. Piledriving, not including cast-in_ drilled hole piles - - - - - - 23 3. EQUIPMENT RENTAL The provisions of S.S. Sec. 9-1 .03A(3)• shall apply except as modified herein. ; a . No payment will be made for idle time due to breakdown , lack of operator, weather conditions prohibiting work, or other circumstances- beyond the control of the agency, b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of trans porting equipment to move the rented equipment will not be paid for. C - _ 1 00133 a, HARPER LANE SECTION D - CONSTRUCTION DETAILS I I 1 nne -net PrAdpe u, „ i%�u oiui.. Ni ie� - - - --- - - - - - - - 23 3. EQUIPMENT RENTAL The provisions of S.S. Sec. 9-1 .03A(3) * shall apply except as modified herein. a . No payment will be made for idle time dueto breakdown , lack of operator, weather conditions prohibiting work , or other circumstances beyond the control of the agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of trans porting equipment to move the rented equipment will not be paid for. 00133 ' HARPER LANE SECTION D - CONSTRUCTION DETAILS 1. Lines and Grades One complete set of stakes for storm drain pipes and inlets and manholes will be set by the Engineer after notification by the Contractor as specified-in- Section 5-1.07. The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment, and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment, and materials involved in resetting stakes destroyed or displaced because of the following reasons will be deducted from any monies due or to become due the Contractor: a) Negligence in use of construction equipment. b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. c) Poor planning of sequence of operations by the Contractor. 2. Materials In accordance with the provisions in Section 6-1.07, "Certificates of Compliance,"''' certificates of compliance will be required for reinforcing steel, reinforced concrete pipe, and corrugated metal pipe. The Contractor shall give the Engineer not less than 4 working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base, pipe bedding, and portland cement concrete from recognized commercial plants. The relative compaction will be determined by comparison with the maximum density as determined by Test Method No. Calif. 216. The field density maybe determined by Test Method No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231) at the Engineer's option. 3. Public Convenience and Public Safety 3. 1 General In lieu of the provisions in Section 7-1.08, "Public Convenience," and 7-1.09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of installing and maintaining signs, lights, flares, barricades, and other warning and safety devices. D-I 00134 NNW Signs and other traffic warning and control devices shall conform to the "Manual of Warning Signs, Lights, and Devices, and Use in Performance of Work Upon County Highways" published by the Department of Public Works, Contra Costa County, and to the Vehicle Code of the State of California, which are adopted by reference as part of these Special Provisions. The sign to be placed at the intersection of Del Amigo Road and Calmar Vista Road shall be provided and erected by the Contractor as shown on the plans. The wood post shall be securely set a minimum of 2'-6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. The sign shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface. Exceptions to the location provisions of this paragraph shall be on the written approval of the Engineer. The sign shall be erected and covered with burlap prior to commencing any other work. Covering shall be removed immediately preceding the start of work in Harper Lane when directed by the Engineer. At times directed by the Engineer, the sign shall be re-covered with burlap or uncovered and/or permanently removed. . Lane closure shall conform to the provisions of Section 7-1.092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by the Engineer. If directed by the Engineer, the Contractor shall also provide and station competent flagmen in advance of the closure. The sole duty of the flagmen shall be*to direct traffic around the work. The Contractor shall give notice to each property owner abutting the area in which work is proposed sufficiently in advance of work that will interfere wiih the use of driveways or ocher improvements so that suitable arrangements regarding their use or protection can be made. 3.2 Preservation, of Property Attention is directed to Section 7-1. 11 of the Standard Specifications regarding the preservation of existing trees, shrubs, and facilities adjacent to the work. 3.3 Measurement and Pavment Full compensation for conforming to the provisions of this section shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor, except that flagging cosis will be paid for as specified in Section 7-1,095 of the Standard Specifications, 4, Utilities 4. 1 General The Contractor's attention is directed to the presence of underground gas and water pipeline, in the construction area. The work shall be so conducted as io permit utility companies to maintain their services without interruption. The locations of underground utilities shown on the plans are approximate. D-2 t 0013 i`} q The existing 2-inch gas main on Harper Lane conflicts with the storm drainage facilities at Pixie Lane, Terry Lane, Bradford Place, and possibly near Calmar Vista Road. The Contractor shall perform the necessary excavations at these locations at the direction of the Pacific Gas and Electric Company so that the necessary relocations can be made. The Pacific Gas and Electric Company will make the relocations. The existing 6" A.C. water main conflicting with the storm drain at Pixie lane and Terry Lane will be relocated by the East Bay Municipal Utility District. It is anticipated that these relocations will be completed before award of this contract. The Contractor shall give the utility companies at least two (2) working days advance notice before doing any work around utility facilities. The Contractor shall make his own arrangements with P. G. & E. and. East Bay Municipal Utility District for the relocation of any conflicting house service laterals. Abandoned utility pipelines and conduits, if encountered, shalt be removed and disposed of off the job site, in accordance with the requirements of Section 7-1. 13 of the Standard Specifications. 4.2 Measurement and Payment Full compensation for conforming to the above requirements shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be made therefor. 5. Existing Facilities 5. 1 Existing Decorative Concrete Rock and Curb ' The existing decorative concrete, rock landscaping, and curb near Calmar Vista Road shall be removed as necessary for the construction of the storm drain and restored in kind to a condition equal 'to the existing to the satisfaction of the Engineer. 5.2 Measurement and Payment Full compensation for conforming to the requirements of this section shall be considered as included in the contract prices paid for the items of work requiring removal and restoration of existing facilities and no additional compensation will be allowed therefor. 6. Watering 6. 1 Measurement and Payment Full compensation for developing a water supply and furnishing watering equipment and applying water for compaction and dust control as specified herein shall be included in the contract price paid- for the various items of work and no additional compensation will be allowed therefor. 03 rt fi. 0011430 Y - 7. Earthwork 7. 1 General Earthwork shall conform to the provisions in Section 19, "Earthwork" of the Standard Specifications and these Special Provisions. 7.2 Trench Con,tructi n Safety The Contractor's attention is directed to the "Trench Construction Safety Orders" of the California State Industrial Accident Commission, which the Contractor is required by law to obey, and which are adopted by reference,as part of these Special Provisions. Attention is directed to Section 5-1.02A, 'Trench Excavation Safety Plans," and 7-I.0IF, "Trench Safety," of the Standard Specifications. An extract of State Bulletin 105, showing the minimum trench protection, is attached and made a part of these specifications. The Contractor and his Engineer shall retain the responsibility for the correctness and adequacy of the design and implementation of trench protection during the course of the construction work. The acceptance of the plan by the District will not relieve the Contractor and his Engineer of the said responsibility. 7.3 Structure Excavation Trenches excavated for reinforced concrete pipe shall• not be less than 12 inches nor more than 24 inches wider than the outside diameter of the pipe. Only that length of trench shall be excavated which can be backfilled the same day. All spongy, unstable, or organic material classified as unsuitable material by the Engineer shall be removed. The resulting voids shall be filled with acceptable material, placed, and compacted as specified herein. Removal and disposal of unsuitable material and the refilling of the resulting voids will be paid for as provided in Section 9-1.03 of the Standard Specifications, but only when such unsuitable material or unstable subgrade condition is not the result of inadequate pumping or drainage by the Contractor. Any unstable subgrade conditions caused by the Contractor's operations and which would have been preventable by proper pumping or drainage shall be stabilized at the Contractor's expense. 7.4 Pioe Beddina Pipe bedding shall consist of creek or bank run gravel or sand, crushed rocs:, bank run rock or a mixture of these rraterials free from roots, vegetable matter, or other deleterious substances. The material shall be of such nature that it will bind and compact readily to form a firm base. The percentage composition by weight of sand and/or gravel pipe bedding shall conform to the following grading when determined by Test No. Calif. 202: D-4 00137 I _ 00137 �s. 7.4 Pipe Bedding (Continued) Sieve Size Percentage Passing Sieve 2-1/2 100 No. 4 25 - 100 No. 200 1 - If The material shall have a sand equivalent value of not less than 30. Material for pipe bedding shall be of such character that it will not sift or flow from around the pipe when re-excavation is performed adjacent to the pipe. Class 2 aggregate base or permeable material conforming to the require- ments of Section 26-1.02 or 68-1.025, respectively, of the Standard Specifications may be used. The Contractor shall notify the Engineer in writing of the source from which he intends to obtain the material and shall submit samples of the materials he proposes to use at least ten (10) days in advance of importing such material to the job site. 7.5 Structure Backfill Structure backfill material shall conform to the requirements of the ninth (9th) paragraph of Section 19-3.06, "Structure Backfill," of the Standard Specifica- tions. 7.6 Excess Excavated Material Excess excavated material shall be disposed of by the Contractor off the job site in accordance with the provisions of Section 7-1. 13, "Disposal of Material Outside the Highway Right of May," of the Standard Specifications. 7.7 Measurement and Payment Full compensation for preparing "Trench Excavation Safety Plans," constructing the planned shoring or protection, and for removing the planned shoring and protection shall be considered as included in the lump sum contract price paid for Trench Shoring or Protection. Full compensation for all structure excavation, including pavement removal, for furnishing and placing pipe bedding and structure backfill, for furnishing and applying water, and for disposal of excess material, as specified herein and as shorn on the plans or as directed by the Engineer, shall be considered as included in the contract prices paid for the items of work involving structure excavation, pipe bedding and structure backfill. 8, Aggregate Ease 8. 1 General The combined aggregate shall conform to the grading specified for either 1-1/2" or 3/4" maximum size aggregate for Class 2 aggregate base. D-5 00138 } t_ � t_a• 8.2 Measurement The final quantities of aggregate base shall be in cubic yards as determined from the dimensions shown on the plans and specified herein, unless the dimensions are changed by the Engineer. For purposes of measurement, the trench width 'shall be the outside diameter of the pipe used plus 24 inches. 8.3 Payment The contract unit price paid per cubic yard of aggregate base shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing the aggregate base complete in place, as shown on the plans and specified herein, and no additional compensation will be allowed therefor. 9. Asphalt Concrete 9. 1 General Asphalt concrete shall be Type B. Unless otherwise directed by the Engineer, asphalt binder to be mixed with mineral aggregate shall be steam refined paving asphalt having a viscosity grade of AR4000. Aggregate grading shall conform to the surface course grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for 1/2-inch maximum medium grading. Prime coat shall be liquid asphalt SC-70. Paint Binder shall be asphalt emulsion Type RS-1. All loads of asphalt concrete mixture shall be covered with a tarpaulin cover during the period between the time of loading the truck at the plant and unloading at the job site. Conforms between the existing pavement and the newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. The thickness of asphalt concrete surfacing to be placed shall match the thickness of the existing pavement at the conform lines adjacent to the surfacing being placed, but shall in no case be less than two (2) inches. The provisions of Section 39-6.03, "Compacting,"of the Standard Specifica- tions are modiiied as follows: All rolling shall be accomplished by a steel-tired, 2-axle tandem roller weighing at least 8 tons. Rolling shall be continued until the density of the layer of asphalt concrete is not less than 95 percent of the laboratory maximum density of the mineral aggregate at the design asphalt content. The density will be determined by Test Method Iva. Calif. 231. U-6 � � ' 00139 y. I 9.2 Measurement The estimated quantity of pavement replacement as shown on the proposal shall be the final quantity for which payment will be made unless the extent of work as shown on the plans and specified herein is changed by the Engineer. For purposes of measurement the trench width shall be the outside diameter of the pipe used plus 24 inches. 9.3 Payment The contract unit price paid per square foot of pavement replacement shall include full co-npensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in restoring all pavement removed by the Contractor's operations, as specified herein and shown on the plans. 10. Minor Structures 10. 1 General Minor structures shall conform to the provisions of Section, 51-1 .02, "Minor Structures," and Section 90-10, "Minor Concrete," of the Standard Specifica- tions. The following type of structures are defined as minor structures: a) Type 11 Manhole Base with Top Slab b) Type C Inlet The third paragraph of Section 51-1.02, "!Minor Structures," of the Standard Specifications shall not apply. Precast units will not be allowed. The combined aggregates for minor concrete used in the work shall conform to the grading limits for I" maximum size specified in Section 90-3.04, "Combined Aggregate Grading," of the Standard Specifications. Minor concrete for the restoration of decorative concrete and curbs shall contain 470 pounds of cement per cubic yard of concrete. Forms for minor structures shall conform to Section 51-1.05, "Forms," of the Standard Specifications. 10.2 Measurement and Payment Payment for inlet and manhole structures will be made at the contract price per each structure, which price shall include full compensation for all structure excavatio: and structure backfill , furnishing and placing reinforcing steel and miscellaneous iron and steel (including metal frames and covers and frames and grates), and doing all the work necessary to construct each structure complete in place. as shown on the plans, as specified in these Special Provisions, and as directed by the Engineer, and no separate payment will be made for these included items. 0-7 00IL40 Full compensation for furnishing all labor, materi.al,s,,,tools, equipment, . and incidentals and for doing all the work involved in replacing existing decorative' concrete and curb shall be considered as included in the contract prices paid per linear foot of pipe requiring the removal and replacement of said items=and no additional compensation will be allowed therefor. 11. Reinforcement 11. 1 General Sampling of the reinforcing steel will not be made and the requirements . for tagging are waived. A certificate of compliance is required in lieu thereof and must be submitted to the Engineer prior to incorporating- reinforcing steel in the structure. 11.2 Measurement and Pavment Full compensation for furnishing and installing bar reinforcing steel shall be considered as included in the contract prices paid for the various items of work requiring reinforcing steel. 12. Alternative Pioe 12. 1 General Section 62 of the Standard Specifications is modified as follows: Helically corrugated aluminum or helically corrugated, galvanized, bituminous= coated steel pipe conforming to the requirements of these Special Provisions may be used in lieu of reinforced concrete pipe as shown on the plans and in-the Engineer's Estimate and Bid Proposal. The final estimated quantity of Class 2 Aggregate Base and pavement replacement shall not be changed as a result of using corrugated metal pipe in lieu of reinforced concrete pipe. 12.2 Pipe Sizes Helically corrugated metal pipe, if used, shall be used throughout the project and shall be 24-inch diameter where 21-inch and 24-inch diameter reinforced concrete pipe is shown on the plans and shall be I8-inch diameter where 15-inch reinforced concrete pipe is shown on the plans. 12.3 Grades Corrugated metal pipe shall be placed so that the inside top of the pipe is at the same grade and elevation as the inside top of the reinforced concrete pipe shown on the plans. 13. Reinforced Concreie Pipe 13. 1 General All joints shall be sealed with cement mortar and shall be thoroughly wetted invediately prior to application of mortar. D-8 00141. . r 13:2 Re tett i on Reinforced concrete pipe shall be subject to rejection by the ,Engineer on account of failure to conform to any of the specifications of the American Society for Testing and Materials for reinforced concrete pipe (ASTM Designation: C-76-69) and the following; a) Significant chipping or breakage at the tongues and/or grooves. b) Any shattering or flaking of concrete at a crack. c) Exposure of any reinforcement arising from misplacement thereof. d) Separation or "blisters." e) Any continuous crack having a surface width of 0,01 inch or-more and extending for a length of 12 inches or more, regardless of depth or position in the wall of the pipe. f) Rock pockets and air pockets in any pipe. g) Surface detects indicating honeycomb or open texture. h) Excessive roughness of the interior surface of the pipe. Pipe may be repaired, if necessary, because of occasional imperfections in manufacture or accidental damage during handling and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured. 13.3 Measurement and Pavment The contract unit prices paid per linear foot of the reinforced concrete pipe shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing;.the pipe, complete in place, as specified herein and shown on the plansoras directed by the Engineer, including trench excavation, pipe bedding, and structure backfill. 14. Corrugated Metal Pipe 14, 1 General Corrugated metal pipe shall be 14 gage or heavier, helically corrugated, galvanized, bituminous-coated steel pipe or 14 gage or heavier, helically corrugated aluminum pipe. 14.2 Measurement and Payment The contract unit price paid per linear foot of corrugated metal pipe shall include full compensation for furnishing all labor, materials, tools, equipment., and incidentals and for doing all the work involved .in installing the pipe, complete in place, as specified herein and shown on the plans or as directed by the Engineer, . including trench excavation, pipe bedding, and structure backfill. r U-9 444 a��42 OZ'O p OG c Dc O pn ON O -a 4si v n c tT L T z `^ S OT� in n ° Q --vc O 0 v.-0Q o s N— O O ,a O pv ... v n E a S ♦ z e 0 ~ t- O';a D m { ° C....- C,G O u E T !a �► _.� 0' 1 � CO C O O p L G N O O 0-0 '00u o �, w.:% n t z c Q m o Q. , +�'.t•'3�fl't1.'.D `.. WN a 5 C �"r-�•a O 0'.2 ^'n.2to > evoL34 r 'O' OVO O f G `oau-8C s dn ` QDtc?'FZwLau 0 A $ a2 0 QO � - o - ° 0 a.— V tLOO . at 0- 0 o-0 O tova- O .a nO -nya'�►_Q E O n OL —M-0 n E O Q a D0-g >_ a +� O -0o a - w0 .uO O T00 t� . L o :n na 0-000 cc Or n%i N cysaj u. _ a. .•4+a� p O Ct �� Q'a O '=O Yn O O n V G. a a' m- 00 UA Q Q / M .tJ Q tt w 3 C 'C •4 a s t3 «.r .�/ D T- cLei 0G .Lu O O rO O `Orru _ a 0. N (9 Gn t n 1 O stn r Q Q 1L .� C� J }i W >vaiL ' cz�F G c wj .V =0 w �+d f £ O _ *ft 'a z Ol a„ c c f° S= Q N d 1� tin O o V Q r �"� \ .�,; C 1 pA. .�} Q Q. LTi ON. u ',� L ji r i n .n% p 4 O v r` r •Zi3" ?- '�`: Rl�: 'i/ WtXYW SA '" " w{twtX O - Q N X ' n % x � a O r. O== o ..`_ O �y O C.> o 0 -O tl = VQOQr-� • t it •+- O u o Uf N Un in s '� ti ZO v O d3?y.S n3n 1" :OQ n 14r rca - n Ol M(Q..�. - '" S • LS.C)W nvQ 00.0 n bb -°r °1.-0damK ° - � WAWSYYW .S D G O ao o a y U, .yltiWiXlfH .: a 0 n cr - O > 14 ; p U n t:Q o a u 0-0 t r CL G O n� � �v c« CL 0 D � o� 1 �,�a4 d � \ r `' ':�`tii�}{R�'� O M O W ».O O D v �,` a N C' n i _ z { Li > La. go cr fig 4> Tr ZL' !Vl 0: Olk La LL sib ear CL: its t Yto J. i • ' P2.. : 1`:.. 5c it g meg` LL 4- n. 3 X ` ul kill— 1 - � � z• r( (,' �'�t i � '�� R '••�' . LV � l`� r r N Oma*U -'•' { r ;.� � i 2 J • ;� 00144. • U0144` i t 12, lK 05 . i 4!N a p Y x s Q• r K. wo W x o $oh o� a,CL ;6 CL SY p Y �i�..t 3+i11 ♦ Milu �1(1iNiM* ¢ � i "�.: � r 1v+i r7ga 4 gel a CD W.co w w •M O z Alp z fj ? a �• rioe ,�kw Q• F � t w.•,• f ' , W V CD cb Iv CL ; ! W a U3 0 w i-- i 1 4 cn Ji- lt Ile M!w y iii r J JI q • �, � ? 4 rt s 00145 I f f F�s•� o Qj Vq'd _+Z'�m� r � � �•!Y �o .� NN� ¢ J ltl I� >. s fcc S 9= 1.-p a cr a C' 3W 7--- W2z � .� .L� } "5 o 040 M mtoo JL- .L. \ n n n ndY O i Yi =X`c J 1 { ' �5� �b ex 1 1 y \: a V .. _ - 1 o awx '�_' _ W g' 11' iri'i.1 u. o J �:%tu noon W z i �� ���.L.�x 3�3'W � I � 1 OM1• = Y 2 �i f a � � z z F. z Q m z o_ 3; O �� 1. ' _I.• a LLI 1 r- JI () z rol .0-1 Q s A-A i a aaD W W J . s 00 OS O m " aH 000 7\ .� ..o•. L LLJ Q- U .y,.� W = cr- T", • =fie 'z3 , 42 kip 00146 Z w �Y fa�`swss-:; s J ELJ v0:l!iiOWL CL -J ?- 00 of _r 4.0 Ci- {I 1,000 ' a r a 1000 1 A J " W •f I • :b ` i 7,I < 513 4. fa a' S��b.,w�•3 0- 0 u4*4 d -• K x[f .,,fir=fig d� 4 Y Z 9 NN .fir m � d Y X y ` ♦ P ,,•• w��OX 4 !• Cu t L � � ♦ V Y44 y�w'2 1\ a i! `rjaa Nt, y.,f r. r V1 0 4r'io J V Wrt t` • j gin; ft• b J �t • •o "•"ter' �y o'b'is a � a IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT In the Matter of Giving ) Assurance to the Soil Conser- ) RESOLUTION NO. 75/313 vation Service Regarding Land ) Rights for Lines E and E-1, ) �Ia�-sprKellogg PL 566 Project. ) The Board of Supervisors of Contra Costa County, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, RESOLVES THAT: The construction of Lines E and E-1 is a joint project of the Flood Control District, Soil Conservation Service, and Contras Costa Resource Conservation District under the Marsh-Kellogg PL 566 Program. The Flood Control District is to acquire adequate land rights for construction and maintenance of the project. The land rights obtained must be approved by the Soil Conservation Service. It is proposed that a portion of the land rights be in the form of an annual permit from East Bay Municipal Utility District for ingress and egress for maintenance purposes over a portion of their aqueduct property. This is in lieu of the additional taking of 1.5 to 2 acres of agricultural land and the removal of 100 orchard trees. The Board of Directors of the Contra Costa Resource Conservation District concurs with the use of the East Bay Municipal Utility District property for maintenance purposes by annual permit . This Board hereby requests the Soil Conservation Service to determine that the annual permit from the East Bay Municipal Utility District is an adequate land right; and This Board does hereby assure the Soil Conservation Service that the Flood Control District will, in the event of cancellation of the permit by East Bay Municipal Utility District, acquire addi- tional land rights necessary for maintenance purposes; and, in the event of the development of property abutting the channel, the Flood Control District staff will recommend to the Planning Commis- sion that as a condition of approval of the development a right of way be dedicated or granted to the County or Flood Control District for maintenance purposes. PASSED AND ADOPTED this 22nd day of April, 1975 by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. cc: Soil Conservation Service (c/o F.C .) Contra Costa Resource Conservation District (c/o F.C. ) Public Works Director Flood Control RESOLUTION NO. 75/313 County Counsel County Administrator 00148 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishing ) a Timetable for Review of the ) County Compensation Program ) RESOLUTION NO. 75/314 for the Fiscal Year 1975-1976. } ) WHEREAS the Employee Relations Officer, having provided notice to recognized employee organizations in accordance with Section 34-14.002 of Ordinance No. 73-32, has formulated a timetable for review of the County Compensation Program; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that the Employee Relations Officer is authorized to proceed immediately with plans for the organization and implementation of the 1975-1976 County compensation review within the framework of the following procedures and timetable: 1 . Authorize Industrial Employers and Distributors Association as representatives of the County to commence meet and confer and/or meet and consult deliberations with employee organizations on com- pensation proposals for the 1975-1976 fiscal year commencing in April ; 2. Consult with other interested parties on County Compensation practices ; 3. Designate a team of management representatives to meet with department heads and discuss management compensation among the management classifications in their respective departments ; 4. Submit during June, 1975 a recommended compensation program for fiscal year 1975-1976 which will include Memoranda of Understanding concluded between County representatives and representatives of formally recognized organizations ; and BE IT FURTHER RESOLVED that the Board of Supervisors establishes the above timetable and procedures for the purpose of allowing full consideration of compensation adjustments so that such adjustments can be effective July 1 , 1975. PASSED AND ADOPTED this 22 day of April , 1975 by the following vote of the Board: AYES: Supervisors J. P. Kenny, A. M. Dias , J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. cc: Employee Organizations Acting Director of Personnel County Counsel County Administrator Industrial Employers and Distributors Association RESOLUTION NO. 75/314 001Liu s a. y BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Intention to Buy Real Property ) RESOLUTION NO. 75/-3-15 for County Civic Center, ) Martinez ) (Gov. C. §25350) RESOLUTION OF INTENTION TO PURCHASE REAL PROPERTY The Board of Supervisors of Contra Costa County RESOLVES THAT: It intends to buy from Elmo Crow, et ux, for Civic Center purposes, the following described real property for $20,000.00, which is a fair and reasonable price therefor: Portion of Lots 5 and 6. Block 63, of the Additional Survey of the Town of Martinez as shown on the Maps of record in the office of the County Recorder of the County of Contra Costa, California, described as follows: Beginning at a point distant 42 feet north- westerly along the easterly line of Court Street from the intersection of the northerly line of Mellus Street to the easterly line of Court Street, from said point of beginning easterly at a right angle to the easterly line of Court Street, 100 feet, more or less, to the easterly boundary line of Lot 6; thence northerly along said boundary line of Lots 6 and 7, 36 feet; thence westerly 100 feet to the easterly line of Court Street; thence along said easterly line of Court Street southerly 36 feet to the point of beginning. This Board will meet on May 27, 1975 , at 10:30 a.m. in the Board's Chambers, County Administration Building, Martinez, California, to consummate this purchase and the Clerk of this Board is directed to publish the following notice in the "Morning News- Gazette", pursuant to Government Code Section 6063: NOTICE OF INTENTIOU TO PURCHASE REAL PROPERTY The Board of Supervisors of Contra Costa County declares its intention to purchase from Elmo Crow, et ux, at a price of $20,000.00, a portion of Lots 5 and 6, Block 63, of the Additional Survey of the Town of Martinez, located at 1029 Court Street City of Martinez; as more particularly described in Resolution No. 15/315 of the Board and will meet at 10:30 a.m. on May 27, 1975—to consum.ate the purchase. DATED: April 22, 1975 J. R. OLSSON, County Clerk and ex officio Clerk of said Board By 37�Zranam Deputy PASSED on April 22, 1975 unanimously by Supervisors present. SM:bw cc: Public Works - R/:•1 (2) Auditor-Controller Administrator - Supt. of Buildings RESOLUTION 110. 75/ 315 - 00150 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Recycling of ) State Freeway Routes 93 and 77. ) RESOLUTION NO. 75/316 WHEREAS the Board on January 23, 1973 adopted a resolution requesting the Department of Transportation, District 4, to initiate a transportation corridor study of State Route 77 in the Moraga area; and WHEREAS the Board on February 24, 1975 requested that the California Highway Commission withhold action on the rescission pro- cess until the aforementioned corridor study is completed, and further requested that an Environmental Impact Report be prepared; and WHEREAS the Contra Costa County Transportation Advisory Committee has recommended to the Board that additional time be pro- vided to consider the consequences and alternatives to the freeway' rescission and disposal of State-owned lands; NOW, THEREFORE, BE IT RESOLVED that the Board of Supervisors of Contra Costa County requests that the California Highway Commission delay taking any further steps in the recycling process for at least a period of one year, or that the matter be continued to permit the completion and evaluation of the requested corridor study, environ- mental assessment, County land use and transportation study, and the preparation of the General Plan of the Town of Moraga; and BE IT FURTHER RESOLVED that a copy of this resolution be forwarded to the Cities of Lafayette and Moraga, Metropolitan Transportation Commission, Association of Bay Area Governments, Assemblymen Knox, Boatwright and Meade, and Senator Nejedly. PASSED AND ADOPTED this 22nd day of April, 1975 by the following vote: AYES : Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. cc: California Highway Commission City of Lafayette City of Moraga Metropolitan Transportation Commission Association of Bay Area Governments Assemblyman J. T. Knox Assemblyman D. E. Boatwright Assemblyman :den Meade Senator J. A. Nejedly Public Works Director County Administrator RESOLUTION NO. 75/316 001 51 .. ,7 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the batter of Satisfaction ) of Lien(s), Termination of ) RESOLUTION N0. 75/31.7 Reimbursement Agreement(s). ) ) 1:HEREAS instruments) dated April 22, 1975 which provide4s) that for valuable consideration(s) had ana receive y e` County of Contra Costa, any and all liens created by virtue of reimbursement agreement(s) and noticeO, of lien(s) executed by the following person(s) or granting of aid and assistance to said person(s) is (are) hereby satisfied, and all real and personal property of said person(s) is (are) released from the said lien(s) and said referred-to reim- bursement agreement(s) is (are) canceled and the agency created is hereby terminated, are presented to this Board, to wit: Name Date Executed Barbara Garber December 18, 1961 NOV, THEREFORE, IT IS BY THE BOARD RESOLVED that said instrument(s) be and the sane is (are) hereby APPROVED and the Chair- man of the Board is AUTHORIZED to execute said instrument(s) on behalf of the County of Contra Costa. PASSED and ADOPTED this 22nd day of April 19-JL by the following vote of the Board: AYES: Supervisors J. P. Kenny, A. M. Dias , J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. cc: County Auditor-Controller Central Collections County Counsel County Administrator RESOLUTION NO. 751317 00152 i TEWMNATION OF REIMBURSEMENT t.GREEMENT The REIMBURSEMENT AGREEMENT and NOTICE OF LIEN executed on Deoe*er 18, 1961 by Barbara Garber and recorded in the official records in the office of the County Recorder of this County on Janaa 5: 1962 in Volume 4029 at page 4T is hereby released. Dated: April 22, 1975 By order of the Board of Supervisors. �r CHAIRMAN OF THE BOARD OF SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) April 22, 1975 before me, Robbie Gutierrez a deputy county clerk of this county, personally appeared Warren N. Boggess 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. J. R. OLSSON County Clerk by /'De ty gbunty Cj&k 00153 r t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the !Satter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 75/318 ) WHE MS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOWs Ti SFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1974-75 It has been ascertained from the assessment roll and from papers in the Assessorfs Office what was intended and what should have been assessed; and, therefore, pursuant to Revenue and Taxation Code Section 14831, the following defects in description and/or form and clerical errors of the Assessor on the roll should be corrected as stated below. The assessee(s) of each of these properties have filed a notarized statement pursuant to Section. 166 of the Revenue and Taxation Code to the effect that they timely mailed a homeownerts exemption claim to the Assessor. Further, in accordance with Section 4985 of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee, here- tofore or hereafter attached due to such error, should be canceled as it was 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. Parcel Number Code Area Allow Assessee 071 -192-006-0 01002 $1750 Russo, Sal R. & Pay M. c/o WINSCHELL, JACK S. & NELLIE E. 086-071-002-9 07013 1750 ROMO, ANTONIO R. & TEODORA R. 088-291-037-5 07013 1750 THOMAS, WILLIAM L. SR. & NORMA J. 170-113-002-1 09055 1750 HAGANs HELEN L. 402..013-045-8 06000 1750 RADOSEVICHO FRANK L. & VALERIE G. 1413-300-026-7 11006 $1750 CARTER, WILLIE C. & ANNIE D. 426-113-020-9 85004 ?50 ROKANOp KENNETH V. & MARY H. ROMANO, VINCENT J. & LAURA A. 519-050-011-5 08001 $1750 DODSON$ JOSLYN YVONNE I hereby consent to the above 16/ RC s changes and/or corrections; R. 0. SEATON O Assistant Assessor JOHN B. CLAUSEN, County Counsel Copy to; Assessor (Rodgers) By RICF3AF'.D A. BORTOL.AZZO Auditor Deputy Tax Collector R£SOZUTION 190. 75/318 Page 1 of 1 00-154 xv4 V ivy, ' ........ ..... ...... ' •.'1'k, :lil LTi IN THE BOARD OF SUMVISORS OF CONTRA STA COUNTY, STATE OF CALIFORNIA, ;':r; In the Matter of Cancellation of ff Delinquent Penalties on 1974-75 ) R£SOWTI{1N NO " Yx Unsecured Assessment Rollo � he County Tax Collector having filed witn this ?pard a request.:for cancellation of the delinquent penalties attached on Sills ,os..,9059/2026 and. .: { 20/2020 on tate 197:-75 unsecured Assessment roll; and the County Tax Collector las establisbed bar. satisfactory, gavof that re.nittance to cover uayznt tai taxes due on 9�9/2t}20 and was deaosi ted in the United States mail prior to d�li»quency:,date 13ropsr2y addressed with postage prepaid, but was not received unfi 1.of ter r the_del�'.nc uene date, which resulted in delinquent penalties. being charged iharst6 :and �_ V.:�?.R ,S, pursuant to Sections 2512 and h986 (1) (b) bf.'the. Revenue:and. Taxation Code, the County 'Tax Collector now requests,ccancell.ation of the: de�� nquent i i 4f3': geraivies accrued after t?st: ret�t.,ance was railed. y •� .a.► 1% • 1975 �t@ OI S-Ns3.i�.ri� ��'.'*�.�.v»22t'iB: i:'a�'C�. �i, 197L--75 Cnse red Tax Bills 66020/2020 and 9059/2420 =e. NXIs :: =Jr.=, 3E T_T s3` :''rte : 3A. R:;aJL� that, pnsrsuanz; to the ` aforesaid Sections or thse ?.avenge and ^axation Code, the pinalties 'attached`:: ares : SFR r _..,�.RD W. Ila I hereby consent to the above' . cancellations: `�. CJz� T'f "TP.��.�SU? TAF -OUECT ` �, 430 B. Ci.F,TSS Y COUNTY COUNSEL deputy Tax Oollec for a <; Duty,: CC., Tax Collector sr�1v 105 IM. 7"19 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending the ) Drug and Narcotics Analysis ) RESOLUTION NO. 75/320 Training Program Grant Award ) (Contract No. A1934-1-74) ) ) MEREAS the County of Contra Costa desires to undertake a certain project designated as the Drug and Narcotics Analysis Training Program to be funded in part from funds made available through the Omnibus Crime Control and Safe Streets Act of 1968, PL 90-355, as amended, PL 91-644, (hereafter referred to as the Safe Streets Act) administered by the State of California, Office of Criminal Justice Planning (hereafter referred to as OCJP) ;- and WHEREAS the Chairman of the Board of Supervisors of Contra Costa County, California was authorized. to execute and submit to OCJP an application for Grant for Lacy Enforcement Pur- poses and subsequently ::as authorized to execute and submit the Grant Award Contract for law enforcement purposes including any extensions or amendments thereof; NOTU, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA RESOLVED that Supervisor W. N. Boggess, Chairman, is AUTHORIZED to execute an agreement between the County of Contra Costa and the State of California, Office of Criminal Justice Planning, to amend theand Narcotics Analysis Training Program gran a:,;ard, Number A1934 I-?4, to extend the grant period from I4ay 31, 1975 to July 31, 1975; and BE IT FURTHER RESOLVED that the applicant a Fees to provide all matching funds required for said project tincluding any extension or amendment thereof) under the Safe Streets Act and the rules and regulations of OCJP and the Law Enforcement Assistance Administration and that cash will be appropriated as required thereby; and BE IT FURTHER RESOLVED that grant funds received here- under shall not be used to supplant on-going law enforcement expenditures PASSED AND ADOPTED this 22nd day of April, 1975 by the following vote: AYES: Suaer=ri sors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. cc: Criminal Justice Agency of Contra Costa County c/o George Roemer County Sheriff-Coroner County Auditor-Controller County Administrator RESOLUTION NO. 75/320 0 156 f', nt� w_ Jt C PROVED BY THE CONTRACTOF' STANDARD AGREEMENT— ATTORNEY GENERAL [1 STATE AGENCY STA re OF CALIFORNIA 5'•'7. •rry Iona. 0 DEPT.OF GEN.BER. D CONTROLLER THIS V;RI FNJEINT,made and entered into this 2 A-1y of April. I9�".. 0 in the State of California. by and between State of California, through its duly elected or appointed, 0 - gnalified and acting 0 TITLE OF OFFICER ACTlNG7FOR STATE -� AGENCY y;M..�.. EXECUTIVE DIRECTOR OFFICE OF CRIMINAL JUSTICE PLANNING A!� 44.774 *� hereafter caaad S .ancl . .. i . 003P � � 34CQun#Y of,Contra CQsta «iI rcr.r n hrrevfter calied!he Contractor. WITNESSETH. That the Contractor for and in consideration of the covenants, conditions, agreement.;, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: I S.t f art h cercice to I-rendered by Contr=tar,amount to be paid Contractor,time for performance or completion,and att wh plant and specifications,if any.) GRANT AWARD A1934--1-74 BETWEEN THE PARTIES HERETO IS HEREBY AMENDED TO CHANGE THE EXPIRATION DATE OF THE PROJECT FROM May 31, 1975 TO July 31, 1975 ALL OTHEP PROVISIONS OF THIS.CONTRACT REMAIN AS PREVIOUSLY AGREED UPON. 11c provisions on the reverse side hereof constitute a part of this agreement. EN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date fust above written. SZ:aTE OF CALIFORNLA 0NTRA OR A. __?`ICY � OFFICE OF CRIMINAL JUSTICE PLANNING 2'_:•> Sv , ORI SIG RE) • .t /7- r— �l .;t , fi „d I• .r sy j i*., is XY t t )♦ r� 1 rtvJ,T!` r: .4+r ,1.r::GGst��' v.'ar !•^•a T1tl 'S� EXECUTIVE DIRECTOR Chai 1t-INTINUEO ON SHEETS. EACH BEARING NAME OF CONTRACTOR) p O= -.T&;f � �.0 DO~Werlt ie Tus spMe AMOUNT OF THIS ESTIMATE APPROPRIATION n 1. F MD i f s No additional fun s required UNENCUMBERED BALANCE ITEM CHAPTER (•.. ',SrA'rUTE3 FISCAL YEAR EXEMPT FROM DZPARTh1c� s 'E;ZAOJ. INCREASING ENCUM- FUNCTION S, VICES AN q S RANCE OF GENERAL t( PROVAI PURSUAI�IT To SEC- ADJ. DECREASING ENCUM- LINE ITEM ALLOTMENT Y {1 S RANCE OF THE,w'�� , 1 hlvehy certify upon rely oun personal krro kdtw that budgeted funds T.H.A.NO. TIME MAN '-USare acaitaht.-for the period and purpose of the expenditure stated above. ADMINWRA fi SIGNATURE of ACCOUNTING OFFICER DATE -TLAY 9 9 I&-reby ter'.ify that all conditionscremption sq.1<h in State.Sdministratsoe Manuel Section 1201,13 have hers complied kith asd this document is pt rvm review by the Department of Finance. 5 SIG REO SIGNIN�ON EHALF OF TH[AG DATE ,r-f3-?,t ar:s�'taas.�tzar Iss biF O r ' r K' OW ,� Cn CSS < W to J N N o P �y- '1 ♦ M v < W m yks J ~ CA u Y N A CA J J ••� z < w < w W O •jt2 0 C6 so a Q > '['ti C3 '' a o lz A I-T K K o z o > > r co C> O N m 0 r-t" ` c Ch In ; M. p .. W Cry C4 m O .J "0 14 40 us ,71, ✓ o o fz7 43 V '0 o o � a V^t o o J uS -- +' W K to �p o D r{ (t{ 14 z x S • O O { IIS 'Cf Q O om14 cn L 03 � V Occ x m t d a a $4 W O � ie o Q •ri s 42. tp ts C to ' ,K A o r h t ti C CT t• «+ (� crw U C P A oL < N N W k r! y Ls } C t u m a n i7 p i tp O' W o 3r r 0so O r X46 � W lei O 14 H 04 ar { 44 ' K W N t S`I NO ¢ C i ¢ 0 O a 6 t to Z3 t u Cf W a s { y.L 1 t0 Q �� y C> �' L' O r+ 1 •„ r i 4 C3 to C �. N � � � �� .; � Ln Ln Nva c� a . Y _ t fnm C 4J cd to d �+Q Y .. ^ W '�.. Q .- FLt U i'q t ,., s00158 ? x �: cr cc Cl zt +a'yLa " r<a1 ri c,+x..k .. •^- .. .-'... ... .... ..-<:. �a91"*.e'.R'.K'T6.Y:-:'9"! .,.. ,", .. r IN THE BOARD OF SUPERVISORS OF r CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Flatter of Proclaiming } May 18 through May 24, 1975 ) RESOLUTION NUMBER 75/321 as "Action for Foster Children } Week" in Contra Costa County. ) WHEREAS the President of the united States has proclaimed the week of Key 18 through May 24, 1975 as "National Action for Foster Children :leek" to call attention to the vital needs of foster children; and in this area thane are hundreds of foster children vfho through no fault of their o.,-n have been deprived of a normal home relationship involving love, shelter, a sense of being wanted and belonging, and other needs that are the basic rights of all children; and 1IHE AS social agencies, both public and private, and dedicated foster parents provide these children with a temporary or a permanent environmea`, that will help them become the responsible citizens of tomorrow; and HHERE.AS agenci-s and foster parents are finding it increasingly difficult to provide the basic needs of these children, such as medical and dental care, education, food, clothing, skilled social work, and other co=unity resources; and 11HERE..S these ends can be met only by increased funding and concerted public effort on the part of all citizens, governmental and private agencies, legislators, and others responsible and concerned for the future of these children; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COURTY, CAL~O?:IA, RESOLVED that it hereby proclaims the week of May 18 through May 24, 1975 as "Action for Foster Children Ileek" in Contra Costs County and calls upon all citizens to volunteer their talents and energies on behalf of foster children and to recognize the vital role played by foster parents in enabling these children to develop into mature, responsible, productive adults. PASSED AzYD ADG?TED this 22nd day of April, 1975 by the f ollowing vote: AYES: Su?ervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. 110_S: None. A-BSJ.2 none. cc : D .rect^r, Hunan 'resources Soci-; Service Director Count-.- .!,dministrat-r RESOLUTION IITUIZE:R 75/321 001 CZA IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Proclaiming ) May 4 through 10, 1975 as ) RESOLUTION NUMBER 75/322 "Hire the Veteran Week." ) INTEREAS veterans of service in the Armed Forces of the United States in war and peace have made possible the American way of life; and WHEREAS the Wag er-Peyser Act, June 6, 1933, estab- lished the Veterans Employment Service and the State Employment Services; and WHEREAS disabled veterans and veterans are living proof that "Ability -- Not Disability -- Counts" in maintaining. America's economy by tL+eir performance in all fields of industry and commerce; NOW, THEREFC_RE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CA1 FORNIA RESOLVED that the week of May 4 through 10, 197; is proclaimed as "Hire the Veteran Week" and all government agen_ies, businesses, labor organizations and commercial enterprises = this county are urged to contact the local Employment DevelDent Department for the purpose of hiring veterans. PASSED AND Ar-C=TED this 22nd day of April, 1975 by the following vote of the Bcard: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: Nona. ABSENT: None. I HEREBY CER.Til'Y that the foregoing is a true and correct copy of a resolution entered on the minutes of said Board of Supervisors on April 22, 1975. Witness my hand and the Seal of the Board of Supervisors affixed this 22nd day of April, 1975. J. R. OLSSON, CLERK By e en ars Deputy Clerk cc: Veterans Representatives, Employment Development Department, State of California: Mr. Cicero Finley, Pittsburg Mr. Feliciano Salcido, Richmond Mr. George Sing, Pleasant Hill Veterans Service Officer County Administrator RESOJT 'PXTION LIUMBER 75/322 Qd11-SU 1 Ila THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Proclaiming ) May 2 through May 9, 1975 as ) RESOLUTION NUMBER 75/323 "Community Pride Week for ) Mental Retardation Services ) in Contra Costa County." ) WHEREAS twenty out of a hundred people in the United States have a mentally retarded or other developmentally disabled person as a member of their family; and WHEREAS these persons are the first generation of the men- tally retarded with hope of a long lifetime in the community; and WHEREAS it is said that no state has gone as far as California in developing community-based services for the retarded; and WHEREAS Contra Costa County leads the state in several important areas of these services, including: (a) The largest Short-Doyle program for the retarded in the State of California, (b) The only two multipurpose centers in the state serving the most severely retarded of all ages through unique joint operation by Contra Costa County Medical Services and Contra Costa County Department of Education, (c) One of seven areas in California having a grant to plan for and implement the State's Master Plan for Special Education, (d) A wealth of other public and private community resources for the mentally retarded, including schools, work experi- ence, activities, and recreation; and WHEREAS these progressive developments have enhanced the reputation of the entire State of California through demonstrating the productive potential of the developmentally disabled in society; and WHEREAS this outstanding and dedicated effort of the citi- zens of the County of Contra Costa is deserving of public recognition and support to continue its progress to meet further needs for housing and employment of the retarded; and WHEREAS twenty facilities for the developmentally disabled in the County of Contra Costa will hold open house in their respeci- Live communities; NOW, THEREFORE, BE IT BY THIS BOARD RESOLVED that the week of May 2 through May 9, 1975 is proclaimed "Community Pride Week for Mental Retardation Services in Contra Costa County." PASSED AND ADOPTED this 22nd day of April, 1975. RESOLUTION NO. 75/323 001 e4 � N In the Board of Supervisors of Contra Costa County, State of California April 22 , 1975 In the Matter of Environmental Impact Reports. Supervisor A. M. Dias having furnished each member of the Board with a copy of a summary he had requested the Planning Depart- ment to prepare showing the cost estimate on seven Environmental Impact Reports selected from the approximately sixty per year received by the Board; and Supervisor Dias having commented that although he recog- nizes the importance of protecting the environment and agrees that there is a need for legislation regulating projects affecting the environment, it is his opinion that as required under the present law the aforesaid reports are too cumbersome and costly and result in a great deal of delay in processing matters submitted to the Board and to the Local Agency Formation Commission; and Supervisor Dias having recommended that the County Administrator evaluate the benefits derived from the present ETR process to see if alternative legislation can be developed which would simplify administrative procedures and reduce costs while at the same time providing controls to assure protection of the environment and submit his report thereon to the Board for approval and subsequent transmittal to the Contra Costa County representatives in the California State Legislature; and On motion of Supervisor Dias, seconded by Supervisor E. A. Linscheid, IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tion is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. Y. Boggess. NOES: None. ABSENT: None. 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: Supervisor A. M. Dias Supervisors Associated Building ffi axed this 22nd day y of April 19 75 Director of Planning J. R. OLSSON, Clerk Public Works Director By /f G . Deputy Clerk H sa 121rpou3aty Counsel mart Penni ton County Administrator 00162 i In the Board of Supervisors of Contra Costa County, State of California Anril 22 . 19 713 In the Matter of Request for an Additional Judge for the Three-Judge Mt. Diablo Municipal Court. This Board having received a letter dated April 15, 1975 from Hon. John D. Hatzenbuhler, Presiding Judge of the Municipal Court of the Pit. Diablo Judicial District, transmitting a copy of an April 4, 1975 report of the Judicial Council of California on the subject of judgeship needs of said Municipal Court; and Judge Hatzenbuhler having noted that the analysis made by the Council indicates that the Mt. Diablo Municipal Court will require four judges in order to carry its projected workload through 1976 and recormzends that an additional judgeship be created for the Court; and Judge Hatzenbuhler having urged that State legislation be. introduced so as to increase the number of judges in the Tot. Diablo Judicial District from three to four to enable appointment of a fourth judge effective January 1, 1976; and IT IS BY THE BOARD ORDERED that the aforesaid matter is REFERRED to the County Administrator for report. PASSED by the Board on April 22, 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Judge Hatzenbuhler Supers County Adrin;strator affixed this 22nd day of Rur l 19 11County Counsel _ J. R. OLSSON, Clerk By Deputy Clerk H 24 12174 - 15-M magy, Pennington 00' 163 F In the Board of Supervisors of Contra Costa County, State of California April 22 , t9 755 In the Matter of Proposed Assessment District for Improvement of Appian Way, El Sobrante Area. The Board on April 8, 1975 having referred to the Public Works Director for report letters from the E1 Sobrante Chamber of Commerce, May Valley Association, El Sobrante Area Traffic Advisory Committee, and various individuals, all urging formation of an assessment district for the improvement of Appian Way, El Sobrante area; and On the recommendation of the Public Works Director and on motion of Supervisor J. P. Kenny, seconded by Supervisor A. 14. Dias, IT IS BY THE BOARD ORDERED that the question of assessment district formation is REFERRED to the Assessment District Screening Committee for recommendation to the Board. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Ms. Jane B. Wood Witness my hand and the Seal of the Board of Mr. George H. Schmidt Supervisors Messrs. Irwin H. Lowrey affixed this 22nd day of April t9 75 and Angeleno Reginato Mr. Earl R. Combs J. R. OLSSON, Clerk Mrs. Erma Lindeman By.. -llr._, r -�t�: Deputy Clerk H 24 12/74 • 15.mAssessment District Mildred 0. Ballard Screening Committee Public Works Director Director of Planning County Administrator 00164 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIF-:iRNIA In the Matter of Awarding Contract ) for Extension of Clifton Court Road ). April 22 - 1 Q5� at the State Intake Channel, Byron Area, Project No. 9233-4153-75. ) " Bidder Total Anount Bond Amounts Antioch Paving Company $12,330 Labor & Mats. $ 61165 Route 1, Box 612 Faith. Perf. $12,330 Antioch, California 94509 Oliver de Silva, Hayward Teichert Construction,• Stockton Stanfield and Moody Co, Tracy Eugene G. Alves Construction Co., Inc., Pittsburg L & L Equipment, Concord Bay Cities Paving &. Grading, Inc. , Richmond The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concis-ring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract tl =refor. _ IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the Ccunty Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract fol• this Board. IT IS FURTHER OP.DEPXD that, upon s:-nature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. The foregoing order was passed by the following vote : AYES : Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES. None. ABSENT: hone. CERTIFILD COPY i f..r.►. �~=: *!'," f; Z, :ull, Nu, .k ewr"t COPY or the Ori�innt d►m•umrnt ahioi I.+ on file to my otttea, and that It uae na!+►•►t A' adopted by the Boord of Fntw-n.'�or+ Of vs,ntra r...+n ►'nunly. t'atlrnrnlR, on cc: Public Works Director the date- mtlmvrn. ATTf:`=T: J. it. ofC; IN THE BOARD OF SUPERVISORS OF CONikA t slji COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Reconstruction of Stone Valley ). April 22, 1975 Road between Miranda Avenue and ) Winding Glen, Alamo Area, ) ' Project No. 4331-4516-72. ) Bidder Total Amount Bond Amounts Eugene G. Alves Construction $477,896.65 Labor & Fats. $238,948,33 Company, Inc. Faith. Perf. $477,896 .65 P. 0, box 950 Pittsburg, California 94565 Oliver de Silva, Hayward Gallagher & Burk, Inc., Oakland Martin Brothers, Inc. , Concord Bay Cities Paving & Grading, Inc., Richmond 0. C. Jones and Sons, Berkeley McGuire & Hester, Oakland The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concu^ring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed badder at the listed amount and at the unit prices submitted in said id; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract tt :refor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the Ccunty Counsel has reviewed and approved them as to forst, the Public Works Director is authorized to sign the contract fo: this Board. IT IS FURT71ER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. The foregoing order was passed by the following vote : AYES : Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N . Boggess. NOES: None. ABSENT: None. CERTI TED COPY m, ex currrct copy or the e►riF;nnt de„omer,t u 111.•11 1.+ on file In my offlao. and that It wan t+a•r,•d h• adopted by the !lonrd of Agper !•:.,r+ of "r.1m /•,--rn t'-nunry, ['atlfnrnla, an cc: Public Works Director the dAto j1hown. ATTF--r. J. ft. County County Counsel Clerk f.-e<-of11,•lo Clerk of rald hoard of Superylnorl, by llttputy Clerk. County Auditor Contractor LrC. on 00100 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the matter of Federal ) Public Works Appropriations ) for Fiscal 1975-1976 and ) April 22, 1975 for 1976 Transitional Quarter ) ' The Board, on April 8, 1975, having supported the Corps of Engineers' projects for certain flood control, navigation, water quality, and waste disposal projects of interest to the County; and The Public Works Director having reported that the County and the Flood Control District, having considered the President's Budget and Corps of Engineers, Ca?ability recommendations for the projects at meetings of the California Water Cor..aission's Committee on Federal Appropriations and the California Marine Affairs and Navigation Conference; and The Public Works Director, having recommended that the Board,, as the Board of Supervisors of Contra Costa County and as ex officio the Board of.Supervisors of Contra Costa County Flood Control and Water Conservation District, support the federal appropriations for fiscal year 1975-1976 and/or 1976 transitional quarter for the following flood control, navigation, water quality, and waste disposal programs: Alameda Creek, Upper Basin $ 75,000 FY 1976 (President's Budget) 30,000 T Qrtr. 1976 San Francisco Bay to Stockton 500,000 FY 1976 (President's Budget & Ship Channel 200,000 T Qrtr. 1976 Corps Capability) Walnut Creek $2,400,000 FY 1976 (Corps Capability) 2,600,000 T Qrtr. 1976 San Francisco Bay and Sacramento- 100,000 FY 1976 (President's Budget) San Joaquin Delta Water Quality 15,000 T Qrtr. 1976 and haste Disposal Walnut Creek Basin 50,000 FY 1976 (Corps Capability) 25,000 T Qrtr. 1976 Sacramento-San Joaquin Delta 70,000 FY 1976 (Corps Capability) 25,000 T Qrtr. 1976 The Public Works Director, having further recommended that a representative from the Public Works Department and County Consultant Frank C. Boerger be authorized to present appropriate testimony before the Congressional Subcommittees on Appropriations: On motion of Supervisor J.P. Kenn, , seconded by Supervisor A.M. Dias , IT IS BY THE BOARD ORDERED that the recommendations of the Public Works Director are APPROVED. CERTIFIED COPY cc Col. Frank C. Boerger I certify teat tali k a P!V. true F- earrect copy of Public Works, Flood Control the orIs:lm! -•r. ::'•s•t: I- Rn rill in my office, Administrator A. G. Will a--.1 tint - !v =I►^ roard of on t!s•� e_-• - • ••'r• County Curl:F-t e• of Oulr_rvisors, by Ue,i;. ... on Iq 00157 low In the Board of Supervisors of Contra Costa County, State of California April 22 , 1975 In the Matter of Accepting a Portion of RANDY WAY as a County Road in Minor Subdivision 29-72, Brentwood Area. The Board on March 11 , 1975 having adopted Resolution No. 75/201 accepting Randy Way as a County road, at which time reference was made to the completed improvements on adjacent Subdivisions 4 , 4494 and 4714, but no reference was made to that portion of the road improvements completed under Minor Subdivision 29-72, Brentwood area; and On the recommendation of the Public Works Director and on motion of Supervisor J. P. Kenny, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that that portion of RANDY WAY which is shown and dedicated for public use in Book 24 of Parcel Maps at Page 31 , tiled September 28, 19720 is ACCEPTED as a County road. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid., W. N. Boggess. NOES: None. ABSENT: None. 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: Recorder Witness my hand and the Seat of the Board of Charles Pringle Supervisors P. 0. Box 305 affixed this 22nd day of April , 1975 Brentwood, Ca. 9 .513 J. R. OLSSON, Clerk Public Works Director B �h tc y -aw , Deputy Clerk H 24 12174 - 15-M Haney St Ortega 11 09��8 f i In the Board of Supervisors of c Contra Costa County, State of California _ April ?? , 1971— In 97 —In the Matter of Releasing the Note and Deed of Trust to Trustee for Reconveyance of Real Property sold by the County to Fry's Food Stores, Inc. On September 28, 1900-5 the Board of Supervisors of Contra Costa County, California, approved and accepted a promissory note and deed of trust, both dated July 14, 1965, and executed by Fry's Food Stores, Inc. , in the amount of $259,200.00 for the balance of payment in the sate of the real property de- scribed in the deed from Contra Costa County, recorded October 15, 1965 in Book 4973, Official Records, page 201, in the Office of the Recorder of Contra Costa County; and Said note having been kept in security repository of the County Treasurer and said deed of trust filed with the County Recorder and recorded on October 15, 1965 in Book 4973, •Official Records, page 206. On recommendation of the County Auditor-Controller that said note has been paid in full, IT IS BY THE BOARD ORDERED that the aforesaid note and deed of trust be released to G. T. Derana, County Supervising Real Property Agent, for submittal to Western Title Guaranty Company, Contra Costa County Division, as trustee in said deed of trust for cancellation and execution of reconveyance of said deed of trust. IT IS BY THIS BOARD FURTHER ORDERED that the Chairman of the Board is hereby authorized to execute the request to said trustee for reconveyance on the form provided on the back of said deed of trust. Passed on April 22, 1975, by unanimous vote of Supervisors 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. cc: Trustee (via R/P) Witness my hand and the Seat of the Board of Trustor (via R/P) Supervisors County Administrator affixed this 22nd day of p-oril , 19 ?� County Treasurer (via R/P)� fi5 R OLSSON, County Clerk County Recorder (via R/P) County Auditor-Controller By r"`��- de1g"dz . Deputy Clerk County Public Works Dept. (2) aLynnlf.T. Beitler H 24 5/73-35M 001 V9 IN THE BOARD OF SUPERVISORS r OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA April 22 19 75 In the Matter of Approving ) and Authorizing Payment for } Property Acquisition ) IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract is4g APPROVED and Mr. Vernon L. Cline, Chief Deputy Public Works Director, is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Stone Valley :r;rgini^ M. Spahr, April 15, 1975 Western Title $11036.00 Road Bicycle et '11. Guaranty Com- Path, Alamo piny, Escrow Area No- M-307879-8 Project 116. 4331-4183-75 ( 855 square feet of residential land which is required for the project) The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Supervising Real Property Agent. The County Clerk is DIRECTED to accept deed from above-named grantor for the County of Contra Costa. The foregoing order was passed April 22, 1975 I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 22nd day of April , 1975 cc : Public Works Director J. R. OLSSON, CLERK County Auditor-Controller County Administrator By ynn J.' tseltlero Deputy Clerk Form #20.4 00176 75-2-200 In the Boord of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Authorizing Refund, Subdivision 4055, Moraga Area. The Public Works Director reports that on March 26, 1975 the Town Council of the Town of Noraga declared the drainage improvements for Subdivision55, Noraga area, complete and authorized the refund of the $500 cash bond Which Was posted to guarantee completion of this work; and On motion of Supervisor J. P. Kenny, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZHD to refund to OCCO Inc., P. 0. Box. 233, Rheem Valley, California 94570, the $500 cash bond as evidenced by Deposit Permit Detail Number 123621 dated February 13, 1975• The foregoing order was passed by the following vote: AYES: Supervisors J. P. Benny, A. M. Dias, J. B. Moriarty, B.A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None . I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Witness my hand and the Seal of the Board of Public Works Director Supervisors County Auditor-Controller affixed this 22nd day of April 1975 County Administrator J. R. OLSSON, Clerk By It A-4 PU;,_., Deputy Clerk H 24 12!74 • 15-M Nancy A. Ortega 001. 71. In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Approving Addendum No. 1 , Street Reconstruction, E1 Sobrante and Kensinton Areas, Project No. 1079-11203-75. On motion of Supervisor J. P. Kenny, seconded by Super- visor A. H. Dias, IT IS BY THE BOARD ORDERED that Addendum No. 1 to the specifications for the reconstruction of Barranca Street, Carlfield Street and Miflin Avenue, E1 Sobrante area, and Beloit Avenue and Cambridge Avenue, Kensington area, is APPROVED, said Addendum clarifying the thickness requirements for the asphalt concrete courses. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: Public Works Director Supervisors County Auditor-Controller affixed this 22nd day of A=11 197• County Administrator J. R. OLSSON, Clerk By > � �9cT- Deputy Clerk H 24 12/74 - 15-M Nancy S. Ortega 001'72 A f CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California A D D E N D U M N 0. 1 To The Specifications For STREET RECONSTRUCTION Barranca St.,Carifield St. , Miflin Ave. Beloit Ave. and Cambridge Ave. Project No. 1075-4203-75 Page D-7 of Specifications: In the second paragraph of the Sub-Section titled "Full-Depth Asphalt Concrete Section" change "bottom" to "surface." Bidders must acknowledge receipt of this Addendum. Acknowledgment must be shown In the space provided below and returned with the Bid Proposal or under separate cover prior to the date and hour set for the opening of bids, 11 :00 a.m. on May b, 1975. ACKNOWLEDGED: BIDDER: BY: TITLE: 00173 In the Board of Supervisors of Contra Costa County, State of California ACKNOWLEDGED: BIDDER: BY: TITLE: 001'73 In the Board of Supervisors of Contra Costa County, State of California April 22 19 715 In the Matter of Completion of Construction of Public Improvements in Minor Subdivision 252-73, Pleasant Hill Area and Accepting the WIDENING OF PASO NOGAL as a County Road. On motion of Supervisor J. P. Kenny, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that the construction l of improvements in Minor Subdivision 252-73, Pleasant Hill area, is ACCEPTED as complete; and IT IS FMTHER ORDERZD that the WIDENING OF PASO NODAL, the right of way for which is shown on the Parcel Map of Minor Subdivision 252-73, filed November 18, 1974 in Book 35 of Parcel Maps at page 50tis ACCEPTED as a County road; the street has been offered for dedication by separate instrument recorded on December 51 1974, in Volume 7381 of Official Records on page 516 (et seq.). The foregoing order was passed by the following vote : AYES: Supervisors J. P. Kenny, A. M. Dias, J. B. Moriarty, E. A. Linscheid, Lr. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Recorder Witness my hand and the Seal of the Board of Mr. John Teverbaugn Super,ison 248 Paso Nogal affixed this 22nd day of April 19 YL Pleasant Hill, Ca. 94523 J. R. OLssON, Clerk Public Works Director ` BC J Deputy Clerk H 24 12174 - 15-M Nancy . Ortega � 00174 ff t 1 IN Td3 BOARD OF SUPaVISORS OF CONTRA COSTA CODUTY, STATE OF CALIFORNIA April 22 , 19 -75 In the Matter of Approval � of "•'ork Order ) On motion of Supervisor J. P. Kennseconded by Supervisor A. M. Dias IT IS BY T��RDERED that. approval. is given for the foi?owing, and the Public Teforks Director is, authorized to msaIre the impro-u-e;aents listed :a/O Estimated. No. Road "lame Descriation of '!fork Cost 6462 CHRISTIE ROAD, Repair slipout, 114 miles $9;600 Road No. 2383, south of the State Sign Martinez area. Route No. { The above work is a Class 1 categorical exemption from environmental impact reaort recuirements . The foregoing orde-r was passed by the following vote: AYS: Supervisors J. P. Kenny, A. M.Dias, J. E. Moriarty, B. A. Linsch eid, W. N. Boggess. NO-33: None. '1` None _i .nom' .5 3 I.=✓ �:_h i �r �' sL the. 'o. ,.g _nzo , 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 22nd day of April 19-73 , cc: Public '..orks Director (2) J. R. OLSSOW, CLMK 8 "W� Y Nancy Si/Ortega' a Deputy Clerk 00175 Form #20.7 In the Board of Supervisors of Contra Costa County, State of California April 22 19 75 In the Matter of Transfer of Funds, Subdivision 4011 , Clayton Area. The Public Works Director having reported that on June 12, 1973 Rahlves and Rahlves, (the developer for Subdivision 11.011 ) contributed $1 ,400 (Auditors Deposit Permit No. 1.08762 dated June 13, 1973) in lieu of constructing the required median island paving on Marsh Creek Road east of Mountaire Parkway; and The Public Works Director having further reported that the City of Clayton now requests the County to transfer the $1 ,400 to the City inasmuch as it plans to begin the landscaping work on said island in the near future in conjunction with the development of the adjacent Subdivision 11240; On the recommendation of the Public Works Director and on motion of Supervisor J. P. Kenny, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDMED that the Public Works Director is - AUTHORIZED to transfer the $1 ,100 deposit to the City of Clayton. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Sonny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N.Boggess. NOES: None. ABSENT: None. 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;. City of Clayton (via P.W. ) Witness my hand and the Seal of the Board of Public Works Director Supervisors County Auditor-Controller affixed this 22nd day of April 1975 County Administrator ive s and Rahlves , inc.. J. R. OLSSON, Clerk i a `^�C�-�tL� .6. d-t�4 By tL-' Deputy Clerk H zd 12/74 - 15-M Nancy Se Ortega 001.76 n ` l In the Board of Supervisors of Contra Costa County, State of California April 22 ]9 75 In the Matter of Deferred Improvement Agreement, Land Use Permit 316-72, 11si ut Creek Area . On motion of Supervisor J. P. Kenny, seconded bi Super- visor A. M. Dias, IT IS 3-1 M BOARD ORDM i;J that Supervisor W. X. Boggess, Chairman, is AUTHORIZn to execute an agreement with Jaws?ee Corporation oarmitting deferment of construction of permanent improvements required by the Planning Commission as a condition of approval c Land Use Permit 316-72, ;dalnut Creek area. IT IS FURT.;ER ORD- .--';13D that the Public Fforks Director is AUTHORIZSD to record the aforesaid agreement on behalf of the County. The foregoing order was passed by the following vote AYES: Supervisors J. P. Kenny, A. M. Dias, J. B. Moriarty, B. A. Linscheid, . F. N. Boggess. VIOES: None. ABS WT: None. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid c c• Recorder (via P.W. ) Witness my hand and the Seat of the Board of Public :forks Director Supervisors Dire--tor of Planning; affixed this 22nd day of Arai t , 19 7 J. R. OLSSON, Clerk Deputy Clerk H 24 12174 - 15-M Nancy Ortega 00,17 r , ! Recorded at the request of: CONTRA COSTA.COUNTY This box for exclusive use of Recorder. DEFERRED I-!PRO%1B1ENT AGREBtENT (Project: Land Use Permit 316-72 1. PARTIES. Effective on APR 2 2 1975 the County of Contra Costa, hereinafter referred to as "County" and JAWSLEE CORPORATION, hereinafter referred to as "Oaaer" mutually agree and promise as-follows: 2. PURPOSE. Owner desires to develop the property he owns as described in Exhibit "A" attached hereto and wishes to defer construction of permanent improvements," and County agrees to such deferment if Owner constructs improvements as herein promised. 3. AGREBTE,`.'T BINDING ON SUCCESSORS IN IINZTEREST_ This agreement is an instrument affecting the title or possession of the real property described in Exhibit "A". All' the terms, covenants and conditions herein imposed shall be binding upon and inure to the benefit of the successors in interest of Owner. Upon the sale or division of the property described in Exhibit "A" the terms of this agreement shall apply separately to each parcel, and the oicne_r of each parcel shall succeed to the obligations imposed on Owner by this agreement. Upon annexation to any City, Owner shall fulfill all the terms of this agree- ment upon demand by such city as though Otimer had contracted Frith such city originally. Any annexing city shall have,all the rights 'of a third party beneficiary. 4. STREET ANM DRAINAGE IMPROVEMM. A. The improvements set fortK in this •section gray be deferred by Owner and shall be constructed when required in the manner set forth in this agreement. The deferred improvements required by Co-.nity Department of Public 11forrs are generally described- on-Exhibit "B" attached hereto. B. {When the County Public Works Director determines that there is no further reason to defer construction of the improvements, he shall notify Otmer in writing to commence their installation and cone~-mictinn. ThP nnt;eP ch-11 hP "-i laa to tho rm .=Vt " I • 0017L tion fees. The work shall be done in accordance with County standards in- effect at the time improvement plans are submitted for approval. Owner agrees to commence and complete the work within the time specified in the notice given by the Director of Public Works and to notify the County at least 48 hours prior to start of work. In the event Owner fails- to construct any improvements required under this agreement, County may, at its option, do the work and collect all the costs from •Owner. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Owner shall pay all reasonable attorneys' fees, costs of'suit, and all other expenses of litigation incurred by County in connection therewith. Permission to enter onto the property of Owner is granted to County or its contractor as may be necessary to construct ' such improvements. 6. JOINT COOPERATIITE PLA.\. Owner agrees to cooperate upon notice by County with other property owners, the County, and other public agencies to provide the improve- ments set forth herein under a joist cooperative plan including the formation of a local improvement district, if this method is feasible to secuie the installation and construction 'of the improvements. 7. REVIEW OF REQUIR01EM. If Owner disagrees with the requirements set forth in any notice to cors:ence installation of improvements he shall, within 30 days of the . date the notice was mailed, request a review of the requirements by the Board of Supervisors of County. The decision of this Board shall be binding upon both County-and Owner. 8. ACCEPTANCE OF IMPROVEMENTS. County agrees to accept those improvements specified in Exhibit "B" which are constructed and completed in accordance with County standards and requirements and are installed within rights of way-or easements dedicated and accepted by resolution of the Board of Supervisors. Owner agrees to provide any necessary temporary drainage facilities, access road or other required improvements, to assume responsibility for the proper functioning thereof, to submit plans to the appropriate County agency for review, if required, and to maintain said improvements and facilities in a manner which will preclude any hazard to life or health or damage to adjoining property. 9. BONDS. Prior to approval of improvement plans by the County, Owner may be required to execute and deliver to the County a faithful performance bond and a labor and materials bond in an amount and form acceptable to County to be released by the Board of Supervisors in whole or in part upon completion of the work required and payment of all persons furnishing labor and materials in the performance-of the work. 10. INSUR4NCE. Owner shall maintain, or shall require any contractor engaged to perform the work to maintain, at all times during the performance of the work called for herein, a separate policy of insurance in a form and amount acceptable to County. 11. INDMVITY. The Owner shall assume the defense and indemnify and save _ harmless the County, its officers, agents and employees, from every expense, liability or payment by reason of injury (including death) to persons or damage to property suffered through any act or omission, including passive negligence or act of negligence, or both, of the Developer, his employees, agents, contractors, subcontractors, or anyone directly or indirectly employed by either of them, or arising in any way from the work called for by this agreement, on any part of the premises, including those matters arising out of -. the deferment of permanent drainage facilities or the adequacy, safety, use or nonuse of temporary drainage facilities, the performance or nonperformance of the work. This provision shall not be deemed to require the Owner to indemnify the County against the -2- . . 001'79 i prising from the sole negligence or willful misconduct of the County . liability for damage contractors who are directly responsible to the or its agents, servants or independent County. OWNER<STA ---� couvi Z -- s " uu�zfug Lute performance of the work called .rLur uue.Lein, a separate policy of insurance in a form and amount acceptable to County. 11. INDBENITY. The Ow mer shall assume the defenie and indemnify and save _ harmless the County, its officers, agents and employees, from every expense, liability or payment by reason of injury (including death) to persons or damage to property suffered through any act or omission, including passive negligence or act of negligence, or both, of the Developer, his employees, agents, contractors, subcontractors, or anyone directly or indirectly employed by either of them, or arising in any way from the work called for by this agreement, on any part of the premises, including those matters arising out of -. the deferment of permanent drainage facilities or the adequacy, safety, use or nonuse of temporary drainage facilities, the performance or nonperformance of the work. This provision shall not be deemed to require the Owner to indemnify the County against the - 4 -2- n ry ,9 . L01' M liability for damage arising from the sole negligence or willful misconduct of the County . ' agents, servants or independent contractors who are directly responsible tot e or its - County. - OUN- ER COUNTY OV 1 Ceti COSTA �r 4L 9A LJI�J, Chairman, Soars! of Supervisors 1County ATTEST-. J, R. OLSSOA, Clerk ft ex officio Clerk of the Board .> B10 . y De uty RECONME1DED FOR APPROVAL: 1ff NOTE: 'This document is to be acknowledged By Gam- with signatures as they appear on deed of lic ltiork Director title. ` FORM APPROVED: • ` CountyCounsel - By Deputy CORPORATE ACKNOWLEDGMENT State of California _}S.S. _ _Count} of_.ContzaCas+a On this 8th day of_Vr l 1975• before me Janice E. Nam _._, a Notary Public in Eliza elft 1`Ir�Ii s�a�mer,knawn to and for said__Cptr Vista County. personally appeared_______„_._. -------- (SEAL) rae_tn--h « known to me to be the_ �SEcxetaxST and____ i3aT1-F•--�. _.� __ ._..._._.� _ . known to me to be the MM21SUr1" __of the the Corporation that executed the within instrument, and also known to me to be the person-*-- who executed the within instrument, on behalf of the Corporation herein named, and ackpgwl- ta me that such Corporation executed the same, and further acknowledged to me that such OFFICIALS orpo ation executed the within instrument pursuant to its by-laws or a resolution of its Board JANICE E. KER f Dir stars. UOTARYpUEL1c.CAL1;70RNkA hand and official seal. • CONTRA COSTA COUNTY WITNESS my t �. 11 1973 Notary Public in and for said .___ 1 Contra Costa County and State. 0-180 my commission expires_ , 19 78 R 0 A.169X 12-47 Land Use Permit 316-72 EXHIBIT 'W' 172-012-010 Fr 021 That parcel of land situated in the unincorporated area of the County of Contra Costa, State of California, described as follows: . Being a portion of Lots 32, 33, 54, 55 and 56 of the zap of Subdivision No. 1 - Larkey Ranch, Walnut Creek, California, filed January 5, 1911, in Book 4 of baps, page 79, in the office of the County Recorder of Contra. Costa County, more particularly described in 'the M1 Grant Deed from William S. Palmer, et ux., dated December 27, 1970, to Jakslee Corp., a corporation, recorded December 31, 1970 in Book•6286 of Official Records, at page 499, Contra Costa County Records. 0018 w r°, LAND USE PEIMIT 316-72 EXHIBIT "B" 00181 LAND USE PEIMIT 316-72 EXHIBIT ng" I. Improvements required by Contra Costa County Public Works Department along the frontage of Parcel No. 172-012-20 & 21 as described in Exhibit "A". 1. Approximately 255 lineal feet of curb and gutter. 2. Approximately 255 lineal feet of 6-foot 6-inch sidewalk, width measured from the curb face. 3. Approximately 1,550 square feet of street paving to pave between the existing pavement and the curb. 4. Necessary longitudinal drainage (255 feet of 27" RCP). S. Temporary conforms for paving and drainage as may be necessary at the time of construction. 6. Street lighting as required along the frontage. 7. Utility distribution services shall be installed underground. II. Relocation of Utilities Any necessary relocation of utility facilities shall be the responsibility of the owner or his agent. III. County's Responsibility County-furnished engineering will consist of preliminary design and establishment of street grades and drainage and one staking of curb line grade. Any replacement of curb stakes will be at the expense of the owner. The construction of the above deferred improvements shall begin as outlined in Item 4B of the Agreement when any of the following occur 1. Oak Road is constructed to its ultimated planned width by the County or by an Assessment District. 2. Frontage improvements are constructed adjacent to the subject property. ` Q0,182" In the Board of Supervisors of Contra Costa County, State of California April 22 . 1975 In the Matter of Authorising Acceptance of Instruments. (Work Order 48!5) On motion of Supervisor J. P. Kenny, seconded by Super— visor A. M. Dins, IT IS BY THE BOARD ORDERED that the following instruments ase ACCEPTED: Instrument D-.te Grantor Reference Grpnt Deed April. 1975 IST, Lowell Hooper L.U.P. 205k-74 (Individual) Grant Deed April 4, 1975 Howell Properties, L.U.P. 2054-r74 (Partnership) Ltd. Consent to Offer April 4, 1975 W. Lowell Hooper L.U.P. 2054-74 of Dedication The foregoing order was passed by the following vote: AYES: Supervisors J. P. .Kenny, A. M. Dias, T. E. Moriirty, E. A. Linscheid, W. N. Boggess. ITOES: Wone. ABSENT: None. �rJ 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 Wetness my hand and the Seal of the Board of cc: Public Wor'its Director Supervisors County Administrator affixed this 22nd day of April . 1975 J. R. QI_SSO N, Clerk BDeputy Clerk H 24 12174 . 15•M Lynn J. Beitler ------------ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Authorizing ) Acceptance of Deeds for Road ) April 22 , 197,5 Purposes. ) On motion of Supervisor J. P. benne , seconded by Supervisor A. M. Dins , IT IS BY THE BOARD DMERkD that the following listed deeds be accepted, and this Board directs the Clerk to certify to said acceptance on said deeds: Grantor Deed Date Road Name and Number Emmanuel Missionary April 5, 1975 Arthur Road Baptist Church (Grant Deed) Road No- 3682 Martinez Area Stork Order 4805 ( conveying additional right of wag along Arthur Road as a condition of Land Use Permit 2127-74) Southland Corporation April 4, 1975 Flora Avenue (Grant Deed) Road No. 3845AL Walnut Creek Area `Mork Order 4804 ( conveying additional right of w y along Flora Avenue as a condition of n building permit, ` Ord. 71-20) George A . ii eek^, Avril 8, 1975 Driftwood Drive et ux (Grant Deed) West Pittsburg Area Work Order 4805 ( conveying additional right of spray along Driftwood Drive as a condition of Land Use Permit 2113-75) The foregoing order was passed by the following vote of the Board: AYES: Stipervi ors J. P. Kenny, A. M. Dias, J. E. rioriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 22nd day of April , —J. R. OLSSON, c c: Public 'Works (2) CLERK Administrator By c4rw Q• ��'�c'-!i #20 Lynn J% Battler Deputy hh C .k Utl1 In the Board of Supervisors of Contra Costa County, State of California April 22 14 In the Matter of Authorizing Acceptnnee of '.aitcllim Deeds. (Work Order 4228) On motion of Supervisor J. P. .Kenny secondod by Super— visor A. 111. Dias, IT IS BY THE BOARD ORDELMD that the following Quitci im Deeds -tre ACCEPTED: Date Grantor Reference, April 4, 1975 Al Rnplan Bollinger Canyon Road, So Ramon Area April lb, 1975 = ap?an and Bollinger Canyon Doris C. -liedermann Roast, San Ramon Area 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*.: Public IIorl�s Direct Supervisors Uour_t? Administrator affixed this 22nd day of April 19 75 J. R. OLSSON, Clerk ByDeputy Clerk H 24 12/74 • 15-M L rnn J. Beitler 0 In the Board of Supervisors of Contra Costa County, State of California April 22 _� 19 In the Matter of Authorizing Acceptance of Instruments for Recording Only. (Work Order 4805) On motion of Supervisor J. P. Kenny, seconded by Super- visor A. Me Dias, IT IS BY THE BOARD OREMD that the following instruments are ACCEPTED for recording only: Instrument Date Grantor Reference; Of"er of April 1975 We Lowell Hooper L.U.P. 205477 Dedication Offer of April 4, 1975 Howell. Properties, L.U.P. 2051 74 Dedication Ltd. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. He Boggess. NOES: None. ABSMIT: None. hereby certify that the foregoing is a hue and correct copy of an order entered on minutes of said Board of Supervisors on the date aforesaid Witness m hand and the Seal of the Board of c o. Recorder (via P. �;.\j Supervisors Y Public tforks Director County Administrator affixed this 22nd day of April 1975 J. R. OLSSON, Clerk Deputy Clerk H 24 12/74 - 15-M Lynn J. Beitler a In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Joint Exercise of Powers Agreement, Eastern Contra Costa County Transit Program. On motion of Supervisor J. P. Kenny, seconded by Super- visor A. M. Dias, IT TS BY THE BOARD ORDERED that Supervisor W., N:. Boggess, Chairman, is AUTHORIZED to execute a Joint Exercise of. Powers Agreement with the cities of Brentwood, Antioch and Pittsburg, said agreement providing that a technical study of the Eastern Contra Costa- County Transit Program be financed by a $25,000 grant. from the Transportation Development Act funds allocated to the Bay Area Rapid Transit District. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: done. 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: City of Brentwood (% P.W.) 1Kdness my hand and the Seal of the Board of City of Antioch (% P.W. ) Supervisor City of Pittsburg (%P-W- ) affixed this 22nd day of April , 197 Public Works Director J. R. OLSSON, 75- County Auditor-Controller f Clerk County Administrator By r 'L Deputy Clerk H 24 12174 - 15-M Nancy Ortega s 00187 �101'dT EXERCISE OF F'.)WERS AGREMENT Between CO\TRA COSTA COUNTY And CITY OF ANTIOCH And CITY OF BRENTWOOD And CITY OF PITTSBURG . ,Eastern Contra Costa County Transit Program THIS AGREDIENT, entered into this qday of � L 1975 by and between CO\'TRA COSTA COUNTY (hereafter "COUNTY"), and the CITIES of ANTIOCH, BRENTWOOD, and PITTSBURG, all of said public agencies hereafter referred to collectively as "AGENCIES' s. WITNTESSETH: CCUNt11', VMMI, BREN- OOD, and PITTSBURG are public agencies created by the laws of the State of California and empowered by law to enter into a Joint Exercise of Powers Agreement for the purposes herein set forth; and There exist opportunities for meeting public transportation needs in Eastern ' Contra Costa County; and Metropolitan Transportation Commission has been created under the Metropolitan, Transportation Commission Act, California Government Code Sections 66500 et sec{., to provide comprehensive regional transportation planning in the San Francisco Bay Area; and Metropolitan Transportation Commission has been directed to adopt a.regional transportation plan, which plan shall include mass transit systems as a segment of the regional transportation system and shall contain a financial pian for each segment of the system, and a schedule of the priorities for the constructiog modification, and maintenance of various segments of the regional transportation system on a project basis; and 00188 COU.-,TY, ANTIOCH, BREMTtiOOD, and PITTSBURG now desire to provide for the development and implementation of public transportation services in E.ASTER.*i COMM COSTA COUNTYsaid program to be integrated with, and otherwise constitute a part of, the regional transportation plan; and The Transportation Development Act, as enacted by Chapter 1400, Statutes 1971, as revised by Chapter 1408 Statutes of 1972, and Chapters 740 and 873, Statutes of'1973, make,`.; available financial assistance from the County Transportation Fund. Agencies shall request the Bay Area Rapid Transit District to make application to Metropolitan Transportation Commission for funds reserved in the Local Transportation Fund of Contra Costa County for the purposes as set forth herein; NOW THEREFORE the parties hereto agree as follows: 1. OBJECTIVE The purpose of this agreement is to provide a means for carrying out the defined program. 2. DEFINITIONS A. "Program" - the term "Program", as used herein, shall mean and include: the study of the existing public transportation services available to the Eastern area of>the county and the examination of various means and alternatives of providing additional . transit services to the county and cities; this program will review the recommendations of the 1971 Contra Costa County Needs Study by DeLeuw, Cather & Company, the Local Mass Transportation Implementation Plan, Pittsburg/Antioch BART Extension Study, and CALTRANS Freeway Planning, and will examine the needs and feasibility of providing public, transit' service. B. Eastern Contra Costa County Transit Program Board of Control (Hereafter "BOARD") - as used herein - shall designate the entity created pursuant to this Agreement and shall consist of four (4) members. Of the four (4) voting members, the City of Antioch shall appoint one (1) member, the City of Brentwood shall appoint one (1) member, the City of Pittsburg shall appoint one (1) member, and the County Board of Supervisors ' -2- p� shall appoint one "l) member. The above members of the BOARD may designate alternates to serve in their place. 3. MEMOD BY NMICii THE PROGRAM WILL BE ACCOMPLISHED The method by which the program will be accomplished shall be as provided herein and generally as presented in application and exhibits for a Transportation Development Act allocation grant approved by the Metropolitan Transportation Commission. The program : may be accomplished by contract for, or employment of, any professional consultantfs services deemed necessary by the BOARD, or by assignment of personnel from the Agencies• to a study team, or a combination of consultant and Agency personnel. 4. FINA.`;CE The cost of the program is estimated to be $25,000, to be financed by allocation ,,, of Transportation Development Act funds previously reserved by MTC in the Local Transporta- tion Fund of Contra Costa County for provision of public transportation services in areas now not adequately served by AC Transit and/or the Bay Area Rapid Transit District. The total allocation consists of proportionate shares of the apportionments of each of the CITIES and the portion of COUNTY within study area boundaries based on population, said funding to defray Board-conceived expenses including, but not limited to, consultant fees; , ' Secretary to the Board, Project Director, and staff charges; publication cost; meeting expense; and similar costs. Under no circumstances shall the debts, liabilities and obligations of the BOARD be the debits, liabilities and obligations of any of the parties ' . to this Agreement, and each party's obligation hereunder is expressly limited only to the. appropriation and contribution of such funds as all of the parties hereto may agree to and direct. 5. EASTERN CONTRA COSTA COUNTY TRANSIT PROGRAM BOARD OF CONTROL AND ITS POKERS, AUMORITY, RESPONSIBILITIES, AND DU'T'IES The BOARD is hereby established to administer, supervise, direct, and terminate the program subject to such limitations as are hereinafter stated. The BOARD shall also administer and account for all funds. The BOARD is empowered to establish its own -3" 001W; f Procedures- The BOARD may do any and all ti:ings necessary to carry out the purposes of this:; agreement_ The BOARD may make and enter into contracts; employ agents and employees; acquire, hold, or dispose of property; incur debts, liabilities, or obligations; and sue and be sued in its own name. The BOARD's responsibilities shall include, but not be limited to, the progress of the work, the preparation and distribution of a series of reports covering the work outline. The BOARD shall also be responsible for making available to the Metropolitan Transportation Commission, and providing the Metropolitan Transportation- Commission with, any program reports or other materials that the Metropolitan Transportation,, Commission shall require in order to perform its responsibilities. It shall be the duty of the BOARD to adhere generally to the objectives and work program set forth in the Transportation Development Act grant application to be submitted to the Metropolitan Transportation Commission. 6. SPECIAL AIMIORIT1 M RESPONSIBILITIES OF METROPOLITAN TRANSPORTATION CoLkNISSION The Metroplitan Transportation Commission shall consider and act upon an appli- cation for Transportation Development Act funds in connection with this Agreement and shall participate in this program by representation of Metropolitan Transportation Commission staff on technical and advisory committees. The Metropolitan Transportation Commission shall coordinate the work product of this program with any work product of programs conducted by the Metropolitan Transportation Commission pursuant to the development., of the transit segment of the Metropolitan Transportation Commission Regional Transporta- tion Plan. The parties agree that the performance of such coordinating activities and the development of the transit segment of the Metropolitan Transportation Commission Regional Transportation Plan by the Metropolitan Transportation Commission shall be accomplished independently and shall not be subject to the administrations, supervision, or direction of the BOARD. 7. RESTRICTIONS UPON EXERCISE OF POWER OF BOARD This .agreement is entered into under the provisions of Title 7.1 and Article 1 of Chapter S, Division 7, Title I of the California Government Code. The powers to be -4- 00191 cx;:!rcised herezzrt-'er s7:an be sujject to the same restrictions as imposed upon Caunf-y i- the: exerci i- o_ s ini I azno ers. R. FW05.AUDIT, :14D :1t.COii;,7ING SERtirICCS Pursuant to the requirements of Section 6505.5 of the Government Code, tha 'I�•aasurer of COUNTY is desi-hated to be the depository and to have custody of all Program funds from whatever source, and to perform the following functions: A. Receive and receipt for all money for the Program and place it in the treasury of COUNTY to the credit of the BOARD; S. Be responsible uaon his official bond for the safekeeping and disbursement or all BOARD money so held by him; C. Pay any suets due from the BOARD from BOARD money, or any portion thereof; only upon warrants of the public officer performing the functions of auditor or con- troller who shall be so designated pursuant to this agreement; and D. verify and report in w-riting on the first day of July, October, January, incl April of each year to the BOARD and to COUNTY, Pti'TIOCH, BUNrTitiOOD, and PITTSBURG the amount of money he holds for the BOARD, the amount of receipts since his last report, and the amount paid out since his last report. Pursuant to the rL-4uirements of Section 6505.5 of the Government Code, the `ud'itor of COUN'T'Y shall nerto= the functions of auditor or controller. He shall draw warrants to pay demands ak-ainst the BOARD when the demands have been approved by the BOARD or any person authorized by the BOARD to so approve. there shall be strict accotr-utability of all funds and the Auditor of COUIWY will report to the BOARD all receipts and disbursements. In addition, Auditor of COMMY will either nake, or contract for, an audit of the accounts and records at least annually as prescribed by. Section 6505 of the Govarnmtent Code. In each case, the minimum require- menus of the audit shall be those prescribed by the State Controller for special districts tinder Section =6909 of the Government Code, and the audit shall conform to generally accepted auditing standards. -5- O011 g2 b 9. PROGRAM DIRECTOR The BOARD shall appoint a Program Director, which Program Director shall have charge of, handle, and have access to any property of the entity. The: Program Director , shall also art as Secretary to the BOARD and see to its affairs, as directed by the BOARD, such as: Meeting arrangements, minutes, requisitions, budget, and similar busi. ness matters. 10. DISPOSITION OF FUNDS AND PROPERTY UPON TERMINATION Any funds, including interest earned on deposits, remaining on the termination of the Program after payment of all Program obligations, shall be returned to the Metropolitan Transportation Commission for deposit in the appropriate Transportation Development Act fund. Upon termination of the program, other property acquired by the BOARD pursuant to the agreement shall be disposed of in such manner as the BOARD shall determine. ll. Tfi4Latl�'lTIO;� This agreement shall remain in full force and effect for the period of time the ;- BOARD determines is necessary to complete the _Program unless terminated prior thereto by agreement of the AGENCIES. 12. RESERVATION TO *1END OR SUPPL51ENT AGREEMENTS The AGENCIES reserve the right to amend or supplement this Agreement within the scope thereof at any time, either to increase the parties thereto, or for any purpose in accordance with the provisions of applicable law. _6_ 00190 ONO 't P 13. ,1'OTICE5 All notices shall be deemed to have been given when made in"writing and delivered or mailed to representatives of participating public agencies at their �r respective addresses as follows: pyo x Metropolitan Transportation Commission Hotel Claremont :r Ashby & Domingo Berkeley, CA 94705 County of Contra Costa Public Works Director 5 6th Floor, County Administration Building Martinez, CA 94553 City of Antioch x P. 0. Box 369 fYi,y•k Antioch, CA 91509 ,a City of Brentwood 708 - and Street ` Brentwood, CA 94513 = „ City of Pittsburg P. 0. Box 1515 k Pittsburg, CA 94565 Bay Area Rapid Transit District Y' 600 Madison Street Oakland, CA 94607 v� { :. ff p 4' IN WITNESS MEREOF, the parties hereto have executed this agreement by their duly authorized officers and representatives as of the day and year first above written. APPROVED AS TO FOWN: (CITY OF ANTIOCH ( ( (ATTEST: (BY APPROVED :15 'I'0 FOEL�I (CITY OF BRE400D G --o (By ( (A EST: ( (B APPROVED A5 TO I-ORM: (CITY OF PI G . /1001 ( i (ATTEST: ( API'ROVED AS TO FORIM: COATRA CO TA U JOMV B. LAUSEN, C 'Tl` COUNSEL Chairman, Board of Supe isors By ATTEST: JMIES R. OLSSON, CLERK By4�G�1 Deputy Clerk Q029d. IN THE BOARD OF SUPERVISORS OF ` CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the clatter of Request for ) Commercial Aeronautical Activi- ties from Mr. Edward A. Weiss, ) April 22, 1975 Attorney for Air-Concorde, Inc. ) (Buchanan Field) . ) ) On March 31, 1975 the Board of Supervisors referred a letter dated March 27, 1975 from Mr. Edward A. Weiss, attorney for Air--Concorde, Inc., to the Public Works Director and County Counsel. The letter requested permission for Air-Concorde, Inc., to conduct commercial aeronautical activities, including aircraft sales and service, from the Sheraton Inn and to lease from the County a maximum of five (5) public tiedown spaces at Buchanan Field Airport to be used in conjunction with said activities. The Public Works Director, with concurrence of County Counsel, submitted the following report to this Board, to wit: "Uniform minimum standards for commercial aeronautical activities at the Airport were established by the Board when it adopted Resolution No. 67/W on June 20, 1967. Said standards along with the Airport Layout Plan have been approved by the Federal Aviation Agency and together constitute the County's master plan for the Airport. This master plan of developing com- mercial aviation areas pursuant to the Airport Layout Plan for com*nercial aeronautical activities in accordance with the stand- ards established by Resolution No. 67/42 is in the public inter- est and should be continued to encourage proper commercial develop- ment of the airport. "Conducting aircraft sales and the commercial servicing of aircraft from public tiedown spaces and the Sheraton Inn is undesirable, contrary to the County's master plan for the Airport and should not be permitted. "Commercial aviation areas (sites) appropriate for Air,- Concorde, ir,Concorde, Inc. 's proposed aeronautical activities have been designated on the Airport Layout Plan and are presently available to Air-Concorde, Inc. pursuant to the standards established by Resolution No. 67/W- "It is suggested that Air-Concorde, Inc. consider sub- mitting to the Board of Supervisors a detailed proposal to lease one of these designated sites for their purposes as outlined in their letter of March 27, 1975 in conformance with the County's master plan for the Airport. "Based on the foregoing, .it is recommended that the Board of Supervisors deny Air-Concorde, Inc. 's request for permission to conduct commercial aeronautical activities from public tiedown spaces and at the Sheraton Inn. It is also recommended that the Board of Supervisors direct the Clerk of the Board to send a copy of this report to Air-Concorde, Inc. and to their attorne�r, Mr. Edward A. Weiss and to the lessee of the Sheraton Inn. ' On motion of Supervisor J. P. penny, seconded by Super- visor A. I1. Dias IT IS BY THE BOARD ORDERED that receipt of 00195 . aforesaid report is ACKNOWLEDGED and the recommendations of the County Public Works Director and County Counsel are APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M., Dias, J. .E. Moriarty, E. A. Linscheid. NOES: None. ABSENT: None. ABSTAIN: Supervisor W. N. Boggess. 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: Air-Concorde, Inc. Witness my hand and the Seal 45 John Glenn Drive of the Board of Supervisors affixed, Concord, Ca. 94524 this 22nd day of April, 1975. Edward A. Weiss, Attorney Weiss & Lerner J. R. _4LSSOH, CLERK Lincoln Broadway Building .. Suite 309 1475 North Broadway Walnut Creek, Ca. 94596 By ' Sasha Maloff, Lessee Den_ukby Clark Sheraton Inn P. 0. Boz 5 .56 Concord, Ca. 94524 County Counsel County Administrator Public Works Director Airport Manager i In the Board of Supervisors of Contra Costa County, State of California April 22 , 1975- In 975-In the Matter of Authorizing Pacific Gas and Electric Company to Energize Street Lights in County Service Area L-45, San Ramon Area. On motion of Supervisor J. P. Kenny, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that the Pacific Gas and Electric Company is AUTHORIZED to energize; nineteen (19) 7,500 lumen, mercury vapor street lights in conformance with the drawing entitled "County Service Area L-450 Subdivision Number 4254,." dated April 10, 1975, which drawing is on file in the Traffic Operations Division of the Public Works Department; and IT IS FURTHER ORDERED that charges for the street lighting be billed to County Service Area L-45. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Benny, A. M. Dias, J. F. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: P.G.& E., Concord Wanes my hand and the Seal of the Board of Public Works Director Supervisors County Auditor-Controller affixed this 22nd day of April . 19 .75 County Administrator `� J. R. OLSSON, Clerk By �ll�R ¢. Deputy Clerk H 24 12174 - 15-M Nancy,'S. Orteg 001% • BOARD OF SUPERVISORS, CONTRA COSTA COUNTY,- CALIFORNIA' Re: ) TRAFFIC RESOLUTION N0. 2095-STP Pursuant to Section 21101(b) of the) CVC, declaring a Stop Intersection Dated on LIVE OAK RD. (Rd. #7773) and L..4U?JL Rd. (Rd. #7783), Oa_kle,, area (SupV. Dist. O - Oakley ) 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 LIVE OAK RD. (Rd. #7773) and LAUREL RD. (Rd. #7783), Oakley, shall be declared a stop intersection and all vehicles traveling on LIVE OAK RD. shall stop before entering or crossing said intersection. (Traffic Resolution #1764 pertaining to the existing stop sign, regulating northbound traffic only on Live Oak Rd., is hereby rescinded.) Adopted by th:: tbiz �2ytc�' da, of 187.5 cc County Administrator Sheriff California Highway Patrol T-14 •t;-..,_ :--z- tfts�"�a�--,,.---^._:�,.:;z�. 'crr�"'' _ -,. r -..-«m..��.'�.-e. ^�i,�. -tom 's:},.^�.t"*3:-'t�:3�'`�'�""� � BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the TRAFFIC RESOLUTION NO. 2096-per CVC, declaring a Parking zone on BEAR CRM RD. (Rd. #2351)3 Date: ,c a2./�7� Lafayette area • (Supv. Dist. i-T-r.,fa=ttP ) 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 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the east side of BEAR CREEK RD. (Rd. #2351), Lafayette, beginning at a point 144 feet south of-the intersection of Briones Road and extending northerly a distance of 300 feet. Adopted by the Board this _ day of , 19 cc County Administrator Sheriff California Highway Patrol 1 T-14 1 oaa a In the Board of Supervisors of Contra Costa County, State of California April 22 119 75 1n the Matter of Mini Park Development, County Service Area R-7, Danville Area. On motion of Supervisor J. P. Kenny, seconded by Super- visor A. M. Dias, IT I3 BY TSS HOARD ORDERED that County Service. Area R-7 is AUTHORIZED to utilize the County property located on Front Street, Danville, containing approximately ap800' square. feet for the development of a mini park, until such time as the property may be required for other County purposes. Zhe foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. R. Moriarty, R. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Boord of Supervisors on the date aforesaid, cc: Public Works Director M/'sness my hand and the Seal of the Board,of Director of Planning Supervisors County Administrator affbeed this 22nd day of Anrii . 19 7 J. R. OLSSON, Clerk By Deputy Clerk H sa 12/74 - 15-M Nancy 43. Orteg ieM 04ft, In the Board of Supervisors of Contra Costa County, State of California April 22 ,--, 1915- In the Matter of Acknowledging Receipt of Final Environmental Impact Report, North Gate Road Reconstruction, Project No. 4461-4561-72, Walnut Creek Area. The Public Works Director having reported that in compli- ance with the requirements of the California Environmental Quality Act of 1970 a draft Environmental Impact Report for the reconstruc- tion of North Gate Road near Oak Grove Road, Walnut Creek area, was submitted to the Planning Department; and It having been noted that on March 27, 1973 the Planning Commission held a public hearing on said Environmental Impact Report and found the project to be in conformance With the County General Plan, as per Section 65402 of the Government Code, and that said Report was adequate; and The Final Environmental Impact Report this day having been filed with this Board for consideration; On motion of Supervisor J. P. Kenny, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that receipt of the final Environmental Impact Report is hereby ACKNOWLEDGED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. R. Moriarty, E. A. Linscheid, W. H. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of Director of Planning Supervisors County Administrator affixed this 22nd day of April , i9 75 J. R. OLSSON Clerk By'�&Za 11t,..t,� Deputy Clerk H 24 12/74 - 15-M Mildred 0. Ballard • I 4 f. F-ORMATE RM 4 MOR IMUCTIOII PRWECT M, Ct550N aERK BOARD Or SUPERVISORSRqk- n r x{ ENVIROMMIZAL WPACT STATENMT February 1973 t x r z Contra Costa County Public ':orks Department Design Diuisioa p COfTS PAGE :t5 i 5..• CHAPTER 1, Project Description 1 CHAPTER 2, Environmental Inventory 3 CHAPTER 31 Environmental Impact Analysis � Appendices - - A. Illustration 1 Location Mop B. Illustration 2 Alternative 1 - C. Illustration 3 Alternative 2 D. Illustratioa 4 Alternative 3 E. Illustration 5 Impact Area q to r, i - R ....:....; ......_».........._._ ...a•.a_n-.r.:aevee.rren..iwMNv.t... r-ruject i'li c: F .i:r;::tc lioad _Reconstruction % Project NO. 44461-h561-12 14:=uriee Shiu, Dcs �gner Enviro:uac:etrl Imrs ct Statement LiRU iiO;��y.I SAL �iy'isL .un7I "i.�.ii? - t;orthgate Road Reconstruction PUICUAIR"T TO: The Environmental Quality Act of 1?70, Division 3, Section 21000 Chapter 1 P R WELL DESvHIlt-i L-OU Sec. 1 Locati^n is ;:arthr, C ^.gad Reconstruction project is located on Northgnte Boad at the intc-rccetion of Cal_ Grove Road in the Walnut Creek area of the. Centra Costa County, State of California. Sec. 2 of Project The purpose of the project is to replace the existing bridge and to correct the substandard reverse curve at the east side of the bridge, thereby is;roving the safctt of the road. The present read within the proposed project limits has two sub- standard conditions. The bridge is 16 feet wide and thus provides for only one director_ of traffic at a time. Failure to yield right of way to on- -coming traffic was the cause of two accidents last year. To the east of the suostandard reversiLi-I carie is a three-quarter mile length of straight road. Vehicles moving at 45 to 50 I-TH along the straight section are not aware of the reversing cz re until it is too late to slow doan safely. Five accidents that vere recorded during the last three years were caased by the substandard curve aligmme;t. These accidents together accounted for ten injuries and major damage to ten vehicles. Another indirect cause of the unsafe situation is that Northgate Road is one of the t,o entrances to Mount Diablo State Park. Three phenomena arise from this situation.: (1) The percentage of inexperienced drivers is higher on recreation oriented trips; (2) More road users are unfamiliar with the road conditions, and (3) Leisure driving tends to reduce drivers` attention. In swamat=on, the road users are more accident prone. Yet, increased recreational traffic is anticipated to use Morthgate Road in the future when the Arroyo Del Cerro Project is completed in•1977. The project of replacing the bridge will be coordinated with Contra Costa County Flocd Control District plans for future channel improvement work on Pine Creek. The project is estimated to cost approximately $180,000 and will. be financed by county gas tax funds. Actual construction is scheduled to start in late :a , 19'•1'3, and should be completed in the autumn of 1973. - 1 - • .00205 y a „r.,�,e,m. .:•.-..o- ;..ro..:,w •aa.:ao.xaR... , .>s:. ,.: .. .,,_: .. - .. -. .. .:.. „-.:ar,y�; Sec. 3 1:c::cri L.tion The project consists of the replacement of the EristinF Korth- The PridLF across Pine Crock ar-d the constre:ctian of approximately :.it hundred and Sifts feet of ro3dv3y on an improved alignment. Curb, Futter, and side.:sill: will be constructed from Oak Grove Road to the easterly band: of Pine Creek- The project of replacing the bridge will be coordinated -with Contra Costa County Flood Control District plans for future channel improvement work on Pine Creek. The project _s estimted to cost apprcximately $180,000 and will. be financed by county gas tax funds. Actual construction is scheduled to start in late �-:ay, 1973, and should be coswleted in the autumn of 1973. - 1 - • a .00205 Sec. 3 L•c::cri p tion The project: consists of the replacement of the E.istinE i:orth- gate Bridge across Pine Creek anci the construction of approximately six hundred and fifty feet of roadvay on an improved alignment. Curb, Gutter, and sideps"11. vill, be constructed from Oak Grove Road to the easterly hank of Pine Creek- C. The new structure will span the existing creek on a proposed future aligc:.-ent of the CCCFCD channel which will have a bottom width of 20 feet vith 2:1 side slopes. The proposed roadway will Inve a forty-foot pavement width within a sixty foot rig i+ of vay. Asphalt concrete dikes will be constructed along the edge of pavement, east of the bridge, as required for drainare. The pavcc�ent :ill CORS3st of t�:o twelve-foot lanes and t�:o eight-foot shoulders. for use as bicycle lanes. Horse back riding will be restricted to the right of xay area behind she dikes. The precise location of equestrian trails in the Uorthgate Road area is presently under study by the County Planning Cor-mission- The ret, alignment will be designed for a 35 tTI H speed limit with yarning signs installed to slow down westbound traffic. The existing, stop sign :ill be maintained at the intersection with Oak Grove Road with advance warning signs installed before the curves. The area is level and the vertical alignment is limited by drainage requirements and by the maximum water surface elevation of the creek. Sec. 4 Associated Projects Besides the Northgate Road Reconstruction Project, several other projects are presently either under construction or in the planning stage. They are the Carriage Hills Subdivision 04315) and the North- gate Equestrian Living Subdivision (j4127), all private development .projeets, and the future CCCFCD channel realignment project- The most significant project, however, is the Arroyo del Cerro flood control project. Sais involves the construction of a dam, channel modifications, and recreational areas. If approved, this project gill significantly increase both recreational and construction traffic on hortngate Road. - 2 - 0020 : Chapter 2 BIRM30 E :JTAL !M%1 "'VRY Sac. 1 Area 1-and Use The project arca is located at the fringe of the residential development aloe; east side of the City of Walnut Creek. The area vest of Pine Creel: is alawst fully developed and is cozxposcd of low-density single- family residential housir.;. The area to the east of Pine Creek is gradually being transforrc-d from agricultural land use -to residential land use. -Two nev suodi-visions are under construction, they are the planzeu unit develop-cnt known as Csrria- Hills Subdivision (4,74315) and the Northeate Ecaestriaa Livin3 Satetii�is�on (=-4127) about one-half mile east of Pine Creek. They are zoned PUD and Pl respectively. The• rest of the area is still currently zoned A-1. Horthgate Rond is a primary access road to the Mount Diablo State Park and to the future Arroyo del Cerro Project which will provide both land and vater recreatioaal facilities. Sec. 2 The P isting Bridge The existing I.idge, a concrete arch bridge with concrete parapet railing, has a rather rustic appearance and blends into the surrounding landscape har=niously. Despite the romantic setting, the existing bridge presents problems. The bridge is narrow and is situated on a substandard alignment Wnich ireroses sa ety hazards to the road users. The stream capacity under the bridge is not a-dequate to pass a fifty-year storm without flooding surrounding adjacent land. Sec. 3 Pine Creek Pine Creek is a grass lined creek and is essentially a natural storm drain with inter-m-i .tent flow. It is dry most of the year and has thick vegetation along both ba as. The creek follows a rather serpentine align- ment with evidence of erosion appearing at several bends. The planned future channel will have a bottom width of approximately twenty feet with 2 to l rock lined side slopes. - Sec. 4 Surroucdine Properties Three hommesites, the Iversen's on the southwest corner of the bridge, the Dee Laureate's on the northeast corner of the bridge and the Mandinis' on the southeast side of the bridge will be affected by the project. However, since tine proposed alignment will be further away from these homes, the impact is beneficial. Sec. 5 Trees. Animals and Historical Sites - Eight walnut trees and one mulberry tree are within either the proposed roadway alignment or the channel alignment. There is minimal small same cover a_thin therpact area and there is no known habitat that is currently under protection. There are no known historical monuments within the project area. - 3 - o JO07 Sec. 6 tater O:Llalit, H=82th E Safet 'Phe impact area Present]- hazard a ce0t foe- those cited befnerore in Chapter Pine Crccl; is ny health or safety in the vicinity of thelbrioa. , Tn4 Pter 1. Tee water qu.;lit .. creek only, f lo•,vs d�.i n y of P g high szor. runoff Vila: 1•�l u e and the Three homes-tea, be affected by the _ yaure•te's on the northeast Qge mill f the brig &wa from bridge, the 7}' be further 3► nand.as, on the southeast side of e ali.gmie wig project. However, size te=e proposed these homes, the icraact is beneficial- Anizal& acyl "Istorical Sites SEs. S Trees- - tree are within eiri small Eight �:alnut trees and one muhe 2berry�nt. There is tai align�ert or the channel ali mown habitat that is proposed roan'^ay ;..pact area ani then_ IT numents within game cover within tect:on. There are no known historical currently under p the project area• o . AOT. _ 3 - Sec. 6 i:ater C-eality, Kealth E:_Safety . The ippact area presently does not have any-health or safety hazard, except for those cited before in Chapter 1. Tne crater quality of Pine Creel: is generally goo-. The creek only flocs during high storm runoff in the vicinity of the bridge. Chapter 3 ElArlROMAMITAL IVEDACT AIMLYSIS Sec. 1 The £r.:-iro:i.-�ntal Ir=act of the Provosed Action Sec. 1-1 Land Acouisition Phase There will not be any relocation of residents due to the project. The alignment will provide adequate setback of homes on both sides of the road. Approximately 8,800 square feet of land must be acquired from the De Laurentels, but this :.:11 be offset to a considerable degree by relinquishing to then approxinately 3,G0'0 square feet of excess land directly in front of their house. A small awos.t of land, about 3000 square feet, must also be obtained from the Manginis', however, an excess of about 6,000 square feet will be 4:ailaule for trade or sale. The alignment Kill not render any present parcel of land unusable. Sec. 1-2 Construction Phase Some noise and dust will be unavoidable from construction operations. However, the impact is temporary and will not induce any , permanent damage to the environment. There will be sore inconvenience to the road users during the construction period. With proper signing, the effect will be minimized. " A detour will be provided around the new structure during construction. The only permanent impact envisioned due to the detour road, is the trimming of tuo walnut trees which will be necessary to provide the vertical and horizontal clearances for vehicles on the detour. There is a 24" Live Oak tree south of the bridge. An effort will be =de to save the tree during construction and operational phases. Sec. 1-3 Operational Phase The new structure will eliminate accidents caused by the narrow width of the old bridge, and the improved alignment will reduce sideslip accidents typical of substandard reversing curve. The wider roadway will also perait the safe passage of bicyclists and pedestrians. All of these - are definite benefits created by the project. The effect will be more prominent vhcn the Arroyo del Cerro project is opened for public use, at uhich time a higher volume of bicycle and equestrian traffic is anticipated to use the road. - 4 00208 „> „r, Sec. 1-3 Crper:t=o►:- 1 Prase (Continued) Eine trees will be removed to =.ke way for 1.3ie new road al:igrjr�en�. These trees include one 3-inch Kulberry, three Black W.alaut and five Bmt-fish Walnut trees of which LNo are less than 6"in dianeter.The impact on the 1 euvironmea;; vill be :airizal because of the abundance of i:alnut and Mulberx-j trees in Uie area. The alterna;:i-re chosen vill remove the least nu.^iber of trees, aside from the. "do nothing" option. C. The agrazianfeelin; of the concrete arch bridge will be replaced. The future bridue ::=ill have clean, simple lines zrhich vill hart onize with the aro. The new bridge vill also reflect the area's gradual transition toward urbanization. The project includes minimal channel modification with rock slope protection in the vicinity of the structure. Channel modification will be limited to that recess:!--y to conform with the existing stream alignment. Genion or loose rivrap trxa liar; are two possible alternatives being in- vestigated. These types of lining will give a more rustic appearance to the channel. Furthermore, the gabion or loose riprap lining will enable the growth of plants and will eventually be covered by vegetation. The precise choice o= lining and the ex-tent of channel modification will be determined by further hydraulic studies. The qualit.- of .rater in Pine Creek will not be affected. "'he velocity of water and erosion by crater will not be altered significantly. Sec. 2 Mverse Environmental Effects ti:hich Cannot ' Be Avoided If 2'ne Pro sal Is Implemented The removal of the nine trees and the removal of the concrete arch bridge are two environ.—z—:stal effects that cannot be avoided. The nine trees in question are of abundance in the area. The removal of the old bridge is inevitable. The neer structure will be designed to have an equally pleasing appearance and to be in harmony with its en-ironr..ent. Sec. 3 Mitination Measures Proposed to Minirlize The Impact Sec. 3-1 Voise & Dust. During Conztruction All constrazti oa equipment will be required to muffle their emission systems to curreat gorernment standards. Periodic watering and sueepi.-Z vill be used to reduce the dust level to near normal.. When sand- blastinS is needed, precautions gill be taken to prevent dust from dispersing into residential area. Sec. 3-2 The Eridae Consideration will be given to the bridge, the sidewalks and railings to improve its aesthetic value. • . - 5 - 00249 Sec. 3-3 The Creek As previously rcatior_ed, the use of gubion5 or loose rock ripran will be uzed vnrever channel lining wort: is necessary. Eventually, the gaaions or loose reek rirrap will be corered by vegetation, returning the creci: to a core natural appearance. Sec. 4 Alternatives to The Proposed Action Sec. 1t-1 The Alternative of do Action ::it i a 1912 av_rc:--e daily traffic projection of 5,000 vehicles, the one lane bridge trill be totally obsolete, A replacement structure will be needed. The futu:-e CCCrCD channel realignment also requires-the bridge to be relocated. Couplis:S t cse considerations with the high accident record and substandard alignment, the alternative of no action was rejected. Sec. 4-2 Route alternatives That Were Considered Three alternate routes were studied. The first (Illustration 2) followed Pine Crec k for a short distance, intersecting a future subdivision road. The second (Illustration 3) extended the existing road straight across Pine Creek as an extensi.oa of the existing straight- road on the easterly side of the bridge. The third alternative (Illustration 4) generally follows the existing road alignr..ent. Alternative 1 (Illustration 2) This alternative Will create traffic problems at the five way intersection of Qat: Grove Road, 1-brthgate Road, blalnut Road, and Castle Rock Road. time lard and an extensive bridge structure many times larger than what is now proposed isould be needed. The alternative would remove more trees and cause severance damage to the De Laurente property. This alter- native is not accepted because of cost and environmental considerations. Alternative 2 (Illustration 3) The cost of alternative number two is higher. One home would need to be acquired. The georetrics of the road are better because the reversing curves would be elininated. The bridge structure would be less expensive due to the lesser sheiv angle of intersection between the" creek and the roadway. The saving vould, however, be more than offset by the cost of relocating the horse. This alternative is also rejected because it has a higher cost and -would displace a famiLy. Alternative 3 (Illustration 4) The preferred alternative, as shown on Illustration 4 is recosrimended because i, provides relatively good geometries, it is the most economical alternative, and it would cause the least disturbance and inconvenience to the residents both on a short-tern and long-term basis. - 6 - 00210 . 1 I Sec. 4-3 Alternates Investigated For The Bridge Structure I. Precast Concrete GirderB_ ridge For the spar length concerned, the most economical bridge structure is the pre-ntressed precast concrete I-girder bridge. The advantages and disadvuntaGes are as follows: Advantnnea: 1. A bridge structure would give CCCFCD More. flexibility in their future channel alignment work. 2. The velocity -of creek water vould rcrain about the samr throughout. Therefore, much channel s,:o4iiicatioa tiro„z: voul(l he el indna Led and the impact on the environment :could be lessened. 3. Thcre vould be very minimal head loss due to constriction, thus structures upstream i.ould not be affected. k. A bridge is assumed to be more aesthetically acceptable by the Public. Disadvantaces: 1. he cost of a bridge is about$15,000 more than a box culvert. 2. Construction of the bridge would involve driving over twenky foundation piles and vould cause temporary noise and vibration nuisance to the residents in the area. Cast-in-place piles may be used if the soil structure perr_i z, reducing significantly the noise and vibration that would otheru-4se be a nuisance. 3. The bridge will require more time to construct and would Vacs prolong the inconvenience to road users. II. Reinlorcec Concrete Box Culvert A double box Culvert and a triple box culvert were investigated. A double 12' x 12' reinforced concrete box culvert can satisfy the hydraulic requirements with the adEition of a drop structure at the inlet or by increasing the depth of channel by raising the levee elevation. An extensive wing-wall structure would be required at the inlet and channel lining would be required at the outlet to minimize the scouring effect during periods of high discharge in the channel. A triple 12' x 12' box culvert would not alter the depth of flow and the velocity significantly. It would require minimal channel work and nominal wing-wall structures. A 12' high box was chosen to allow a 14' clearance for the passage of equestrians through the structure after the flood control channel is built. The advantages and disadvantages of a box culvert are listed as follows: Advantares of a Box Culvert: 1. The cost of construction is about $15,000 less than a bridge structure. 2. It is easier and would require less time to construct. Advantages of Bouble Box Culvert: 1. It is about $4000 :Less expensive than triple box culvert, but would require an additional cost to the CCC CD when the channel is realigned. 2. It is less conspicuous than a triple box culvert. Advanta.^.esof iricle Box Culvert: 1. Hydraulically, it is more acceptable and vould not require the construction of an additional drop structure. 2. It vould minimize channel modification and channel lining work. 3. It would not affect structures upstream and downstream. wT - 00211 1 Di,csc�Ya:e�al�r rS C::?,rcrt--• 1. Tiu. bo culverts, being less :. fleiblc, i:o�:lO be requirr-c: to fol-tow thc.future CCCFCD channel aliGnsent. Chaun-�!l relocation cork %-ClAd be needed. 2. A boa: culvert is usually less acceptsblc aezthetically than a bridGe structure. Dao�. rcatn-es of Potfele sox Culvert: The head loss at the entrance of a dovUc lbrx cAvert could alter the water surface profile and thereby affect the structures upstream and downstream. Di:3nO-.ant:!re of Trinl.e Box Culvert: It is more expensive in the short tern than the double not culvert. III. The clear span pre-stressed I girder bridge is selected for the following reasons: 1. Even thouJi the first cost of the project is higher, the cost for channel realirmaent vill be reduced. 2. Maintenance cost may be higher for a box culvert. 3. There vill to a very minimal debris problem if a clear span bridge is built. 4. The bridge is aesthetically more acceptable than a box culvert. Sec. 5 The Relai;ionship Between Local Short-term Uses of inn's Bnrirorntient and Tie NainLenence and Enhancement of Long-Tessa Productivity The project will not have any significant effect on the local short-term uses of man's enviror=ent nor will it have any significant effect on the maintenance and enhancement of long-terra productivity. The project does provide a safer passage for the users of the idt. Diablo recreational areas; however, the volume of people using the part is not anticipated to increase due to the improvement constructed under the proposed project. The area in the vicinity of the project site is planned to be residential in the future. The bridge project is not anticipated to encourage additional develons=.wnt. It will provide a safe, expedient and economical . access for people in the area, and it will in this respect help to attain the goals set forth in the General Plan of the area. - 8 - ON12- m . L t • sec. V 1_=Y er_-iblr .-n, ronr!r_'ntal Charmer t^t SL•Lr Llb,_ d R:_ involved-In the Prono--ed Action Z"A,uld It Be It pic.meatcd. 7-here is no appreciable irreversible etrriron.mantal chu:ve -which Mould be inTolved in the proposcd action. The project imrolves only street improvement and therefore vil . not commit further land for uses which cannot be altered later. The only irreversible environmental change is that an. additional 41000 square feet of land will be�eonni.tted for road use. Consideri:q, the traffic safety benefits that can be obtained from the project, the commit--ent of the limitcd amount of natural resources proposed herein is uell justified. Sec. 7 The Growth Inducing Impact of the Proposed Action The project is intended to serve the existing population and of , course, futr;*-e pgpulation in the area. As mentioned before, the area in the vicinity of the project is gradually experiencing development. However, this street improvement project will not have any appreciable growth inducing impact. Sec. S Tice Boundaries of The Area Which tday be SiSni_icantly affected by the Proposed Action The boundary of the area -which may be significantly affected by the Project is outlined inn illustration 5. The area is bounded by Oak Grove Road in the Lest, the Fast property line of the De Izurenti`s in the east; and extends 200 feet north and south of Morthgate Road. This area includes the. p,-:_rce1s that have direct frontage into the portion of Horthgate Road being reconstructed and the portion of Pine Creek that may be affected. Sec. 9 Qualification of the EIS Preparation Agency This report is prepared by the Design Division, Public Works. Department of Contra Costa County with the cooperation of the County Planning Department . _ 9 _ 013213 ��'••.x�s�N��*'�'�r �l '_ r�wr►R+.wn�•w�w•r. � "r'r"'�' f ��r.Ir•,. a}} • 19i•+•J sr ij a,• . •�r,*.w +r w. iLy �t'r powls ■: r••• •• ,` '+\ ..•t,�"'' ♦ `11 "romp"sgo w ii r •.� i• •Yi+■ r oar .• • . � `.�•:+••• •f 1 - . s'•. i.. ��.a.. ■��` � ' •• '.•M■r• • I +�rT '�. • 1■•440 •r t �eL J•'~' -,i•r:�• ►, wwr/. e �► M+ rr ...r..r we 'air of messommosm .•}►� �..m • r. •w•y/ i •~� r, •O .Yrs• owes �� .. ... -: ' { .�, ti■ tom,.• ,• ,r :,y...: !Ol •, .. I vow a . '4;.:: � • ! .`•"'"•a=• r ',. •r�,r�.• i I'�/ ,vet• 'ii,N°-�� . S � 4 IF to •:89^. •� •••.• � *1 s�:y �$� „■� t' r•� *. s ■•� ,may ,"' •,�•'rf #�' t+ i =/ :f:,y'"' *'." �M r"'�I" • ■., •. arm • �,r�•{}f�j. •t . i-4. "R • e tu*�,;� `i . .F� •1 �•y.i�• y jr•r �I f •'YM�• • •�i r wr•�� w (� i.�i .�" • • � : �► •.wry" ' r ` Mrs �•• 4 ,' 't. +' •r • rj • arYi�4 • � ■i*'� f •�� • •�• i� ,:`e. � •mow- ' ! t T �� s. •� ��• f •;� � e�� ��a I�. • '• �+q•`■ � q4. � 1�.I ",• r•"•• � f...,. ii � If ! iip�. ••�• rim� .s�, •t✓ ` �►. _'• • •1•. � •� � • ,,•hr f r r i I �� S,. • f j'� 0116 �•+'`� it ' �r�il ;'r+1••�•J+•al '�: r •.�7V. `" =*1' ..+"syr. 4�^ mud" .• . .r'ti:~ ••�,ti's ••..rw. ♦ •�. �4. ■+r+ti+ )�' dr tart t '� ...� * � �• J`�� •�" �'�S '1► •r� •y� r.f ',r��fr' •� � w+ra/4+'wri'T +� '' '• ;;, t art rrw ar r �„�r. ! ■yt+rr it• was a Iowa 10*= Of oar �• .\. w ,L � � •r ar'� �. •y •* r• •wY : . ,./�'�%•a:ra•'-.ar' .Moos R ,�,�• • • • • • y '■�_Ir • r/w •ti LOCA VIOV o MORrAIG-ArF kO4AO A7MaV5rRVCr1aV ENVIROMNENML / PACT �IA� f� LXArlaV AMP ILL MI MAPOW I APRMLxX A:l - • •OM4 NOV. 1972 6L$ Or ' �0 • o all i `• Vic Of .. r 1n jw let 10 ice'! chostJW Wb 0 ` .rl •N� � . ✓. L �•• • . .. . IL 4P 0 f �� �•I M � A � �►t ,E �r f � � ! . tel •. �• � •y p .. �• • ��• .. 09 SAO ••` J����� •.//•�T �s. `fir + ♦ •� .• '. SAO r V t • 79 L ION 'ILL I 1x A-Z10 •� •.'! • r ' r �' ,•. r' •'S ♦ ' ', iI • /'�R. � oI �� .9• I ' r t 1g � �~ "� r jy/r/"�;• _err S*« - • ' �Q VE 0-1 on if I , f •rty6 Ir . •.+ 07 joc f _y. Jvr . ,��• •t � 3 ......._cel r�,t.� ��iF^ �� ,,,,r''.�' . . � vR � •`� it `• .3 • , lop • 000 nip o ' L P �• ' o to - • • l /y1/jt �* •r .. j r I / • © .\r..y +.� .n• 0 17 f �' � -•• a �•• w O - t G its OR ! I i • r� _ p •„ * ,fie r ,,, f� � A . ,'� A cr OA fee cr A At - Qin �, ...... ,•-�%-''� o • • r • ' 3 i rte,• �� M • e • • � '••. r � i 6 go •!r`•.,-�,� sfie �+ � ••J � moi! �� •♦ ��� � j' dP . oa Gpt� *of APP + r•r /' _ rlo ., ,, so Ojq f'C'D . A - o 1. i/��•� � � : wry • •ti "V•n •_,.••i+•�ry•�•�y«•Nr� + ' • y•• Y �!"► • •N• ••~••fir •..• ol •� '•,••♦ `r. o �, � .i.•--..,.ala„� �,. $ , ''""'� �.'i 4,.,,._ �• j s •bIt dop 00 wo • W. feea cr L�5. A-4, - OV Will, 0110 00 Op 0 d pg Ve vote-" �t • �. ; t /fix . f 0: Chi ct Ora All- .. A,• . tis all. ` T' ':► �• = N'►� , i FCD ` • I • ~ r •7� e + f• J/ f q • •4 • gr •` ��• i •r•. • • • ` r• a� .�...prn • - • • / R • •i r•AMM ••'•r• i i r ORS.�•.. It .. PC 'Pip.00 • !•> s• �'r�l� '' Ic CO 00 �� r �r A' .• -t i4 r a In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Fixing Date for Hearing on Assembly Bill 625, as amended March 11, 1975 and March 19, 1975, Intro- duced by Assemblyman John T. Knox. Supervisor J. P. Kenny having commented that after attend- ing a meeting on Assembly Bill 625 (which would create the Bay. Area Planning Agency), he was of the opinion that this Board should study the proposed amendments and take a position on said bill; and Supervisor W. N. Boggess having commented that he believed it to be extremely important that the Board review the bill care- fully because of its effect on the future of the Bay Region, and having suggested that a public hearing be held thereon; On motion of Supervisor Kenny, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that May 20, 1975 at 2:00 p.m. is FIXED for said hearing. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: Jens Hansen Associates WMt1ess my hand and the Seal of the Board of County Counsel Supervisors County Administrator affixed this 22nd day of April 1975 J. R. OLSSON, Clerk By J , Deputy Clerk H 24 12/74 1541 0219 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 U In the Matter of Request of City of Walnut Creek with respect to bike—trails system. The Board having received an April 8, 1975 letter from Mayor Margaret W. Kovar, City of Walnut Creek, expressing the desire of the city to work with the county in the development of a bike-trails system throughout the Walnut Creek area and urging construction of trails by the county through areas of adjacent city/county jurisdiction where significant links in the network occur; On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that the afore- said request is REFERRED to the Public Works Director for report. The foregoing order was passed by the following vote: AY,S: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. hinscheid, W. N. Boggess. NOES: None. ABSENT: None. 1 hereby certify that the foregoing Is a true and correct copy of an order enteredon the minutes of said Board of Supervisors on the date aforesaid. cc: Mayor M. W. Kovar Witness my hand and the Seal of the Board of Public Works Director Supervisors Director of Planning affixed this 22nd day of_gpril 197-5- County Administrator J. R. OLSSON, Clerk By_� ��L � Z���.0 . Deputy Clerk H za 12/70 - 15-M Helen C. Marshall 00=', In the Board of Supervisors of Contra Costa County, State of California April 22 , 1975 Inthe Matter of .Request for Permission to Temporarily Close Reclamation District No. 20252 Levee Road. The Board having received an April 15, 1975 letter from Attorney Richard Rockwell, Secretary for Reclamation District No. 2025 requesting permission to temporarily close the Holland Tract levee road for the time required (9 to 12 months) to stoke certain improvements on the levee; and On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD OREERED that the aforesaid request is REFERRED to the Public Works Director for recommendation. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linschaid, W. N. Boggess. NOES: None. ABSFEIT: None. 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: Mr. Richard Rockwell Supervisors Public Works Director affixed this 22nd day of April , 19 75 County Counsel County Administrator J. R. OLSSON, Clerk BDeputy Clerk H sa 12174 - Asa+ Lynn J. Beitler 00221 In the Board of Supervisors of Contra Costa County, State of California April 22 1975-- In 975In the Matter of Alleged hazardous road condition, Danville area. The Board having received a letter dated April 14, 1975 from Richard R. Paterson, M.D. , alleging that limited visibility on Old Orchard Road and Tassajara Drive, Danville area, constitutes a hazardous road condition, and requesting correction thereof; and On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that afore- said matter is REFERRED to the Public Works Director and County Counsel. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Li.nscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Dr. R. R. Paterson Witness my hand and the Seal of the Board of Hilltop Professional B1dgSupervisors East Newell and affixed this�tday of Apr , 19 -USan Miguel, Suite 15 jd. R. OLSSON, Clerk Walnut Creek, CA 94596 4-) By . "'t-C-0-,-.-�f . Deputy Clerk H 24 12n4pUbkic Works Director L. Kincaid County Counsel County Administrator a02A22 V HILLTOP PROFESSIONAL EMILCINd 932-2=.,. EAST NEWELL AND SAN MIOUEL.SUITE 15 WwLNuT CREEK.MuFaRmiA 94696 RICHARD R. PATERSON, M.D., INC. u�oLacnr w.u.� RECEI'rVED. Apr! 1 14, 1975 P "APR AIr 1975 Board of Supervisors Contra Costa County anK ao�SU P.O. Box 911 �!► w ccs. . : ::. Martinez, California 94553 - S Gentlemen: The execution c= a left turn from Old Orchard Road onto. Tassajara Drive in 'arville, constitutes a dangerous and hazardous maneuver c;a to the extremely limited visibility to the left creates a curve about a hill. 1 shall, within -�-s week, take up residence at 457 Sycamore Hill in Danville and will use that intersection daily, however, during the past six weeks I have had several near accidents at this site. The Hignway Patrol confirms many mishaps there. May 1, therefore, respectfully request that you immediately investigate this perilous situation and that work is promptly begun to rectify samem. Receipt of this letter establishes legal notification of the jeopardy prevalent at the intersection mentioned above and should you fail to correct same and 1, through no negligence on my part, meet with an accident at this site, herewith be advised of my intent to sue the County of Contra Costa. -Si rely, Richard R. Paterson, M.D. RRP:nid cc: Mr. Arthur G. ":ill, Administrator Mr. Silvaso :larches!, Counsel Mr. Larry Reagan, Div. of Public Works 4-A44 o� 002,23: C C In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Letter from Mr. Robert Tsu Requesting Information on the Proposed New County Jail Facilities. The Board having received a letter dated April 14, 1975 from Mr. Robert Tsu, Ste. Anselm's Church, 682 Michael Lane, Lafayette, California 94549 requesting information with respect to the proposed new county Jail facilities, including plans for financing same; and Air. Tsu having also requested information as to the source and cost of the ----ochure on the "Contra Costa County Criminal Justice Deten--son Center"; and On motion of S::pervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, 7-11 IS BY THE BOARD ORDERED that the aforesaid letter isR=.BRED to the County Administrator. The foregoing order was passed by the following vote: AYES: Supe--visors J. P. Kenny, A. M. Dias, J. F.. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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. c c• Mr. R. Tsu Witness my hand and the Seal of the Board of County Sheriff-Coroner Supervisors County Administrator affixed this 22nd day of April _ 19 75 J. R. OLSSON, Clerk 8y r -�••-� Deputy Clerk H 24 12174 - 15-M N. In gVaham 00224 4'. In the Board of Supervisors of Contra Costa County, State of California April 22 . 19 7r In the Matter of Childhood head Poisoning Advisory Board. The Board on April 15, 1975 having deferred action on the designation of members to serve on the Childhood head Poisoning Advisory Board; and The matter having come before the Board again this date; and Good cause appearing therefor, on motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDEIM- that this matter is REPEEJUM to the Human Resources Committee (Supervisors Moriarty and Dias) for review and recom— mendation to the Board on April 28, 1975. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, ef. N. Boggess. NOES: None. ABSENT: Mone. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Board Committee Witness my hand and the Seal of the Board.of Director, Human Supervisors Resources Agency affixed this 22nj day of April 19 7Z-- Acting County Health J. R. OLSSON, Clerk Officer H sa ���Po> tyAdministrator BY j ��-' ��_ -� , Deputy Clerk Helen C. Marshall 00d3 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Attorney Consultation Room in the Criminal Justice Detention Facility. The Board having received an April 109 1975 letter from Mr. Donald Anderson, Attorney at Law, San Francisco, stating that the design of the attorney consultation room in the county Criminal Justice Detention Facility indicates that there would be a window between the attorney and his client, expressing the opinion that this would be a serious mistake and proposing that the partition be eliminated; On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that this matter is REFERRED to the County Sheriff-Coroner and the Public Works Director for report. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. D. E. Anderson Witness my hand and the Seal of the Board of Thirty—Third Floor, Supers Transamerica Pyramid affixed this22ndlday of Arf 1 19 600 Montgomery Street J. R. OLSSON, Clerk San Francisco, Ca. 94111 ft �� `rl1.c ' Count Sheriff e Coroner Y . Deputy Clerk " 24 t2M194 Works Director Helen C. Marshall Director of Planning County Administrator U 220 I In the Board of Supervisors of Contra Costa County, State of California Aoril 22 . 19 zci- In the Matter of Appeal of Camino Verde Ho:aeowners Association from Action of the NOTICE OF HEARING ON AP?LAL Board of Appeals on Application No. 1153-74 , Danville Area. V"HER AS on the "nth day of ;March, 1975, the Board of Appeals approved Application '=o. 1133--74 of Air. Robert Gardner to establish. a buildable lot e.ith a variance to the average lot width (119 feet) , and minimum lot size (1.43 acres) in an A-2 Zoning District; and -1HEREAS within the time allowed by law, Camino Verde Homeowners Association filed with this Board an appeal from said action; NIOW, THEREFORE, IT IS ORDERED that a hearing on said appeal will be held before this Board in its Chambers, Room 107, Administration' Building, 1-sartinez, California, on Tuesday, the 6th day of May, 1975, at 11:00 a.m. , and the Clerk is directed to give notice of same to all interested parties. Passed by the Board on April 22, 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: All those listed on Supervisors attached Affidavit affixed this 22jnd day ofnri T . 19 of Mailing Director of Planning J. R. OLSSON, Clerk By W Deputy Clerk H 24 12n4 - IsM Maw Pennin an OOnL ! i In the Board of Supervisors of Contra Costa County, State of California April 22 , 19U In the Matter of Letters with respect to the proposed County Jail. Letters having been received from the Clayton and the Orinda-Moraga-Lafayette Branches of the American Association'of University Women requesting that the Board accept and implement the recommendations contained in the 1974-1975 Grand Jury Judicial, Law Enforcement and Probation Committee report with respect to the proposed county Jail; and On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that the afore- said requests are REFERRED to the County Administrator. :he foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: Me. Marion Becker, President Witness my hand and the Seal of the Board of Clayton Branch, AAUW Supervisor 2 Court Clayton,ayton, Calif. 94517 affixed this 22nd day ofpr Ail , 19M_ Mrs. S. Wishon, Corresp. J. R. OLSSON, Clerk Secty., Orinda-Moraga- By L IUtd' Deputy Clerk H za 121-la$agette Branch, AAUh' Helen C. Marshall Orinda, Calif. 94563 County Administrator County Sheriff-Coroner 00228 k. rAPR EIVED /6 1915 a- oUSSON RICAN ASSOCI O -•.t�ERSITY: C=^am M CLAYTON BRANCH Clayton,California 94517 April 14, 1975 Contra Costa County Board of Supervisors County Administration Bldg. Martinez, Ca. 94553 Dear Chairman Boggess and Members of the Board: Clayton Branch, AAUW, requests that you accept and implement the recommendations of the 1974-75 Grand Jury Committee report concerning the proposed jail. The County jail situation should be treated as the emergency that it is. Plans for an adequate jail, that meets national and state standards, s ou'.d be immediately begun. Temporary improvements should e ate) be made to the existing jail. Steps should immediately be taken to create a County Board of Corrections. We urge you to recognize the current proposed jail as the mistake it is, and move ahead, with gide support, to new plans and real solutions. Sincerely yours, CLAYTON BRANCH AAUW ������✓ /�`.fir..r Marion Becker, Pres. . MB/c Lf e. Microfilmed wi ' 6'oara or?er - 00229 c AMERICAN ASSOCIATION OF UNIVERSITY WOMEN U�J Orindo-Moraga-Lafayette, California Branch 52 Hillcrest Drive Orinda, California 94563 April 10, 1975 Supervisor Warren N. Boggess RECEIVED Chairman of the Board of Supervisors Post Office Boa 911 Martinez, California APR #1975 J. IL OLSON pwwn Dear Mr. Boggess: o A G The Board of Directors of the Orinda-Moraga-Lafayette Branch of the American Association of University Women wishes you to know it is in agreement with the recommendations of the Grand Jury Judicial, Las Enforcement, and Probation Committee. We ask that you accept and implement the following recommendations of the Grand Jury Committee: (1) That all further activity on the current proposed jail be immediately terminated. (2) That the Board of Supervisors immediately take those necessary steps which will lead to the creation of a County Board of Corrections. (3) That the Board of Supervisors initiate a crash program utilizing all available State and Federal information, expertise, and funding to re-design and construct a new correctional facility which will meet both the immediate and reasonably foreseeable cor- rection needs of this county. (4) That the Board of Supervisors, conferring with the Health Department, the Public Works- Department., and the Sheriff authorize funds on an emergency basis to make temporary improve- ments to the existing facilities. Members of our Board have been most concerned about this important issue and believe that action is necessary. Sincerely, _ ' Mary Lckise Smith (Mrs. Richard) Pre9ideIIt W� 0-r" ' SyVey :his n (Mrs. Emory) Corresponding Secretary Microfilmed with , r V in the Board of Supervisors of Contra Costa County, State of California ...portant issue and ii believe `e ossa most concerned about this ve that action is necessary. sincerely, PrP�'yesident uise Smith (?yrs. Richard) Sy y :lis Gorresponsinn (Mrs• Emory) g Secretary Mivofilmed with , In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Contra Costa County Recreation and Natural Resources Commission endorsement of proposed Arroyo del Cerro Project, Walnut Creek Area. The Board having received a letter from Mr. Robert Gromm, Chairman, Contra Costa County Recreation and Natural Resources Commission, in response to a Board referral dated February 4, 1975 with respect to objections of the Conservation Committee, Mt. Diablo Regional Group of the Sierra Club, to certain aspects of the proposed Arroyo del Cerro flood control project; and Por. Gromm having advised that the Commission endorses the project with the understanding that consideration be given to development of adequate safeguards to minimise the potential for land development in the area, and that in the event sufficient funds are not received to commence construction of the project, the matter be again referred to the Commission for further study; On motion of Supervisor J. E. Moriarty, seconded by Super- visor A. IN. Dias, IT IS BY THE HOARD ORDERED that receipt of the aforesaid letter is ACKKOWI.EDGED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linsczheid, W. N. Boggess. NOES: None. ABSENT: Tone. 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: Ms. N. Ryland Witness my hand and the Seal of the Board of 4374 Hillview Drive Supervisors Pittsburg, Calif. 94565 affixed this 22nd day of April 1975 County Recreation and J. R. OLSSON, Clerk Natural Resources ��u�� Commission By Deputy Clerk H 24 ,2nq'ut�Fio Works Director a en ars a;f.L Flood Control Director of Planning County Administrator J �..-- RECREATION AND NATURAL RESOURCES COMMISSION COMMISSIONERS: ROBERT D.GROMM EUGENE A.CONWAYK CONTRA COSTA COUNTY CHAIRMAN JOHN B. NWAY ROBERT D. GROMM EUGENE CORR EUGENE CORR 2ND FLOOR. ADMINISTRATION BUILDING VICE CHAIRMAM THELMA O.OANA MARTINEZ.CALIFORNIA 94333 JOHN E. HENDRICKSON EXECUTIVE SECRETARY ►HONE 228-9000. exr. =21 April 11, 1975 RECEIVED APR /_5'1975 J. It risco CL999 BOARD OF SUPERVISORS ..1.i+S»�.TA Board of Supervisors 651 Pine Street Martinez, CA 94553 Gentlemen: A Board of Supervisors order dated February 4, 1975 referred to the Contra Costa County Recreation and Natural resources Commission a resolution adopted by the Conservation Committee of the San Francisco Bay Chapter of the Sierra Club opposing certain aspects of the proposed Arroyo Del Cerro Flood Control and Recreation Development Project. The Commission considered this matter at its regular meeting March 3, 1975, including a presentation made by represent- atives of the County Public Works Department and the Sierra Club. ' Subsequent to detailed review of the Arroyo Del Cerro Project, a motion was unanimously carried to inform your Board as follows: 1. The Conservation Committee, Mt. Diablo Regional Group of the Sierra Club, has presented valid. ' objections to the project regarding potential growth-inducing aspects associated with extension of water and sewer utility lines to service the recreational component; however, in line with the paramount need for water-oriented active recreational development in the central County area the Commission endorses the Arroyo Del Cerro Project. 2. The Commission believes that the County Planning Commission and Board of Supervisors should consider development of adequate safeguards to minimize the potential for land development in this area. 00232 Microfilmed with " Gourol :or?ar I r i ) 2. 3. In the event that sufficient funds are not received to commence construction of this flood control, and: recreational facilities development project, that the project again be referred to the: Commission* >r for further study. Your consideration of the position of the Commission. ln matter is appreciated. Very truly. yoprs, ROBERT GROMM, Chairman JEH:jep k � C In the Board of Supervisors of Contra Costa County, State of California April 22 In the Matter of Government Operations Committee Meeting to Discuss County Ordinance Code Sections Regu- lating Fortunetelling and Related Activities. Supervisor A. M. Dias announced this day that the Government Operations Committee (Supervisor Dias and Supervisor J. E. Moriarty)" will meet on Monday, May 19, 1975 at 10:30 a.m. in the Board -Chambers to discuss the proposed ordinance amending the County Ordinance Code sections regulating fortunetelling and related activities, and interested persons are welcome to attend. THIS IS A MATTER FOR THE RECORD matter for the record I hereby certify that the foregoing is a true and correct copy of df W&r 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_ _day of tri , 14 2-5- J. R. OLSSON, Clerk By F Deputy Clerk H 24 12/74 • 15-M Ajr J eph Y OU234; In the Board of Supervisors of Contra Costa County, State of California April 22 In the Matter of Proposed uniform bylaws for County Service Area Advisory Committees. On April 15, 1975 Supervisor A. X. Lias having furnished the Board members with a set of proposed bylaws for County Service Area Advisory Committees (drafted by County Counsel) for review and comment; and Supervisor Lias having this day suggested that the Hoard members consider adopting such a set of bylaws for use countywide; and County Counsel having advised that said outline was designed for County Service Area Advisory Committees and would need revision if it were to be used for any other committee; and Supervisor E. A. hinseheid suggested that the Board members continue to further study said bylaws. County Counsel advised that various county departments had been asked for comments. THIS IS A MATTER FOR THE RECORD a matter for the record 1 hereby certify that the foregoing is a true and correct copy of MKXVdU entered on the minutes of said Board of Supervisors on the date aforesaid cc• O'ountoy Administrator Witness my hand and the Seat of the Board of Supervisors affixed this 22nd day of April �, 19 75 J. R. OLSSON, Clerk By f A /Azi- -', d - Deputy Clerk H 24 12174 15-M 'Helen U. r ars_ all 00235 J In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 In the Matter of Request for Use of County Truck to Olean Up Debris. Supervisor A. M. Dias having advised the Board that he had received nm April 9, 1975 letter from Mr. Gerald C. Littleton, President, Crockett Improvement and Businessmen's Association, Post Office Box 1321 Crockett, California 94525 requesting Use of a county track to aid in cleanup Work; and Supervisor Dias having recommended that the request be APPROVED, with the understanding that said truck would be operated with volunteer Public Works Department personnel; NoW. THEREFORE, IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Diss is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. X. Dias, J. E. Moriarty, E. A. Linseheid, W. N. Boggess. NOES: done. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Superviisors on the date aforesaid. Littleton Witness my hand and the Seal of the Board of cc: Air. Gerald C. Public Works Director Supervisors County Counsel affixed this 22nd day of April 19 75 County Administrator J. R. OLSSON, Clerk By . Mcm l - `d�gt,&-eA, , Deputy Clerk H 24 12/74 - 1S-M 'Lynn Beitler ar���s In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Exoneration of Surety Tax Bond on Tract 4524, Rheem Area. The County Tax Collector having advised that the county, taxes on property included in Tract No. 4524, Rheem area, have been paid in full; and On notion of Supervisor A. M. Dias, seconded by Super- visor J. P. Kenny, ITIS BY TICE BOARD ORDERED that Surety Tax Bond No. SC 6279140 issued by Fireman's Fund Insurance Company, is hereby EXONERATED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. 11. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Mr. Leonard Ambers Witness my hand and the Sea[ of the Board of 433-211 Airport Blvd. Supervisors Burlingame, Ca. 94010 affixed this 22nd day of Aprii 197-5- Tax Collector J. R. OLSSON, Clerk By 1�� J C PW-4-4 . Deputy Clerk H za 12174 • 1S.M Helen C. Marshall 00237 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 M In the Matter of Bids for Reconstruction of Grove Avenue, Richmond Area, Protect No. 0565-4206-75. This being the time fixed for the Board to receive bids for the reconstruction of Grove Avenue, Richmond area; bids were received from the following and read by the Clerk: 0. C. Jones & Sons, Berkeley Gallagher & Burk, Inc., Oakland McGuire & Hester, Oakland Asphalt Surfacing Company, Richmond Bay Cities Paving & Grading, Richmond Ransome Company, Emeryville George Peres, Richmond G. L. Hasenpflug, Pinole Oliver de Silva, Hayward On motion of Supervisor A. M. Dias, seconded by Supervisor J. P. Kenny, IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation as to award of the contract upon the submission of an Affirmative Action Plan by the apparent successful bidder and its approval by the County/Public Works Director. The foregoing order was passed by the following vote AYES: Supervisors J. P. Kenny, A. M. Dias, E. A. Linscheid, W. N. Boggess. 140ES: None. ABSENT: Supervisor J. E. Moriarty. 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: Public Works Director Supervisors County Auditor-Controller22nd _ County Administrator affixed this day of April , 19 75 J. R. OLSSON, Clerk Deputy Clerk H 24 12174 • 15-M Mildred 0. Ballard 002W do In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Request for Fee-For-Service Contract with Delancey Street Foundation, Inc. , San Francisco, a Residential Treatment Facility. Mr. Arthur G. Will, County Administrator, having submitted an April 14, 1975 report in response to a Board referral dated March 4, 1975 with respect to the request of Delancey Street Foundation, Inc. (a private residential facility concerned with rehabilitative efforts for persons with drug related problems) that a fee-for-service contract be negotiated to provide for financial assistance for county probationers in residence at the facility; and Mir. Will having recommended that the aforesaid request be referred to the Director, Human Resources Agency, in his capacity as County Drug Program coordinator, to consider in conjunction with the comprehensive drug abuse program of the county; On motion of Supervisor J. E. Moriarty, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that the recommendation of the County Administrator is APPROVED. The foregoing order was passed by the following vote of the Board: AYES: Supervisors J. P. Kenny, A. X. Dias, J. E.Moriarty, E. A. Linseheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc• Delancey Street M/stness my hand and the Seal of the Board of Foundation, Inc. , Supervisors Attn. Mr. J. R. ,t agner,Jr.offixed this 22nd day ofg�}ril , 19 � 2563 Divisadero, J. R. OISSON, Clerk San Francisco, Ca. 94115B 1 -I , Deputy Clerk ■ � Director Human Resources Y P tY H 24 ,uigwby ' Helen C. Marshall County Administrator 00239 .f ,psi - ,`-" rA7PR EIVED OFFICE OF COUNTY ADMINISTRATOR 16 1975 CONTRA COSTA COUNTY J. R. ocssoru aERK aoneo of SUPEMSOR5 Administration Building NTWCWA Co: Ad ry Martinez, California V To; j4huG. d of Supervisors Date: April 14, 1975 r 'k► • �, Communications from the Delancey •A Street Foundation, Inc. Fra tJi 1, Subject: San Francisco, a Residential County Administrator Treatment Facility Reference is made to the March 4, 1975 order of your Board which requested that Contra Costa County enter into a fee-for- service contract with the Delancey Street Foundation, Inc. The request was referred by your Board to the County Administrator and the Director, Human Resources Agency, for report. The Delancey Street Foundation is a private residential treatment facility primarily for persons with drug related problems. The Foundation provides food, lodging, counseling, job training and placement for persons who will benefit from the program; referrals are largely made by the courts and Probation Department. A survey among the Bay Area Counties indicates that Alameda and Solano Counties have executed fee-for-service contracts with the Delancey Street Foundation, Inc. 1. Alameda County refers probationers who have specifically been committed to the Delancey Street Foundation, Inc. as a condition of probation by the courts on a fee-for-service basis. Funding is provided from a grant of Federal funds available under the Crime Control Act of 1973. 2. Solano County has contracted to refer patients with drug related problems to the Delancey Street Foundation, Inc. Funding for the referrals is derived from Mental Health Services funds available under the Short-Doyle Act. Currently, and in the past, the Contra Costa County Probation Department makes referrals of probationers with drug related problems to the Delancey Street Foundation, Inc. , but only with the express understanding that no financial liability will be incurred by the County if the Foundation accepts the referral. Persons who reside at the Foundation facility are expected to engage in rehabilitative work which produces income to help defray the cost of operating the Foundation programs. The County Probation Officer considers the Foundation a satisfactory facility, for referrals but indicates that the Probation Department has no budgeted funds available for the proposed fee-for-"service arrange- ment. . r - 00240 �•�• ��'-�+Q- `� Microfilmed wa h board order. ..............�_,,.. .. .. ...._T.i� Y.R.. 2. 2. Recommendation The Delancey Street Foundation, Inc. program is directed ; primarily toward rehabilitative efforts for persons with drug related problems. It is recommended, therefore, .that` the Director, Human Resources Agency, in his capacity as County.Drug Program Coordinator, consider the request for a fee-for-service contract with the Delancey Street Foundation, Iac. , `'in conjunction with the comprehensive drug abuse program of the County. , FF/aa cc. R. E. Jornlin f In the Board of Supervisors of Contra Costa County, State of California Apri 1 22 , 19 75 In the Matter of Letter from Tassajara Fire Protection District with Respect to House Numbering. The Board on July 2, 1974 having referred to the Director of Planning a request made by Mr. Dean G. watts on behalf of the Tassajara Fire Protection District, that a more efficient system of house numbering be developed in the district; and Supervisor E. A. Linscheid having advised the Board that he had received an April 14, 1975 letter from Mr. Watts stating that as yet no response had been received with respect to the aforesaid matter; and On motion of Supervisor Linscheid, seconded by Super- visor J. P. Kenny, the Director of Planning is instructed to respond to the communication as soon as possible. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias , J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. - 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: Tassajara Fire Protection Supervisors District armed this 22nd d of April . 19 75 Director of Planning °1' County Administrator J. R. OLSSON, Clerk By . Deputy Clerk H 24 12174 - 15-M R bie 6u errez 00242 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Application } of Government Code Section ) 31870.2 to. Contra Costa County ) April .22, '1975 Employees Retirement ) Association. } The Board on March 11, 1975 having referred to its ,Admin istration and Finance Committee (Supervisors E. A.. LinschOid and J. P. Kenny) a memorandum from the County Administrator advising that the Retirement Board had made a finding that Government Code Section 31870.2 applies to the Contra Costa .County; Employees Retirement Association, the effect of which is to change the cost of living formula from a maximum oaf three percent to a. maximum of a five percent adjustment annually; and Supervisor Linscheid having advised that said committee. , had met with the Retirement Administrator, the County 'Auditor-- Controller, the County Counsel, and the County�' Administrator with respect to the aforesaid matter, and having recommended that the :'.. Board take action to protect its jurisdiction in this -matt (retirement benefit liberalizations) through defense of any- suits that may be filed to mandate the application of AB 4185, that -the Board not oppose a reasonable"one time" adjustment in .th,e allow=, ances of retirees if authorized by the Retirement Board out of "surplus" funds, and that in further resolution of this whole matter (use of "surplus" funds and funding of the retirement system) the Board as a whole, or a committee thereof, be 'authorized to , meet with the Board of Retirement as a whole, or a committee thereof; ? to fully explore the unresolved facets of this matter including the` use of "surplus" funds to cover the 30 percent ($2,000-,000) or 10 percent ($650,000) deficiency in County funding; On motion of Supervisor Linscheid, seconded by. Supervisor,:. Kenny, IT IS BY THE BOARD ORDERED that the recammendatlon td: Administration :and ;Finance- Committee =is APPROVED. The foregoing order was passed by the followingvote: AYES: Supervisors J. P. Kenny, A. 14. Dias, E. A. Linscheid, W. N. Boggess. N0, S: more. ABSENT: Supervisor J. E. Moriarty. I HEREBY CERTIFY that the foregoing is ,a true and .correct:`, copy of an order adopted by the Board of Supervisors on April 22, . , , 1975. cc: Board Committee Witness my hand and .the 'Sea1 - Retirement Board of the Board of Supervisors affixed County Auditor-Controller this 22nd day of April, 1975. County Counsel County Administrator J. R. OLSSON, CLERKLev ' By Deputy Clerk Penn ton THE BOARD OFSUPERVISORS JAMES P. KENNY.UICHaD1ro WARREN N.BOGGESS ' IST DISTRICT CHAIRHAx ALFRED M,DtAs,>swlt Pw.LD CONTRA COSTA COUNTY JAMES P KENNY .2ND DISTRICT VICE CHAIRMAN JAMES E.MORIAMY.LAFAYETTE ADMINISTRATION BUILDING. ROOM 103 JAMES R.OLSSON.CouHTY CLERK , aRD DISTRICT AND EX OFFICIOCLERK!Or,THE:DOARD WARREN N.BOGGE55,CDIVCORD P.O. BOX 911 MRS.'GERALOINE.RUSSELL- 4Tm DISTRICT CHIEF CLERK, EDMUND A. UNSCHEID. ►ITMUnz MARTINEZ. CALIFORNIA 94553 arm DISTRICT April 21, 1975 RECC, V` x J. R OISSpk REPORT CUM e0AW OF' . OF ,+►; ADMINISTRATION AND FINANCECOMMITTEE ,yyt ON APPLICATION OF GOVERNMENT CODE SECTION 31870-2 TO CONTRA COSTA COUNTY EMPLOYEES RETIREMENT ASSOCIATION On March 11, 1975 the Board referred to the Administration and Finance Committee for review a memorandum from the County Administrator advising that the Retirement Board: had.made al finding that Government Code Section 31870.2 applies to the Contra: Cost& -- County Employees Retirement Association, the effect of which ;is: to change the cost of living formula from a maximun of three per cent to a maximum of a five per cent adjustment annually. The Committee has met with the Retirement Administrator,_ County Auditor-Controller, County Counsel, and the County Adminis' trator on this matter and determined the followings 1. The basis of the action of the Retirement Board was AB 4185 which was introduced by Assemblyman Papen on April 30, 1974, as an urgency measure. The measure: appeared dead but was moved out of committee in the last: days in the legislative session and approved as an urgency. measure; it is not known whether legislative' action on this measure was intentional or inadvertent. The Retire- ment Board acted to find this measure applicable in its review of new retirement legislation. 2. The Legislature in the 1974 session also passed AB 3232, a bill which permissibly allows the Board of Supervisors to adopt a cost of living formula of four, five, or six per cent. County management representatives were 'aware of this measure, and because of its enactment assumed' the matter of adjusting to the four, five or six per cent level was permissive with the Board of Supervisors. 00m. I 2. 3. The actuarial report received shortly after action of the Retirement Board indicates that very substantial increases are required in the funding of the cost of living program. At the three per cent formula funding will increase from .648 of payroll to 1.53% or 1.48%, depending on whether a 58 or 5-3/48 interest assumption is used. At the five per cent formula the .648 of payroll will increase to 2.37% or 2.30%, depending on whether the 58 or 5-3/48 interest assumption is applied. 4. Some question exists as to the sharing of the increased cost of the cost of living formula at either the three per cent or five per cent rate as between the County and the employees. As a result of the strike settlement in 1972 a provision was enacted by the Board indicating that funding of any increase in the cost of living formula above .648 would be fully an employee responsibility until the cost doubled to 1.288, at which point it would again become a split cost between the employer and the employee. The retirement law, however, can apparently be interpreted to require equal sharing (or more) as between the County and the employee. At .648 of payroll the total dollar contribution is presently about $480,000, an amount which will increase to approximately $1,147,500 or $1,110,000 at the three per cent formula, depending on the interest assumption, or $1,777,500 or $1,725,000 at the five per cent level, depending on the interest assumption. 5. The Retirement Board has been applying a five per cent interest assumption whereas earnings of the system have exceeded that level resulting in an available "Surplus" which by June 30, 1975 will approximate $5,750,000. The Retirement Board, sans action of the Board of Super- visors, can apply this amount to liberalize certain benefits of the system including an increase in the allow- ances of retirees. Most other benefit liberalizations require approval of the Board of Supervisors as well as action by the Board of Retirement. 6. Aside and apart from the increased expense of the cost of living feature cited above, County contributions to the retirement system are going to increase in the amount of either approximately 308 or 108, depending on whether the 58 or 5-3/48 interest assumption is used. The former figure represents increased County funding in the amount of approximately $2,000,000, while the latter represents increased funding of approximately $650,000. 0O245 3. 7. Retirees have been notified by the Retirement Office of the increase in their retirement allowances effective April 1, 1975 based on action of the Retirement Board. The Retirement Board has scheduled a special meeting for 2:00 PM on April 22, 1975 (originally April 18, 1975) to further consider this matter. 8. The County Auditor-Controller has taken the position after checking with several other counties that the appli- cation of AB 4185 (Section 31870.2) does not mandatorily apply as the Retirement Board. His position is that approval of the action by the Board of Supervisors is required to substantiate authorization for payment. 9. County Counsel, at the request of the Committee, has furnished alternatives available to the Board considering all of the facets cited above. At this point in time it appears that there is reasonable probability of a court test, around the issue of whether AB 4185 is, in fact, mandatory on Contra Costa County. 10. If AB 4185 applies mandatorily the County may well have a claim against the State of California for the increased costs under SB 90 legislation. As a matter of fact a claim has been submitted; however, it was returned to the County because "there is no legislative appropriation or provisions for payment to local agencies in the chapter under which you have filed." (This itself might well be subject to court action if in fact the aforesaid section applies mandatorily.) It is readily apparent that there are many facets to this matter in addition to principal considerations such as whether the. Board of Supervisors or Board of Retirement has jurisdiction in this type of action, whether retirement matters are subject to the meet and confer arena and properly taken into account in com- pensation determinations, and whether the SB 90 reimbursement feature applies if the Legislature has mandated an additional cost item on the County. Considering all facets of the situation the Committee's conclusions are that: 1. The jurisdiction of the Board of Supervisors properly includes the scope of benefits under the retirement system, and such jurisdiction must be protected; other- wise, another body has authority to expend County funds. 00245 i 4. 2. The cost of funding the cost of living formula is up substantially and may well become even more costly because of the compounding principle that is involved. A $500 per month pension, for example, becomes an approximate $1,000 per month pension if compounded annually at 5% for 15 years. For this reason the actuary suggests a less costly approach would be a "one shot" type of cost of living increase rather than an increased formula commitment if the Retirement Board feels the present inflation requires improvement in the economic circumstances of retirees. 3. There is very little precedent among public agencies, much less private agencies, for the adoption of the five per cent cost of living formula. Only one county, San Mateo, has increased its allowance to 5%, and that under provisions of AB 3232 rather than AB 4185. San Mateo County is funding the benefit at this time out of Retirement Surplus. The Committee therefore recommends that the Board take action to protect its jurisdiction in this matter (retirement benefit liberalizations) through defense of any suits that may be filed to mandate the application of AB 4185, that the Board not oppose a reasonable "one time" adjustment in the allowances of retirees if authorized by the Retirement Board out of "surplus" funds, and that in further resolution of this whole matter (use of "surplus" funds and funding of the retirement system) the Board as a whole, or a committee thereof, be authorized to meet with the Board of Retirement as a whole, or a committee thereof, to fully explore the unresolved facets of this matter including the use of "surplus" funds to cover the 30% ($2,000,000) or 10% ($650,000) deficiency in County funding. f E. A. LINSCHEID J. P. KENqY Supervisor, District V Supervisor, IYa. Irict I 00247 C In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Letters with respect to opposition to proposed legislation, Assembly Bill 15. An April 7, 1975 letter having been received from Mr. A. L. Seeley, Chairman, Contra Costa County Land Conservation Committee, advising that the Committee had voted unanimously to request the Board of Supervisors tocfficially oppose proposed legislation (AB 15) which would create a State Agricultural Resources Council with the power to designate and protect prime agricultural lands, and citing reasons for its opposition to same; and An April 9, 1975 letter having been received from Mir. Tim Leslie, Principal Legislative Representative, County Super- visors Association of California (CSAC), advising that a special task force has reviewed said proposed legislation and advising that CSAC will oppose same until its concerns have been resolved; and Members of the Board having discussed the matter; On motion of Supervisor J. E. Moriarty, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that the County Administrator is REQUESTED to review the proposed legislation and report to the Board on April 28, 1975. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: hone. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• County Administrator Witness my Eland and the Seat of the Board of Director of Planning Supervisors Public Yorks Director affixed this 22nd day of ARz it 1975 County Counsel J. R. OLSSON, Clerk CCC land Conservation I Cte. By .t.�liG44.Cy , Deputy Clerk H 24 12/74 - 15-M Helen C. Marshall 00248 i In the Board of Supervisors of Contra Costa County, State of California April 22 19 In the Matter of Appointment to the Airport Land Use Commission. Supervisor W. N. Boggess having advised the Board that the- term of office of Mrs. Grace Ellis as Contra Costa County's represen- tative on the Airport Land Use Commission will expire on May 5,, 19753 and having recommended that she be re-appointed for a. four-year term ending the first Monday in May, 1979; On motion of Supervisor Boggess, seconded by Supervisor J. P. Kenny, IT IS BY THE BOARD ORDERED that the aforesaid recommen- dation is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. :d. Boggess. NOES: Mone. ABSENT: None. I hereby certify that the foregoing is a true and coned copy of an order entered,onthe minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal,of the Board'of cc: Airport Manager Supervisors Director of Planning affixed this 22nd day of apr-f 1 . 19;7 County Counsel County Administrator _ J. R. OLSSON, Clerk Public Works Director ey f Deputy Clerk H 24 12t7Zav6*y Clem. Y' y Penningign 0429. i A In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 Z, In the Matter of Authorizing Issuance of Certificate of Commendation. Supervisor J. E. Moriarty having advised the Board that Airs. Margaret DePriester has received the 1975 Distinguished Woman Award of the Orinda-Moraga-Lafayette Branch, American Association of University Women: On motion of Supervisor Moriarty, seconded by Supervisor J. P. Kenny, IT IS BY THE BOARD ORDERED that a Certificate of Commendation be ISSUED to 'sirs. DePriester. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, _ W. N. Boggess. NOES : None. ABSENT: None. 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. WKness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this 22nd day of April 19 u J. R. OLSSON, Clerk By a �V Deputy Clerk H 24 12/74 1S dui Ma Penningt n 00250 In the Board of Supervisors of Contra Costa County, State of California Avril 22 . 19 In the Matter of Authorizing Issuance of Certificate of Commendation. Supervisor J. P. Kenny having advised the Board that the Church of St. John the Baptist, El Cerrito, recently celebrated its Golden Jubilee, and having recommended that a Certificate of Commendation be issued to the Church in recognition of its 50 years of service to the community; On motion of Supervisor Kenny, seconded by Supervisor A. M. Dias, IT IS BY THE. BOARD ORDERED that the aforesaid recommenda- tion is APPROVED. The foregoing order was passed by the following vote: AYES : Supervisors J. P. Kenny, A. M. Dias, J. E. ?:oriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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 dote aforesaid. Witness my hand and the Seal of the Board of cc: County Administrator Supervisors affixed this 22nd day of_April 197 _ J. R. OLSSON, Clerk By Deputy Clerk K 24 12174 • 15•M Mar Penningt n 00251_ In the Board of Supervisors of Contra Costa County, State of California April 22 , 1975_ In the Matter of Authorizing Provision of Legal Defense for Mr. Harry D. Ramsay, County Sheriff-Coroner. On motion of Supervisor A. M. Dias, seconded by Super- visor J. P. Benny, IT IS BY THE BOARD ORDERED that the County shall provide legal defense for Mr. Harry D. Ramsay, County Sheriff-Coroner, named in Superior Court Action No. 151143, Jim Wynn vs. Sheriffs Department of Contra Costa County et al, reserving all of the rights of the county in accordance with provisions of California Government Code Sections 825 and 995. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. 14. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: County Sheriff—Coroner Witness my hand and the Sea! of the Board of County Counsel Supervisors County Administrator affixed this 22nd doy of A=il 19 75_ J. R. OLSSON, Clerk By " ilCL Deputy Clerk H 24 12174 - 15-M Helen C. Marshall .00252: In the Board of Supervisors of Contra Costa County, State of California April 22 , 1975— In 97-In the Matter of Authorizing Provision of legal Defense for Mr. Charles E. Iversen, Marshal, Richmond Judicial District. On motion of Supervisor A. M. Dias, seconded by Super- visor J. P. Kenny, IT IS BY THE BOARD ORDMD that the County, shall provide legal defense for Mr. Charles E. Iversen, Marshal, Richmond Judicial District, and other county officials who so request, named in Superior Court Action No. 147403, Loretta Carey et al vs. E. A. Taliaferro et al, reserving all the rights of the County in accordance with provisions of California Government Code Sections 825 and 995. The foregoing order was passed by the Following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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• Marshal C. t. Iversen Wi'TM'ess my hand and the Seal of the Board of County Counsel Supervisors County Administrator affixed this 22nd day of A r� it 1975 J. R. OLSSON, Clerk Deputy Clerk H 24 12/74 - 15-M Helen C. Marshall VO253 In the Board of Supervisors of Contra Costa County, State of California April 22 114 75 In the Matter of Complaint with Respect to Procedures Utilized by County Animal Control Center. The Board having heretofore referred to Mr. A. L. Seeley., Agricultural Commissioner, a letter from Frederick M. Hanson, M:D, , complaining about procedures utilized by the county animal -control center with respect to impounded dogs, and suggesting revision of same; and Mr. Seeley having submitted to the Board an April 9.. 1975 memorandum report (showing copy transmitted to Dr. F. M. Hanson) advising that there may have been a misunderstanding of instructions between Dr. Hanson and the animal control clerical staff; and Mr. Seeley having further advised that said center is constantly reassessing its procedures to be more helpful to citizens and animals alike, taking into account rules, regulations, restric- tions and conditions under which it must operate; On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is ACKNOWLEDGED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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• Dr. F. M. Hanson Witness my hand and the Seal of the Board of 1515 Ygnacio Valley Road Supervisors Walnut Creek, CA 94598 affixed this 22nd day of April 19 75 dl. � d. R. OLSSON, Clerk Agricultural Commissioner By � . Deputy Clerk H 24 Mgqua3w Administrator Vera Nelson 00254 �a ' RECEIVED DE'PARTM1iNT OF AGRICULTURE: fCONTRA CWWA COUNTY APR 101975 I R. oMs. wic: April 9, 1975 CLM BOAM OF SUP rmoRS CONVA COSTA CO _ -' ----Deputy TO: Bo rd of Supervisors From: j,/ L. Seeley, Agricultural Commissioner-Sealer of Weights and Measures Subject: Dr. F. M. Hanson's letter of 3/17/75 regarding procedures utilized by county animal control center (Board Order of 3/25/75) The following information is furnished in reference to your Board Order dated March 25, 1975 in which I was requested to report to the Board and to Dr. Hanson on the above subject. Dr. Hanson expressed concern and frustration, which is easily understandable in such a highly emotional and sensitive program as animal control. We have reviewed our procedures in the matter and found that there could have been some misunder- standing of what was said by our clerical staff. 1. The doctor said he inquired whether his lost dog had been picked up and impounded at the animal control center. He stated that "even though he had a license, they informed me that they could not check which dogs were picked up . .. . . .... to come to the pound and look for my dog." The staff informs me that what probably was said was that the license, or identification, could have been lost and it would be better if he were to come in to the center to identify his dog if it were there. On any impounded animal bearing identification, we make three attempts to reach the owner by phone and mail a notice that the dog has been impounded. We do not ask or expect owners of identifiable animals to come to the centers to look for his animal. 2. In the matter of in-forming the citizens of the time limit on the disposition of animals, we could readily see that a mis- *understanding might develop and steps have been taken to remedy this situation. In the case of unlicensed dogs, the girls have been instructed to state, "The unlicensed (stray) dogs are kept a minimum of 72 hours before they are put up for adoption or 'sposed of; and the licensed dogs are kept a minimum of 10 days. We attempt to keep a supply of adoptable animals on hand, because we like to see animals get good homes rather than put them to sleep. 00 r _ Tina (114) �is'L-• • VV5.� L� x r-F'FS° ..a:aTT+ y..• �..'^�"'4'aT!]`ti:4Y.,A - ...: - ,. ... .. .._ r. _ +.. ,5.. .,... , Board of Supervisors _2_ - April 9, 1975 PLEASE NOTE: To keep licensed dogs as long as Dr. Hanson suggests would necessitate considerable enlargement of present fnc;-1;t; �� (-i- 2. In the matter of informing the citizens of the time limit on the disposition of animals, we could readily see that a mis- �nderstanding might develop and steps have been taken to remedy this situation. In the case of unlicensed dogs, the girls have been into state, "The unlicensed (stray) dogs are kept a minimum of 72 hours before they are put up for adoption or osed of; and the licensed dogs are kept a of sp 10 days. We attempt to keep a supply of adoptable animals on hand, because we like to see animals get good homes rather than put them to sleep. 11/73 {i M) � 0" , 0025.) Board of Supervisors -2- April 9, 1975 PLEASE NOTE: To keep licensed dogs as long as Dr. Hanson suggests would necessitate considerable enlargement of present facilities (at one time, licensed dogs were kept a minimum of . 14 days, but experience showed that keeping them a minimum of 10 days was adequate) . 3. The license fee is assessed so that a person may legally own a dog and the license assists us in contacting the owner if the dog is impounded. To a distraught animal owner our staff may seem to be "callous", especially in the situation that Dr. Hanson experienced, but we wish to assure him we are constantly reassessing our pro- cedures, telephone behaviour, and general public contact processes in order that the citizen may become aware that we are concerned and do try to run an animal control program that is helpful to citizens and animals alike, taking into account the rules, regu- lations, restrictions and conditions under which we must operate. .ALS/nw cc: Dr. F. M. Hanson Q��S� In the Board of Supervisors of Contra Costa County, State of California Apri 1 22 . 19.75 In the Matter of Comprehensive Human Services Planning and Delivery Project Grant Proposal . The County Administrator having brought to the attention of the Board a request from the Human Resources Agency for .author- ization to submit to the United States Department of Health, Educa- tion and Welfare a Comprehensive Human Services Planning and Delivery Grant Proposal ; and The County Administrator having recommended that this matter be referred to the Board Human Resources Committee (Super- visors J. E. Moriarty and A. M. Dias) "for review and recommendation April 28, : 1975; and On motion of Supervisor Moriarty, seconded by Supervisor Dias , IT IS BY THE BOARD ORDERED that aforesaid recommendation is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias , J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Sea! of the Board of cc: Board Committee Director, Human Resources Supervisors Agency affixed this 22nd day of Apri 1 , 19 75 County Administrator J. R. OLSSON, Clerk By CDeputy Clerk H 24 12M - 15-M 0 b i e GiAierrez 0V'25`7 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Matter of Amendment to an Agreement No. 74-50358-A1/22-002 with the State of California, Department of Health. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Super- visor W. N. Boggess, Chairman, is AUTHORIZED to execute an amendment to an agreement with the State of California, Depart- ment of Health, for the conduct of the Special Supplemental Food Program for Women, Infants and Children (WIC) which extends the duration of the project through June 30, 1975 and provides for receipt by the County of an additional $171,880 in Federal funding. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias,. J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: State Department of Health wd'� my hand and the Seal of the Board of c/o Acting County � 0rs Health Officer affixed this 22nd day of April . 19 75 Acting County Health Officer J. R OLSSON, Clerk Director, Human Resources By Deputy Clerk H 24 12n4 - 15-, Agency County Auditor-Controller N. In sham County Administrator 002581,11 ]7i'nM'tIhSe dNDARD AGREEMENT— APPRovm•,r zHIC ❑ CONTRANSTOR ATTORNEY GENERAL ❑ STATIC AGDS/CY rz% r CALIFORNIA ❑ ag".or.GEM.Sm- ❑ CONTROLLER AGREEMENT,made and entered into this 26th day of September Ig 74 0 State of California, by and between State of California, through its duly elected or appointed, Q qualified and acting ❑ TITLE OF OFFICER ACTING FOR STATE Chief, AGENCY NUMBER ecivef caUed the State,and Contra Costa County - :=---- - Baa -.00 X- herea} the Comm eton - --- -- NVITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of tate State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: (Set forth service to be rmdowd by Conoac ar,amount to be paid+Coluractor,time for performance or completion,and attach pkm and spwgiiowkv g it OY•) 1. In that certain agreement between this department and Contra Costa County Health Department dated July 1, 1974: Paragraph 2 on. page 2 is ascended to read: The period of this agreement shall be from July 1, 1974 through June 30, 1975. Paragraph 5 on page 2 is amended to read: "The State shall. provtde di7rect assistance by issuing food vouchers to the Contractor not to exceed $156,900 in face value." Paragraph 6 on page 2 is amended by substituting the figure $20,233 is place of the figure $3,813. 1r APPROVED 4jdate v The provisions on the reverse side hereof constitute a part of this agreement.IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon therst above STATE OF CALIFORNIA CONTRACTOR AGENCY CONTRACTO (IPOTNZWTHAN AN INDIVIDUAL.IFTATZW"I[TN0 A NARPO"T10N. TAZTNYA! . Depar"Pnt- nE Hpa7 ri, Con a ZT t un •• *�-^^�:171- BY (AUTHORU:ED SIGNATURE) BY Ua. a) 01- 2 4;- APR 2 2 1975 TITLE 10 Loyd H. Forrest, Chief ,yj N es Financial Management Services ChaumdnBWoQ5tcf of Su iso ADDRESS (CONTINUED ON SHEETS. EACH NEARING NAME OF CONTRACTOR) 651 Pine St;! Martinez CA 9_4553 Do MM Wr"in Ttris spom AMOUNT OF THIS ESTIMATE APPROPRIATION Health & Safe uND $ Code: Section 109 Public Health Federal UNENCUMBERED SALANCE ITEM CHAPTER STATUTES FISCAL YICAR 31274-25 ADJ. INCREASING ENCUM. FUNCTION BRANCE $ 16,420 WIC ADJ. OECREASING ENCUM- LINE ITEM ALLOTMENT s RANGE 809-790-44-00 I hereby ceriff'j upon my ours personal kno(ekdge that budgeted funds T.B.A.NO" 7--140- are available for the period and purpose of the erperditare stated above. SIGNATURE OF ACCOUNTING OFFICER DATE I- I hereby certify that all conditions for exemption set forth in State Admirdrtnrtiu Manuol Section 1201,13 have been complied with and this document is exempt from review by the Department of Finance. SIGNATURE Or OFFICER SIGNING ON BEHALF OF THE AGENCY DATE .NIY d L The Contractor agrees to indemnify, defend and save harmless the State, its officers, agents: and employees from any and all claims and losses accruing or resulting to'any and all contractors, subcontractors, materialmen, laborers and any other person, firm or corporation furnishing or . . supplying work,services,materials or supplies in connection with the performance of this contract, and from any and all claims and losses acciuing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. 2. The Contractor, and the agents and employees of Contractor, in the performance of-this agreement, shall act in an independent capacity and not as officers or employees or�agents of-, .. State of California. 3. The State may terminate this agreement and be relieved of the payment of any consideration, ' to Contractor should Contractor fag to perform the covenants herein'contained at the time and' in the manner herein provided In the event of such termination the State may proceed with the work in any manner deemed proper by the State. The cost to the State shall be deducted from any sum due the Contractor under this agreement, and the balance,-if any, shall be-paid the' '` Contractor upon demand. - 4 Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part. S. Tune is the essence of this agreement. - - =<• 6. No alteration or variation of the terms of this contract shall be valid unless made irr writing and signed by the parties hereto,and no oral understanding or agreement not incorporated herein, shalt be binding on any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein, shall be in compensation for ' all of Contractors expenses incurred in, the performance hereof, including travel and per pr unless otherwise expressly so ovided. : _ J . , Contra Costa:County Health Departmea t w gage 2Mill, 74 50358 Paragraph 7 on page 2 is amended to read"Budget: See attached. (Revised).Il FJcbz�it `B• ,M 'n Paragraph 9 is added and shall read as follows: "The effective date of Ws amendment shall be October 1, 1974.11 this % z E 3 J j1 X N kJ t h - �-A F, !r F S*�¢ pkv t r a ©Q2 �Y r _ a .. .. r✓«.��. ..4.�..Z..-+r..rM.i�ri#.R.v,re w v is k..f; -?+3 Contra Costa County Health Department WIC Program Exhibit B (Revised) Contract Number 74-50358 I. Clinic Costs Prior New A. Personal Services Approved Amount Adjustment Approved Amount - Public Health Nutritionist Equivalents $ 226 + $ 4,835 $ 5,061 1 Clinic Data Coordinator 956 -0- 956 Clinic Clerk Equivalents 1,983 + 6,343 8,326 - Fringe Benefits -0-- + 1,900' 1,900 Total Personal. Services $3,165 + $13,078 $16,343 B. Expendable Supplies -Q-- + $ 150 $ 150 Total Clinic Costs $3,165 $13,228 $16,393 II. Administrative Costs A. Personal Services Account Clerk $ 298 -0, $ 298 Data & Project Director Equivalents -0- + $ 2,422 2,422 Fringe Benefits -0- + 410 410 B. Other Costs Office Supplies $ SO -0- 50: Travel 300 + 360 660 Total Administrative Costs $ 648 $ 3,192 $ 3,840 TOTAL BUDGET $3,813 $16,420 $201233 002W. +x In the Board of Supervisors of Contra Costa County, State of California April 22 19 In the Matter of Assembly Bill 244, Homemaker Program. The Board heretofore having adopted Resolution Number 75/$4 supporting in principle Assembly Bill 2", which provides an unspeci- fied amount in augmentation of the State Department of Health budget for allocation to the counties to pay for in-home supportive services, said support being subject to inclusion of sufficient funds to truly eliminate deficits statewide created by the implementation of the Homemaker Program; and The County Administrator having advised that said measure has passed the legislature and having recommended that he be author- ized to transmit a letter to Governor Brown urging him to sign into law Assembly Bill 244; and On motion of Supervisor J. E. Moriarty, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that aforesaid recom- mendation is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, Ft. N. Boggess. NOES: None. ABSEW: None. 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: Director, Human Resources Supervisors Agency affixed this day of April t9 75 22nd County Counsel , County Administrator J. R. OLSSON, Clerk By. :z -a Deputy Clerk H 24 12174 - 15-M L�fynn J� Beitler 0023: IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Proposed ) Increase in Dues of National ) April 222 1975 Association of Counties (NACO) . ) The Board having received a letter dated April 16, 1975 from Mr. Joseph P. Bort, President, County Supervisors Association of California, advising that the association's Executive Committee has been concerned with problems relative to the proposed one hun- dred percent dues increase of the National Association of Counties to take effect in the 1975-1976 fiscal year; and Mr. Bort having further advised that the Executive Com- mittee also expressed concern about such a large increase in dues when counties are struggling with financial problems, and having recommended that NACO programs be reviewed and a management audit be performed and that he proposes to present this point of view at the forthcoming NACO conference; and In order to properly present this point of view, Mr. Bort having requested that the NACO member counties in California advise him of any individual county actions proposed, such as dropping membership, and that the county's CSAC director be prepared to discuss this matter at the May 9, 1975 meeting; and The County Administrator having made reference to the aforesaid letter, stating that it is a controversial matter among counties, and having recommended that the Board take the matter under consideration and take a position thereon; and On motion of Supervisor J. E. Moriarty, seconded by Super- visor A. M. Dias, IT IS BY THE BOARD ORDERED that the recommendation of the County Administrator is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. .Lenny, A. M. Dias, J. E. 'Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I HERESY 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 co: County Supervisors of the Board of Supervisors affixed Association of this 22nd day of April, 1975. California National Association of J. R. OLSSON, CLERK Counties Board Members County Administrator _ By Deput C lark -.... .. '..5 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 In the Matter of Authorizing the Human Resources Director to Sign Contracts For Services With Fee For Service Physicians, Dentists, Optome- trists and Podiatrists Utilized by the County Health Department and County Medical Services. In connection with the rates of compensation for fee for service physicians, dentists, optometrists and podiatrists utilized by County Medical Services and the County Health Department, this Board on July 23, 1974 adopted Resolution No. 74/636A setting the rate for said physicians, dentists, optometrists and podiatrists; and This Board today received contracts with those fee for service physicians, dentists, optometrists and podiatrists whose names are listed in Exhibit A attached hereto and incorporated herein as if set forth in full, implementing Resolution No. 74/636A; and NOW, THEREFORE, IT IS BY THE BOARD ORDERED that said contracts are hereby approved; and IT IS FURTHER ORDERED that Mr. R. E. Jornlin, Director, Human Resources Agency, is authorized to sign the contracts on behalf of this Board. PASSED by the Board tbjs 22nd day of April, 1975. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency Supers Mr. W. Downey, Chief, affixed this22nd day of April 1975 Medical Administrative I J. R. OLSSON, Clerk Services Acting Director of Personne$y Deputy Clerk H �o 'UotintRy Auditor-Controller N. Ing aham County Administrator 00 authorized to sign the contracts onG� , behalf of this Board. PASSED by the Board this 22nd day of April, 1975. # hereby cer"fy that the foregoing is ca true and corred copy of on alder enteree# on the minutes of said Board of Supervisors on the dote afare"id. cc: Director, Human Resources Witness mY hand and the seal of th.Board of Agency Supervisors Mr. W. Downey, Chief, off xed this22nd day of April Medical Administrative 1975_ Services ,S J• R. OLSSON, Clerk Acting Director of Personne$Y , - Deputy Clerk so Vo'atp Auditor—Controller County Administrator N• In sham 4 7 EXHIBIT A Health Department Name Number Effective Date Method of Pty went Kathy Bennett, M.D. w22-539 July 1, 1974 $17.00 per.hour Miriam Budinger, M.D. 022-545 July 1, 1974 $17.00 per hour Edwin Carlson, M.D. 022-540 July 1, 1974 $17.00 per hour Edwin Carmi.ck, M.D. 422-541 July 1, 1974 $17.00 per hour Sue Chan, M.D. 922-542 July 1, 1974 $17.00 per hour Ed B. Clark, M.D. 422-544 July 1, 1974 $17.00 per hour Glen W. Kent, M.D. 022-538 July 1, 1974 $17.00 per hour Medical Services Name Number Effective Date Method of Payment Peter Van Auken, M.D. 426-656 March 1, 1975 $17.00 per hour .Edward F. Connolly, M.D. M-693 April 1, 1975 $3,276.75 per month Stephen Kalkstein, M.D. it26-687 February 21, 1975 $17.00 per hour Fredrick Kleinsinger, M.D. 026-694 April 7, 1975 $17.00 per hour Lawrence Leong, D.D.S. 426-6$$ February 24, 1975 $14.10 per hour Jonathan Penn, M.D. 026-685 February 1, 1975 $17.00 per hour Alfred Rothman, M.D. c26-689 February 28, 1975 $17.00 per hour Herbert Weingard, M.D. 426-690 January 20, 1975 $17.00 per hour ' Steven Wolfe, M.D. 026-691 December 16, 1974 $17.00 per hour Jonathan Wommack, D.D.S. 026-692 lurch 17, 1975 $14.10 per hour EXHIBIT A . -� a. - CCC Standard Form 144600 August 1974 AGREEMENT FOR.PROFESSIONAL SERVICES - (Contract Paid Physicians) 22 ' 5638 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Gt en W. Kent M.D. (address) 3165 Rogeu Ave. Walnut Cheek, Ca. 93e 934-3776 (b) [xj Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [x2 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No mote than 40 h,%,6 . Per week Rate: S17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. ( includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes (x No (e) Effective Date Juty 1, 1974 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training In medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Ek)ard, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will ciepresent the result of(a�all +-� UV2S( .....X.. ..:. Y. negotiations between the Contractor, County and any organization representing the Contractor. - 7. .Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36--8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contract-or functions as self-employed, independent agent, providing pro essional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriafie professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional maluractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Hoard ey , Deputy RECOMMENDED FOR APPROVAL: ACiQVOIILEDGED: Human Resources Agency Jf Medical Director or Health Officer 1 00268 ­44 - (44600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER ._2.2..:.5.3.__ 1. Parties_ The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. . (a) Contractor (name) Kathy Bennett, M.D. (address) 1218 Juanita Drive Walnut Creek, Calif. Phone (b) L-X] Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [X3 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No more than hO hours per Week Rate: $ 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for r on-call services if so indicated in 2. (d).) Rate: 3 Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) „ (d) On-Call Availability: [ ] Yes [x] No (e) Effective Date July 11 19741 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered, under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor' is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement .of the Contractor. In cases of emergency or where otherwise required, the Medical Director or HeM th Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by diving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Hoard, accepted in writing by the Contractor. The Contractor and the County avreo that each subsequent contract will depr©sent the result of all 041 002 neclotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. It the services rendered by weekly or monthly Contractor are not equal to or greater fihan the servicas scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each Invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated In Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. S. Mileace Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- empirifinent Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County, for callection or administration. It. Privileges. Contractor will retain the right to belong to and be represented by approjriate professional organizations such as physicians unions, medical societies and mn-profit medical corporations. 12. insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than S5,0G0,000 covering both the County and Contractor for services performed by the • Contractor for the County under this agreement. 13. Assicament. Contractor shall not assign or transfer any interest hereunder with- out fie expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR Director, Human Resources Agency ATTEST: f .I.R. OLSSOy, County Clerk and ex officio Clerk of the Board BY. Deputy RECOW4ENDED FOR APPROVAL: ' ACiMILEDGED: Human Resources Agency . Medical Director or Health Officer , 00270 M4600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract'Paid Physicians) " NUMBER ... �.�?.. . L_......., 1. Parties. The County of Contra Costa ('County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Edwin Carlson, M.D. (address) 803 Hamilton Drive, Pleasant Hill, California Phone (b) Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [xR Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No more than 40 hrs. Per week Rate: S 17.00 Per Hour ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Cali Availability: [ ] Yes fX] No (e) Effective Date July 1, 1974 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services-and not computed as part of maximum yearly salary and treated as a separate service not covered ander the terms on this contract. 3. Purrose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contraclor' is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Hearith Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will represent the result of all 00271 negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the- services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services ,rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department, 10. Sfatus. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County tar collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than 55,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment, Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. Coway �i l l ! CONTRACTOR By �---� '✓�~ t✓, �� vel . J� IsaxYzaauca Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy REC014ENDED FOR APPROVAL: ACKN(AILEDGED: 9_-V1&��Ievsc Human Resources Agency - Medical Director or Health Officer 00272 - 144600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) 22 _ 541 NUMBER .. .....�................ It. Parties. The County of Contra Costa ("County") and the below-named Contractor r mutually agree and promise as follows: 2. Variables, (a) Contractor (name) Dr. Edwin Carmick (address) 2021 Y nacio Valley Rd. Walnut Creek, Calif. Phone (b) Physician [ ] Dentist [ ] Podiatrist e [ Asychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of ac•`ual service d, rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No more than 40 hrs. Per week Date: $ 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [x] No (e) Effective Date July 1, 1974 (f) Compensation for anesthesia services on-call (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will deprosent the result of all 00273 µneclotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than ttae services scheduled. a pro-rata payment proportionate to the value of services .randered to services sc",eduled will be made. t Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: !a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate Indicated in Section 2. (c) or pro rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. t 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. -0. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies i and non-profit redicai corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any inter st hereunder with- �.,.. out the expressed permission of the County Medical Director r Health Officer. COUNTY,-) CTOR ` Y Direcrtor, Human Resources Agency ATTEST: (,J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOW4ENDED FOR APPROVAL: ACIQ+101ILEDGED: Human Resources Agency Medical Director or Health Officer 0t x'74 n C'U Ctc�nt;cYr.J Form i44600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER __.22 - 542 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Sue Chan, M.O. (address) 835 Madison Albany, California Phone (b) Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No more than 40 hours Per Week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [X] No (e) Effective Date July 1, 1974 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services-and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or He&Ith Officer may make such changes in the duty schedules as are required. if availability for on-tail duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but It may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Ext©nslon. This contract may be modified and/or extended by written order of the Board, acceptod in writing by the Contractor. The Contractor and the County agree that each subsequent contract will rlepresent the result of all 002'75 4 ...... ....... .. ....:.. .. .... nenotlations between the Contractor, County and any organization representing the Contractor. 7. Pant. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon promssing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involvina the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileaes. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. insurance. County shall keep in effect a policy or policies of liability insurance, including professional maloractice liability with total limits of not less than 55,000,000 covering both the County and Contractor for services performed by the • Contractor for the County under this anreement. 13. Assionment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. CDA W CONTRACTOR,-/ By Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex-officio Clerk of the Board By Deputy REMWENDED FOR APPROVAL: ACKNOWLEDGED: QeZ1 Hurran Resources Agency Medical Director or Health Officer 00276 I 111 1.14600 August 1074 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) Ew ..._22-544............ 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: i 2. Variables. (a) Contractor (name) Ed B.Clark, M.D. (address) 48 Fenton St. Livermore, California Phone (b) [X] Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No more than 40 hrs. per week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered iluring a week in accordance with established schedule. (Includes paywint for on-call services if so indicated in 2. (d).) Rate: S Per Week ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [)t] No (e) Effective Date July 1, 1974 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services-and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractoris specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therew th) and such gdditio t scrviccs as are required at times and locaticis specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Hea•Ith Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. Tito term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof '►o the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will daprosent the result of all 00277 i WON negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted taonthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. ii. Privileaes. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this anreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY,.-') CONTRACTOR I � Dire tor, Human Resources Agency ATTESV._ J.R. OLSSO�N, County Clerk and ex officio Clerk of the Board By Deputy RECO!AMENDED FOR APPROVAL: ACKNOWLEDGED: Director, Human Resources Agency Medical Director or liealth Officer 00278 .L,1'., "'I iu(is: onn 1.14600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER ___2 2 s 5 45 I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. ' &" (a) Contractor (name) M�iin Budding r, M.D. (address) 267 Berk. Park Blvd. Kensington, California Phone (b) Ex] Physician [ ] Dentist [ ] Podiatrist C ] Psychiatrist [ ] orthodontist [ ] (c) Method of Payment [Xl Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Schedu i ed Hours No more than 40 hrs. Per week Rate: $ 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: 3 Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [x] No (e) Effective Date July 1, 1974 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor' is specia: ly trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally anC customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or-where otherwise required, the Medical Director or Hea•Ith Officer may make such charges in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Fxtenslon. This contract may be modified and/or extended by written order of the Ik)ard, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will 63present the result of all 00279 nenotlations between the Contractor, County and any organization representinq the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated In Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. II. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY /7 CONTRACTOR By �,Idlrnm- M4 } x�z�c�t�mifcxScocptRitxicaatkx - - Director, Human Resources Agency ATTEST: J.R. OLSSO14, County Clerk and ex officio Clerk of the Board By Deputy RECONVENDED FOR APPROVAL ACIMILEDGED: Director, Human Resources Agency t Medical Director or Health Officer ' 00280 CCC Standard Form 114600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) 2 6 8 NUMBER _ ----._�_....----- - ---------• I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Jonathan G. Penn, M.D. (address) 9 Cre 8310, Emeryville, CA 94606 Phone 655-7854 (b) [)0a Physician [ ] Dentist [ ] Podiatrist C ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment Y [j[]? Hourly Paid Contract: Contractor paid for each hour .of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 40.00 Per week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for 1 on-call services if so indicated in 2. (d).) Rate: S Per Week i [ ] Monthly Paid Contract: Contractor paid for services rendered durin4 a month In accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) • i (d) On-Call Availability: [ ] Yes [ ] No (e) Effective Date February 1, 19T5 (f) Compensation for anesthesia services on-call (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services , as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are 1 required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. t 6. Modification and Extension. This contract may be modified and/or extended by written order of the Eko,,rd, accepted in writing by the Contractor. The Contractor andthe County anree that each subsequent contract will r1epresent the result of all U0281 negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form Prescribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated In Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated In Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY f) CONTRACTOR it , y�x xol� than G. Penn, M.D. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOt`MENDED FOR APPROV ? ACIWOIVLEDGED: R. E. ornlin �. Human Resources Agency George Degnan, M.D. Medical Director or Health Officer 00282 ... ..:.....: :... ... ...... . . CCC Standard Form j M4600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER .2 6' 686........ h I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Peter_ Van Aukanr M n_ (address) 2281 Johanna rt_ Pinnla� ralifnrnin Phone 758-6497 (b) [ ] Physician [ ] Dentist [ ] Podiatrist ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [X] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 20.00 Per Week Rate: $ 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-ca I i services if so i nd i cated in 2. (d).) (d) On-Cali Availability: [XI Yes [ ] No (e) Effective Date 3-1-75 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. if availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but It may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will rlepresent the result of all 0K83 negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) . if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, Independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shalt keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONJ4CTOR By Director, Human Resources Agency Peter Van Auken, M.D. ATTEST: J.R. OISSON, County Clerk and ex officio Clerk of the Board By Deputy REGOt`l1END FOR APPROVAL ACiUVOI�1lEDGEO: r ,` ;, ,Z Lice^ ✓ Director, Humapnp Resources Agency George Degnan, M.D. Medical Director or Health Officer 00284 CCC Standard-Form M4600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER . 2.6.-.6 8 N...I.INNNNNNIy 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Stephen W. Kalkstein, I .D. (address) 818 Arlington, E1 Cerrito, CA 94530 Phone (b) [ Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment RC] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 40.00 per week Rate: $ 1T.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so Indicated in 2. (d).) Rate: 3 Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes No (e) Effective Date February 21, 1925 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered undar the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d) .) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Bodrd, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will rlepresent the result of all p 00285 negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802,. for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. I1. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, Including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this anreement. 13. Assiqnment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY �` / ;`� CONT TOR G /" r I -/2 B Director, Human Resources Agency Step en W. iCalkstein, M.D. ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECON 1ENDE0 FOR AACIOXXILEDGED: R. E. Jornlin Director, Huin Resources Agency -0 YS� Yh George Degnan, M.D. • Medical Director or Health Officer 00286 CCC Standard Form 114600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NOMSER _..26.-Q g.g I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Lavrence L. Leona, D.D.S. (address) 2T2 Cutter St. , Pittsburg, CA 94565 Phone 432,9300 (b) [ Physician [X] Dentist [ Podiatrist [ ] Psychiatrist E ] Orthodontist [ ] (c) Method of Payment [X] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 20 Per week Rate: $ 14.10 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: D11 Yes [ ] No (e) Effective Date Februar_r 24, 1975 (f) Compensation for anesthesia services on-tali (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. _i 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not -arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. if availability for on-call duties is Indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by diving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of al60012 � r negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate Indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involvina the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CO RACTOR By� aaI . �. 5 Director, Hunan Resources Agency Lawrence L. Leong, D.D.S. ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By , Deputy RECO VENDED FOR APPRO ACIMILEDGED: R. E. Jornlin Director, Human Resources Agency Genrr_e Derman. V.D. Medical Director or Health Officer 00288 3 CCC Standard Form M4600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) 2s - ss � 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) ALFRED J. ROTHMAN, M.D. (address) 2816 Benvenue, Berkeley, CA Phone 81+9-O424 (b) [X] Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [X] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 40.00 Per week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) Rate: 3 Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. ( includes payment for on-call services If so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes No (e) Effective Date February 28, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered ur.der the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training In medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d). ) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will ftpresent the result of nnall �ll oil 002ozy r negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prem scribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) ' if hourly paid, at the rate Indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. il. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malDractice liability with total limits of not less than 55,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this anreement. 13. Assionment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY"? r i //!/�j CONTRACTOR Director, Human Resources Agency Altred 'J. Rothman, M.D. ATTEST:• J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOMMENDED FOR APPROXAI-?e / ACKNOWLEDGED: 6�6., I e; R. E. Jornlin Director, Human Resources Agency George Dernan. M.D. U Medical Director or Health Officer 00290 sK 43 CCC Standard Form (44600 Auaust 1974 F AGREEMENT FOR PROFESSIONAL SERVICES • (Contract Paid Physicians) ............... 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. ' (a) Contractor (name) Herbert Wei and M.D. (address) 1781 Spruce #2, Berkeley, CA 94709 } Phone 841-9990 (b) [X8 Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist (c) Method of Payment M EX] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Flours 20.00 Per week Rate: S 17.00 Per Hour P [ ] Weekly Paid Contract: Contractor paid for services rendered during a , week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes ] No (e) Effective Date January 20, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. ` Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. • t I 4. Services. Contractor shall render the services described above (includina all services normally and customarily connected therewith) and such additional services i as are required at times and locations specified by the Medical Director or Health ` Officer. The aforenamed shall provide Contractor with a schedule of professional service's reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is Indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, throuoh the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all 00291 negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. if the -services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. S. Mileaqe Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers In accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing proa sional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies. and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, Including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by. the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permiSsIon of the County Medical Director or Health Officer. COUNTY ` i CONTRACTOR r 8y Herbert Weingard, M.D. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECO1'! LADED FOR APPROYp(,: ACI(NOWLEOGEO: R. E. Jornlin Director, Human Resources Agency ro George DeEtnan. M.D. QU , Medical Director or Health Officer Ot�2g2 CCC Standard Form 144600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER ____2 s - 6,91 ......�.... I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. ' (a) Contractor (name) Steven F. Wolfe, M.D. (address) 411 Kinress Drive, Walnut Greek, CA 94598 Phone 938-0963 (b) [XXL Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 20.00 Per Week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered durino a month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes JX] No (e) Effective Date 12/16/74 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2. through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Beard, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will represent the result of all oMW I� negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than 35,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this aareement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRAC '1 By _ Director, Human Resources Agency Steven F. Wolf M.D. ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RE=t4ENDED.,FOR APPROVAL:.;/ ACKNOWLEDGED: J� •� �a••Cf :/1 � ,� L..-fit. .i `R. ornlln Director, Human eall ces11Agency U J3 George Degnan,44.D. , Medical Director or Health Officer • 009QA CCC Standard Form 144600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES • (Contract Paid Physicians) __ i;. �. .�>�..2 NUMBER 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Jonathan J. Wommack, D.D.S. (address) 441 Via Hidalgo 34, Greenbrae, CA 94904 Phone 461=4078 (b) [ ] Physician Eq Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [X� Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 15.00 Per week Rate: S 14.10 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes No (e) Effective Date March 17, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered un&:— tha terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the ;Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all 0010 _ _ r VtlNaJJ ,. ... ..... ... .. .. .. -r.« ..r-....rr.wY.....wr,. v�r.rLW..IrnrWi. negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) If hourly paid. at the rate indicated In Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted. monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing. professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against - a self-employed person. Contractor does not assign such obligation to the County. for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any Interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR B V ' ' . ��,L - �.1 .,"7►11.•► I'�r.- `.� ..� •nen ! t�S y DirectorJonathaa, Human Resources Agency ll Wb=ack, D.D.S. ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy REC(*t-IENDE0 FOR APPROV !,•. ACIWOItILEDGED: R. E. Jornlin Director, Human Resources Agency itmfl U George Depaan, M.D. , Medical Director or Health Officer OUo9S CCC Standard Form 144600 August 1074 4t AGREEMENT FOR PROFESSIONAL SERVICES 4' (Contract Paid Physicians) ` NUMpF4 .. .9. ............. i. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Edvard F. Connolly, M.D. (address) T40 The Alameda, Berkeley, CA 94TOT Phone 526-9188 (b) [XI Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Fours Per Rate: S Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week [id Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule, ( includes payment for, on-call services if so indicated, in 2. (d).)--$59,9el. 9— $3,2T6.T5 (d) On-Call Availability: [q_'�Yes [ ] No (e) Effective Date April. 1 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered undar the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties -without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. if availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all02^-4 l negotiations between the Contractor, County and any organization representing the Contractor. * 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to .services scheduled will be made. Upon processing of each Invoice and approval by the County Medical Director or Health Officer, the County shall -pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. .I1. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this anreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY f CONTRACTOR Bync Director, Human Resources Agency Edward F. Connolly, M.D. ATTEST:' J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECO%--ENDED FOR APPROVAL: ACIMILEDGED: It'. E. Jornlin Director, Human Resources Agency 442-01V George Degnan, M.D. ' Medical Director or Health Officer 00298 CCC Standard Form 144600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER .16.'.5..9 4»..........., 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) FREDRICK KLEINSINGER, M.D. (address) 2918 Derby Street, Berkeley, CA 94T05 Phone 845-3185 (b) EX9 Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment C4 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 30.00 Per week Rate: S 1T.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so Indicated in 2. (d).) Rate: S Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (Includes payment for on-call services If so Indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [7] No �— (e) Effective Date April T. 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all {(��{{]]� O��JJ negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment... -Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) If hourly paid. at the rate indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by ail rules, regulations and procedures forte operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, Including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY /-1 ' '1 CONTRACTOR cAwd Director, Human Resources Agency Fredrick Kleinsinger ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy REC0f4EN.PED �FOR APPROVAL:// ACIQJOtiILEDGEQ: R. E. Jornlin D rector, Huma Resour s Agency U George Degnan, M.D. Medical D-irector or Health Officer 00300 now . to the Board of Supervisors of Contra Costa County, State of California April 22 19 75 In the Matter of Extension of Contract for Purchase of Services with SIMCO Electronics. (Contract No. 26-017) On recommendation of the Director, Human Resources Agency, and on motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that . Supervisor W. N. Boggess, Chairman, is AUTHORIZED to execute extension of a contract for purchase of services with SIMCO electronics for the three month period from April 1, 1975 to June 30, 1975 for bio-medical equipment maintenance at a maximum cost of $12,000. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dab aforesaid cc: Human Resources Agency � Witness my hand and the Seal of the Board of Attn: Contracts Adm. perv'som SIMCO electronics affixed this 22nd day of April . 19 75 County Medical Director J. R. Of_SSON, Clerk County Auditor-Controlle H sa 12J74 CUnty Administrator rBy Deputy Clerk N. Iri sham Qa301 CCC Standard Form May 1974 EXTBSION OF CONTRACT FOR PURCHASE OF SERVICES (Contra Costa County Human Resources Agency) 6 - 017 1. Contract Identification: dumber =•� Department: Contra Costa County Medical Services Subject: Bio-medical Equipment Preventive Maintenance Effective Oate: January 1, 1974 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: SIMCO electronics Capacity: California Corpora ion Address: 382 Martin Avenue, Santa Clara, California 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from April 1, 1975 to June 30, 1975 unless sooner terminated as provided in said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable byte County is increased by the following amount S 12,000 in 3 monthly installments of $4,000 each month for work performed under this Extension. 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTYA Ot 4"COSTA, CA ORt;IA CONTRACTOR Chai roan, board o Supe Attest: County Clerk J. R. OLSSON Vice President Designate official capacit�y' in.business- and affix corporatiori•.se,1�,):::, 4.BY — Deputy r, INGp4wm State of California :..�' ss. County of Contra Cosia..;) { Recommended by Human Resources Agency ACKNOWLEDGEME�T-ICCCi1190.2.1.' Am The person signing �b�syi-to.T.CarttractoryB &W� known to me in those"[, vidual.,and Designee business capacities, personally appeared g before me today and acknowledged that he/they signed it and that the corpora- tion or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: �[ - f 7 5- BY (leputy . Rotary Public 101 OFFICIAL SEAL z EkEEtd L. AL WNDER C'WFUqNIA DBUTY I Cz Ex},es V 1976 0030: In the 300:d of Supervisors of Contra Costa County, State of California April 22 , 19 75 , In the Matter of Contract with Criminal J.:stice Research Foundation for Evaluation of Drug Abuse Prevention and Treatment Program On recommendation of the County Probation Officer, and on motion of Supervisor J. E. Moriarty , seconded by Supervisor A. M. Dias IT IS BY THE BOARD ORDERED that Supervisor W. N. Boggess, Chairman, is AUTHORIZED' to execute on behalf of the County a contract with the Criminal Justice Research Foundation to provide evaluation of the Drug Abuse Prevention and Treatment. Program during the period from April 23, 1975 to June 30, 1975 at a cost not to exceed $4,972. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: County Probation Officer Wttness my hand and the Seal of the Board of Attn: Wallace Donavan Supervisors Contractor c/o Probation Officer affixed this 22nd day of April 19, 75 County Auditor-Controller J. R OLSSON, Clerk County Administrator By ' Deputy Clerk H 24 12.14 . Isaa Mmudne M. Neufe d VOW , T r z. CONTRACT FOR PROFESS IONAL_ SERV ICES r i i . CONTRACT ivENTiF i%ATiZU: Department: CONTRA COSTA COUNTY PROBATION DEPARTIrENT Subject: EVALUATION OF DRUG ABUSE PREVENTION AND TREATMENT PROGRAM 2. PARTIES: The County of Contra Costa, a Political Subdivision of the State of California, hereinafter referred to as COUNTY, and the following named CONTRAC- TOR, mutually agree and promise as follows: Name of Contractor: CRIMINAL JUSTICE RESEARCH FOUNDATION Address: 701 HOWE AVENUE, SACRAMENTO, CA 95813 (If a Corporation, established under the Legal Authority of the State of rali- fornia - See Iter under "Special Conditions", Page 2, 2A of this contract) 3. PURPOSE: The County requires, and the Contractor is especially trained, exper- ienced and competent to perform and furnish professional services, advice, edu- cation or training in Probation Department activities. Specifically, these activities are covered under "Service Plan", Page 3 of this contract. 4. PAYMENT: This contract is for first-year project costs and includes all contractor related costs; the total amount of this contract shall not exceed the sum of S 4972.00 . Contractor shall submit to the Probation Department not less than monthly, a properly executed and completed County Demand (Form D-15) indicating in detail the date and hours during which services under this contract were performed. 5, TERM: The effective date of this contract is April 23, 1975, and it term- inates on June 30, 1975 unless sooner terminated as provided herein. 6. STATUS: The Contractor is an independent Contractor and is not to be considered an employee of the County. COUNTY CONTRACTO N. Bogges CHAIRMAN, BOARD OF SUPE CRS ATTEST: James R. Olsson, County Clerk-Recorder ano ex off i c i o or ! _ the Board of S rvi�ors ��� Designate official capacity in busi- ness and/or affix corporation sea]) By . DEPUTV The person signing above for Contractor personally appeared'6efore me today and acknowledged that he/they signed it and RECOMMENDED FOR APPROVAL: that the official capacity is as shown By Dated U Y PROBATION OFFICER i N7Y PUBLIC EPUTY COUNTY CLERK By COUNTY ADMI4417STKATOR APPROVED AS TO FORM: By LZI DEPUTY COUNTY CO NSEL 00304 "SPECIAL CONDITIONS" Page 2 1. Entire Contract: + 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 shalt be deemed to exist or to bind any of the parties hereto. 2. Law Governing Contract: This Contract is made in Contra Costa County and shall be governed and construed in accord- ance with the laws of the State of California. 3. Modifications and Amendments: This Contract may be modified or amended by a written document executed by the Contractor and the County. 4. 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 County. 5. 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, partner- ship, joint venture or association. _ 6. Conflicts of Interest: Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted by laws of any Corporation and also a complete and accurate list of the governing Board of Directors (or Trustees) and to timely update said bylaws or the list of Board of Directors as changes in such governance occur, if Contractor is a corporation. Con- tractor promises and attests that the Contractor and any Board of directors of the Con- tractor shall avoid any actual or potential conflict of interest. 7. Failure to Perform: If the Contractor, without fault of the County or Its agent, at any time fails, refuses or neglects to perform any of its duties under this Contract for a period of 10 days after written notice thereof by the County, it shall constitute a breach of the entire Contract and the County may terminate this Contract as provided in the Termination pro- vision, complete the Contractor's required performance in any reasonable manner it chooses, and hold the Contractor liable for any damages or loss occasioned thereby. . 8. Termination: Upon 3 days prior written notice to the Contractor, the County may terminate this Contract whether or not the Contractor is in default. Upon termination without default of the Contractor, the County shall pay, without duplication, for all services performed and expenses incurred to date of termination. In consideration of this payment, the Con- tractor waives all right to any further payment or damages, and shall turn over to the County everything pertaining to its services hereunder, possessed by the Contractor or under its control at the time of termination. 9. Inspection and Audit: The County or its agent shall have access, for purpose of audit and inspection, to any ��. books, documents, papers and records of the Contractor which may relate to this Contract. i Initials Contractor Oebartment 00305 n .3 • — • j - 1 yF .y Y.T. "SPECIAL CONDITIONS" - (Continued) Page 2A 10. 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 Iimitation all consequential damages, from any cause whatsoever arising from or connected with its operations or its services hereunder, whether or not resulting from the negligence of` the Contractor, r" its agents or employees. 11. Notices: All notices provided for by this Contract shall be in writing and may be del.!vered.by deposit in the United States mail, postage prepaid. Notices to the=County shall be-,; addressed to the Probation Department, County Administration BuiTdi'ng, Martine, CA 94553. Notices to the Contractor shall be addressed to .the Contractor's' address';.des � ignated herein. The effective date of notice shall be the date of deposit fn the mails or of other delivery. 12. Contract Provisions: :z. Exhibit A is hereby incorporated by reference and made a part of this agreement. i Initials ` Con ractor D partment 0030 : ` "SERVICE PLAN" Page 3 D_-try tr.- contract period, com-_ncic:g April 23, 1975 , and ending June 30 1975 , the Contractor will provide the follaO ng services. The Gri^i-_l Justice Research Fo.:naation will evaluate the Drug Abuse Prevention ane Tree-, =_ . Pro;ran by measuring the overall performance of the experimental an' co-:trc! -roues and any significant sub groups as defined by the A.D.A.P.T. Pro-ra.- st-f .f. In a6ei:icn to establishing a co-pa'ison of recidivism rates, the evaluation will to establish be des,-nA=% la what combination O f approaches produces the Host fav- or able pr,bation adjustment for a certain type of probationer. Data rill be organized in an analytical framL-4ork to establish relationships of variables to be exa:-iined. Steps ta.r.ard this end will include designing the evaluation strategy, establishing procedure for analysis of objective and sub- . jectiva data, and initiating close and ongoing interaction with the A.D.A.P.T. Progran staff and the Probation Department. , Specific tasks to be accomplished 4tw-ng the proposed contract period are set forth in "A Proposed Methodology for Evaluating the Adult Drug Abuse Prevention and Treatnent Project" dated February 24, 1975. These include: 1. Finalizing evaluation plaza. 2. Initiating data accumulation. 3. Preparing first-year evaluation 4. Revivaing analysis with staff and department. 5. S_a?itting plan for second-year evaluatic-a. This p:o;:.sal , prepared by the Criminal Justice Research Foundation, is attached* "PAYMENT PROD I S I ONS" 1 . In consideration for the performance of services by Consultant under the terms of this kgre_nent, County shall pay Consultant the actual allowable direct costs and the allo::_ble indirect costs incurred in performing said services not to exceed a total of $4,972.00. 2. Consultant shall submit to County a nonthiy County Demand (D-15) for the actual direct costs and allowable indirect costs incurred in performing services under this agreement during the period for which the invoice is rendered. ' 3. !Upon receipt of an invoice from Consultant, the Probation Department shall review the invoice and the services by Consultant for which the .invoice has been rendered. 4. Payment of invoices rendered by Consultant and approved for payment under the terms of this Agreement shall be made in the sine of 90 percent of the total respective ar..ounts set forth in any such invoices. The remaining 10 percent of all such. invoices shall be withheld by County until the satisfactory completion by Consultant of all services to be performed :z 'st under the terms of this �greement and the final approval by the Probation Department of the final invoice of Consultant, at ti:hich tinea the entire sums due Ccnsultant under the terms of this Agreement, includ- ing any anounts withheld during the course of performance under this Agreement, shall be paid to Consultant. initials: T GTOR D AR I EHT CON ��V� i EXHIBIT A OFFICE OF CRIMINAL JUSTICE PLANNING STANDARD THIRD PARTY CONTRACT PROVISIONS 1 . Comoliance with Grant Award. Contra Costa County, hereafter referred to as Subarantee, and the Office of Criminal Justice Planning, hereafter referred to as OCJP, entered into a arant award, No. A 1954-1-74, dated 6-10-74, hereafter referred to as "grant award". Said grant award is incorporated in the within Agreement. It is expressly understood and agreed that Subgrantee will retain ultimate control and responsibility for the grant award project and the Contractor agrees to be bound by the terms and conditions of said grant award applicable to Subgrantee in the conduct of the project. 2. Compliance with Fiscal Requirements. The Contractor agrees to perform under this Agreement in accordance with all terms and conditions contained in the OCJP Fiscal Affairs Manual and the financial guidelines prescribed by the Law Enforcement Assistance Administration (hereafter referred to as LEAA) and the OCJP. 3, Assignment or Subcontracting. No performance of this Agreement or any portion thereof rray be assianed or subcontracted by the Contractor with- out the express written consent of Subgrantee and any attempt by the Contractor to assign or subcontract any performance of the terms of this Aoreement without the express written consent of Subgrantee shall be null and void and shall constitute a breach of this Agreement. Whenever the Contractor is authorized to subcontract or assign, he will include all the terms of this Agreement in each such subcontract or assignment. 4. Assurance of Conoliance with Civil Riahts Laws. The Contractor hereby assures that it will comply with Tit19 VI of the Civil Rights Act of 1964 and all requirements imposed by or pursuant to regulations of the Deoart7ent of Justice and the LEAA issued pursuant to that title, to the end that no person shall , on the grounds of race, creed, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under this Agreement or under any project, program, or activity supported by this Agreement. The Contractor will comply with Justice Department Equal Employment Regulations in federally-assisted programs (28 CFR Part 42, Subpart D) to the end that employment discrimination in such programs on the grounds of race, color, creed, sex, or national origin shall be eliminated. The Contractor recognizes the right of the United States to seek judicial enforcement of the foregoing convenants against discrimination. If this Agreement provides for payment to the Contractor in excess of $10,000, the Contractor shall comply with Executive Order No. 11246, entitled "Equal Employment Opportunity", as supplemented. The Contractor shall be required to have an affirmative action plan which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of equal employment. 00M or • rerarc? and Inspection c= Lontrzctua eeGornptroller General tof the es S, .tarn_ :� --:? LcAA, that tre SubSranzee, the �.L•, _ . a authorized representatives shall have tlni Led s7-ate s, or any of toei r -ply ht `o =_x=-,ra, audit, excerpt and transcribe any ar-cess to and the rig' , ems and records of the Contractor, direr'i per boos, dc= =r'.Ls, Pap ars after termination of vim• transactions rz'}=jcs�O tnzs grPement. Such material must e i nvol 9 Per' 3'a and rei ntai ned for os o I threey 1• l"' ��rrcractor recognizes the right rof thegUnitedlStates to seek judicial enforcement of the foregoing convenants against di If this Agreement discrimination. 510,000, the Contractordshallrcoa Int to the Contractor in excess of entitled 'Equal Employment O mp .y with Executive Order No. 11246, shall be required to have anaffirmativeaction plan which declares it does not discriminate on the basisy � as supplemented. The Contractor national ori in of race, color, religion, creed, origin, sex, and age and which specifies goats and target dates to assure the implementation of equal employment. 1J!! Tow t 5. Naintenarce and Inspection c= Lontrzctual Records. The Contractor agrees that the Subgrantee, the Cr-t:? :,e LEAA, the Comptroller General of the United States, or any of ;.heir duly authorized representatives shall have access to and the right to exC-ine, audit, excerpt and transcribe any directly pertinent books, dc_;. P_-:ts, papers and records of the Contractor, involving transactions relatir.? ;.o this Agreement. Such material must be kept and maintained for z peri3d& of three years after termination of the grant award or until an audit. is completed by OCJP and LEAA and all questions arising therefrom are resolved, whichever is sooner. The Contractor agrees to keep and .maintain all records required by the Fiscal Affairs Manual, the financial Guidelines prescribed by LEAA, and any other records that may be reZilred by other laws or regulations. of Federal, state or local governmenta 1 ::nits. 6. Cop rights and Rights in Data. :Dere activities supported by this Agree- ment produce original computer programs, writing, sound recordings, pic- torial reproductions, drawings or other graphical representation and works of any similar nature (tne term computer programs includes execu- table ccrrputer programs and surrorting data in any form), the OCJP, the LEAA, and Subgrantee reserve the right to use, duplicate and disclose, in wrole or in part, in any manner for any purpose whatsoever, and to authorize others to do so. If the material is subject to copyright, the Subgrantee reserves the right to copyright such and the Contractor agrees not to copyright such material . If the material is copyrighted, the GCO? and the LEAA reserve a royalty-free, non-exclusive, and irre- vocable license to reproduce, :ublish, and use such materials, in the whole or in part, and to authorize ctners to do so. 7. Publications. Both the CC:i% a-d _he Subgrantee reserve the right to require the Contractor ro:. :a ;:;b ish, and the Contractor thereupon shall refrain iron publishing original books, manuals, films or other copyrightable materia] prodc.ted by activities supported by this .agreement, whether copyrighted or not, :hat may be designated by the OCJP or the Suograntee. Such right shall be exercised by addressing written notice to that effect to tie Contrac_or. Before publishing any materials produced by activities supported by ::.is Agreement, the Contractor shall notify Subgrantee and OC.iP sixty days in advance of any such-publication. If the Subgrantee and OCJP fail to exercise the right to prohibit publication as set forth above within sixty days of the receipt of the notice of intent to publish, the Contractor ;ay publish said material. The Contractor shall furnish twenty copies of the .:aterials so published to Subgrant6e and OCJP. Any such publication by the Contractor shall include on the title page the following standard disclaimer: "The preparation of these materials was financially aided through a Federal grant from the Law Enforcement Assistance Administration and the Office of rrimiral Justice Planning under the Omnibus Crime Control and Safe Streets _".ft of 1963, as amended. The opinions, findings and conclusions in this publication are those of the author and are not necessarily nose of the Law Enforcement Assistance Administration or the Office of Criminal Justice Planning." -2- 00-cl K r=serves a royalty-free, non-exclusive and irrevocable license to reproduce, publish and use these materials, and. to authorize others to do so." 8. Patents. If any discoverl or invention arises or is developed in the course of or as a result of vor:. performed under this agreement, the Contractor snail refer the discovery or invention to Subgrantee and GCJP. The Contractor hereby agrees that determinations of rights to inventions or discoveries made under this Agreement shall be made by LEAA, or its duly authorized representative, who shall have the -sole and exclusive powers to determine whether or not and where a patent application should be filed and to determine the disposition of all rights in such inventions or discoveries, including title to and license rignts under any patent application or patent which may issue thereon. The determination of LEAA, or its duly authorized representa- tive, shall be accepted as final . The Contractor agrees and othertilise recognizes that LEAA, OCJP, and Subgrantee shall acquire at least an irrevocable, non-exclusive, and royalty-free license to practice and have practiced throughout the world for governmental purposes any invention made in the course of or under this Agreement. 5. Contractor Mork Hours and Safety Standards. If this Agreement provides for payment in excess o 2,500 2,000 or construction contracts) and involves the enployment of mechanics or laborers, the Contractor agrees: a) That each mechanic or laborer will have wages computed on the .iasis of a standard work day of eight hours and a standard work week of forty hours. in excess of the standard work week or day is per- cissioie provided tnat the worker is compensated at the rate of not less ti:ar. one and one-half times the basic rate of pay for all hours worked in excess of eight nours in any calendar day or forty hours in the work reek; b) That no laborer or mechanic shall be required to work in sur- roundings or under working conditions which are unsanitary, hazardous or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation (29 CrR 1518). T;iese requirements do not apply to the pur- chases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 10. Clean Air Act. If this Agreenent provides for payment in excess of $100,000, the Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970. Violations shall be reported to GCJP and the regional office of the Environmental Protection Agency. 11. Public Availability of Information. The Contractor shall comply with the requiremnents of Sections 6250 through 6260 of the Government Code of the State 01 California and the LEAA Guide for Comprehensive Law Enforcement Planning and Action Grants relating to the availability to the public of identifiable records or other documents that are pertinent to the receipt or expenditure of LEAA funds. 12. Securi t_r and Privacy. (a) The Contractor agrees that, except as provided by federal law other than the Crime Control Act of 1973 (42 U.S.C. Sections 3701 et seq.), none of its officers or employees shall use or reveal 00te any research or statistical information furnished by any person and identifiable to any specific private person for any purpose other than the purpose for which it was obtained. Copies of such information shall be immine from legal process, and shall not, without the consent of the person furnishing such infor- mation, be admitted as evidence or used for any purpose in any action, suit, or other judicial or administrative proceedings. (b) Criminal history information: (1) The term "criminal history information" includes records and related data, compiled by law enforcement agencies for purposes of identifying criminal offenders and alleged offenders and maintaining as to such ,persons summaries of arrest, the nature and disposition of criminal charges, sentencing, confiner-ent, rehabilitation and release. (2) If the Contractor utilizes "criminal history information", the Contractor shall comply with the following: All criminal history information collected, stored, or disseminated shall contain, to the maximum extent feasible, disposition as well as arrest data where arrest data is included therein. The collection, storage, and dissemina- tion of such information shall take place under procedures reasonably designed to insure that all such information is kept current therein; the Contractor shall assure that the security and privacy of all information is adequately provided for and sucn inforrzation shall only be used for lamp enforcement and criminal justice and other lawful purposes. In addition, an individual who believes that criminal history . information concerning him contained in an automated system is inaccurate, incomplete, or maintained in violation of the Crime Control Act of 1973, shall , upon satisfactory veri- fication of his identity, be entitled to review such infor- mation to obtain a cop, of it for the purpose of challenge or correction. (c) Any person violating the Security and Privacy provisions of„ this ,.: Contract or of the Crim Control Act of 1973 [42 U.S.C. Section 3771(c)] or any rule, regulations, or order issued thereunder, shall be fined not to exceed $10,000 in addition to any other penalty imposed by law. (d) The contractor assures that the foregoing provisions of the Security and Privacy clause shall be incorporated into all of its suacontracts. _�_ 0011 r In the Board of Supervisors of Contra Costa County, State of California April 22 1975 In the Matter of Amending a Non-Financial Agreement with the State Board of Education. On recommendation of the Director, Human Resources' Agency, and on motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Supervisor W. N. Boggess, Chairman, is AUTHORIZED to execute an Amendment to a Non-Financial Agreement No. 504, with the State Department of Education, providing for $105,923 in State Comprehensive Employment and Training Act, Title I funds to be spent in this County for vocational training. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• Human Resources Agency Witness my hand and the Seat of the Board of • Attn: Ms. Judy Miller Supervisors State Board of Educatioriffmed this 22nd day of April 1975 County Auditor-Controller J. R. OLSSON, Clerk County Administrator By Deputy Clerk H 24 12n4 - I5-M N. In sham OQt-112 iI er e 2 originals • " Comprehensive Employment and Training Act of 1973 4 copies t (P.L. 93-203)- (Section 112) t .11 t l t t t� 1 J t ! ��R2K�t� f��•A E785$ 1 {�o, T�9t � {R , g's',9 ,9► {�j cn 8s 4odif%cation Approved o- 1 Date- 1. Prime Sponsor 2. State Board of Education: Contra Costa County Board of Supervisors California State Department of Education 551 Pine Street 721 Capitol Mall Ywr-inez. Sacramento CA 95814 3. Agreement: Pursuant to Section 112(c) of the Comprehensive�Employment and Training Act of 1973, (P.L. 93- 203), this Agreement is entered into by the State Board of Education and (3) Name of Prime Sponsor) Board of Supervisors„ Cpunty of Contra Costa This Agreement consists- of this sheet, the-Project,Opera ting•-Plan -and; the�­Program Warrative - -r As per this Agreement the State Board of Education of California ia committed to provide for the Prime Sponsor the needed Vocational Education Services and Training outlined in the Program Narrative. The training and services will be provided upon receipt of funds from the Governor. The estimated costs of training and services by cost category are:.—. - $_105,923 { COST CATEGORY CODE ESTIMATED COSTS / • Administration 300 ....� - �/r.p .• ..-0— Training 307' _ �• �I,Z ��3 Other 308 Services __-__I- 309 ��'� /► 1 fg573 �. Approved for the Prime Sponsor _ b. Ap2roved for the State Board of Education 3>•- W. N. Boggess By: tame and T`�t (- man, Board of Supervisors game and Title- APR 2 2 197 i nature, tgpat g , 1 .moi ll�ij7S -See Instructions on Reverse Side , UU�,13 Comprehensive Employment and Training Act of 1973 Comp Section 112) - (p-L• 93-203) ( t { { t { ` _ { 1 t { sponsor: Contra Costa County Board of � t Approved 1 Prime Sp Supervisors lodi.fication 551 Pine Street o Date- ss, !Martinez, CA. 94553 415 798-7660 * �'an Huffel, Manpower Project Director I 3• Name of Contact Person: Aanc} b- A roved for the State Board of 3�.. 1N N. i ess Education. By. .ame and Tit C man, Board of Supervisors name 3ignar a-1,-/ end Title: APR 2 2 }gT s i8natur - 'See Instructions on Reverse Side .:r Comprehensive Employment and Training Act of 1973 (P.L. 93-203) (Section 112) 1. Pfime Sponsor: Contra Costa County Board of j j ) j i ! f 1 ! Supervisors I 1 ) • Address: 651 Pine Street odification Approved o. Date: Martinez, CA. 94553 3. game of Contact Person: Nancy Van Huffel, Manpower Project Director (415) 798-7660 ,\ Title Phone Number ------------------- 4. Period Covered by Agreement: From: February 12_, 1975 ' i To: June 30, 1975 __;�i 5. �d PROGRAM YEAR-TO-DATE PLAN (CUMULATIVE; VOCATIONAL EDUCATION SERVICES* 9f30 12(31 3(31 b/30 fa) (b) lc) hI A. Total lnowowts to be satw0 (Suver of A.) and A.2) 28 78 1. maiwouals entering tMs otogram year from teoular CETA LO 2 -7o O a 2 maivsouanemoting inn program Yost from outalOaregular CETA —0— -0- 3. trt®+rOuaa arte0 u+s from t=VAwa yes, r —0— r•r�--� .- w� B. Total Indwouats tarminateo (Sum of 8.1 through 8.4) -- - _0- 20 ). Putemanls r 2. other posttive terminations —0- 1•� 3. Transfer to regular CETA _0 ♦. Non-positive latmtnatlons —0— i1 C.NurnOor lnolvlauals tyanntlo to be ontouw.aro r of o6wn (A a*"B) 288 e 58 _ D. Total wolecteo e.penolluref (Eo,.ata).E.2 beloru) 25,000 105,923 E. Summary FrnarKlal Pun IS an Thouaotrds) t. Total voc.Eo.tunas walkable Outing this program year(Salm of E.J.o arra E.1.a) 105,923 .. a. Funos catrleo In from pravlous program ear -• _ - b. New tunOlnq 132 2. Total prolecle0 eepen011uras tot this program year (Sum of E.2.o through E.2d a. AOminlslralton b. Training S105,923 ' ep:.J. sra.� �tn�.:.w�it• r-. .. '� �. tither K, *See Instructions on Reverse Side - W114 Under The Comprehensive Employment and Training Act of 1973 (P.L. 93-203) (Section 112) codificarion Approved Prime Sponsor: Contra Costa Countv Board of Supervisorumber: Date: Contact Person: Nancv Van Nuffel, 2401D Stanwell Drive, Suite 440, Concord (415) 798-7660- Address Phone Number 1. Plan for Use of Vocational Education Funds Under the Twelve Functions of Vocational Education o Check under Column "a" those functions that may be all or partially the responsibility oL the California State Department of Education included in this Non-Financial Agreement. o Check the entity who may be responsible for those related functions not specifically- a responsibility of the California State Department of Education under the Columns headed "b" through "d". If a function is not applicable, enter NIA. RESPONSIBILITY OF RELATED SERVICES OR FUNCTIONS TO BE PROVIDED B State Employment Department Of Prime Development Other TWELVE FUNCTIONS OF Education S onsor Department Agencies VOCATIONAL EDUCATION a b c d Povulation Needs Analysis Job Market Analysis Job Performance Requirements x Proeram Planning 1 Vocational Education Promotion I 1t• Student Recruitment - Curriculum Resources J Ancillary Services t Guidance and Counseling Placement f Vocational Instruction Pro.-ram Review x x Evaluation x x (over) 0015 TABLE II - Fm i LY INCOME COt iE AND PERCENT BELOW POVERTY LEVEL FAidl L I ES Ort PEP.CENT ON TOTAL i'ED 1 X4PUBLIC PU3L I C PERCENT BELOYJ AREAS FAra I L I E !IsCOME ASS I STANCE ASS I STANCE POVERTY LEVEL Rodeo * 1 ,364 9, 178 231 16.9 11 .7 Pinole 3,506 12,947 158 4.5 2.3 San Pablo 5,647 9,057 694 12.3 8.1 North Richmond 1 ,008 5,716 360 35.7 11 -2 Estimated from census tract data United States Bureau of the Census Census of Population - Housing: # 1970 Census Tracts Fina! Report PHC M-189 SF-OAK SMSA The current cooling of the economy in Contra Costa County has severely reduced or eliminated the job opportunities for a large number of occupations. j Three occupations in which employment prospects are still high are: (1) key data punching; (2) OJT training leading to positions as draftsmen; and (3) automotive. mechanics. Contacts with Employment Development Department job developers in this county have furnished assurances that these occupations offer more openings than there are qualified persons to fill them. ' 1. Program Goal The goal of this program is to equip 28 CETA enrollees with the basic shills to obtain entry level positions in the occupations for which they will be trained_ 2. Measurable Objectives The objective of this proposal is to place 28 CETA T enrollees in training slots at the East Bay Skill Center (10 in key data punching; 10 in drafting/OJT; and 8 in automotive training in tune-up, service station operation and smog control installation) under an `open entrance, open exit" arrangement and achieve an 80% placement rate for " those receiving and completing training_ 3. Planned Activities to Accomplish the Objective (1) Enrollee participation in training 6 hours per day (8:30 A-M. - 3:30 P.M_) during weekdays to receive the variety and quality of 1 training to enable them to meet basic entry level qualifications (tests, if necessary) for the occupations for which they are trained_ (2) Provision of the full range of CETA supportive services; i_e_, transportation, child care, Iegal services, etc: for enrollees requiring these services will be available through the CETA Units_ (3) CETA Units will screen persons determined to be CETA eligible and will administer necessary aptitude tests essential to determine the suitability of candidates for each of the three types of train- ing identified above. - t. f 0016 s RNMMMMM I'll MMMO �.y 4. Evaluation Process The Contra Costa County CETA Manpower-staff will' monitor this program on a monthly. basis_and will require monthly written progress` reports from the sub-contractor conducting the program. 5. Results Expected As noted above, it is anticipated that approximately. 80X (22 enrollees) will obtain placement in entry level positions." Of the ,6 .: enrollees who do not obtain employment, it is hoped that 3-of these persons, through additional training, will achieve entry level competence.. Hopefully, the quality of screening for the 28 slots will result in no more. than 3 non-positive terminations_ 6. Estimated Budget The total amount of this program, $53,112, will be ' earmarked for the training which will be provided by the East Bay Skill , Center. 31 Manpower Project JB/aw 4/9175 00o, I yam.:, In the Board of Supervisors of Contra Costa County, state of California Manpower Project JB/aw 4/9/75 00t3,17 - In the Board of Supervisors of Contra Costa County, State of California Apri 1 22 ', 19 75 In the Matter of Progress Report on Study of Prepaid Health Plan. The Board having heretofore requested Mr. A. G. Will , County Administrator, and Mr. R. E. Jornlin, Director, Human Resources Agency, to study and evaluate the County Prepaid Health- Plan and report to the Board thereon; and Mr. Will having submitted to the Board an April 14, 1975 memorandum transmitting a March, 1975 report on the Contra Costa County Prepaid Health Plan (a copy of which is on file with the Clerk of the Board) which provides pertinent information on the background of said program, operation costs, scope of services , and future considerations; and Mr. Will having recommended that an additional review be conducted to determine the financial trend of the program and. that, in the meantime, said program be continued with close monitoring by the Office of the County Administrator, the County Auditor-Controller, and the Human Resources Agency; On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is ACKNOWLEDGED and the recommendation of Mr. Will is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct 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, Human Resources Supervisors Agency affixed this 22nd d of April . t9 75 County Auditor-Controller aY _ County CounselJ. R. OLSSON, Clerk County Administrator ByZA-C, Deputy Clerk H za 12/74 . 15-M R6 bie GuVierrez V03-LS In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 75 In the Mutter of Agreement with Dr. Ronald D. Leppke for Professionalf . Services. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Super— visor W. N. Boggess, Chairman, is AUTHORIZED to execute an agreement with Dr. Ronald D. Leppke to conduct a Human Effec- tiveness Training Seminar on May 1, 1975 for the Probation Department at a total cost not to exceed 3225• The foregoing order was passed by the following voter AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSMT: none. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Probation Officer Witness my hand and the Seal of the Board of Attn: Mr. W. Donavan Supervisors Contractor - c/o Probation 22nd Aril 75 County Auditor-Controller armed this day of p 19 County Administrator ] �, J. R. OLSSON, Clerk By Deputy Clerk H 24 12f74 • 15•M Maxine M. Neuf ld 00-119 r. CONTRACT FOR PROFESSIONAL- SERVICES , C1-1RACT IDEP:TiFlCATION: Department: CONTRA COSTA COUNTY PROBATION DEPARTMENT Subject: EVALUATION OF DRUG ABUSE PREVENTION AND TREATMENT PROGRAM 2. PARTIES: The County of Contra Costa, a Political Subdivision of the State of California, hereinafter referred to as COUNTY, and the following named CONTRAC- TOR, nutually agree and promise as follows: Name of Contractor- CRIMINAL JUSTICE RESEARCH FOUNDATION Address: 701 HOWE AVENUE, SACRAMENTO, CA 95813 (If a Corporation, established under the Legal Authority of the State of Cali- fornia - See Item under "Special Conditions", Page 2, 2A of this contract). 3. PURPOSE: The County requires, and the Contractor is especially trained, exper- ienced and competent to perform and furnish professional services, advice, edu- cation or training in Probation Department activities. Specifically, these activities are covered under "Service Plan", Page 3 of this contract. 4. PAYMENT: This contract is for first-year project costs and includes all contractor related costs; the total amount of this contract shall not exceed the sum of $ 4972.00 Contractor shall submit to the Probation Department not less than monthly, a properly executed and completed County Demand (Form D-15) indicating in detail the date and hours during which services under this contract were performed. 5. TERM: The effective date of this contract is April 23, 1975, and it term- inates on June 30, 1975 ,. unless sooner terminated as provided herein, 6. STATUS: The Contractor is an independent Contractor and is not to be considered an employee of the County. CW CONTRACTOR N CHAIRMAN, BOARD OF SUPERVISORS ATTEST: .i:.'ames R. Olsson, County Cil erk-RecorCer and ex officio of thi and ,of Sv ervisors DesFgnate official capacity in busi- . ',>' ness and/or affix corporation sea]) .B . ; � y DEPUTY- The person signing above for Contractor ' personally appeared Before me today and acknowledged that he/they signed it and RE-Ph+ 11SE0 FOR APPROVAL: that the official capacity is as shown By 4` .J Bated ,,�TY PROBATION OFFICER BY � in NOTA PUBLIC DEPUTY COUNTY CLERK 6UZ / COUNTY ADMINISTRATOR APPROVED AS TO FORM: By DEPUTY COUNTY COUNSEL 0OU920 "SPECIAL CONDITIONS" Page 2 I. Entire Contract: _ This Contract contains all the terns 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. 2. Law Governing Contract: This Contract is made in Contra Costa County and shall be governed and construed in actor ante with the laws of the State of California. 3. Modifications and Amendments: This Contract may be modified or a:-weended by a written document executed by the Contractor and the County. 4. 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 County. 5. 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, empioy,.ee, partner- ship, Joint venture or association. ! _ b. Conflicts of interest: Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted by laws of any Corporation and also a complete and accurate list of the governing Board of Directors (or Trustees) and to timely update said bylaws or the list of Board of Directors as changes in such governance occur, if Contractor is a corporation. Con- tractor promises and attests that the Contractor and any Board of Directors of the Con- tractor shall avoid any actual or potential conflict of interest. 7. Failure to Perform: If the Contractor, without fault of the County or its agent, at any time fails, refuses or neglects to perform any of its duties under this Contract for a period of 10 days after written notice thereof by the County, it shall constitute a breach of the entire Contract and the County may terminate this Contract as provided in the Termination prd:- vision, complete the Contractor's required performance In any reasonable manner it chooses, and hold the Contractor liable for any damages or loss occasioned thereby. 8. Termination: Upon 3 days prior written notice to the Contractor, the County may terminate this Contrac whether or not the Contractor is in default. Upon termination without default of the Contractor, the County shall pay, without duplication, for all services performed and expenses incurred to date of termination. in consideration of this payment, the Con- tractor waives all right to any further payment or damages, and shall turn over to the County everything pertaining to its services hereunder, possessed by the Contractor or under its control at the time of termination. g. inspection and Audit: The County or its agent shall have access, for purpose of audit and inspection, to any books, documents, papers and records of the Contractor which may relate to this Contract. Initials Contractor, partment 00?21 "SPECIAL CONDITIONS" - (Continued) Page 2A 10. 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 its operations or its services hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. U. 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 Probation Department, County Administration Buitding, Martinez, CA 94553. Notices to the Contractor shall be addressed to the Contractor's address des- ignated herein. The effective date of notice shall be the-date of deposit in the malls. : or of other delivery. 12. Contract Provisions: Exhibit A is hereby incorporated by reference and made a part of this agreement. Initials yfG Contractor epartment 0()222. "SERVICE PLAN" Page J During the =ntract period, co,--;;^=ins April 23, 1975 , and endint June 30. 1975 the Contractor will provide the follawing services-. - The Crininal Jistice Research Fo_-'_a_ion will evaluate the Drug Abuse Prevention and Treat-e _ ?.cgram by r..eas_rin= the overall performance of the experimental an* control Sroaps and any signi=icant sub groups as defined by the A.D.A.P.T. Progren staff. in additicn to establishing a co-parison of recidivism rates, the evaluation will be des i Sze;: to establish what co.-b i na t ion of approaches produces the mist fav- orable pr.bation adjustrient for a certain type of probationer. Data will be organized in an analytical frameiork to establish relationships of variables to be exe fined. Steps tc"ard this end will include designing the, evaluation strategy, establishing procedure for analysis of objective and sub- . jectiv: data, and initiating close and ongoing interaction with the A.D.A.P.T; Prograb staff and the Probation Department. Specific task's to be accomplished ging the proposed contract period are set forth in "A Proposed Methodology for Evaluating the Adult Drug Abuse Prevention and Treatnent Project" dated February 24, 1975. These include: 1. Finalizing evaluation plan. .: 2. Initiating data accumulation. 3. Preparing first-year eval_ation 4. Reviewing analysis with s,aff and department. ' 5. Subnitting plan for secc-nd-year evaluatica. _ This proposal , prepared by the Cri-inal Justice Research Foundation//, is attached. "?AY::ciST PROVISIONS" 1. In consideration for the perfor- n=e of services by Consultant under the terms of this Agreement, County shall pay Consultant the actual allowable direct costs and the allo.:able indirect costs incurred in performing said services not to exceed a total of $4,972.00. 2. Consultant shall submit to County a monthly County Demand (D-l5� for• the actual direct costs and allowable indirect costs incurred in performing services under this agreement during the period fcr arhich the invoice is rendered. ,3. Upon receipt of an invoice from Consultant, the Probation Department shall review the invoice and the services by Consultant for which the invoice has been rendered. 4. Payment of invoices rendered by Consultant and approved for payment under the terms of this Agreement shall be made in the sum of 90 percent of the total respective amounts set forth in any such invoices. The remaining 10 percent of all such. invoices shall be withheld by Cc_nt*y until the satisfactory completion' by Consultant— of all services to be perfor-ned ; :: ender the terms of this ;.greement and the final approval by the Probation Cepartment of the final invoice of Consultant, at which tinge the entire sums due Consultant under the terms of this Agreement, includ- ing any amounts withheld during tw= course of performance under this Agreement, shall be paid to Consultant. • Initials: Co 4T RACTO R- PAR1EPT c - 0323 _ EXHIBIT A OFFICE OF CRIMINAL JUSTICE PLANNING STANDARD THIRD PARTY CONTRACT PROVISIONS 1 . Compliance with Grant Award. Contra Costa County, hereafter referred to as Subgrantee, and the Office of Criminal Justice Planning, hereafter referred to as OCJP, entered into a grant award, No. A 1954-1-74, dated 6-10-74, hereafter referred to as "grant award". Said grant award is incorporated in the within Agreement. It is expressly understood and agreed that Subgrantee will retain ultimate control and responsibility for the grant award project and the Contractor agrees to be bound by the terms and conditions of said grant award applicable to Subgrantee in the conduct of the project. 2. Compliance with Fiscal Requirements. The Contractor agrees to perform under this Agreement in accordance with all terms and conditions contained in the OCJP Fiscal Affairs Manual and the financial guidelines prescribed by the Law Enforcement Assistance Administration (hereafter referred to .as LEAH) and the OCJP. 3. Assignment or Subcontracting. No performance of this Agreement or any portion thereof may be assigned or subcontracted by the Contractor with- out the express written consent of Subgrantee and any attempt by the — Contractor to assion or subcontract any performance of the terms of this Agreement without the express written consent of Subgrantee shall be null and void and shall constitute a breach of this Agreement. Whenever the Contractor is authorized to subcontract or assign, he will include all the terms of this Agreement in each such subcontract or assignment. ' 4. Assurance of Compliance with Civil Rights Laws. The Contractor hereby assures that it will comply with Title VI of t e Civil Rights Act of 1964 and all requirements imposed by or pursuant to regulations of the Department of Justice and the LEAA issued pursuant to that title, to the end that no person shall , on the grounds of race, creed, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under this Agreement or under any project, program, or activity supported by this Agreement. The Contractor will comply with Justice Department Equal Employment Regulations in federally-assisted programs (28 CFR Part 42, Subpart D) to the end that employment discrimination in such programs on the grounds of race, color, creed, sex, or national origin shall be eliminated. The Contractor recognizes the right of the United States to seek judicial enforcement of the foregoing convenants against discrimination. If this Agreement provides for payment to the Contractor in excess of $10,000, the Contractor shall comply with Executive Order No. 11246, entitled "Equal Employment Opportunity", as supplemented. The Contractor shall be required to have an affirmative action plan which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of equal employment. 0. ?24 5. Naintenarce and Inspection C. Contractual Records. The Contractor agrees that the Subgrantee, the C,CL? ane LEAA, the Comptroller General of the United States, or any of their Duly authorized representatives shall have access to and the right to exa m ne, audit, excerpt and transcribe any directly pertinent books, papers and records of the Contractor, involving transactions re:a,iny ;.o this Agreement. Such material must be kept and maintained for a perio:: o► three yQars after termination of the grant a,erd or until an audit is completed by OCJP and LEAA and all questions arising therefrom are resolved, whichever is sooner. The Contractor agrees to keep and .:aintain all records required by the Fiscal Affairs Manual, the financial guidelines prescribed by LEAH, and any other records that may be re'-41red by other laws or regulations. of Federal, state or local governmental units. 6. Copyrights and Rights in Data. Where activities supported by this Agree- ment produce original computer programs, writing, sound recordings, pic- torial reproductions, drawir2s or other graphical representation and works of any similar nature (the term computer programs includes execu- table ccsrputer programs and supporting data in any form), the OCJP, the LEAA, and Subgrantee reserve the right to use, duplicate and disclose, in whole or in part, in any manner for any purpose whatsoever, and to f authorize others to do so. If the material is subject to copyright, the Subgrantee reserves the right to copyright such and the Contractor agrees not to copyright such raterial . If the material is copyrighted, the GC. and the LEAA reserve a royalty-free, non-exclusive, and irre- vocable license to reproduce, ;.;:d ish, and use such materials, in the whole or in part, and to authorize ctners to do so. 7. Publications. Both the OCJr and :.ne Subgrantee reserve the right to require tr►? Contractor ro; _3 ;gibiish, and the Contractor thereupon shall refrain from publishing original books, manuals, films or other copyrightable material prodtced by activities supported by this .agreement, whether copyrighted or not, t�hzr may be designated by the OCJP or the Subgrantee. Such right shall b= exercised by addressing written notice to that effect to the Contra;tor. Before publishing any materials produced by activities supported by t:i s Agreement, the Contractor shall notify Subgrantee and OCJP sixty days in advance of any such-publication. If the Subgrantee and OCJP sail to exercise the right to prohibit publication as set forth above within sixty days of the receipt of the notice of intent to p:ibl ish, the Contractor .:ay pull ish said material. The Contractor shall furnish twenty copies of t�= -a:erials so published to Subgrantee and OCJP. Any such publication by the Contractor shall include on the title page the following standard disclaimer: "The preparation of these materials was financially aided through a Federal grant from the Law Enforcement Assistance Administration and the Office of Criminal Justice Planning under the Omnibus Crime Control and Safe Streets rat of 19063, as amended. The opinions, findings and conclusions in this publication are those of the author and are not necessarily of the Law Enforcement Assistance Administration or the Office of Criminal Justice Planning." . -2- 0nncc�� 090cz r=serves a royalty-free, noon-exclusive and irrevocable license to reproduce, publish and use these materials, and to authorize others to do so." 8. Patents. If any discover./ or invention arises or is developed in the course of or as a result of ..ori rcrformed under this agreement, the . Contractor shall refer the discovery or invention to Subgrantee and OCJP. The Contractor hereby agrees that determinations of rights to inventions or discoveries ma a under this Agreement shall be made by LEAA, or its duly authorized representative, who shall have the -sole and exclusive powers to determine whether or not and where a patent application should be filed and to determine the disposition of all rights in such inventions or discoveries, including title to and license rignts under any patent application or patent which may issue thereon. The determination of LEAA, or its duly authorized representa- tive, shall be accepted as final. The Contractor agrees and othertrise recognizes that LEAA, OCJP, and Subgrantee shall acquire at least an irrevocable, non-exclusive, and royalty-free license to practice and have practiced throughout the world for governmental purposes any invention made in the course of or under this Agreement. S. Contractor Rork Hours and Safety Standards. If this Agreement provides Tor payment in excess of 2,50J 2,000 or construction contracts) and involves the erployment of r.:echanics or laborers, the Contractor agrees: a) That each necnanic or laborer will have wages computed on the .)asis of a standard work day of eight hours and a standard aiork week of forty hours. Work in excess of the standard work week or day is per- r..issiole provided that the worker is compensated at the rate .of not less than ore and one-half times, tie basic rate of pay for all hours worked in excess of eight hours in any calendar day or forty hours in the work .:eek; b) That no laborer or mechanic shall be required to work in sur- roundings or under working conditions which are unsanitary, hazardous or dangerous to his health and safety as determined under construction safety and health standards prommulgated by the Secretary of Labor by regulation (29 CFR 1518). Dese requirements do not al)ply to the pur- chases of supplies or naterials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 10. Clean Air Act. If this Agreement provides for payment in excess of $100,000, the Contr-actor agrees to corply with all applicable standards, orders or re;ulations issued pursuant to the Clean Air Act of 1970. Violations shall be reported to OCJP and the regional office of the Environmental Protection Agency. 11. Public Availability of Information. The Contractor shall comply with the require:.-ents of Sections 625'. tnrough 6260 of the Government Code of the State of California and the LEA. Guide for Comprehensive Lav Enforcement Planning and Action Grants rel3:ing to the availability to the public of identifiable records or other documents that are pertinent to the receipt or expenditure of LEAA funds. 12. Security and Privacy. (a) TRe Contractor agrees that, except as provided by federal law other than the Crime Control Act of 1973 (42 U.S.C. Sections 3701 et sego), none of its officers or employees shall use or reveal 003J26. . wools any research or statistical information furnished by any person and identifiable to any specific private person for any purpose other than the purpose for which it was obtained. Copies of such information shall be immiune from legal process, and shall not, without the consent of the person furnishing such infor- mation, be admitted as evidence or used for any purpose in any action, suit, or other judicial or administrative proceedings. (b) Criminal history information: (1) The term "criminal history information" includes records and related data, compiled by law enforcement agencies for purposes of identifying criminal offenders and alleged offenders and maintaining as to such persons summaries of arrest, the nature and disposition of criminal charges, sentencing, confinement, rehabilitation and release. (2) If the Contractor utilizes "criminal history information", the Contractor shall comply with the following: All criminal history information ccillected, stored, or disseminated shall contain, to the maximum extent feasible, disposition as well as arrest data where arrest data is included therein. The collection, storage, and dissemina- tion of such information shall take place under procedures reasonably designed to insure that all such information is kept current therein; the Contractor shall assure that the security and privacy.of all information is adequately provided for and such information shall only be used for law enforcement and criminal justice and other lawful purposes. In addition, an individual who believes that criminal history . information concerning him contained in an automated system is inaccurate, incomplete, or maintained in violation of the Crime Control Act of 1973, shall , upon satisfactory veri- fication of his identity, be entitled to review such infor- mation to obtain a copy of it for the purpose of challenge or correction. (c) Any person violating the Security and Privacy provisions of this Contract or of the Crime Control Act of 1473 [42 U.S.C. Section 3771(c)] or any rule, regulations, or order issued thereunder, shall be fined not to exceed $10,000 in addition to any other penalty imposed by law. (d) The contractor assures that the foregoing provisions of the Security and Privacy clause shall be incorporated into all of its subcontracts. -4- 00t.27 �r x '2 r ro Jj} A PROPOSED MET110MOLOGY 1 FO..o EVALUATING_ T � G fL.r. ADULT DRUG ABUSE PR.rZENTT03 ;.ND � TREATMEW-17 PROD. Cm i a a Prepared for X Contra Costa County Probation ;De-art--e.-.t pay MOWN Y� Preparcd by 1I { .r.ti . ; _ I r r TABLE OF CONTENTS r� Page Letter of �'ransmittal. . . . . . . . . . . . . . . . Description of PrOjCGt. •• . • • ... . s • • • • • a • . • • . • • r • t • � . •.r• . • 1rfA�. Technical Approach. • . • . . • • • 4r • • • • • . . • . . . •.•.• • • • •..•.• . • a • • •"� . . 5 ' t Key Factors• • . • . •. . . : . . . . . . . . . . . . . . . . . . . : . . . . . . . . 22. Work Plan. . • . . . . . . . . . • aa . . . . . . . . . . • • . • • • • • • • • • . • • • . . • . .• • 24, Project SchedLle.. . . a . . . . . . � asa • • . ra • • • • • • • . • • • • • • . • • 26 Staffing and Quali27; ;i Corporate lnformat7.on. . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . , . . . 34 t 00 lrrinxIllal Justice ReSclitildi I ouniiit io ll 70111Oi:EAVENUE. SUi;E P. O. BOX 15225 SACMInWIN 'O. CAI.II:O NIA 95313 , o February 24, 1975 i Mr. Ban- Fox Project Director Contra Costa County Probation Department Richmond, California i Dear Mr. Fox: The Criminal Justices Research Foundation is pleased to sub mit the attached proposal for evaluati c ti:e Adult Drug Abuse Pre,�rcntion and Treatment Frojects. The stznff assigned to the. ` project have had ex tensAive experience in di_ectinc and ccnducti:.cr i similar evaluation programs. We appreciate the opportunity to participate in this rose important and potentially significant erfcrt. It is our policy to assLne full responsibility for the successful completion of all contract commitment-. This nears th.at ,:e view our jc:3 as being successfully completed only linen th.e citstoner has a useful and workable product. Be assured that we will devote our full energies and capabilities toward success-f-_-1, completion of this project. Please contact '.r. Arlen Bean iF there are any questions or modifications concerning the proposal. Sincere`y, Arlen Bean Directs: of Research 00330 i DESCRIPTIO_': OF PROJECT The project staff has provided a good explanatione of this project's ratioLalet the specific crine problem it addresses, and how it is to be treated. we will, hai:ever, make a few su»nary state=enta about the perspectives we acquired of the project' s coals and operational assumption. Crime Problem Nddressed The long rar_cie purpose of the :..D. F..P.^_`. Proarar is to reduce specific kinds of crime. Accordine• to the Project "Of the approximately 4 ,550 adult cases currently receivi:,g probation sur•art•isior., Prawn=ic:s Departncnt records indicate that 20 percc::t were placed on probation for drug law violatic:s. in addition, although no specific statistics are available cue to the diffict0t:v of azsess- ment, it is cstir..ated by the Pro!;-!-t-;on De artmen: that another 20 oexeent of those cases currently supervised were granted probation for offenses such as burglary or receiving stoles pro-party, but where the offense z:a• con.::_ttad due to tie use of, to finance the use of, or to actually obtain drugs. " The nur..bcr of drug offenders placed on probation has been in- creased substantially as a result of Ag2000. t Limitations of Present .prroa ch to Troblen 1 f "The tri.4_.tIcnal to d:..Z Use prever.- tier a nc r •habilit.+tic n are _r" :c ;er.t_.. i•• C6Uc. t_C. , ^.t: cvl:nSC_i.. Centvz .. C_ 10-c- :t_... or i tial _. n_-ar. . " i 00331 i The departnent has concluded that the cl- ents of informal or drop-in procrrans and the separate intensive or residential p=ogrars do not :••_ ' 1 attain hioh success rates, and that such structuring or services does ' i : � r • � s not permit responses .,u_�ec. to the reeds c_ Individual client,, and does not encourage the most efficient sccus of all cor.:.unity and governmental resources. Prorrra» :1]2aroaeh to nobler.. i The .nethodolory assuves that better service to clients will i enable then to increase their social and econonic co, A p_te:sc_e and de- crease their propensity to connit offenses. The service imp:over..ent reached through the reduction of anent caseloa:Ys and the provision., ' rainly throunh the coordinating efforts rf t'-e anent, of other co^- :aunity ,,er.ice.. ..rpropriate to the cl:cz,. nec..s. The furc.a;en• a_ assunptior. is that surveillnnce and service resources have hitherto tr • not been concentrated upon this poau_aticrand differentiated F. ac- r ;- cording to individual need, and that such concentration vill alter ' client behavior. _• Service resources applied to project cases d;f'er Pror• those afforded rec;ulhr drug-property cases in resa'int to: 1. increased levels of surervisior., direct counseling, and surveillance. { 4. 2. areater use of outside resources. �. 3. better initial diacnos_ic era_ation asd the opport-a y to utilize a arcater variety of trc.trent 1"':+��c!:cn. 6. the utilinat-ion o: stp: .:r: . sA:ills : and tra:.r.ina tz: Iared t t t'-a c'r o,- s 1 2 g 00332 7. :..i: .. .. .. iii,. S s..._. �.._..... .....,......_._-.. ..._...J.... -,...aur+: Study Ponul%tlon The project staff selected from a large, county-fr.ce Population of existing probation cases, a group character red nv' raxinu-. known drug and Tirnn.�rt•• P'n r _ 1. increased levels of sn-rarvision, direct *` counseline, and surveillance. - s 2. areater use of outside resources. 3. better initial diacnostic a a_;z..__on and the opport-::ity to uti?s x:' a arcatcr i� variety of trcr.t:^ent 4. the utilization: of sty:17 --,:ills _-- anti tra:.nines fie loved tc. t'-.2 necdr. of I 2 0a� 32 I.rt: . is ii5 study Population The project staff selected fron a lar*;c, county-vide population of existing probation cases, a group charactorized. hy' naxinun known drug and property offenses with a nrobal•1y relation bet**eer. the. t:.o . cases with one known offense and sonic to no probability of the cc currence of the other offense. This screening process, together with requirements for the . .a establishment of a control group, resulted in the selection of 240 matched pairs, one of each pair being assigned to the prejcct and one remaining in the re-ular cac'eload. As of October 25, 1974, the project ncthodoloar was being fully, implerented by a supervisor and staff of six. Staff nff.ices are maintained in three different comr.u.nities in the court_: in order to. . ' accorr..odate the distribution of the caseload. Objectives of Evaluation Plan ' The major questionwhich the evaluation nest answer is vhet::er. { the experimental group produced. a lower recidivisr.. rate titan the.. control# as measured by numbers or rearrests, initiations of prose t i cution, and convictions. The dimension of severity of offense --suss be included in these measurements The evaluation will determine the overall verfornance of the e experimental and control groups and that of any significa.t sub- ' i groups* as do-fined by client, agency, or process characteristics. i Client charLcteri.stics will 3.ncjuCe .�;oClc:l and ece:.on;c -a-" rS, as well ar offcm-ne hi!-inrias u. rc a � � ; 2 �acc r :�a..c :•i i:.cl;:c^ L- C zr:c duratior, of tzaatrcut .env cep, Vhf'LhLr `••G<Si cle b.6 the %"CdT'`c3t; 3 0033.& . 4 department or from other resources, zeasures o: outcome of particular supplementary servicers, and differences in outcone related to decree. of training of agents. Geographic factors will be considered i.. re- lation to client origins and location of treatment. It is expected that the findings will suggest some revisions in the focus and Methods of the project. The identification of the combinations of problem and program elements that yield the most- sue- cess will have implications for client selection, application of' re. sourcess and possibly general probation policies, z j 1 .1 t i 4 00334 T1:Cl!:I:CAL iii �izC=: After visitinc; the project ane re:•iewing the data collection procedures instituted by the project , we concluded that the apnroach taken and the statistical inforration collected Yr• the sta`..` is fundamentally sound. The project has rade provision `or collecting over E? client, process or outcome variables. We propose addinc: about 30. The ad- ditional data elerents ray require a revision of the data collection instruments, but if they can be collected they sill expand the scope of the evaluation considerably. The feature of the project Lhi_.. _ r.vi.dad for an.cn.;r,_�.:s :.anc- lina of the control cases nay interfere zone- at in r:air.tainina Lhe sane quality control checks over the control cases as he poss:- ble with »roj�ct cases. Our conren` cr. tc.is anti a^e of ex :..etha-e- locical problem is discussed in the key factors section, ! Comparisons of recidivism rates fer the ts:o crows of prok:aticn_ ers has been :specified as the main 4czus of the evaluation. , but it is only one of the nany consparative ev.arinat_or.s that can be rade of the client-process relatiorshin :yet_::-e_n the project an ccntrol i caseloads. The approach taken to t~e eva:uation iil3 hL--:zt rt27ina- rents in the analysis that will are=a:._.• be of treater interezt to ranagertent than sur..:ary reeidivisr statistics. ire vier: outcome an :;cin- soret:._n- acre than a function of recidivi.n. The core nror_sin aspects of rent are in tr.' -- to 6ircov`- S+t"ca CC.:a _..'.. _CS:: e' treatn.cn.. a*- • r0;'!- C::en, t_--a3n_zn-, ln.te`Zsit" or erv2Cc ;.n.. -re ! 005 to pro.iuce the r^ost favorable probation adjustment whey, applied to a cartarn type cf client. This is the conceptual approach Fre have taken in designing this evaluation. plan. It is important that ;;he project understand the conceptual ap- proach the evaluator takes to a nrobler., because his perception struc- tures both the oraanization of, the data base and the raiz line- of his inquiry thereafter. It is frog this perspective, that all to discreet inforrztion about clients and service process are Fitted into sore kind of analytical frarevork that allows the relationship between , different variables to be exanincd. Discreet bits of inrorrrtion about a client or service proaran. have •ren;• little neaninv i. --valu- ation apart frc*q some rears of s.:stcratically dcterrinina hot they affect an observed result. The vain outline for this evaluation plan crerged after 5tud_:in5, the project's operational assur►gtions in relation to the Arariet r of data being complied on the cases. { The data to be considered in the evaluation breaks clearly into about five broad croupinas: t Client rrofiles . Prior Offense Infornation f� Casework. Approach apd Services t Outside resources outcone ProceJurt 3ly, t:e hno:: there is no prof:l er in correlatinr, and 1 7 analy=ina the sic-::i.fica::co of the ineivid-4al data cicren.tc within I the::e fire. in VIZ eval'.1;-ttio: _ntr .`. :C' in 4--h:%t data r I Q�00 :.;..,. Moog-' the client-process relationship vLo—:ld it aonsidcr.ed in t::e e�:alua- tion. Sone of the additional data elcnen=s ::•e propose includ *n- ap- pear to be significant in another exper rent testinc •the efsecti.ve mess of the intensive differential trca_-c-t cencept.t Since no one knows what client or service characteristics are associated with successful outcor.es, we thought it vvulc be vortr- while to draw on the results of other research in exrandine the scope. of the evaluation. i Client Profiles Most of the data presently being cc__ectcw by t:.e project cc, cerns the client. The A.D.A.P.^. ri—aen cst:r Burgey cc.rer;s about. sir. areas including education, employr, t, rarily status, and surrary arrest information. «e believe the date nZarants ve Propose adding beyond those that are included in the A.=.A.P.T. Dizr o,t'_c Survey can be found in the case records. Thir data could be collected sepa- rately, but we believe it nivht be grefer__Ia in the lane run to re - format the data collection instr ..ewcs. '. arher reason for doing Po is that some of the questions on ttt ditrnostic survey in their pre- sent form do not lend themselves to efficient coCine. The ones;-erdad questions present the bigrest prck.ler. think a ret iev of sore of the completed surveys would show t at rest of the open-erdec? responses { could be fitted into nine or ten catee-cries rith very little distor- tion. This would allo+, the responses tc 'ze clustered into croupinas i large enou:?h to be sivnif:cast when they Fre cr,_rela:ed wits': ot^er vnri:,s•ihs. nichard Perninr, Prediction in tc :dull Fra!:zat -o.nerr- of AlareZa County 7 003. ----------------------- s 1. Name, CII nuz-ber, r3I nunber, sex, and race. 2. Ar7e of refcrral. 3. Age croup. 18-21 22-26 27-32 33-40 41-54 50 and over 4. Education 8th Grade or less Kigh School (9 to 12) t high School Graduate Sone Colleac 1-2 years College 3-4 years College College Graduate Trade School S. Marital Status (At tine of referral) Sinale _3a_rricd Sevarated Divorce: i Widowed } Co-Ilabitatina Ilomosexual Alliance 6. Quality of !Iarital Relationship Stable-Harmonious Unstable i Hever or no lon-er carried or corron-law Unknown 7. Nurber of Siblings j 1-2 3-4 5-6 7-9 Only Child Unknown LOt3:fii• L:-Y•.•a4 .:' ..4. ,...�- `'Y.ad`M1�Ze ' a%1==�• ? cOr .a%T �:" i. :..:. :1 7a�ra:Sli:-' 1::r.cit.•n i v 00338 fi 9. Reason for Breakup of Parental mere Intact Death of mother anal/cr fztAher Divorce, Separation, Zescrtiez, _:ei•e�r Harried Unknown 10. Employment Status at Aire zf 7efe.ral Full-time • Part Unemployed + Student,Part-tine Student, Full-tine Unemployable, Hard_ca-_of 11. Previous Eraloyment Pattern Continuous Sporadic None Unknown f" 12. Average Length of Ertl c •r e: 4 years plus 1-3 yews plus 3-11 months plus Only one c.:.plo men Unknown 13. :Total Lenatb of Time .:re-_ _ ,•e.» Up to 11 months .plus 1-2 years plus r 3 years plus ! Indeterminable 14. Employment Ability Excellent Good t Fair No ?:nsver or Selz- z__.•LZ No substantial %crk ..is_c--•� Student or `tili.ta_:• er.; I 15. Current Pattern ofsa *tone t Occasional Preblen Drinker Alcoholic Unknown 9 now 16. History of Drug Use None !Iarijuana Opiates Cocaine Dangerous Druc_ s aethaaone 17. was Drua Use in Arresting offense? :f 18. Date of Referral to Project or Control Caseload. 109. Most Serious Referral Offense. -s Felony,4isdereanor Robbery Assault and Battery Burglary Theft (except Auto) Pettv Theft Auto Theft Forgery Property Fraud Crime Against Person Crime Against Person In7olvinc- Property Druas, Possession Drug--, sale f 20. Status at Title of Conviction No Active Probation 3 Parole Formal Probation Prior Parole or Probation Unknown 21.- Attitude Towards Offense Characterised by admission only Characterized by Pini-=zinc, rationalizing, projecting Denies knowledge of, realization oF, wrona mess of, or does not- remember offense Can give no rea on, does nct understand -Thy Remorseful Denies cornission cf offense 22. Lvaluat;-on-Discursion-Z:izressions Defensive, Cvasi•.c, Irpressed %-ith Snca ca a- ' tion, etc.) 10 Uoo'6340 A Little or no inH aht Difficult:: in relating to others Tendency toward inpulsi:itv, lc::• frustration tolerance Remorseful 23. Case Classiricatiou by Peferral Criteria 24. Geographical "rca of Residence I?estern Central Southern Prior Offense In£ornation If taere is any significance to race, sex, and ace characteri- zations in evaluating this project, it seers just as irrortan_ to, us to have detailed infornation on the r.-rior crir+nal :ac -rounds of the project and control cases. The project i.: collectins sono s•--nnary ir_for• ion on arrest histories, reco"nizinq that this as". ct of an arrest hazk- ground is an important consideration to hiz nra:satio:. Ec;ustre. We think there are several reasons to expand the projec..'s data in the area of prior offense characteristics. Our specific reason for e::?andirc the crir..inaz %istories on these cases is to eaanine the project's assunption that drsc offenders ! are closely linked to other types of crines acai..st persons and pro- The o- The sur..e analysis can also he used to verify ho-: well the can- trol and project cases have }:eon ratc::er. if there are siar.:f:cant differences, sore of t':er. can be ccrrcztec as new case:: a=e ae-da ?. Another :idvan c-r.e it t ..L inc-::::nn th s eat-: , .•e V: ,! ^c i able to annslvne- pre an6 port dif crci:cvs in the ever a^1 ni t s'i'r n G'! ll t O0MS. 7 } drur and property offenses between the t:-o croups. :'nless prior histories are considered, the evaluatIor. .til! be linited to an analysis of only post referral data bet:-een the tires groups. Sore aspects of the client's prior history sucl.t. as the .-unber of pr:.son` terns served may be a significant factor :n nrobat:on success, The Bureau of Criminal Statistics has co-au_erized tha c=iniral i histories of all adult felony and risderearor of-renders and •.e have verified that all of the follokinc- inforr_tion about the cases could i be o.':'*aineq fror BCS. .t 1. Existina status at t-:L=e of rererra?. Not under conmitrent CDC Parole CYA Parole CRC Parole t Probation t Prison i 2. Prior record. No prior Minor Major 1 1 Prison 2 Prisons 3 or more Prisons 3. Drug Type Used Marijuana Danaeroun Drugs Opiates Other Drugs Marijuana/D.D. Marijuana/Opiates :•Marijuana/oriates/^.D. D.D./Oriates Unknown Type Druos None 4 . Total nunber ofp rine arrests. S. Total nunl-.ar o� drue- inc:dc:_• 12 0 6. Total number of prior se=c:y property incidents. 7. Total number of prior risCeraanor drug incidents. ' S. Total number of prior felon-.- Grua inc;.dents. 9. Total nur•-ber of prior riscencaror persons incidents. 10. Total cumber of prior feleny persons incidents. 11. Total nunrer of prior- burg-_ar�- incidents. 1 12. Total number of prior RSF incidents, 13. Total nunber of prior nisdarcaror pre^er 7 ! incidents. 14. 11850 H&S recri.stratior- at :_re or offense. v NO Yes Yes, but reeuircre.t term:::ted 15. Total number of other fel . i.-Midents. i i 16. Total num-1-or of other prier r!sdarea nor -:c{dents Casework Approach and Services The rationale for this project is based on the arenise that placing project cases in smaller caseloa:-s with specialized person nal would allow for a •corteentrati,or. o-`- ser-.-ices which :joule. result. i in more successful probation outcores. he `our specific elerents. in the project's concept of a broadened se_ tree p_oc_ar. incl:.aL-: .c 1. Utilizing professio:a2 staff in a ranner ::-hick will na irite the use of cther probation support services and corrrsn:_v f resources. J 2. Utilizinc- r-oject strif, 4..-. - allows for i-!etter viae-:.cs=_= e►a'—u:ions and a c:rcater eivers.ftv of ;r ent_rent, approaches. 13 Wt- f rofessional Pro- 3, Providing core hours o- P- bntion services than is resularly pro- vided non-project cases. reased training opportunes Pzovidinc� 3nciti Q. }-FF Fnr "rni r+rt Uus:. _exult � probation outcer.os. in the project• --`-e _r CL•► spec_`ic eye_ coZcept '•er,ts Of a broadened se r ice ar . ' 1 oc-z^ incl�Ge-; • Utili� ring aroFessie;a_ sta_'f in a ranrer. 1.•hich will iz+ '., t%- I".... ize _.e ;; resources. sort Icer a,d co probation suaaor_ • . 'e c_ c-e'er ' rr.sn. 2. Utilizincr aF'n1 a•Zcher� _ it•ers-S _ . o _ r n r 13 i 00c,43 _.. . 3. Providing r..ore hours of professional pro- bation services than is rec_ ularly_ Pro- vided non-project cases. 4. Providina increased training opportunities . for project staff. The r..easur.es of probation outcone are quite explicit (rur.ber and severity of sul:sequent offenses) . This would technically ful- fill the evaluation requirement specified in the OCJ? grant for shot•ina cor+parative differences in octcor..e. ..If, hoY:ever, there is interest in trying to relate outcores tb these four eler-ents of the service proaran, sore adcitional thought will have to be given to objectifying the services provided. It is doubtful hot: thoroughlg this area of t e evaluation can be explored with the control cases, but the situation t•ith the pro- ject staff does afford an unusually good aaportuni— to eevelor, this p::ase of the anal"ris. The departr.ert- has acne to cnnsic:arable ex- pense and effort in developing very cor-prehensive client profiles and there is no dorbt about our being- able to correlate anv charac- teristics of the client profiles to outcone. t It is recognized that this is the most prof-,leratical phase or the evaluation. One type of treatrient nodality is seldor follot-ed and the focus and intensity of the counseling contact chances con iscantly. This makes it difficult to classify the nature of the ser- i vice provided. The delineation of the services tic sue cest here are baced. on the early stages of sone t:or',: ve are dcina in ano_hc_ Courts . It i .> pr#:.:cnted .._.: -tin- ho:.nt for r:•,.r-t!-er �tcc'�► t If. hot?eve-, sore :encs ::iz_ec classific tions like the =011^.:::r: 1•� 00344 could be devised, it voule add an irportan t dimension to the overall evaluatiop. 1. Case techniques utilized by Probaticn Officer. Individual counseling Group counseling ranily counselirq Behavior. modification Brokerage (referral) -ethod Crisis intervention, Surveillance 2. Number of monthly direct contacts. 3. number of monthly collateral contacts. 1 4. Date of rcroval or terniratioz. S. Average length of contacts. 6. Diagnostic evaluations used. Outside *resources Greater use and closer liaison. fit: outside resources is one .of. the operational goals of the project. The evaluation pian should, i therefore, make provision for identifyinr the types of referrals . . made and the extent of their use in hoth project and control case- loads. We foresee no problen in correlatinq any of the irfor:z:tiorc 1 the project is presently collectins on outside resources with other : i client-process for outcome variables. The project has presently classified referral sources into four types; (1) education, (2) erployr..ent, (3) ra=ital, and (4) druc abuse. We have expanded the cla_.sification to incluse four athers think3na that if there are these trines of resource: in the sour-=:• they ray be used ocea-:ionaliy. If there '_s an- ints -ert in a clear^ break-:o n of refcrralz by this astir s`-rc%. 2 e5 used, `.5.�: :•' b rcu e * . a i. done without any difficulty. The one per-sible advantage would be that if a correlation is found between P. positive outcore and a use of one particular agency arson- several of the sa-e t-ype, that it may p.onpt a greater use of that particular arcney or pros ars. Xf there are fees or charges coanccted to the use o: any outside re- sources, this would be another reason fo= looking at outcore by in- dividual agencv or program. Services Utilized: . Drug/alcohol counseling Drug/alcohol residential Rental Health courselin!- Hental Realty residential Welfare vocational Financial i Educational Other I3one Outcosae . + Recidivism in the number of property off-onsen co-pitted 2fte-- referrrl was specified as the primary reasurc of success. ::s t.:e interpret the general evaluation plan outlined in tba original grant- application,. it would be enough to co lett recidi:•isneata ca pro- pexty offenses only. But consideri^.c: t:M care with ti^ick the pro jcct has been set up for an evaluation, •:e think it would: be a ris-. . take to limit the analysis of outcore to such a narrow r..easure."bf 1 performance. I Looking into the future, the urcz3cr ve Foresee in usi:.c ers prirary criteria of success, is that it R::tcrnticall `crags the on- tire evaluation into the situ.-tion a= sr.-:°-r that t^c Procct .:as � 9 fN r r r Y -r n r. w r r.•• i r arir�ri3� ..uccc :sful o h i a_:2�• _... ...,ccss_•s;. .' is _., :rcrs- 1 - M. rarely the case in deronstration projects. we find that here Oval - - Y are comprehensive enough to trace and ara.pxe 6etailed data about the client-process relationshir that results are usually mixed. The advantage of an oneroinq evaluation is that it can Provide periodic feedback that will help guide t::e project to a successful conclusion. It is important to know uhere particular areas of success. or failure are occurring. It is not likely that the project will. have the sane degree of success with all four catorories of cases, with all aqe groups or all offense types. Anv single neasu a of overall results should be explainer: in terns of ivhere both success . and failure occurred:. in order to do t::is, %re have `::roade.af' the measures of outcosrc to the follorine: 1. Hunber of arrests during- supervision period:. 2. Humber of felony and niswene nor can-r ctions. 3. tdumber of probation ialat_en af- idavits filed during supervision period. 4. Most serious offense cor.-ittec d::.rs.rt_ =Per- vision period. Alcohol _ Possession of drugs Sale of drugs ' Possession of i:arijuara { Property Theft Property Fraud Property Damage Crime against person Crime against pe*sor. irvolvine property ' 5. Reason- for termination `.ron n_aceriant. ! tlornal terrination Darly termination 11 Transferred: to ana_her caselcae Jurisdictivnal no-.-c Revocation =or off ::.e revocation vi ti-oc` lid u c 'fe:'ro hbLccnded j i- f • 17 0Ov4'7 4t yv 6. Six ronth follow-up: 2iunber of arrests-?eiosv,^isder•e.Por INurber of convict ions-fc-lon ,ri.dereanor numl-or of property offenses-felont,r,-is- demeanor Nunbes of drug offenses-felony irdo- . demeanor 7. most serious conviction: _ Sax Y Alcohol Possession of drugs Sale of druas Possession of P=arijuana Property theft Property fraud t j, Property danage Crine against person Crine against person _f=vc?v_f nq properter i 8. Sentencing outcor•-es: Dollar arount of rine Munber of days in the cr_-:.tv jail ?rurher of rmonths in sta,:e ins:itut:cn Run! er of nontas of nrc'.-::cr.. Number of nonAChs oz' s•.: Ln ad ja11 and probation sentences-- ~ Wor): furlough or diversLcn sentences Months in California ne:; .'z_3itat_4On Center Analvsis of Data To correlate as many variables that v-ll be collected -L .this : evaluation will force sone type of cor •-=crined. data analvsis, The package of programs that will be used in car_elatinn and cress-=tabu-: latiner these data elerents will he the c?S= (Statistical Pa �.c-_ for the Social Sciences) available th cuch t ao.-.putation center Ot:. Stanford University in Palo Alta, Cwli_`o-n=a. The nature of the analysis i�c can :__ _err an t ii-, 8atn is $,.c-i-. gated By the fol.low3na questions: - 18 00tM 8 ::: :: l 1. Are there any significant cif Terence s in the referral offenses corritted !et:+een the pre- ject and control groups: 2. Are these an•: si_O ifica.t d; .Ce .ences in the offenses eo,ritted between t!:e project and control aroup prior to referral? 3. Are there an:: significant dieferences in the nunber, frequency, and se^^__ity of prior drug arrests anon" project and cc::trol offenders? 9. Is there any difference in the nurher and frequency of prior hurciar-- and receiving staler property arrests a--=c— project and control offenders with. pr-4---- arrests? S. Is there any difference het:reen the tyro groups with respect to the =apes of drugs involved amonct offcnders : i_z prior drucr arrests? i 6. ;las the project amble to re---ice the nu-1-ar and incidence of rearrest :o= o"enses? i 7. ghat of sect dick the _rr.of c z have, on reducing the seriousness of t:.c c"en c_•_- ccr-mitted after referral? ral? 8. What differences were there in the probation and court outcores of the o"enders who :-ere rearrested? 9. Did the project have any particular success with different age groups? 10. ghat are the personal and `_artily characterictics of the project cases and hc%-- do they differ fror. those of the control vroup? 11. What success did the project have with each of i the four referral catec-cries of offenders? 12. Is there anv correlation. 1-e`-reen project results and the t_rpe and intens_t_r trcatr.ent services provided? 13. Can any correlation he nage ht-tureen the type o` trc:ntr.ent antirna=1i uti l izad and the case outgo-e? 14 . Tire there any harticui..= cc.fir-ur tions ?-rcnc. the Client nrofile C:a.L: t'-at. i` --clantce. to nrol-ration outzcres? 19 009A9 �-MVIRMm"W MR Are there ani! ether articular eonfi.r,u'=ations 15. p � :at is in the prior crininal 11 story data : related to probation c::tcc:cs? 1G. Can any casc,,-ork approach be related to any , particular probation. outccnc? ,--.,a f,""--,-,es 11• Ithat success did the project have with each of t the four referral cater-cries of offenders? 12. 2s there any correlation between p ' correla rojec., resu�to and the t:► pe and iatensit_r cf trea Provided? trcrrt services j13. Can any correlation heb tre2ttrent an_raazh rare an'" can the tree a� r Ltili:� and the case outcone? 14. Are theXQ Any particui..r iaurat 3cr..the clie :t n_a£fle arc:t�: dant fc :elated to proLatior, r+ctoOres? 19 009MI. 15. Are there any ether particular confiazrations in the prior criminal history data that is related to probation autcores.? _ 16. Can any casework approach be related to any , particular probation. outconc? 17. Is there a relationship betWeen drug offenses and other types of crines against persons and property? I.S. Is there a relationship between the use of a particular outside resource and probation outcone? There is another important diaensioz to an evaluation that we realize would appear to be slighted in this methodology as it is outlined here. ZA addition to these external, objeztivc ne,sures, there are many internal considerations "which can account for the manner in which a program achieves its results. :hese inter:&'_ measures are just as important in explaining why and how a program worked as external indicators are in neasuring the success of tire' program. An evaluation cannot just be restricted to tate analysis Of ofiective data; it must also include subjective considerations and perceptions. These subjective assesscents are of great berafit in f augmenting and interpreting the meaning a.`. the statistical analysis. This subjective part of our evaluation requires a close and ongoing interaction with both the project staff and the Cepart�ent i ' at large. We have found that the nanagenent as wall as the clerical.. a staff have to be kept informed about the progress of the evaluation and questioned about procedures and pre:.-3g::9. ::fere are policy, : fiscal, and rcr.rronnal cons_deratien z. in nos M spccia! projects th q largt- that r._c firf: ir-port1:-t son ti ar. io %J. h_r nunage=ant as o ,�CC�- . tivO rcrultz and ncthodolccjy are ..c the nr ;Ject and eva : Eta 20 00,50°. Our experience last year in evaluati.na t -. Richmond Outreach Project was a good erainple of a der»onstration pro j^ct that had to be assessed more from the standpoint of what the project did to unify c67nunity . action and understanding about juve::ile dclirg::enc} rather taaa frart an objective asseesment of the projcct' s c:.: service components. Ile have discussed these aspects of thL- study with the project director and it is understood that a revic•.r proccdure would be estab- dished so that the staff and department can furnish direction and insighti as the study progresses. 1 i i 1 . t_ r. I 21 Y MW ..... ,. r.-•...resat. ,..:. _ KEY FACTORS Regardless Or how well a project has been set ::p for evaluation, a tracking study attempting to capture this much data on studv pop- ulations this larac is going to encounter sone proble:-s. t•:e have f . i - 21 00 51 =F. T KEY FACTORS Regardless of how wall a project has been set up for evaluation, a tracking study attempting to capture this much data on study pop--. ulations this lcrac is going to encounter sone probie-s. W e have indicated that we anticipate no difficulty in obtaining t:.e data outlined on both the project and control cases. There are two areas, however, where he feel so.-.a qualification of that statement is needed. The first relates to the gathering of information on the control group. Due to the anonymous handling of the control cases, it will not be possible to use the basic data: collection form on the control cases while the cases are active.. It is possible♦ therefore, that so-ne of the original data elements used for the evaluation might not be recorded. It does net matter so much that the data be recorded on any particular instrument while the case is active so long as aha inf or-... matien is included somewhere in the case record, The prior history and outcome data can be collected fro= docuuents outside the de art_ . ment. The missing data will be ir. the area of client and process j information. r The solution we see to this prob le= is to set up sore signaling.. j procedure in the departaent's central +ilas on all the control cases. that can notify us perhaps one month before tha case is to ter-inane from service. This would allow us tire to contact the officer with that case and with his help, collect any ::issinq data that had n et. been recorded in t'he case :ecoid. In most c.:.Ls tic thin''_ the of.ices _crld s::Valti• :post qhs rinsing info_::,: lrba fron iiia jeer^G: ;1 of t..t:'L' client. 7 i ti -In other situations, the probation officer night have to assist by asking the client some of the questions as he closes the case.. Fs soon as the final decision is made en the information that is to be collected in the evaluation, a close rev ,ev should be rade of the documentation in the regular case files tc deterrlae the full extent of the data that is not being recorded. The second problem ue foresee is the relativc short folloc:-up period after the cases are terminates:. -he terms of probaticr. on most of the project cases are probably at least one to two yeas. Many of then till not be terminated until close to the tire the second year evaluation is done. Ideally, thous Mould be opportunity to track the cases for six months or a I-car after terrinatior.. This can be done if the evaluation Roes into the third year of funding. i 1 1 1 23 00' '253 f } VVe..JV f PR0JEC_ PLA:: STATEn'_!'NT OF WORK i The tasks to be accomplished under the proposed contract are as specified in this Statement of 1..ork. The tinina is outlined in the Project Schedule, TASK It FINALIZE rVALULTIOn PLAN 1-1 Review the proposed methodolock• with project staff to detern_ne the availability and'procedu--cs necessary to add the additional data elenents called for in the evaluation deVian. ]-2 Prepare dctailed outline of the content and schedule for both the fist year and second year evaluation. 1-3 Interview project personnel and visit each of the three project sites. 1-4 Prepare and distribute final drafts of ravlsed data collection instruments. 1-5 Finalize means of collecting cor..pzrable data on control cases. TASK I I t DATA 4CCUIMLATION 2-1 Initiate data collection necessary to up-date existing project data to a current status. 2-2 Establishrocedures necescar;: to allow p periodic re- views of evaluation data an it is being accc:n•alatec. 's 2-3 Proceed with the preparation c= the prior offense in- fornation frora the Bureau of Criminal Statistics. 1 TASK: III : PRr-r ZATIOI: O: rZEST F<•: T.U TION 1 3-1 Bring all inform:-tion that has been collectec? or. =eject and control caret to a curre"t status. 3-2 Code, I:cv p nci,, and procez!: c:_-an'.=..ati c data. 3-3 Interr_ct: and .-uzra_inc cv,.Iuaticr. findings_ 24 00254 w TASX IVt REVIEW ANALYSIS WITH PROJECT S o'XF A::D DEPART^.'.i:'i' FERSO:: ML 4-1 Prepare draft of first year evaluation. 4-2 Discuss final recor.mandations, the fornat of the oresen- iii y .GLSii.iwr{►1.L l..t. 2-3 Proceed with the preparation of the prior offense in formation from the Bureau of Criminal Statistics. 4 TASK III s PRrr;Y ATION O: r1RST EV;.'. UATId:d 3-1 Bring u31 inforrar-tion that has been collcct;.d on n_cj:ct and control car c3 to a current states. 3-2 Code, I:cy puncie, and FrGcCz s qt-anti:.a:.i o data. 3-3 Interpret and --um=a_-ine c•:„luat:cn findincs_ l :r 2� 001154,. r c TASI: IVs REVIEW ANALYSIS WITH PROJECT S P'.FF A::D DEPAR^.'!�� 147 FERS01MICL z z 4-1 Prepare draft of first year evaluation. 4-2 Discuss final recor.mandations, the format of the- presen tation and observations which may c=erge from the 'entire evaluation experience. � c 4-3 Prepare final report. 4-4 Deliver 25 copies of final report. r TASK. V s SUSM.IT PLAN POR £LCOiiD YEAR E 7C.LUM210N . F y C: .T i x: i j ! 4 1 ..f 0.0355. .. . z . 1 x a x i Y X % i x x } x x ( x x x x 7 x i s� x x E p i x T x 94• X s1 . i ?•' ! X —� x W a a. x a c x ta ! t x f U N V. E4 1 Y i x ! ' u x hx 0 x U• �: r a a: x # xi a H # C 0 ? u C3 rs 11 0 H 0 +{ f1 0 0 >• as •� g +' >.w t: s) is t H! > O C C r; • E4; W, f V u is e+ 4 a n u R > y F zj 4j 0 D_ t: C r > O C. , a G 1 •J s r st C C U V ? U 49 2 v 002.56 , .. µ.. ms ... STAFFI%IG ACID QUALIFTCF.TTO:7S the ronosa] details the contractor`s uualifi • This section of � Project. s;ie -- 1„ t thj- rnnf-ra. Costa Co%znty A.D.A.P.T. 1 i t 0 i y U 1 Q ` o i a o 3 ¢s O •. j: '� t c+ o83 1 n a ►ti i n y o O i : s C r .-1 r+C 41 4.3r_ S ri O u r t; r c O �' > e ac v f E'` t r t y F U t{{ J <1 0 00 , a i STAFFING AND QUALIrl-CAT_TONS This section of the proposal details the contractor's qualifi- cations to evaluate the Contra Costa County A.D.A.P.^s. Project. The evaluation team .ill be directed by :tr. Arlen Bean, Research Direc- tor, Criminal Justice Research Founeation, and will be assisted by Mr. Fred Campbell. Mr. Arlen Bean has had considerable experience in evaluative research, data development and analysis. He has also perfornec eval- uations on juvenile delinquency and cor..arehensive data systems pro grams at the state. level. !Ir. Fred Carpbell has had extensive ex- perience in program evaluation and has pe_f_ormed evaluations on ju- venile delinquency projects at the state level. The followi,na list of projects deranstrate the capabilities of the contractors to perform the evaluation study% Cluster Evaluation--Five Delinquency Diversion Projects, Prepared for the office of Criminal Justice Planning. o Sacramento 0601" Delinquency Diversion Project e Richmond Youth Services Proa_an o Richmond Intervention Unite o Alameda Delinquency Prevention Program o Yolo Youth Services Bureau San Mateo County Probation 7e.artncnt--Prepared research design For evalua--in= the outcone of an adult and juvenile subsidy pro-ran. ' Evaluation of San Mateo ::arcotics Task Force---Pre- pared for San latco Crini-.al 'u-_-tice P1arnincT Council. 27 001957 i ARLEN SEA:? Education 1955 B.A. , Public Adrinistration, (rdaho State Collere) 195G N.A. , Public Administration, course w-orh corpleted,. (Hayne State University) 1970 Custoner Trainina Course in Proarar:rtina Procedure, (IBM Corporation) 1971 Seminar in Budretinc and Cost T.ccountina-, (r-r.erl can :iananersent Associaticn) _.rte Professional Exnerience 1973 Research Director, Crininal Justice Research Foundation 1966-1973 Research Director, Cali=o_nia Taxna.ter,' Ts.o- ciation { 196;-1966 Local Affairs Analyst, California 7arpavcrs' Association 1962-1964 President, :Nelson, Bean, and Tsseciates 1959-1961 Business *:anacer, BriRHton rand and Gravel Corpa,y 1958-1959 Adninistrative Anal; st, Tulare t:ourty :.r'_rin-I strative Office 1956-1957 Staff Analyst, Slichiaan ::uniciryal Learue } 1955-1956 Junior Staff Menber, Citizens' research Council of tSichinan Selected Honors and Affiliations Lent D. Upron research +ellowship Menber of Uer-tern States Icverrnental Research Association 28 - 0 1 Selected Research Studies Cluster Evaluation--rive nelinnuenc•r Di:•car.;on Prniect, (Prepared for California Office of Criminal Justice Plannina) , 1973. The psr. pose of the project wds to ansess outdone results for five diversion projects which had leen funded by CCJr. Evaluation of San 3ateo :sarcotic:: Task rarce, (i reparee. for San Mateo. : Crininal Justice Plannina Council) , 1974. The study examined the enforcenent effectiveness of three •rears of the project's operations anainst r.Rajor narcotics dealers and supsifers• in San ::ateo County. Hanarevent and rdrinistrative Statistics iroiect; (Prarared for the Bureau of Crininal Stat;sties) , 1974. The purpose o`. the pro- ject was to design and hake recor.-.endatsons on the procedural approach for a series of publications called 'taraerement and Adrinistrative Statistics for Local Cr;^final Justice 7mencies. Evaluation of 0385" Snecial Inruires for the Suranu of Cririnal Statistics Cornrehennive Data S:•stc-, (Prepared `o: Vise Bureat: of Cririnal Statistics) , 1974. Preparation of a research desinr for a:-.l-.at1n the nutcorc of an adult and iuvenile sul vidv nronrar, for the ran ".maTo County Probation Departrent) , 1974. : Prevarztion of a research design for 0--p-1-up.-tin- the n+3teg-re of it jointly operated Police mine. nrot•a::cn denar:rant diversion r pro_ iect, (Prepared for the CroF chi:!a Felice Departrent) , 1974-. ` Work. rurlourb ?evisited, (Prepared For California Taxpavers' Associ- ation) , Novewber, 1967. This stud?:• revisited to date the ex- pansion, success, nanaaerent, prou-Ions, and fiscal effects of the fourteen work fwrlounh oroarars that were o7eratLnr in California in 1967. Manaver.ent Studv, Cabrillo Unified Sebocl District, (Prepares* For Hoard of Trustees) , Jwnuarv, 1969. This study covered hudcat processes, purchasing, personnel practices, plant maintenance, and long-range facilities planning. Workload Statistics for County Sheriffs' Departrerts, (pilot efFor t for California Taxpayers' nasociation to asserhle cer:?arative wor}:load d:ata3 , April, 1969. The Hanac trent of Mental health :service!: _-'r. :orthea tern raliferr 1:{, � (Prepared and rundr? a : . vfonl: .Trt `atC .. c: t.0l Health : Grant) , Dacenber, 19:•r. The puree:e of t::e stud:-, sign to in- vesticate the h0::::i1:�lata. or Un; � � •* r • ni I hospital �a c n cZ L B ct.10 S �oC7 .a.. a..+ a revional mental health fads i 1 ty. i . 2 i! 0059- . + Hanaaenent Study, San !*ateo Citv cc ool District, (Frc-cored for t.%e Board of Education) , 1970 This stsriv resulted in 81 recon.-an- dations eeverina hudactina, personnel, purchasina, .and orc-ari- nation and ranaaenent of adrinistrative staff. Hanac*enent Studv, Alaredz County VIelflre renartrent, reaared f ( or, County Board of Supervisors) , 1971. This eirs: north s-ud:- ir.- cluded intensive review of na cr pronlers connected with the administration of elicibility control and ircore r..aintenance functions in this urban welfare de^artnent. 2lerced County uosnital : Can a Public I'.csnital :'mance and ?rovide -:' Lor-Cost, nua lity Iedical Care in a --ornetitive's ste:-? (Pre= pared for Merced Count; Board of Supervisors) , Ituc-,cst, 1972. .• . i i i 1 • Z 30 006 0 .x•..:Air ' 4' i FRED R. CAZSPEELL Education 1967 A.A. , Social Science, (Y-,!.ba Co:;TMcunity College) 1970 B.A. , Got=ernment, (Sacra:n.rnto State University) 1971 M.A. , Government (Sacra::ento State university) r Professional Experience 1974 Evaluation Consultant, Crinanal. Justice Research Foundation 1 1972-1974, Research Analyst, Califcr is Taxpayers ' As-socia ' tion 1971-1972 State Affairs Analyst, California Taxpayers' Association 1970-1971 Research Intern, Califc=:: G State Legislature 1964-1970 Assistant l-:anagen, Sutter 1-.eat Market Selected Honors and Affiliations Dean's Honor List, Sacr e to State Un:; varsity Western States Governmental Research.. rssocjation Commonwealth Club of California X. 32 �- 00361 S 10 M- N Selected Research Projects Cluster Evaluation--Five Delinquencv Di:-L_sion Proiect, (Pre- pared for California Office of Cri-i:al Justice Planning) , 1973. The purpose of the project ::-as to assess ostco-e results for five diversion projects hich had been funded by OCJP. Evaluation of San Mateo Narcotics Task Force, (Prepared for Gan Mateo Criminal Justice Planning Cou cil) , 1974. The Study examined the enforcement effectiveness of three years o the project's operations against r..acr narcotics dealers and suppliers in San Mateo County. Management and Administrative Statistics Project, (Prepare.: for the Bureau of Criminal Statistics) , 19 i4. The purpose cf the project was to design and make =scoT-e^datier:s on the procedural approach for a series o c::alicaticns cubed Management and Administrative Stat_s:_os for Local. Cri-_ nal Justice. Agencies. Evaluation of "385" Special Inquires For - Bureau of Cri-ial Statistics Comprehensive Data Systa:-, (Prepared for th- Bureau of Criminal Statistics) , 197.. Preparation of a research design for era' - irc the outcome c • an adi11L and -juvenile subsidy oroc,r= (Pre- - , a_ad =or t San Mateo County Probation Departr.s _; , 1914 . Preparation of a research design for eta=,atir_g the outco7m.e o` a jointly operated police and nroba_'_n deua_tent diver- sion project, (Prepared for the Cho ch lla Police Depart- ment) , 1974. A Study of Factors Relative to Building a ::a : School., Lake Ta- hoe Unified School District, co-aut =_, (Prepared for local taxpayers ' organization) , May, 1972. This study was done in response to inquiries r.,Zby a local taxpay- ers' group relative to the district's proposal to con- struct a neer school. An Examination of a Local Tax Override Election, (Prepared for Y Bcard of Education) , October, 197?. iter a cortiprehensive review of the district's future finan--ial needs , the pro- ject proposed substituting a lo-.er tax rate override ,.rhich would meet the district's minimum r_s_al needs and at t::Q same time, retain community-wide for the e?ectIc::. -Reconnaissance Survey, Fron-ont Unified District . (Pre- pared fur Board of Ed,_catio:2) , Decar-.-__ 1972 . i^is brie-= 32 0021162 I I I 1 survey was done in an effort to determine if there was any, Y justification for financing a larger review of the district's. ' management practices. ` • Analysis of State-elide Ballot Proaosi'Lti. s, (special commreheh-- sive analysis in conjunction ;.ith California Taxnayers' general election activities) , 1972. ti. Revenue Sharing: A Second Look at the President's Strategy, co-author, 1973. The report addressed.-the concept of Federal Revenue Sharing in relaticn to khat appeared to be a new, broader set of Presidential fiscal politics which had left local officials ea=ressing uncertainties about the program. Tax Report, Senate Bill 90, Cal-Tax News , 1973. This report Jas done in an effort to help infcr- the Association's general membership about the fiscal impact of the largest and most comprehensive tax reform. ^easure ever considered by the California Legislature. f� lI 33 00CW J i f STATE::EUT OF COppC37 CAPABILITIES AND ¢^.._Ci%D PEOXECTS Or ^~ ,- CZI`MAM JUSTICE RESEARCP. :'ar:imATrO:j H_ AN" r , r r }} � x i OVERVIEW The CRIMINAL JUSTICE RESEARCH FOU::BJ.^T7:i is an independent, non- • profit# tax-exempt research orvanization located in Sacramento, California. The Foundation was established for the purpose of con- ducting basic research and surveys in the field of cririnal justice.. ;io'st of the Foundation's consultina activities have been con- centrated in the areas of program evaluation, designing training prograws for law enforcement personnel, and the development of ranaae- sent and workload statistics on local crininal justice aaercies. Among the organization's projects have been the develcanent and irplenentation of an out-of-home placere services inform:ion sys-. tem for a large r-etropolitan probation departrert, t::e evaluation of basic training curricula for the Modesto nerional Crininal Justice Training Center, designing a course evaluation instrur-ent `cr the California Peace officer's Standards and Trair_ina Corrission, and the evaluation of the Bureau of Criminal Statistics statistical publi- cation program. In addition, each of to Foundation' s professional. j staff has accumulated competence in prorrzr. areas as juvenile diver- sion and narcotics enforcement. In summary# the direction of the Foundation is towards assemb- ling,, evaluating and dissewinatinr research findinas i-ith respect to proalcns and solutions in the field cf crime and delincsercys 34 UU365> a PROJECT EXPERIENCE The principals of CRI`tINAL JUSTICE RESEARCII rOU3D7.7.10:: have experience in the following applied areas: PROGRAM EVALUATION juvenile diversion, narcotics - enforcenent, police services, jail facilities, probation out- of-hone placerent, work fur lourh, police con-r unity rely-- tions ORGANIZATIONAL AND mental health services, cor.- MANAGEMEaT ANALYSIS r•unity hospitals, local s:elfare pros-rar.s, local detention fa- cilities, education roc-rans, state :irison systen PERSONNEL ADI!INISTRA:ION classification and pay puns,; labor relations, personnel prac-- ' tices, workload standards, per- sonnel examination and test.-no' POLICE TR.nINING AND perforrance appraisal strate-; CURRICULUM EVALUATION pies, coal preferences, police opinion surveys, police admin- istration, career development patterns, lona range planning � process, officer standards in training MANAGEMENT I::rORHATION desirn and installation _command SYSTEMS and control workload and crire analysis and statistics BUDGET DEVELOPMENT central office procedures, pur- chasinr, inventory control, plant rainterance, transports- tion .needs, account- .q rethods j 35 042.60; t CO11SULTI*iG ASSOCIATIONS i The following represents a sanple of the organizations that the principals of CRIMINAL JUSTICE RESEARC:i FOUND1iIO:: have ..orked withs Office of Criminal Justice Sar ':ateo Cririnal. Justice jPlanning„ California Council# California Bureau of Cri=inal Statistics Lansinc-, Michigan Police Dent. 1 Peace Officer's Standards Mic::ican Lays r^fa_cerent and Traininc Conr.ission ^`ricer Traininv Cat:^ciI International Association :Se-Lsto Reaional Cri--nal of Chief of Police 01ustice Training Center r' rurcka Police Departr..ent Little V s i`-Ie sock, Arkansas Police Dc. artrent West texas Council on F.Iabara Law En`orcezent Goverrnent and Crir.inal ?Aanninc Aacnc.-- Justice Training j National Sheriff's Trainina Dena--trent of Professional Institute and Vocational Standards Center for Adrinistration San ':ateo Flerentary School of Justice, USC District Fremont Unified School Alar.eha Counts !:elfare Dc-pt. District Herced County ftosnital National Institute of '4ental health Cabrillo School District Lake ^ahoe School District i 4 nn 36 V�� =1 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 ?5 In the Matter of Lease with Stanley McNamara et al. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Supervisor W. N. Boggess, Chairman, is AUTHORIZED to execute a lease with Mr. Stanley McNamara and Carl and Angelina Gabellini for premises at 702 Main Street, Martinez, for use by the Human Resources Agency (Child Health and Disability Prevention Program) during the period from May 1, 1975 through June 30, 1976• The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, and W. N. Boggess. NOES: None. ABSENT: None. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Public Works Director Witness my hand and the Seal of the Board of Real Property Supervisors Lessor c% R/P affixed this 22nd day of April �q75 Buildings and Grounds 5 County Auditor—Controller ' ,. J. R: OLSSON, Clerk County Administrator By Deputy Clerk H 23 12174 - 15-M ne M. Neuf el 002968 or LEASE 702 Main Street Martinez, California Human Resources Agency - CHOP Program APR 2 2 1915. 1. PARTIES: Effective on 1975 STANLEY MC NAMARA, CARL GABELLINI AND ANGELINA GABELLINI, hereinafter called "LESSOR", and the COUNTY OF CONTRA, a political subdivision of the State of California, hereinafter called "COUNTY", mutually agree and promise as follows: 2. LEASE OF PREMISES: LESSOR, for and in consideration of the rents, hereby leases to COUNTY, and COUNTY accepts and takes those certain premises described as follows.- That certain ground floor office containing approximately 1100 square feet located on the south line of Main Street between Ferry and Estudillo Streets'commonly known and Martinez designated as 702 plain Street/(portion of Assessor's Parcel No. 373-193-06). together with certain office furnishings and equipment described in Exhibit A attached hereto and made a part hereof. 3. RENTAL: COUNTY shall pay to LESSOR as rent and use of said premises a monthly rental of Two Hundred Twenty Five Dollars and No/100 ($225.00) on the tenth (10th) day of each month during the term of this lease. Rental checks shall be made payable to Carl Gabeliini , et al, and mailed to 521 Allen Street, Martinez, California. 4. TERM: The term of this agreement shall be for 1 year and two months commencing on May 1 , 1975 and ending June 39, 1976. 5. EXTENSION: This lease may, at the option of the COUNTY, be extended for 1 year commencing July 1 , 1976 and ending June 30, 1977 on the same terms and conditions except the rental shall be Two Hundred Fifty Dollars and No/100 ($250.00) per month during the option period. 6. HOLDING OVER: Any holding over after the term or extension of the lease as pro- vided hereinabove shall be construed to be a tenancy from month to month subject to the. terms of this lease so far as applicable. 7. USE OF PRE14ISES: The premises shall be used during the term and extension hereof for purposes of conducting various office functions of COUNTY. -1- 00-4369 8. UTILITY SYSTEMS: LESSOR shall deliver the water, plumbing, electrical , heating and air conditioning systems in good working order. COUNTY shall accept the lighting system in "as is" condition and shall modify the electrical system to provide grounded outlets as required.. 9. REPAIRS AHD MAINTENANCE: a. COUNTY will maintain any and all interior electrical , interior crater and interior plumbing systems. COUNTY will replace any and all electrical lamps and ballasts in the lighting system. b. COUNTY shall provide routine maintenance and minor repair to the heating, and air conditioning systems. Major- repair or replacement shall be the responsibility of LESSOR. c. LESSOR shall keep the exterior of the building in good order, condition and repair including exterior doors and their fixtures, closures, .and hinges. d. COUNTY shall keep and maintain the interior of the premises in good order, condition and repair, but LESSOR shall repair damage to the interior caused by failure to maintain the exterior in good repair, including damage to the interior caused by roof leaks and/or interior and exterior wall or floor leaks, However, LESSOR will replace loose or broken floor tiles and will provide such repairs as necessary resulting frci:� past or future water damage to the floor. COUNTY shall repair any floor tiles damaged in the course of moving and-installing partitions. e. COUNTY shall replace any broken glass windows in the demised premises. f. COUNTY shall not suffer any waste thereon or thereto the demised premises. g. LESSOR shall be responsible for the correction of any code violations which may exist in the leased premises; provided that LESSOR shall not be liable for correction of Code Violations or CAL/OSHA violations which arise out of and are directly related to a change in the COUNTY's occupancy or use of said premises. 10. UTILITIES AND JANITORIAL_ COUNTY shall pay for all gas, electric and refuse col- lection services provided to the leased premises and shall provide its own janitorial service. LESSOR shall pay for water provided to said premises. 11. ACCOMPLISKMENT OE IMPR0Y£iIENTS: a. LESSOR shall paint the front doorframework, and display window area. Color and material to be selected by LESSOR. b. LESSOR shall have the display window carpets cleaned to provide a neat attractive.' appearance to the entrance of the demised premises. -2- 00x'70 NINE • * c. LESSOR shall paint the restroom of the demised premises, color and material to be selected by COUNTY. ' d. COUNTY shall have the right to rearrange or remove existing fixtures and partitions listed in Exhibit "A". Any item not required for COUNTY use may be dismantled and stored on balcony. COUNTY shall not be liable for reinstallation of said fixtures or partitions. e. -COUNTY shall have the right to install curtains in the display window area which shall remain property of COUNTY. 12. PRIOR POSSESSION: COUNTY shall have the right of immediate prior possession to install fixtures, telephones and other items required to prepare space for COUNTY's occupancy and to store furniture, supplies and equipment. 13. ALTERATIONS, FIXTURES AND SIGNS: COUNTY may make any lawful and"proper minor alterations, attach fixtures and signs in or upon the premises which 'shall remain COUNTY property and may be removed therefrom by COUNTY prior to the termination of .this lease, all signs to meet with existing Code requirements and LESSOR's approval . Any such al- terations, signs, or fixtures shall be at COUNTY's sole cost and expense. 14. HOLD HAP14LESS: It is understood and agreed that LESSOR shall not in any way be responsible for damages to persons or property in and upon said premises and shall not . be held liable for any liability, claim or suit for damages to the person or property of anyone whomsoever while in or upon said leased premises during said term and COUNTY hereby agrees to indemnify and hold harmless LESSOR from any liability or charges of any kind or character by reason of such injury or damage claim or suit for liability arising therefrom in, around, or upon said leased premises, except in the case of any structural , mechanical , or other failure of equipment or building owned by LESSOR which results in. damage to any person or property, LESSOR will be held liable. LESSOR agrees to hold COUNTY completely harmless from damages to persons or property and COUNTY shall not be held liable for any liability, claim, or suit for damages to the persons or property when and if said persons or property are invited or brought into the demised premises by LESSOR. 15. DESTRUCTION: a. In the event of damage causing a partial destruction of the premises -during the term of this lease from any cause, and repairs can be made within sixty (60) days from the date of the damage under the applicable laws and regulations of governmental authorities, LESSOR shall repair said damage promptly and within a reasonable time, -3- 002-171 but, such partial destruction shall in nowise void this lease except that COUNTY shall be entitled to a proportionate reduction of rent while such repairs are being made, such proportionate reduction to be based upon the extent to which the portion of the premises• usable by COUNTY bears to the total area of the premises. b. If such repairs cannot be made in sixty (60) days, LESSOR may, at its option, make.-.the same within a reasonable time, this lease continuing in full force and effect and the rent to be proportionately rebated as provided in the previous paragraph. In the event LESSOR does not so elect to make such repairs which cannot be made in sixty (60) days, or such repairs cannot be made under such laws and regulations, this lease may be terminated at the option of either party. c. A total destruction; of z"ti premises or the building in which the premises are located shall terminate this lease. 16 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 crx account of LESSOR as long as COUNTY fully performs hereunder. 17. DEFAULTS: In the event of COUNTY breach of any of the covenants or conditions herein, including rent payment, LESSOR may reenter and reposses the premises and remove all persons and property there:rcm. In the event of such a breach by LESSOR, COUNTY may proceed to repair the building or correct the problem resulting from the breach and deduct the cost thereof from rental payments due to LESSOR, provided that COUNTY has given LESSOR notice of said breach and provided that LESSOR has not made a substantive effort to correct said breach. 18. 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 circum- stances over which COUNTY has no control excepted. COUNTY shall not be liable for,paint- ing the interior of the demised premises upon termination of this lease. 19. INSPECTION: LESSOR may enter the premises between the hours of 9:00 a.m. and 5:00 p.m. , Monday through Friday and may employ proper representatives to ensure that the property is being properly cared for, that no waste is being made and thaw all things -4- a0-9`72 are done in the manner best calculated to preserve the property and in full-compliance with the terms and conditions hereof. 20. SUCCESSORS: The terms and provisions of this lease shall extend to andbe. binding upon and inure to the benefit of the heirs, executors, administrators, successors and assigns of the respective parties hereto, jointly and severally. 21. TIME IS THE ESSENCE of each and all of the terms and provisions of this lease. COUNTY { LESSOR COUNTY OF CONTRA COSI A, a political subdivision of) �, f the a` of ornia �/ G� l �'� <. ,i Stanley Mc N maga Chairman, Board of Supz o - : Boggess Ca a e lini 1 ' �� ATTEST: J. R. OLSSON, Clerk ng ina Gabellini By Oeputy APPROVED AS TO FORM J. B. CLAUSEN, County Counsel RECO101ENDED FOR APPROVAL: l B '.f1�1-lst► Deputy By Countyt/Addiiiiistrator Dep5tY Public Workl Oiector Buildings and Grounds By Z,41,4 _—� Neal Property Age _5 0b 3-1 some EXHIBIT "A" 1. Three waiting room chairs, armless, vinal covered t 2. :,One side table 3. One corner table 4. Two typist chairs 5. One wooden lighted display case 6.' Ten armless side chairs One steel executive desk -8. One 3-drawer legal size Remingtm Rand file cabinet with lock 9. One 4-drawer.legal size Columbia combination card and letter'ffle cabinet 10. One 4=drawer letter size Remington safe file with combination card- 11. One 32" x 32" Formica top table 12. Three interview tables with partitions 13. One receptionist built in desk and counter ; 14. One 6-hanger coat rack - 15. One large wooden decorator panel with lake scene 16. One electric walnut framed wall clock 17. Four miscellaneous framed pictures of Paris street scene Items not required for County use will be stored in the loft of the demised premises and will be deleted from the above list at County's written request. 0 In the Board of Supervisors of Contra Costa County, Stag of California ;R April 22 , 19 75 r In the Matter of Authorizing Execution of a Certification for Submission to State Department of Public Health in Connection with Tuberculosis Subsidies. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Super- visor W. N. Boggess, Chairman, is AUTHORIZED to execute a Certification for submission to the State of California, Depart— ment of Public Health, attesting to the per diem rates or contract costs for care of a tuberculosis patient at the County Medical Services, as established by Contra Costa County. 'for- the period from July 1, 1974 through December 31, 1971 for purrpose of claiming state tuberculosis subsidies. j The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. i ABSENT: None. sr S 1 hereby certify that the foregoing Is a true and correct copy of an order" entered on the" 2 minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources 1Mdness my hand and the Seal of the Board of" Agency Supervisors Attn: Mrs. June Larson affixed this 22nd day of April 1975- County Medical Director J. R. OLSSON; Clerk State County Auditor—Controlle-gy Deputy Clerk H 24 12h4 -d8&ty Administrator N. I wham vtp /t4! bm i•t' i n »�'� C E R T I F i C A T 1 0 t! =`-�•�n TUBERCULOS1S SUBSIDY � ' PER DIEM RATE OR CO11TRACT COST ' CONTRA COSTA County - Contra Costa County Hedical services Hospital or Sani toriu:n 2500 Alhambra Avenue, Martinez. Ca. 94.553 Address • Dh te: APR 2 2 1975 State Department of Public Health 2151 Berkeley Way Berkeley, California 94704 Attention: Accounting Officer Pursuant to the provisions of Section 3300,1 o€ the Health and Safety Code', I hereby certify that the per diem rats or contract cost for care of tuberculosis patient for the. County of Contra Costa is as follo:vs for the ensuing period: Check, one Established bLr the County Beard of Supervisors Fia 7-1 74/7-31-74 $82.00 effective8 . ;. 12 " pate $ Estabtished by contract with the Sanatorium effective Rate $ T. ame r W. N. Boggess.• APR 2 21975 * Chairman, Ot.3rd of Suparvi cors Any change of the p,:r diem rate by resolution of th; Board of Suparvisors. or f�r.ntle Its contract cost during the fiscal year, , will r::quire th:• of a new cartifie:iLion. • Section 203.5 V. I . Code is nu., S:c t i on M173 if C S. Code. z:-tc of Gal if;iraia Form Al1F4-235 'rartmr�nt of flvb1 is Beal t;i 200/7964 6fl3 Q 10 In the Board of Supervisors of Contra Costa County, State of California April 22 i9 '75' - In the Matter of Authorizing Execution oi` Waiver and Indemnification Agreement in Favor of the Sun Valley Merchants Association. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Supervisor' " W. N. Boggess, Chairman, is AUTHORIZED to execute a waiver and indemnification agreement in favor of the Sun Valley Merchants Association to al-low the County Sheriff-Coroner to participate in a display and public information program at Sun Valley Mall. during "National Law Enforcement 'sleek" from May 12, 1975 to May 18,' 1975• The foregoing order was passed by the following vote: AYES: Supervisors J. F. Kenny, A. M. Dias, J. E. Moriarty, E. A. L:nscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: Sun Valley Merchacp(W Sheriff Witness my hand and the Seal of the Board of Association Supervisors County Sheriff-Coroner affixed this 22nd day of April 1975 County Administrator J. R. OLSSON, Clerk eyDeputy Clerk H 24 12/74 - 15•M MtaS fflne M• 'Neufeld ON-3 1 c I 1 Gentlemen: You have agreed to cooperate with the undersigned in the conduct of certain promotional exhibitions to be held by the undersigned at the Sun Valley Mall from 12, , 1975 , to May 18, 1975 In consideration for the foregoing, the undersigned, jointly and severally: 1. waive any and all claims or rights of action which may accrue to . the undersigned as a result of any act or omission, not constituting gross negligence, by you or any person or organization employed by or . associated with you. The undersigned has been fully advised of the contents of Section 1542 vL Use Civil Code of the State of California, and said Section and the benefits thereof are hereby expressly waived. Said Section 1542 reads as follows: "Se^ui^- 15421 ;Curtain claims not afrected b • cieneral release.) A general -release does noL extend to claims which the creditor does not ;crow., or suspect to exist in his favor at the time of executing the release -Rich if known by him must have materially affected his settlGrient with the debtor." 2. promise and agree to indamnify and hold you harmless from any and all claims, der-ands, actions, liability or loss which may arise from, or be incurred as a result of, injury or damage to persons or f t property, or loss of property, suffered or alleged to have been i t suffered by any person or organization by reason of any act or i omission on the part of the undersigned or any person or organization t .employed by or associated .with the undersigned; and, further, agree to defend you against any and all such claims, demands or actions, or, at your option, to reimburse you for any and all costs and attorney's fees ircurr d b,• you in defending against such claim, domand or action. OOt`),� 8 mom 3. the above waiver ar.d indenuiification are given for the benefit of both Sun Valley Shopping Center and Sun Valley - Merchants Association and all persons, associations and organizations employed by or associated in any way with either said Center or said Association. * ACCEPT FOR CqVIra Costa County B W, N. Boggess Authorize!II_; i J. R. OLSS , l'ex `• Deputy; erk► .. _ .. ' _ _ • • , 1! ,. fit. ,'.1 s41 f'E i � - April '221, 1975 ' Date GUARATJ TY The undersigned hereby guarantees full performance of all of the obligations provided in Paragraph 2 of this Agreement. - Dated: April 22, 1975 -VI. -N. Boggessy Chairman - . Board of Supervisors - [ • is 00�'79i V t.9eJ t v } In the Board of Supervisors of Contra Costa County.. State of California April ,22 , 19 75 In the Matter of Contract with the State of California, Department of the Youth Authority, No. 117. On recommendation of the County Probation Officer, and on motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Supervisor W. N. Boggess,. Chairman, is AUTHORIZED to execute on behalf of the County a contract with the State of California, Department of the Youth Authority, under the terms of which the State will provide diagnostic and treatment services and temporary detention for the 1975-76 Fiscal Year at a cost not to exceed $905 per month for each case studied, under terms and conditions as more particularly set forth in said agreement. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: Prone. 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: State Department of the Witness my hand and the Seat of the Board of Youth Authority Supervisors c/o Probation affixed this 22nd day of April 1975 Probation Officer County Administrator / c.i L J. R. OLSSON, Clerk County Auditor—Controller g Deputy Clerk H 24 12/74 • 15•M Maxine M. Neufel �p��8a Vuu,l�, Administrator ;,,? �� iY 'f County' Auditor-Controller g v J• R. OLSSON H 2a 12,174 • �s•n� �-- . Clerk rsaxi ne M. Pler�rel Deputy Clerk O-)980 AGREEMENT FOR DIAGNOSTIC AND TREATMENT Contract No. 117 SERVICES AND TEMPORARY DETENTION IN RECEPTION CENTERS AND CLINICS OF THE DEPARTMENT OF THE YOUTH AUTHORITY THIS AGREEMENT, made and entered into this 1st day of July 1975 , at Sacramento, California, by and between the STATE OF CALIFORNIA, through -its duly appointed, qualified and acting Director of the Youth Authority, hereinafter called the State, and the COUNTY OF CONTRA COSTA_, hereinafter called the County. WHEREAS, Section 1752.1 of the Welfare and Institutions Code of the State of California provides that the Director of the Youth Authority may enter into con- tracts, With the approval of the Director of Finance, with any County of this State upon request of the Board of Supervisors thereof, wherein the Department of the Youth Authority agrees to provide diagnostic and treatment services and temporary detention during the period of study to the County of selected cases of persons eligible for commitment to the Department of the Youth Authority in connection with the operation of the Juvenile Court. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereto agree as follows: 1. In any case in Which: (a) The Court has determined that a minor is a person described by Section 602, Welfare and Institutions Code, or if the Court has determined that a minor is a person described by Section 601 and a supplemental petition for commitment of such minor to the Youth Authority has been filed pursuant to Section 777, Welfare and Institutions Code, and such minor is otherwise eligible for commitment to the Youth Authority, and (b) said Court concludes that a disposition of the case in the best interest of the minor requires such observation and diagnosis as can be made at a diagnostic and treatment center of the Youth Authority, and 0t��81 1 (c) said Court Orders that such a minor be placed temporarily in such a center for a period not to exceed 90 days as authorized by Welfare and Institutions Code Section 704, and orders that the Director of the Youth Authority report to the Court its diagnosis and recommendations concerning the minor within the 90-day period. The Department of the Youth Authority shall accept such person if it believes that the person can be materially benefited by such diagnostic and treatment services and if the Director of the Youth Authority certifies that staff and institutions are available; provided that no such person shall be transported to any facility under the jurisdiction of the Department of the Youth Authority until the. Director of said Department has notified the referring Court of the place to which said person is to be transported and of the time at which he can be received. 2. The County shall execute the Court Order by transporting such person to the facility indicated by the State and returning him therefrom to the Court-at no expense to the State. 3. The acceptance, temporary detention and delivery of such person shall be in accordance with instructions issued from time to time by the Director of the Youth Authority. 4. The. Department of the Youth Authority shall provide diagnostic and treatment services and temporary detention during the period of study to the County for such accepted persons; and the Director of said Department shall, within the 90 days, cause such accepted person to be observed and examined and shall forward to the Court his diagnosis and recommendations concerning such minor's future care, supervision and treatment. S. All such persons while under temporary detention by the Youth Authority pursuant to this contract shall be subject to the rules of the Youth Authority. -2- 0€ 61 6. The County agrees to pay the State the sum of $905.00 per month for each case studied, or for periods of less than a full month, County agrees to pay State 1/30th of the monthly rate per person per day, of temporary detention, such costs having been determined by the Director of the Youth Authority to be necessary to reimburse the State for the costs incurred. County shall be billed for the cost of services for the day the person is received but not for the day the person is removed from the program. The State shall bill the County monthly, by means of itemized statements submitted in triplicate form for any such costs, and the County shall make remittance or payment thereof within thirty (30) days of receipt of any such billing. Said remittance shall be mailed to: Department of the Youth Authority Departmental Accounting Office 714 P Street Sacramento, California 95814 7. The period of this Agreement is from July 1. 1975 to June 30, 1976, inclusive; provided that the Agreement may be terminated by either party giving 30 days notice in writing. '8. Contractor agrees to conform to the Fair Employment Practices Addendum attached hereto and made a part hereof. I hereby certify that all conditions for exemption have been complied with 'r CVos and this contract is exempt from "' �' ' t`"'�y „� Department of General Services' ap- er 1) proval per Exemption Notice No. 403. STATE OF CALIFORNIA COMa7 0 OSTA Department of the Youth Authority ll N. Borges By Title Title Chairman, icc:d ` c• rervisorl NOTE: A certified copy of the resolution of the Board of Supervisors of the County authorizing the execution of this contract is to be attached to the contract. -3- 00 2-/ 3 7Wrj =7 W FAIR EMPLOYMENT PRACTICES ADDENDUM 1. In the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, color, reli- gion, ancestry, sex, age', or national origin. The Contractor will take affir- mative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, an- cestry, sex, age, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruit- ment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State setting forth the provisions of this Fair Employment Pr4ctices section. 2. The Contractor will permit access to his records of employment, employment advertisements, application forms, and other pertinent data and records by the State Fair Employment Practices Commission, or any other agency of the State of California designated by the awarding authority, for the purposes of investiga- tion to ascertain compliance with the Fair Employment Practices section of this contract. 3. Remedies for Willful Violation: (a) The State may determine a willful violation of the Fair Employment Practices provision to have occurred upon receipt of a final judg- ment having that effect from a court in an action to which Contrac- tor was a party, or upon receipt of a written notice from the Fair Employment Practices Commission that is has investigated and deter- mined that the Contractor has violated the Fair Employment Practices Act and has issued an order, under Labor Code Section 1426, which has become final, or obtained an injunction under Labor Code Section 1429. (b) For willful violation of this Fair Employment Practices provision, the State shall have the right to terminate this contract either in whole or in part, and any loss or damage sustained by the State in securing the goods or services hereunder shall be borne and paid for F by the Contractor and by his surety under the performance bond, if any, and the State may deduct from any moneys due or that thereafter may become due to the Contractor, the difference between the price named in the contract and the actual cost thereof to the State. ' "It is unlawful employment practice for an employer to refuse to hire or employ, or to discharge, dismiss, reduce, suspend, or demote, any individual between the ages of 40 and 64 solely on the ground of age,..." (Labor Code Section 1420.1) STD. FORM 3 (Rev. 8/73) �J`�R4 A r In the Board of Supervisors of Contra Costa County, State .of California April 22 i9 75 In the Mutter of Agreement No. 20-015 with Contra Costa Community College District. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Supervisor , W. N. Boggess, Chairman, is AUTHORIZED to execute an agreement with the Contra Costa Community College District, San Pablo, under the terms of which the Human Resources Agency will provide super— vised field instruction to students who are volunteer workers at the Edgar Children's Shelter during the period from March 1, 197.5 through June 30, 1979. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Boord of Supervisors on the data aforesaid. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency Supervisors Aty S " tn: Contracts Admin— 22nd Aril 75 istrator this day of P 19 _ Contra Costa Community9�, J. R. OLSSON, Clerk College District B Deputy Clerk H 24 IV74 -Gpanty Counsel Pfaxine 1�f. Neu:telcf County Administrator Social Service ti 4 '+ f AGRZE14VIT FOR STUDENT FIELD PLACEMIT PROGRAM (Contra Costa County Human Resources Agency) (� - 1. Agreement Identification: NUMBER V O Department: Social Service Subject: Student education and training for staff development (Paramedical Occupations Program at Edgar Children's Shelter) 2. Parties: The County of Contra Costa California, ("County") for its Department named above, and the following named Educational Institution ("Institution") for its School or Department specified below, mutually agree and promise as follows: Institution: Contra Costa Community College District School or Department: Contra Costa College Address: 2600 Mission Bell Drive, San Pablo, California 94806 3. Term: The effective date of this Agreement is March 1, 1975, and it expires Jure 30 1979 unless sooner terminated as provided herein. 4. Termination: This Agreement may be terminated by either party, at-its sole discre- tion, upon thirty-day advance written notice thereof to the other. S. Modification: This Agreement may only be modified or amended by a written document executed by the Institution and the Contra Costa County Board of Supervisors. 6. Payment Limit: County shall r..ake no payments to the Institution under this Agreement. 7. County's Obligations: County shall provide those services for the Institution described in the "Field Placement Plan" attached hereto which is incorporated herein by reference, subject to all terms and conditions contained or incorporated herein. 8. Institution's Obligations: institution shall provide those services and carry out that work described in the "Field Placement Plan" attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 9. Legal Authority: This Agreement is entered into under and subject to the following legal authorities: 45 CFR Part 205, Section 205.202 California Welfare and Institutions Code Section 10616 10. Signatute's: .These s;gnatures attest the parties' agreement hereto. COUNTY 0=,.CCNTIRA CA-.IFO..zWIA EDUCATIONAL INSTITUTION CONTRA COSTA COMldU= COLLEGE DISTRICT j 500 COURT STREET By1, /��' �r'� 9 By MARTINEZ CAUFORNtA 4 C ratan,,Board of` /' !1 49" WA2201 IN ACCOUNTING OFFICER Attest: County Ciera: (Desi ate official ca ace tS i c gn p tY in Institution_) I, the person. signing above, do by that BJA signature hereby certify that I am author- ized by the above named Institution to execute this Agreement and that I am Recommended by Hu=an R&sources Agency acting for the Institution in signing this Agreement pursuant to its bylaws, a resolu- tion of its governing body, and/or any By other pertinent authority required by. the Designee Institution. I declare under penalty of perjury that the foregoing is true and Form Approved: County Counsel correct and that th's declaration as exe ed o4 19 at By � �- Deputy WITNESS: (Signature) AISISTANT'SECRETARY (Title) DATE: &ZIP, /`f r Ob28S '7P = FIELD PLACEHOT PLAN NUMBER 2 O s 0 1 C�V • 1. Institution's Obligations. The Institution shall establish and conduct a student field placement program in cooperation with County's Department. In conducting this program, the Institution shall: a. Assign a staff member from its School or Department to represent the Institution and act as a liaison with County's Department in all matters relating to this Agreement. b. Cooperate with County's Department in establishing assignment schedules consist- ing of specific dates for the placement of a specific number of students with the County for field instruction, which shall be established by mutual agreement of the respective representatives of the County and Institution. c. Assign for such field instruction only those students who are prepared therefor to a degree considered adequate by mutual agreement of the County and Institution. d. Assign a field placement supervisor from its School or Department to supervise each student and to be responsible for the student's field placement program. e. Make all necessary arrangements with such students, so that each will: (1) Have completed or be in good standing for all the necessary courses required by the Institution as preparation for placement in field instruction. (2) Have transportation to and from County's field placement site. (3) Refer educational problems to the appropriate instructor(s) in the Institu- tion's School or Department. s (4) Promptly report all illnesses and absences from duty at County's field placement site to County's appropriate field placement supervisor. (5) Comply with the standards of conduct and regulations governing professional personnel at County's field placement site. f. Be responsible for the educational program of students assigned to field instruction with the County; for the selection, evaluation, and assignment of students in accordance with agreed upon schedules; and for the proper conduct of its students and staff in the student field placement program. i g. Withdraw from the program any student whose performance is unfit or whose conduct prevents constructive relationships at the field placement site, upon the written and suitably-documented request from County's Department. .h. Provide satisfactory assurance or evidence of acceptable health levels of assigned students who shall also be provided appropriate medical care by the Institution's student health service. i. Arrange all necessary transportation required for students in connection with their field placement duties. j. Require each student who contemplates the use of his private automobile while completing his assigned field placement duties to carry motor vehicle liability insurance as required by State law and in amounts not less than: (1) $15,000 for personal injury to, or death of, one person; (2) $30,000 for injury to, or death of, two or more persons, per occurrence, and (3) $5,000 for property damage. k. Defend, save harmless and indemnify the County, its officers, agents and employees from a_?1 liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation any consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Institution under this Agreement, whether or not result- ing from the negligence of the Institution, its agents, employees, or students. Initials: Institution County Department FI£LD PLACEMEltf PLAN NUMBER 2 0 — 0 15 t 1. Ensure that the Institution, its staff, and students participating in activities under this Agreement will comply with any additional requirements as may be set forth in "Special Conditions" (if any) attached hereto which is incorporated herein by reference. 2. County's Obligations. County shall participate in the Institution's student field placement program in cooperation with the Institution's School or Department. In par- ticipating articipating in this program, County shall: a. Assign a staff member from its Department to represent the County and act as a liaison with the Institution's School or tVepartment in all matters relating to this Agreement. b. Accept the placement of such students in field instruction as may be assigned by the Institution in assignment schedules and for a placement period not to exceed one academic semester or quarter at a time, as shall be established by mutual agreement of the respective representatives of the County and Institution. �i c. Provide each student with supervised field instruction consisting of learning experiences and professional duties needed to accomplish the educational objec- tives of the Institution's student field placement program consistent with the operational responsibilities and professional activities of County's Department and the specific field placement related thereto. d. Assign a staff person to provide direct supervision for each student in connection with the student's field placement duties. e. Provide office: facilities, equipment, supplies, and clerical assistance as needed for each student's field placement at no cost to the Institution, including properly authorized use of County cars. f_ Reimburse students for automobile travel expenses in connection with field placement duties as may be authorized in advance for each student by County's field placement supervisor and Department. g. Not pay students compensation for services rendered in the performance of their field placement duties. 3. Joint Obligations. County and Institution shall jointly: a. Plan a student field placement program and student assignment schedule so as to —- provide a sound and effective educational program. b. Review the program at the end of each placement period in order to evaluate out- come and establish mutual agreement for the next consecutive placement period. 4. Independent Contractor Status. This Agreement is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. S. Program Liability. The Institution understands and agrees that it is responsible for the actions of its officers, employees, and students while they are engaged in activities related to this student field placement program which is under the direction of the authorities of its School or Department. 6. Student Volunteer Worker Status. Any student placed with the County by the Institution under this Agreement is to be a "volunteer worker", that is, a special employee of the County, subject to all of the requirements and regulations pertaining to County's volun- teer workers, including the filing of a volunteer application. The County's liability to such student for any injury he might sustain while performing activities under this Agreement is limited to workmen's compensation benefits. The Institution hereby agrees that it shall inform all such students of this provision and that it shall place with the County no student who does not agree with this provision. Initials: elf 0/9 Instituti Courity Department -2- �J� y ' t 000 a' r SPECIAL'CONDITIONS NUMBER 2 0 ' 0 1 5' .1. Paramedical Occupations Program. Students placed with County by the Institution under this Agreement shall be enrolled in the Institution's Paramedical Occupations Program at Contra Costa College. The purpose of the Institution's student field placement program under this Agreement shall be to provides said students with clinical and clerical experiences, as part of its educational program. 2. Field Placement Site. Institution's students placed under this Agreement shall be assigned to field placement duties at County's Edgar Children's Shelter, 100:Glacier Drive, Martinez, California. 3. Insurance. During the entire term of this Agreement and of any extension or modification thereof, the Institution shall keep in effect a policy or policies of liability insurance, including malpractice insurance, covering the activities of its students and employees while engaged in activities hereunder on County's -premises. The Institution shall provide County With a certificate of insurance evidencing the above insurance coverage and including a provision for 10 days advance,written notice to County before cancellation or material change. Said policies shall constitute primary insurance, as to the County, its officers, agents, and employees, "so that any other policies held by_them shall not contribute to any loss covered under said insurance held by the Institution. 4. Termination, Special Provision. Termination notice provided for under Paragraph 4. (Termination) of this Agreement shall not take effect with regard to students already enrolled in this student field placement program until such time as those students have completed said clinical field instruction for the school semester during which such termination notice is given. Initials: Institution County Department::: y � z a 00qu0 a� In the Board of Supervisors of Contra Costa County, State of California Apri 1 22 , 19 75 In the Matter of Contra Costa County Community Garden Project, Office of Economic Opportunity. On the recommendation of the County Administrator and the Economic Opportunity Program Director, and on motion of Super- visor J. E. Moriarty, seconded by Supervisor A. M. Dias , IT IS BY THE BOARD ORDERED that the following actions are AUTHORIZED in connection with the Contra Costa County Community Garden (Upsprout) Project: a. Expenditure of $1 ,050 of CAP funds for items not otherwise available through donation for said project; b. Authority, in accordance with county policy, to solicit and receive donations to support said project; c. Authority for department heads to assign county staff, equipment and material (as available) as requested by project staff , on an item-by-item basis , subject to approval by the Office of the County Administrator, to assist in development and support of the project. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias , J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Economic Opportunity Witness my hand and the Sea{ of the Board of Program Director Supervisors County Administrator affixed this 22nd day of April 19 75 County Auditor-Controller �'" J. R. OLSSON, Clerk Byf Deputy Clerk H 24 12/74 . 1541 6 b b i e ,G t i e r r Z 0000 I In the Board of Supervisors of Contra Costa County, State of California s: April 22 , 19 7_1�_ In the Matter of Transfer to Contra Costa County Work Furlough Program. The County Administrator having advised the Board of a request for transfer of a prisoner from Santa Clara County to the Contra Costa County Work Furlough Program, and having recom- mended that said matter be referred to the Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) ; and On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED, the vote was as follows: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None, Later in the day Supervisor Linscheid, on behalf of the Administration and Finance Committee, having recommended that the County Sheriff-Coroner be authorized to accept the prisoner from Santa Clara County into this county's Work Furlough Program under provision of Penal Code Section 1208.5 providing that the usual costs incurred by the County Sheriff are paid, and having so moved; and Supervisor Kenny having seconded by motion of Supervisor Linscheid, the vote was as follows: AYES: Supervisors J. P. Kenny, A. M. Dias, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: Supervisor J. E. Moriarty. 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: Clerk of the Board of W'nness my hand and the Seal of the Board of Supervisors, Supervisors Santa Clara County affixed this 22nd day of April 1975 Attorney Joel G. Schwartz J. R. OLSSON, Clerk County Sheriff-Coroner - 1 County Administrator By kit �- `�-� - Deputy, Clerk H 24 12 Toffifty Auditor-Controller L. Kincaid ���91 In the Board of Supervisors of Contra Costa County, State of California April 22 , 19 ZL In the Matter of Authorizing Attendance at Conference. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that Colonel Frank Boerger, Consultant, Public Works Department, and Pair. Paul E. Kilkenny, Assistant Public Works Director, are AUTHORIZED to attend the California r-farine Affairs and Navigation Conference and also, the Senate and House Committee Public Works Hearings in Washington, D. C. from April 27, 1975 through May 1, 1975. The foregoing order was passed by the following voter AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. DOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public storks Director Witness my hand and the Seal of the Board of County Auditor—Controller Supervisors County Administrator ,Fixed this 22nd day of April . 19 75 J. R. OLSSON, Clerk By Deputy Clerk H 24 12174 • 15•M iakine M. Neufeld' W In the Board of Supervisors of Contra Costa County, State of California April 22 , i9 75 In the Matter of Authorizing Placement of Dependent Child of the Court. On the recommendation of the Director, Human Resources: Agency, and on motion of Supervisor J. E. Moriarty, seconded by , Supervisor '.. M. Dins, the Board hereby AUTHORIZES placement of SRIv?dore Nornles, an emotionally disturbed dependent child o£ the court, at Homewood Terrace, San Francisco, California, at a rate of $1,125 per month, effective April 23, 1975• The foregoing order eras passed by the following voter AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. 11. Boggess. NOES: None. ABSENT: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Sea{ of the Board of cc: Director, Humin Resources Supervisors Agency Social Service, Concord affixed this 22nd day of April . i9 75 Attn: L. Jacobs J. R. OLSSON Clerk Count? Auditor-Controller H sa 121 a° Administrator By—e;� , ' '`�¢"-' . Deputy Clerk Lynn J. Beitler ��^g3 r i In the Board of Supervisors of Contra Costa County, State of California Ancil 22 119 -25 In the Matter of Amending Board Order of February 4, 1975 Authorizing Placement of Youth. The Board on February k, 1975 having authorized placement of James Day, an emotionally disturbed teenager, at the Fred Finch Youth Center, Oakland, California at a monthly rate of $1,645, effective February 1, 1975; and Good cause appearing therefor, IT IS BY THE BOARD ORDERED that the aforesaid order is AMENDED to correct the monthly rate from $1,645 per month to $1,687 per month. PASSED by the Board this 22nd day of April, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Director, Human Resources Witness my hand and the Seal of the Board of SocAgency ial Service — Concord this 22nd d of April i9 75 Attn: Lucille Jacobs °y --- County Auditor—Controller J. R. OLSSON, Clerk` County Administrator gAQft�ne Deputy Clerk H sa IV74 - 15-M Neufelif Q1YU94 In the Board of Supervisors of Contra Costa County, State of California April 22 , i9 75 In the Matter of Approving Apportionment of Livestock Band Day Tpa Receipts. The Count? Anditor-Controller having roquested that the sum of $31,16%61, representing livestock head day tax receipts for the period July 1, 1974 through December 31, 1974, be alloeat-- ed pursuant to the requirements of lnw and that the distribution be approved by the Board of Supervisors as provided in Section 5601 of the California Revenue and Taxation Code; and The County Auditor-Controller having filed a copy of said distribution with the Clerk of the Board; NOW, THL9EFORE, on the motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that said nllocation of livestock head day tnx receipts is hereby APPROV?'D. The foregoing order was passed by the following vote: AMS: Supervisors J. P. Kenny, A. H. Dias, J. E. Moriarty, E. A. Linscheid., W. 11. Boggess. NOES: None. ABSM: None. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Audi tor-Con troller Supervisors County Administrntor County Assessor affixed this 22nd day of April 19 75 County Treasurer-Tax J. R. OLSSON, Clerk Collector u De }v Clerk H 24 12174 - 15-M Deputy L,nn J. eitl.er QQalec; Office of � JP X COUNTY AUDITOR-CONTROLLER Contra Costa County • Martinez, California April 10, 1975 TO: Board of Supervisors la County FROM: H. Donald Funk, Auditor-Controller /�`� RECEIVED Deputy County for Sam Kimoto, De By. p APR 10 i975 SUBJECT: Livestock Head Day Tax Allocation Office of County Adrninisfrator As provided in Section 5601 of the Revenue and Taxation.Code, we request approval of the Board of Supervisors to allocate the livestock head day tax collections for the period July 1, 1974 to December 31, 1974. The amount of $31,160.60 is to be allocated to the following: County $14,563.75 Amador valley Joint High School District 25.25 Pleasanton Joint School District 25.25 Livermore Joint Unified School District 223.27 City of Clayton 88.99 City of Concord 109.42 Cit), of ;1artinez 308.05 City of Antioch 1,508.08 City of Pittsburg 9.79 City of Pinole 8.45 Acalanes High School District 359.69 Canyon Elementary School District 12.59 Lafayette Elementary School District 9.27 Moraga Elementary School District 76.44 Orinda Elementary School District 261.39 Liberty High School District 3,227.64 Brentwood Elementary School District 664.10 Byron Elementary School District 558.49 Knightsen Elementary School District 481.10 Oakley Elementary School District 1,523.95 Antioch Unified School District 1,629.30 John Swett Unified School District 247.49 Martinez Unified School District 1,414.19 Mt. Diablo Unified School District 1,247.22 Pittsburg Unified School District 186.93 Richmond Unified School District 226.65 San Ramon Unified School District 2,163.86 Total $31,160.60 SK:kt Maofilmed with board order Unto In the Board of Supervisors of Contra Costa County, State of California April 22 , i9 75 In the Matter of Allocation of Trees on Racehorses The Count:- Auditor-Controller having requested that the additional suit of $4,187.85, representing tax receipts on racehorses for the 1974 calendar year, be allocated pursuant to the require- ments of law and that the distribution be approved by the Board of Su"rvisors as provided in Section 5811 of the California Revenue and Taxation Code; and The County Auditor-Controller having filed a copy of said distribution with the Clerk of the Board; NOUT, THEREFORE, on motion of Supervisor J. E.., Moriarty,, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that said allocation of racehorse tax receipts is hereby APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. AGSM: None. 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: County Auditor-Controller Witness my hand and the Seal of the Board of County Assessor Supervisors County Treasurer-Tax affixed this 22nd day of April , i9 75 Collector J. R. OLSSON, Clerk County Administrator By c4a= , Deputy Clerk H za 12:14 . 15•M vnn J". Beitler 009'7 Office of COUNTY AUDITOR-CONTROLLER Contra Costa County Martinez, California April 10, 1975 TO: A. G. Will, County Administrator FROM: H. Donald Funk, Auditor-Controller �'�'`"-`�" oun Contra Costa C ty By: Sam Kimoto, Deputy County/ icor RECEtVD C- SUBJECT: Allocation of Taxes on Racehorses ASR 1 0. 975 Office of The Tax Collector has collected $4,187.85 as taxes on racehorses for the calendar year 1974. As provided in Section 5801 of the Revenue and Taxation Code, we request approval of the Board of Supervisors to allocate this amount as follows: County $2,093.93 Amador High School 85.56 Pleasanton Union School 85.56 Acalanes High School 85.65 Moraga Elementary School 20.00 Orinda Elementary School 65.65 Liberty High School 100.00 Brentwood Elementary School 52.50 Knightsen 25.90 Oakley Elementary School 21.60 Martinez Unified School 64.00 Mt. Diablo Unified School 1,015.60 Pittsburg Unified School 10.00 Richmond Unified School 414.50 San Ramon Unified 47.40 $4,187.85 SK:1't M aofifined; with board°order. Ila , ■ In the Board of Supervisors of Contra Costa County, State of California April 22 , 19. In the Matter of Authorizing Increase in the Revolving Fund for the County Medical Services Department. On motion of Supervisor J. E. Moriarty, seconded by Supervisor A. M. Dias, IT IS BY THE BOARD ORDERED that an increase, ; in the County Medical Services' Revolving Fund from $875 to 8900 to provide for cash needs of the Concord Mental Health Clinic is. AUTHORIZED. The foregoing order was passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess. NOES: None. ABSENT: None. 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: County Medical Director Witness my hand and the Sea[ of the Board,of= County Auditor—Controller Supervisors County Administrator affixed this 22nd day of April 19, Director, Human Resources Agency / J: R. OLSSON;: Clerk By Deputy.:Clerk.` H za 12/74 - 15-M Maxine M. Neufeld 00399 i q And the Board adjourns to meet. on at in the goad Chambers, Room 107, c3zninstration rv. t Buildings Martinez, California. T Boggess, Chan an _ , ATTEST: f J. R. OLSSON, ChERS /j De ut f y-1 A� 0.040 J .f3'4'Ih +l SMMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, APRIL 22, 1975, PREPARED BY J. R. OLSSON, COUNTY CLERK AND E%-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Public Works, Building Maintenance, and Civil Service.. Approved appropriation adjustments for Medical Services, Human Resources Agency (Manpower Services), Sheriff-Coroner (Radio Facilities); and internal adjustments not Pffecting the totals for Civil Service, County Clerk, Medical Services, rpt. Diablo Municipal Court, Sheriff, and Jail. Authorized an increase in Medical Services revolving fund for the Concord Mental Health Clinic. Approved allocations of racehorse tax receipts in the amount of $4,187.85, and Livestock tax collections, 531,160.60. Amended February 4 Board order authorizing placemen of youth at Fred Finch Youth Center and authorized placement of youth at Homewood Terrace. Authorized M's. P. Kilkenny and Col. F. Boerger, Public Works Department, to attend the California Marine Affairs and Navigation Conference and also the Senate and House Committee Public Works hearings, April 27 through May I, Washington, D. C. Reappointed tars. Grace Ellis to the Airport Land Use Commission for a four- year term ending May, 1979. Issued Certificates of Commendation to Mrs. M. DePriester, Moraga, and the Church of St. John the Baptist, E1 Cerrito, in recognition of services rendered to their respective communities. Approved transfer of prisoner from Santa Clara County to the Contra Costa County Work Furlough Program, as recommended by the Administration and Finance Committee (Supervisors Linscheid and Kenny). Authorized energization of street lights in County Service Area L-45, San Ramon area. Adopted Traffic Resolutions Nos. 2095 and 2096 and rescinded No. 1784. Authorized County Service Area R-7, Danville area, to utilize certain property for development of a mini park. Authorized provision of legal defenze for Sheriff-Coroner, Superior Court Action No. 151143; and for Marshal, Richmond Judicial District, and other officials who so request,,Superior CourL Action No. 147403. Acknowledged receipt of the following: Progress report on the County Prepaid Health Plan and in connection therewith approved recommendation of Count:- Ad=ir_istrator that an additional review be con- ducted to determine the financiai trtid' of the program but that said program be continued with close monitoring by his office, the County Auditor-Controller, and Human ResourcesAgency; Memorandum report from County Agricultural Commissioner in response to Board referral regarding complaint from Dr. F. Hanson about procedures utilized by County Animal Control Center i:ith respect to impounded dogs; Final Environmental Impact Report relati:•e to reconstruction of portion of North Gate Road, l:alnut Creek area. Authorized certain actions in connection with the County Community Garden Project, Office of Economic Opportunity. Reouested Count:• Administrator to review AB 15,which would create a State Agricultural Resources Council, and report to board April 28 with respect thereto. April 22, 1975 Summary, continued Page 2 Authorized Chairman to execute the following: � Amendment to agreement with State Department of Education to provide for vocational training with CETA Title I funds; Amendment to agreement with State Department of Health for conduct of Special Supplemental Food Program for Women, infants and Children; Agreement with Criminal Justice Research Foundation for evaluation of Drug Abuse Prevention and Treatment Program; Agreement with Dr. R. Leppke to conduct Human Effectiveness Training Seminar on May 1 for Probation Department; Contract with State Department of the Youth Authority for provision of diagnostic and treatment services and temporary detention for referred persons during FY 1975-76; Joint Exercise of Powers Agreement with the cities of Brentwood, Antioch, and Pittsburg for technical study of the Eastern Contra Costa County Transit Program; Lease with S. McNamara et al for premises at 702 Main Street, Martinez, for use by the Human Resources Agency (Child Health and Disability Prevention Program); Certification fr submission to the State Department of Public Health in connection r:ith County claim for State tuberculosis subsidies; Waiver and indemnification agreement in favor of Sun Valley Merchants Assn. to allow participation by the County Sheriff-Coroner in National Law Enforcement reek Program at Sun Valley Mall; Agreement with Contra Costa Community College District with respect to Human Resources Agency providing supervised field instruction to volunteer workers at Edgar Children's Shelter; Extension of contract with SIMCO electronics for bio-medical equipment main- tenance. Authorized Director, Human Resources Agency, to sign Fee-for-Service contracts for physicians utilized by County Medical Services and County Health Department. Authorized County Administrator to send latter to Governor Brown urging him to sign AB 244, Homemaker Program. Approved recommendation of Administration and Finance Committee with respect to application of Government Code Section 31870.2 to the County Employees' Retire- ment Association (changing the cost of living formula from a maximum of 3 percent to a maximum of 5 percent adjustment annually). Approved recommendations of Public Works Director and County Counsel, that Board d e n y-, Air Concorde, Inc. request for permission to conduct. commercial aeronautical activities, Buchanan Field, Concord area. Approved recommendation of County Administrator that Board take under consid- eration, and take a position thereon, the matter of proposed 100 percent dues increase of National Association of Counties. Instructed Director of Planning to respond as soon as possible to request of Tassajara Fire Protection District with respect to house numbering system in said district. Referred to Director, Human Resources Agency, to consider in conjunction with the comprehensive drbg abuse program of the County, request of Delancey Street Foundation, Inc. fo= fee-for-service contract. Adopted following numbered resolutions: 75/310 through 75/312, approving plans and specifications for 1975 Slurry Seal project East Richmond Heights, Tara Hills, and Walnut Creek areas; San Pablo Dam Road, Station 301, £1 Sobrante area; and,as Ex-Officio Governing Body of Contra Costa County Storm Drainage District Zone 10, Lina E, Harper Lane Storm Drain, Danville area; and fixing May 20 at 11 a.m. as time to receive bids thereon, respectively; 75/313, as Ex Officio Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, giving assurance to the Soil Conservation Service re land rights for Lines E and E-1, !;arch-Kellogg PL 566 Project; 00402 April 22, 1975 Summary, continued Page 3 75/314, establishing timetable for review of County Compensation Program for FY 1975-76; 75/315, fixing May 27 at 10:30 a.m. as time to consummate purchase of real property located at 1029 Court Street, Martinez, from Elmo Croy et ux, required for County Civic Center purposes; 75/316, requesting California Highws; Commission to delay taking any further steps with respect to recycling .process of Freeway Routes 93 and 77; 75/317, authorizing Chairman to execute Satisfaction of Lien taken against property of B. Garber; 75/318 and 75/319, authorizing certain changes in assessment roll; and cancel- lation of delinquent penalties on 1974-75 unsecured assessment roll; 75/320, authorizing Chairman to-execute amendment to Drug and Narcotics Analysis Training Program grant award with State Office of Criminal Justice Plan- ning to extend grant period to July 31, 1975; 75/321 through 75/323, proclaiming May 18-24 as "Action for Foster Children Week"; May 4-10 as "Hire the Veteran Meek"; and 2'7,v 2-9 as "Community Pride Meek for Mental Retardation Services". Approved request of Crockett Improvement and Businessmen's Assn. for use of County truck to aid in cleanup work. - Exonerated surety tax bond Tract 4524, Rheem area. Awarded contracts to Antioch Paving; Co. for extension of Clifton Court Road, Byron area; and to Eugene G. Alves Construction Co. for reconstruction of portion of Stone Valley Road, Alamo area. Determined to support Federal appropriations for FY 1975-76 and/or 1976 Tran- sitional Quarter for certain flood control, navigation, water quality, and waste. disposal programs. Accepted as County road portion of Randy Way, M. S. 29-72, Brentwood area. Released note and deed of trust to trustee for reconveyance of real property sold by County to Fry's Food Stores, Inc. Authorized payment of 51,036 to V. Spahr et al in connection with property acquisition for Stone Valley Road bicycle pate, Alamo area. Authorized refund of surety cash deposit, Subdivision 4055, Moraga area. Approved Addendum No. 1 to specifications for street reconstruction, El Sobrante and Kensington areas. Accepted as complete construction of public improvements in M. S. 252-73, Pleasant Hill area, and accepted widening of Paso Rogal as County road. Approved Work Order 6462 for certain repair work on Christie Road, Martinez area. Referred to Public Works Director for recommendation bids received for recon- struction of Grove Avenue, Richmond area. Authorized Public ::orks Director to transfer S1,400 to City of Clayton in connection with Subdivision 4011 Authorized Chairman to execute Deferred Improvement Agreement with Jaxslee Cor- poration re L.U.P. 316-72, Walnut Creek area. Accepted instruments, and instruments for recording only, from 'it. L. Hooper and Howell Properties, Ltd. re L.U.P. 2054-74; and Quitclaim Deeds from A. Kaplan an A. Kaplan and D. t;iedermann, Bollinger Canyon Road, San Ramon area. Accepted deeds for road purposes from Emmanuel Missionary Baptist Church, Arthur Road, Vartinez area; Southland Corporation, Flora Avenue, �Ialnut Creek area; and George A. Aureeka et ux, Driftwood Drive, test Pittsburg area. f q u ,'f April 22, 1975 Summary, continued Page 4 Referred to: Public L:orks Director for report request of Mayor, City of Walnut Creek, re bike-trails systemiand request from Secretary, Reclamation District No. 20251for permit to temporarily close Holland Tract levee road; , Public 'Works Director and County Counsel letter from Dr. R. Paterson alleging that a hazardous road condition exists on Old Orchard Road and Tassajara` Drive, Danville area; County Administrator request from Robert Tsu for certain information re proposed new County jail facilities; request from Clayton and Orinda 2ioraga- Lafayette Branches of American Association of University Women that Board accept and implement recon-mendations of 1974-75 Grand Jury Committee with respect to proposed County jail; and letter from Judge Hatzenbuhler enclosing a' report from Judicial Council of California re 1976 judicial positions for Mt. Diablo Municipal Court, and requesting action`be initiated to enable said Court to request a fourth judge, effective January 1, 1976; Human Resources Committee (Supervisors Moriarty and Dias) for recommendation April 28 request from Human Resources Agency for authorization to submit to Federal Government a Comprehensive Human Services Planning and Delivery Grant Proposal; and designation of members to serve on Childhood Lead Poisoning Advisory Board; Assessment District Screening Committee .matter of proposed formation, of assessment district for improvement of Appian flay, E1 Sobrante area; Countv Sheriff-Coroner and Public !Works Director proposal of Attorney D. Anderson that partition between an attorney and his client in the new County Detention Facility be eliminated. Fixed May 6, 11 a.m., as time for hearing on appeal of Camino Verde Home- owners Assn. from action of Board of Appeals on Application No. 1153-74, Danville Fixed May 20, 2 p.m. 4for hearirV., A^3eschly Bill 625 (Knox) Bay Area Planning Agency. Accepted cormunication from Contra Costa County Recreation and Natural Resources— Commission endorsing proposed Arroyo del Cerro flood control project, Walnut Creek area, subject: to certain understanding. Requested County Administrator to review costs involved in preparation of EIR Impact Report, evaluate benefits derived, and suggest amendments to. improve ' legislation. r 004U4 t r� YF j r �y tr T ^ �Yy v b- 1 4£i 2 ; ,Fk The Y; preceding doc=ents ; consist of 404 pages• r C } i S Yy I 0 s +. -41 r y. r 6 y r �e f,, ,ik 4 t �5 f 5 { 6 Y r G gg fs xQ k. YI N.. � "r