Loading...
HomeMy WebLinkAboutMINUTES - 05251976 - R 76C IN 4 t i f i f f r { TSS BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.1.02 IN REGULAR SESSION AT 9:00 A.M. , TUESDAY, MAY 25, 1976 IN ROOK 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman J. P. Kenny, presiding; Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid. CTJMK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board conbideration prepared by the Clerk, County Administrator and Public Works Director. Q JAMLS P KENNY,RIcsoucr D CALENDAR FOR THE BOARD OF SUPERVISORS DAME$P.KENNY 15T DI,TRIC1 • • • CHAIRMAN( ALFRED M D1AS,EL SOBRAME CONTRA RA COSTA COUNTY Y EDMuxa A IJxSCf+EIa 2N0 DISTRICT VICE CHAIRMAN JAMLb E.MOR4ARTY.4ACAYETTE %-.»TCR JAAtcS fi,t+WSCity.c:0uP0 r GLEWR 3RD DISTNIc7 SPECIAL DISTRICTS GOVERNED BY THE BOARD AND EX OFFICIO CLERK OF THE BOARD WARREN N BOGGESS,CONCORD MRS.GERALDINE RUSSELL 411`4 DISTRICT BOAIRD CHAMBERS.POOH 107.AD611111"I RATkOft IULCMG CHIEF CLERK EDMUND A UNSCHEID.PoTTseuRG PO BOA 911 PHONE(415)372.2371 5TH DISTRICT MARTINEZ CALIFORNIA 94553 TUESDAY PAY 25, 1976 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. 9:00 A.M. Consider recommendations of the Public Works Director. 9:00 A.M. Consider recommendations of the County Administrator. 9:15 A.M. Consider "Items Submitted to the Board." 9:15 A.M. Consider recommendations and requests of Board members. 9:30 A.M. Consider reco=endations of Board Committees including the following: Administration and Finance Committee (Supervisors W. N. Boggess and J. E. t oriarty) on: a. 1976-1977 County Mental Health Plan; and b. Status of Social Service .funding problem; and Government Operations Committee (Supervisors A. X. Dias and E. A. Linscheid) on Governor's budget proposal to allots State Air Resources Board increased control over stationary sources of emissions. 9:45 A.M. Executive Session (Government Code Section -54957.6) as required, or recess. 10:40 A.M. I7.r. Joe J. :rolfe will present a petition signed by Bethel island residents requesting full-time police protection for the area. 10:45 A.M. Nearing on application of F.s. Jodi Watts for a fortune- telling license to :.e issued for the premises at 5831 .Pacheco 3ouleva-rd, 'Pacheco. 11:00 A.K. Receive bids for the followincoo g projects: a. North Richmond Street Improvements, North Richmond area; b. San Pablo Avenue Median Landscaping, San Pablo area; and As be Officio the Raard of Supervisors of Contra Costa County Storm Drainage District Zone 13 receive bids - for construction of Lines C-1 and C-2, Danville Boulevard Storm Drain. 11:05 A.M. Nearing on appeal of Xr. ti'ilfred Carpenter from certain condi Bono =posed by the i'lanning Commission in connection wii_h approval of tentative map for Minor Subdilri:=on p;-7- e2k1ey area. • 4 ro Board of Supervisors' Calendar, Continued May 25, 1976 11:15 A.M. Nearing on appeal of Mr. Brian D. Thiessen from Planning Commission approval of Subdivision 4434, Alamo area. ITU:S SULIN11TTED TO THE BOARD Items 1 - 7: CONS11-TT 1. AUTHORIZE ch, nges in the assessment roll and cancellation of certain delinquent penalties. 2. AMEND Resolution Ko. 76/317 to delete Byron-Bethany Irrigation District (multi-county district) as a designated local agency required to submit Conflict-of-Interest Code for Board review. 3. FIX July 13, 1076 at 10:45 A.K. for hearing on proposed abate- ment of property located at 3400 Pacheco Boulevard, Martinez area, Floyd E. Svensson et al, owners. 4. DENY the claim of Peter J. Filipovich, dba Filipovich Construction, 16,053. 5. AUTHORIZE legal defense for persons who have so requested in connection with Superior Court Action No. 164047. 6. INTRODUCE ordinance amending the Ordinance Code to provide that the County Health Officer shall collect a non-transferable deposit equal to three times the annual fee for health licenses; waive reading and fig: June 1, 1976 for adoption. 7. ADOPT ordinances (introduced May 18, 1976) as follows: No. 76-38 rezoning land in the Diablo area; and As the Board of Directors of the Contra Costa County, E1 Sobrante, Moraga, Orinda and Riverview Fire Protection _ Districts adopt an ordinance granting 12 hours of overtime credit for the month of Jure, 1976, to shift employees of certain county fire protection districts. Items 8 - 18: RETE?11II:ATIOI: (Staff recommendation shown Yollowing the item. ) 8. MaI01TW DIR-1 from Deputy -iblic Worcs Director, Operations and Flood Control, advising that Ir. inane z:. Spencer has submitted his resignat-ion as a member of the Contra Costa County Storm Drainage District Zone No. 10 Advisory Board; Supervisor E. A. -7 inscheid recommends that I:r. Manfred Lindner be appointed to fill the vacancy. ACCEPT RESIGNATION AND APPROVE iPPOINTIKENT 9. LETTER from President, 'cast Bay Chapter, Association of the U.S. Array, requesting that the Board join the President of the United States in proclaiming June 14, 1976 as "Flag Day." APPROVE REQUEST 10. LETTER from Lafayette Traffic Commission requesting that the City-County T^orou-h are Fund be included in the 1976-1977 County Budget. CONSIDER I,' RVIEV OF 1976-1977 BUDGET 11. H.M.101='W.' from County Counsel, in response to Board referral of letter from Vermillion Development Corporation pertaining to possible legal problems in connection with acquisition of park land in the Walden area, advising that County Service Area R-1P can establi h a neiL hborhood park and that available park dedication funds can be used for said purpose. AC}:I►O::I.i;1)G?•: R.�':C£Ii''i • �. ••-gym Board of Supervisors' Caler_dar, Continued M y 25, 1976 12. l`1MORANDU:1 from Chief Deputy, Placer County Counsel, submitting proposal for partial land conveyance to provide financing for reconstruction of the t:eimar Medical Center. REFER TO COUNTY AMINISTRATOR, COUNTY COUNSI' , AICD PUBLIC t;,ORI.S DIRECTOR FOR REVIE7-. ;d%D RFXCRT 13. LETTER from Secretary, Board of Directors of Contra Costa Concerned Citi-zens, Inc. , urging that requests for 1976-1977 budget allocations be screened to permit a reduction in the County tax rate. R'MR TO COUNTY All-IIIIISTRATOR FOR RESPONSE 14. LETTER from Mayor, City of Antioch, expressing concern with respect to amendment of the County Solid Waste Management Plan prior to its submission to the State for review and comment. REFER TO PUBLIC ::ORES DIRECTOR (ENWIROIFNEhTAL CONTROL) TO ANSI.--ER 15. LETTER from San Francisco Area Director, U.S. Department of Housing; and Urban Development, inviting the county to apply for additional ' Section 8 funds to implement the existing housing portion of its Housing Assistance Plan. REFER TO CONTRA COSTA CCLNTY HOUSING AUTHORITY 16. '1ME1-".0RJUhDLTI, from County Administrator, in response to Board referral of objection of rr. and : rs. M. D. Goatley to payment of y693 drainage fee required because oi' proposed remodeling of their home, advising that the ordinance for Sans Crainte Drainage Area does not provide an exemption for remodeling and/or additions but requires that drainage fees be paid prior to issuance of a building permit for construc- tion costing :4,000 or more; and that the City of ;talnut Creek should be consulted if amendment is proposed since it also has a draina;e fee ordinance for said area. REFER TO G01 LR2;: l:T OPEzP,'V C2:S CO."24ITTEE TO CCNSIDER IF AN 03DINANCE Al�'�EPTIeI•i r T I S I':A3R:'1?:'s'ED 17. LETTER from Director, State Department of Parks and Recreation, submitting guidelines for distribution of 1976-1977 Land and Water Conservation_ :ands, and advising that the deadline for submittal of grant applications is September 15, 1976. REFER TO PUBLIC '•:OMIKS DIR. CTOR AI'M DIRECTOR OF PLANIT'Il.G 18. TETTER from Air. G. :. Mahoney, Arrow Towel & Laundry Co. ,— Oak-land, requesting that said company be considered for any future laundry or linen rental services needed by the County. PLACE ?iA? C ^IC : :liECr — A LBIDS ARE SOLICITED FOR LA NDRY OR LIN-E.1%, R XTAL SE?j'iCES Items 19 - 23: T17,ZO3iSATIOK (Copies of conmunica4i.ons listed as !n.ormation items have been furnished to all interested parties. ) 19. LETTER from Mr. R. Id. apf:ugh, bora ga, complaining about requirement for payment of delinquent tax penalty; and EXPLANATORY letter from County Treasurer-Tax Collector respond- ing to 114r. apllugh. 20. RESOLUTIM adopted by the Yuba County Board of Supervisors endorsing- Senate Bill 1881, which proposes an equitable distribution of federal funds for 1976-1977 Social Service Programs. OWN Board of Supervisors' Calendar, Continued May 259 1976 21. MU-140RANDUM., from County Administrator indicating that implemen- tation of automated tax collection system has enabled processing 97.E percent of tax payments within the first three working days following the April 10 deadline. 22. JWE 8, 1976 at 11:45 a.m. has been scheduled for hearing on adoption of Conflict of Interest Code for the Board of Supervisors. 23. LETTER from District Director, State Department of Transporta- tion, advising that the California Toll Bridge Authority will increase tolls for both cars and trucks on the Carquinez and Benicia-Martinez Bridges effective July 1, 1976 to help finance construe tion of the neer Antioch Bridge. Persons addressina the Board should complete the form Droyicea on the rostrum and fi rnis _ the C err wrzth a written copy of their presentation. DEADLINE FOR AG- .TDA I^s IZIS: *EDREESDAY, 5 P.M. NOTICE OF MEETINGS OF PUBLIC INTEREST (For additional information please phone the number indicated) San Francisco Bap Conservation and Develonment Commission lst and 3rd Thursdays of the month - phone 557-3686 Association of Bav Area Goverm.ents 3rd Thursday of the month - phone 841-9730 East Bay Regional Park District 1st and 3rd Tuesdays of the month - vhone 531-9300 Bay Area Air Pollution Control District lst Wednesday of the month - phone 771-6000 Metropolitan Transportation Cornission 4th 11dnesdav of the month - phone 849-3223 Contra Costa Countv Vater District lst and 3rd Wednesdays of the month; study sessions all other Wednesdays - phone 682-5950 00005 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions May 25, 1976 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: Cost - Department Center From To Medical 540 Drug Education Director, Center for Services Service Assist- Human Development- ant-Project Project II. TRAVEL AUTHORIZATIONS 2. Dame and Destination Department and Date Meeting Margie Haynes, Long Beach, CA CAL-NEVA Community Economic 4-21-76 to 4-25-76 Action Program Opportunity Conference Council (to amend previous order - substitute representative) Clarence Walters, Chicago, IL American Library County Librarian 7-10-76 to 8-8-76 Association Conference and vacation Jeannie Goodhope, Chicago, IL American Library Count► Library 7-18-76 to 7-24-76 Association Conference (time only) III. APPROPRIATION ADJUSTMENTS 3. Count= Cleric-Recorder. Add $21,400 for temporary salaries ' and overtime required to process legal documents in accordance with court deadlines and $3,810 for temporary salaries for Recorder required due to vacant permanent position at period of high work volume. 4. Public Works (County Service Area R-6, Orinda) . Appropriate $11,650 cash donation received and adjust various accounts for development of the community park. ,.3 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-25-76 Page: 2. III. APPROPRIATION ADJUSTMENTS - continued 5. Internal Adjustments. Changes not affecting totals for the Tollowing budget units: Auditor-Controller (Data Processing) , Public Works (Road Construction, Road Maintenance, Plant Acquisition - Garages, Olive Drive Drainage Facilities) , Health Department, County Medical Services, Eastern Fire Protection District. IV. LIENS AND COLLECTIONS None. V. BOARD AND CARE PLACEMENTS/RATES 6. Home and/or Effective Department Institution Rate Date Human Dewey dental Hygiene Home, $350 5-26-76 Resources Concord Human Roy and Ora Mabry Foster $270 5-26-76 Resources Home, Richmond (rate adj .) Human Della Clark Mental Hygiene $450 5-26-76 Resources Home, Pleasant Hill (rate adj .) Human Velma Lyons Home, $285 5-26-76 Resources El Cerrito (reassignment) VI. CONTRACTS AND GRANTS 7. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period James J. Consultation $3,200 4-26-76 O'Donnell, Services to (90% to Consultant Health Depart- State 6-30-76 ment Alcoholism funds) & Rehabilitation Program State Depart- Amend existing $4,114 4-1-76 ment of Health_ contract to Budget to provide food Reduc- 6-30-76 supplements under tion the Women, Infants and Children (WIC) Program 0OW7 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-25-76 Page: 3. VI. CONTRACTS AND GRANTS - continued 7. Approve and authorize Chairman, Board of Supervisors; to execute agreements between County and agencies as follows: Agency Purpose Amount Period Margaret Burnett Foster Parent $20 3-22-76 Training to 6-30-76 Margaret Burnett same $30 '5-27-76 to 6-30-76 Connie Wimple same $30 5-27-76 to 6-30-76 Bertha A. Lias same $20 5-24-76 _ to 6-1-76 Bary K. Jones same $30 5-12-76 Richmond Unified Day Care Services $21,600 7-1-76 School District for WIN enrollees (90% to Federal 6-30-76 funds) Office of Countywide *$356,333 6-1-76 Criminal Justice Strike Force to Planning 8-31-76 *($222,119 subventions; $134,214 local share) (third year) Office of Fingerprint Increase Extend from Criminal Justice Retrieval from 7-31-76 to Planning System $32,948 to 6-30-76 *$48,748 * ($10,344 subventions; $5,456 local share) State Depart- Discovery Moti- Reduces treatment capacity ment of Health vational House from 25 to 19 to comply residential drug with licensing requirements treatment with no change in contract amount, effective 3-1-76. 00N8 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-25-76 Page: 4. VI. CONTRACTS AND GRANTS - continued 7. Approve and authorize Chairman, Board of Supervisor, to execute agreements between County and agencies as follows:, Agency Purpose Amount Period State Depart- Conduct Swine $58,800 6-1-76 ment of Health Influenza to Immunication 5-31-77 Program VII. LEGISLATION 8. Establish County position on measures pending before the 1976 Session of the California State Legislature as follows: Bill Number Subject Position SB-839 Limits period of presumption that REAFFIRM certain injuries and health conditions SUPPORT of retired police and fire personnel ' are work-related (SOBY decision) . VIII.REAL ESTATE ACTIONS 9. Acknowledge receipt of memorandum from County Administrator transmitting schedule showing leases for space presently in process for County departments, and additional identified lease space requirements; and authorize Real Property Division of Public Works Department to negotiate for lease space as follows: 1) District Attorney Family Support Division in Central and West County areas; 2) Marshal of the Mt. Diablo. Municipal Court in Concord; 3) Auditor-Controller, Purchasing and Data Processing, in Martinez; and 4) Public Defender in Richmond. IX. OTHER ACTIONS 10. Amend Board order dated October 8, 1968, establishing the . Social Service Department Revolving Fund, to increase the fund by $25 to provide also for petty cash fund for the Area Agency on Aging Project. 00009 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-25-76 Page: 5. IX. OTHER ACTIONS - continued 11. Accept replacement bond (United Pacific Insurance Company Bond No. U 80 5120-161) submitted by the Standard Gas Company, pursuant to County pipeline franchise requirement and exonerate Fireman's Fund American Insurance Company's Bond No. SL-6205782. 12. Authorize Chairman, Board of Supervisors, to execute the 1976-1977 Area Agency on Aging Plan, for the period July 1, 1976 to June 30, 1977, with a total budget of $325,413 ($44,842 County local share) , as recommended by the Contra Costa County Council on Aging; further, authorize the Director, Human Resources Agency, to submit said plan to the State Office on Aging for approval. (Application deadline: immediately following May 25, 1976 meeting.) 13. Authorize Chairman, Board of Supervisors, to execute grant applications requesting from the U. S. Department of Health, Education and t:elfare local Carry-Over Balance funds in the amount of $13,374 and supplemental grant funds in the amount of $34,498, for the 1976 Head Start Program (Application deadline: May 28, 1976) . 14. Adopt resolution providing for a personal holiday for certain employees prior to the end of the calendar year as a substitute for the June 8 Primary Election Day holiday lost as a result of action by the California State Legislature. 15. As recommended by the Director of Personnel and Civil Service Commission, direct County Counsel to prepare clarifying amend- ment to Ordinance Code Section 32-6.002, relating to suspension of competition for certain positions. 16. Acknowledge receipt of memorandum from County Administrator citing recent and proposed changes in office space occupancy within the County Civic Center area in Martinez. 17. Acknowledge receipt of memorandum from the County Administrator showing comparative data on County property tax rates; Contra Costa County's $2.676 General Countywide rate ranks 32nd among California's counties, but the average total tax rate of $12.05 is fourth among California counties. 00010 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California May 25, 1976 EXTRA BUSIUESS REPORTS Report A. DETENTION FACILITY ARCHITECT SELECTION The Board of Supervisors, at its meeting of February 10, 1976, decided to embark on a complete redesign of the County Detention Facility. The Board authorized the Public Works Director to solicit proposals from architectural/engineering firms on a nationwide basis. Twenty-four firms expressed interest in the project. In accordance with Board Resolution 76/128, the County Administrator and the Acting Public Forks Director developed and implemented a procedure to select an architectural/engineering firm. A screening process was developed which was in accordance with Federal requirements for architect/engineer selection for detention facilities utilizing Federal funds. A screening committee was formed, comprised of representatives from the State Architect's Office, the State Board of Corrections, the Detention Facility Advisory Committee, the Public - Works Department and a registered Architect. The screening committee recommended that five firms be in;.ervieved. These five finalists were interviewed in depth by a panel which included representatives of the Administrator's Office, the Sheriff-Coroner, the Public Works Department, and the Detention Facility Advisory Committee. At the conclusion of the panel 's interviews, there was unanimous agreement that among this group of very well-qualified firms, the capabilities of one firm. best met the needs of this County. At the direction of the Board, the Administration and Finance Committee met on May 19, 1976, and conducted interviews with the two highest rated firms. At the conclusion of these interviews, the Committee concurred in the recommendation of the interviewing panel. It is therefore recomm- nded that the Board of Supervisors appoint the firm of Kaplan/McLaughlin, Architects-Planners, together with Donald C. Bentley and Associates and Tudor Engineering Company, Consulting ,Engineers, to design the neer Contra Costa County Detention Facility. (continued on next page) EXTRA BUSINESS Public Works Department Page 1 of 3 May 25, 1976 00011 Report A Continued: This firm is recommended because it has the following qualifications: 1. It has-been ranked number one as a result of an extensive screening and interviewing process; 2. It has recently been hired to plan and design other pretrial detention facilities; 3. It has worked With the Federal Guidelines for construction of this type facility; 4. It has demonstrated ability to design a facility which meets the needs for flexibility and innovation; 5. It has demonstrated the ability to design a local detention facility that meets the particular constraints of time, money and location; 6. This firm can work effectively with the other members of the design team; 7. It has the ability to work well with the Citizens' Advisory Group and the local community. It is further recommended that the Acting Public Works Director be authorized to begin contract negotiations. The Board of Supervisors' Administration and Finance Committee concurs in this recommendation. (RE: Work Order 5269) (TMF/MLK) Report R. FLOOD CONTROL ZONE 1 - LINES E AND E-1 - AItARD COsITRACT - Brentwood Area The Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, referred to the Acting Public Worts Director the bids received for the Lime E. Line E-1 Channel Construction Project on April 27, 1976. It is recotawnded that the Board of Supervisors award the contract to Teichert Construction, P. 0. Box 1113, Stockton, California, whose bid of $485,717.50 was the lowest of 15 bids received. The project is jointly sponsored by the U. S. Department of Agriculture- Soil Conservation Service, the Contra Costa Resource Conservation District, and Flood Control Zone 1 . (RE: Project No. 8315-76, Mork Order 13315, Flood Control Zone 1) (FCD) EXTRA BUSINESS Public Works Department Page 2 of 3 May 25, 1976 ONIM :k SUPERVISORIAL DISTRICT III Item 1 . OAK ROAD - ACCEPT DEED - Walnut Creek Area It is recujiviended that the Board of Supervisors accept Grant Deed and Right of lay Contract dated May 14, 1976, from Jack R. Brown, et ux., and authorize the Acting Public Works Director to execute the Contract on behalf of the County- It is further racommrnded that the County Auditor be authorized to draw a warrant in the amount of $52,000 in favor of Title Insurance and Trust Company, Escrow No. OK-245390, and deliver the warrant to the County Real Property Agent for payment. Payment is for a 3-bedroom, 2-bath residence and lot required for the widening of Oak Road. (RE: Project Pio. 4054-4189-74) (RP) SUPERVISORIAL DISTRICT V Item 2. SUBDIVISION MS 17-74 - RESC MD TEMPORARY AND GRANT PERMANENT ACCESS - San ",amon Area On Hay 9, 1972, the Board of Supervisors accepted the Relinquishment of" Abutter's Rights along Camino Tassajara as a requirement of the Board of Adjustment for tlinor Subdivision 6-72. The relinquishment provided for a 60-foot wide temporary access opening, shown on the filed Parcel flap, to terminate when Parcel D of HS 6-72 is subdivided. Subdivision VIS 17-74 is a division of the above-mentioned Parcel D. The conditions of approval by the Board of Adjustment for Subdivision MS 17-74 required that the applicant apply to the Board of Supervisors for relocated permanent access rights along Camino Tassajara. The applicant has requested that such permanent access rights be granted. It is recommended that the Goird of Supervisors revoke the temporary access to Camino Tassajara shown on the Parcel Map of ►1S 6-72 and grant a permanent 30-foot wide access at the westerly property line of Subdivision MS 17-74. (La) EXTRA BUSINESS Public Works Department Page 3 of 3 May 25, 1976 0=3 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California May 25, 1976 AGENDA REPORTS Report A. BUCHANAN FIELD - MASTER PL.AIti STUDY - Concord Area On April 27, 1976, the Board of Supervisors referred to the Acting Public Works Director a request by the Diablo Airmen's Association to add a Financial Impact Report to the blaster Plan Study presently underway for Buchanan Field. The study is being conducted by Daniel., Mann, Johnson and Menden- hall and is being financed with County and Federal matching funds under the Federal Aviation Administration's Planning Grant Program. The Public Works Department has reviewed the request and discussed the matter with the FAA and the consultants. According to FAA representatives, studies of the airport's financial impact on the community are not included in the format unless needed in feasibility reports for an airport site. In the opinion of this Department, adding the cost of a Financial Impact Report Element to the Study cannot be supported at this time on a cost-benefit basis. However, many of the financial impact items, such as business use of aircraft, revenues and taxes paid by. airport users, etc. are included in the Buchanan Field Master Plan Study contract. The Public Works Department recommends that the request be denied and that the Board concur with this report. (RE: Mork Order 5455) NOTE TO THE CLERK OF THE BOARD: Send copy to Diablo Airmen's Association. (A) Report B. A191ERST AITENUE RECO14STRUCTION - RECOMMEND BID A19ARD - Kensington Area Bids for reconstruction of Amherst Avenue were received last Tuesday, May 18, 1976, 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, George P. Peres Company of Richmond, in the amount of $40,886.90. (RE: Project No. 1552-4300-76) (RD) Report C. DIABLO ROAD - RECOMMIEND BID ANIARD - Danville Area Bids for the reconstruction of Diablo Road were received last Tuesday, May 18, 1976, at 11:00 a.m. at the regular (continued on next page) A G I: N D A Public Works Department Paye 1 of 12 May 25, 1976 0014 i Report C continued: 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 reconstruction contract to the low bidder, Martin Brothers, Inc. of Concord, in the amount of $117,407.00. • (RE: Project No. 4721-4159-74) (RD) Report D: EL PORTAL DRIXTE - TRAFFIC CONDITIONS - San Pablo Area At the request of Super7isor Kenny, the Board of Supervisors, through its order dated May 4, 1976, referred to the Acting. Public Works Director for review a petition signed by many residents living in the Rollingwood area, requesting the in- stallation of a traffic signal at the intersection of El Portal Drive and Glenlock Street. . Some time ago, the State Department of Transportation devel- oped a method to determine the need for traffic signals. The County, like many local agencies, has adopted this method as its own official policy. Primarily, the need to install traffic signals is determined by a combination of factors which include traffic volumes, accident patterns, pedestrian volumes and potential interconnection with other existing signals. The Public Works Department has reviewed the intersection of El Portal Drive and Glenlock Street and found that the intersection barely meets the County's minimum requirements; however, the Department does not recommend the installation of a traffic signal at this time. The reasons are that traffic volumes on Glenlock Street are fairly low and the majority of past reported accidents would not have been prevented by a traffic signal. In addition, El Portal Drive is approximately 30 feet wide in the vicinity of Glenlock Street and this narrow width prevents the installation of a separate left turn lane. There have been rear-end type accidents involving vehicles turning left from E1 Portal Drive on to Glenlock Street and. the Department feels that it would be highly undesirable to install a traffic signal without providing a separate signalized left turn lane on El Portal Drive. The cost to widen E1 Portal Drive to construct a left turn lane would be considerable and funds are not cur- rently available for such a widening project. In lieu of a traffic signal, the Public Storks Department recommends the installation of a temporary overhead flashing light directly over the intersection. The light would con- tinually flash yellow for traffic on E1 Portal Drive and flash red for traffic on Glenlock Street, and its operation could alert the motorists traveling along E1 Portal Drive that they are approaching Glenlock Street. The Department estimates that this type of highway flasher would cost approx- imately $1,500 and funds are available to construct it this year. Therefore, it is recommended that the Board of Super- visors approve this report and authorize the Acting Public Works Director to proceed with plans to install the highway flasher. (continued on next page) A G E N D A Public Works Department Page 2 of 12 May 25, 1976 00015 Report D continued: Board Action Required (RE: Work Order 6091) (Cler): of the Board to send copy of this report to Ms. JoAnn Bequest, 3006 Avon Lane, San Pablo, CA) (TO) SUPERVISORIAL DISTRICT I Item 1. VARIANCE PER4IT #1091-75 - ACCEPT INSTRUMENTS AND APPROVE AGREEMENT - North Richmond Area It is recommended that the Board of Supervisors: 1. Accept, for recording only, the Offer of Dedication, dated 1•lay. 4, 1976, for roadway purposes; 2. Approve the Deferred Improvement Agreement, dated May 4, 1976, and authorize the Acting Public Works Director to execute it on behalf of the County. The documents fulfill conditions of approval for Variance Permit €1091-75 as required by the Zoning Administrator. Owner: R. & K. Industrial Products, 1945 - 7th Street, Richmond, California 94804. Location: The property involved in Variance Permit #1091--75 is located on Lot 1, North Richmond #l, fronting 40 feet on the east side of 6th Street, approximately 550 feet north of Verde Avenue in the Richmond area. (LD) Item. 2. HAZEL AVENUE - DRAINAGE IMPROVEMENT - Richmond Area It is recommended that the Board of Supervisors authorize the Acting Public Works Director to make arrangement .for the issuance of a Purchase Order to Sam Levy Co. in the amount o $5,606.08. This was the lowest of two bids received. The work consists of installing 320 feet of C.M.P.A. and construction of one new Type A drainage inlet and reconstruction of two other drainage inlets. This work is a Class I Categorical Exemption from Environmental Impact Report requirements. (RE: Work Order 6090) (14) Item 3. ARLINGTON AVE12UE - ACCEPT EASE'iE14T - Kensington Area It is recommended that the Board of Supervisors accept the following Grant of Easement and Right of Way Contract and authorize the Acting Public Works Director to sign the con- tract on behalf of the County. It is further recommended that the County Auditor be authorized to draw the following warrant, payable to the Grantor nained below: (continued on next page) A G E 14 D A Public Works Department -' lia`giT 3 of 12 flay 25, 1976 00016 Item 3 continued: Contract and Grantor Easement signed Payment Mary E. Hoshour May 12, 1976 $1.00 (RE: Project No. 1451-4525-72) (RP) Item 4. PARK AVENUE - RIGHT OF WAY CERTIFICATION - Richmond Area It is recommended that the Board of Supervisors approve and authorize the Board Chairman to execute a Right of Way Certifica- tion to the State Department of Transportation that the County has acquired all rights of way required for the construction• of a new bridge across Wildcat Creek on Park Avenue. (RE: Project No. 1065-4526-72) (RP) SUPERVISORIAL DISTRICTS I, II, III, IV, AND V Item 5. 1976 OVERLAP' PROJECT - APPROVE PLANS AND ADVERTISE FOR. BIDS - County-wide Area It is recommended that the Board of Supervisors approve plans and specifications for the 1976 Overlay Project and advertise for bids to be received in four weeks, and opened at 11 a.m. on June 22, 1976. The Engineer's estimated construction cost is $265,000. The project consists of asphalt concrete overlay on portions of the following roads: E1 Portal Drive, Willow Avenue, Hawthorne Drive, Claremont Avenue, Orchard Road, Paso Nogal, Diablo Road, Willow Pass Road, and "L" -Street. The work also includes modifications to the intersection of Diablo Road and El Cerro Boulevard to improve pedestrian safety. This project is considered exempt from Environmental Impact Report requirements as a Class 1 Categorical Exemption under County Guidelines. It is recommended that the Board of Supervisors concur in this finding. It is further recommended that the Board of Supervisors instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: Project No. 4326-76) (RD) SUPERVISORIAL DISTRICTS I, II, III, AND V Item 6. STREET SWEEPING - APPROVE PLANS AND SPECIFICATIONTS AND ADVERTISE FOR BIDS - Various Locations It is recommended that the Board of Supervisors approve the plans and specifications and advertise for bids to be received at 11:00 a.m. on Tuesday, Jure 22, 1976, for street sweeping of public roads in various County Service Areas. The Engineer's estimated contract cost for the sweeping is $16,200. and is funded by the various County Service Areas. (continued on next page) A G F. N D A Public Works Department }'age 9 of 12 24ay 25, 1976 00017 Item 6 continued: The contract requires that the streets be swept once a month, except in the Orinda Business District where they are to be sweet once a week. The contract is for the period of July 1, 1976, through June 30, 1977. This work is a Class 1 Categorical Exemption from Environ- mental Impact Report requirements. (M) SUPERVISORIAL DISTRICT II Item 7. SUBDIVISION MS 11-76 - ACCEPT INSTRUMENTS AND APPROVE AGREEMENT - Pleasant Hill Area It is recommended that the Board of Supervisors: 1. Accept, for recording only, the Offer of Dedication, dated May 3, 1976, for roadway purposes; 2. Accept a "Consent to Offer of Dedication and Subordination of Easement Rights," dated May 3, 1976, for roadway purposes; 3. Approve the Deferred Improvement Agreement, dated May 3, 1976, and authorize the Acting Public Works Director to execute it on behalf of the County. The documents fulfill conditions of approval for Subdivision MS 11-76 as required by the Board of Adjustment. Owner: Robert J. Desdier, Jr. and Gladys E. Desdier, 757 Dobbs Drive, Pleasant Hill, California 94523. Location: Subdivision PPS 11-76 fronts for 275 feet on Dobbs Drive,along its eastern boundary, and is on the southwest corner of Dobbs Drive and Slater Road, in the Pleasant Hill area. (LD) Item 8. GRAYSON CREEK CF-Td,', :EL - CONVEY DEED - Martinez Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, approve the sale and conveyance of an excess strip of District land adjacent to the Central Contra Costa Sanitary District Treatment Plant pursuant to F.C.D. Act, Section 31 and Government Code Section 25526.5, for the appraised value of $1,050, and authorize Board Chairman to execute a Grant Deed to the Sanitary District for excess land. Compliance has been made for environmental and planning considerations by filing a Negative Declaration of Environ- mental Significance and a General Plan Conformity Report. (RE: Work Order 8342) (RP) Item 9. BEAR CREEK ROAD REALIGNMENT - APPROVE PROJECT AND RIGHT OF WAY CERTIFICATION - gest County Area It is recomm-ended that the Board of Supervisors: 1. Approve the Bear Creek Road Realignment Project. The project consists of widening the road to 24 feet and (continued on next page) -A G E N D A Public Works Department Page 5 of 12 May 25, 1976 00018 Item 9 continued: realigning three curves on Bear Creek Road from Hampton Road to 2000 feet southeast. The project also involves the extension of two large diameter culverts with minor creek realignment. The project will be financed using Federal Aid Safer Roads funds and is planned for construction this summer. This project is considered as exempt from Environmental Impact Report requirements as a Class lc Categorical Exemption under CE-QA guidelines. It is recommended that the Board of Supervisors concur in this finding. 2. Instruct the Director of Planning to file a Notice of Exemption with the County Clerk. 3. Adopt a Resolution of Necessity to Condemn and authorize the County Counsel to initiate condemnation proceedings when necessary to obtain iuunediate posession of the right of way required for the realignment of Bear Creek Road. 4. Approve Right of Iiay Certification #3 for the project to the State of California Department of Transportation, and authorize the Board Chairman to execute the Certi- fication on behalf of the County. (RE: Project 112351-4282-75, SRS-OOOS(153)) (RD/RP) - SUPERVISORIAL DISTRICT III Item 10. SUBDIXUSION 4257 - ACCEPT If-WROlTMENTS AND REFUND DEPOSIT - Walnut Creek Area The one-year satisfactory performance period after acceptance of the streets for maintenance has been successfully completed. It is recommended that the Board of Supervisors: 1. Declare that the street and drainage improvements have successfully completed the one-year satisfactory perform- ance period. 2. Authorize the Public Works Director to refund to Crowell Construction Company the $500 cash deposit as surety under the Subdivision Agreement. Location: Subdivision 4257 is located on the West side of El Camino Corto and South of Walnut Boulevard. (LD) Item 11. PANOR;,,MIC WAY - ACCEPT DEED - Saranap Area It is recommended that the Board of Supervisors accept a Grant Deed dated Clay 11, 1976, for road purposes from G. Denny Mallory, et al. The Deed is required as a condition of approval of L.U.P. 2031-74. (RE: Work Order 4805; Road No. 3845BE) (RP) A G E N D A Public Works Department -' Pagc 6 of 12 May 25, 1976 00019 • SUPERVISORIAL DISTRICT IV Item 12. SUBDIVISION 4149 - ACCEPT IMPROVEMENTS - Pleasant Hill Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improve- ments in Subdivision 4149 has been satisfactorily completed. 2. Accept as County roads those streets which are shown and dedicated for public use on the map of Subdivision 4149 , filed February 20, 1975 in Book 176 of Maps at page 13. Location: Subdivision 4149 is located at the southwest intersection of Golf Club Road and Paso Hogal. . (LD) Item 13. BATES AVENUE - APPROVE AGREEMENT - Concord Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement for Land Use Permit 28-74 and authorize the Acting Public Works Director to execute it on their behalf. This Agreement is a requirement of the conditions of approval imposed by the Planning Commission. Location: Land Use Permit 28-74 is located on the south side of Bates Avenue, approximately 4,000 feet west of Port Chicago Highway. (LD) Item 14. BART COUPLET ROADS - ACCEPT DECD - Pleasant Hill Area it is recommended that the Board of Supervisors accept a Deed, dated March 25, 1976, for road purposes from San Francisco Bay Area Rapid Transit District. The Deed is being offered for acceptance pursuant to an agreement dated April 8, 1969. (RE: Mork Order 4805) (RP) SUPERVISORIAL DISTRICTS IV & V Item 15. ACCEPTANCE OF INSTRU^IENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Common Use Agreement 4-8-76 East Contra Costa Sub. MS 30-75 Irrigation Dist. 2. Relinquisliment of 4-8-76 Harry G. Simoni, Sub. MS 30-75 Abutter's Rights et al. 3. Grant Deed for 4-8-76 Harry G. Simoni, Sub. MS 30-75 Roadway Purposes et al. (continued on next page) A G R N D A Public Works Department Page 7 of 12 May 25, 1976 o�o2a Item 15 continued: No. Instrument Date Grantor Reference 4. Consent to Offer of 5-11-76 Central Contra Sub. 4790 Dedication Costa Sanitary District B. Accept the following instruments for recording only: 1. Offer of Dedication 5-6-76 Memory Gardens of LUP 28-74 for Roadway Contra Costa,lnc. , Purposes a corporation 2. Offer of Dedication 5-11-76 Broadmoor Homes, Sub. 4742 for Roadway Inc. , a California Purposes corporation 3. Offer of Dedication 5-12-76 Broadmoor Homes, Sub. 4742 for Drainage Inc. , a California Purposes corporation 4. Offer of Dedication 5-10-76 Roger A. Ensley, Sub. MS 78-75 • for Drainage et al. Purposes 5. Offer of Dedication 3-8-76 Harry G. Simoni, Sub. MS 30-75 for Roadway et al. Purposes 6. Offer of Dedication 3-8-76 Harry G. Simoni, Sub MS 30-75 for Drainage et al. Purposes (LD) - AGENDA CONTINUES ON NEXT PAGE A G E N D A Public Works Department Page 8 of 12 May 25, 1076 SUPERVISORIAL DISTRICT V Item 16. REQUEST FOR SERVICES - AUTHORIZE ENGINEERING SERVICES - CITY OF ANTIOCH At the request of representatives of the City of Antioch, it is recommended that the Board of Supervisors authorize the Acting Public Works Director to perform engineering services for designing a traffic signal for the intersection of 18th and "A" Streets. The estimated cost for this service is approximately $1,200. Through his letter dated May 10, 1976, the City' s Director of Community Development has indicated that the City will pay all engineering costs pursuant to the provisions of County Resolution No. 1077. (RE: Work Order 5485) (TO) Item 17. SUBDIVISION MS 145-75 - ACCEPT INSTRUMENTS AND APPROVE AGREEMENT - Byron Area It is recommended that the Board of Supervisors: 1. Accept the Grant Deed, dated April 21, 1976, for roadway purposes. 2. Approve the Deferred Improvement Agreement, dated April 21, 1976, and authorize the Acting Public Works Director to execute it on behalf of the County. The documents fulfill conditions of approval for Subdivision MS 145-75, as required by the Board of Adjustment. Owner: Ernest J. Sequeira and Mary Sequeira, 47 Terrace Drive, Concord, California Location: Subdivision MS 145-75 fronts for 250 feet on the south side of Camino Diablo, approximately 1,020 feet east of Byron Highway, in the Byron area. (LD) Item 18. SUBDIVISION 4477 - APPROVE EXTENSION - San Ramon Area It is recommended that the Board of Supervisors approve the Subdivision Agreement Extension for Subdivision 4477. • Location: Subdivision 4477 is located on the north side _ of Montevideo between Alcosta Boulevard and the Southern Pacific Railroad. (LD) Item 19. MARSH CREEK ROAD - APPROVE PROJECT AND RIGHT OF WAY CERTIFICATION - Brentvood Area It is recommended that the Board of Supervisors: 1. Approve and authorize its Chairman to sign the plans for the Harsh Creek Road Widening project. (continued on next page) AG E N D A Public Works Department _ ^Page 9 of 12 Flay, 25, 1976 0VM Item 19 continued: 2. Approve and authorize: its .Chairman to execute a Right of Way Certification to the State Department of-Transportation that the County has acquired all rights of way required for the project. • 3. Determine that the project will not have a significant effect on the environment and direct the Director of Planning to file a notice of Determination with the County Clerk. The project involves the widening of the existing 20-foot roadiray to 28 feet from Walnut Boulevard to Hoffman Lane. The project is to be financed using Federal Aid Secondary (FAS) funds and is planned for construction this summer. The California Department of Transportation is to advertise . for bids and award the contract for this work. A Negative Declaration pertaining to this project was posted on March 11, 1976, with no protests received. The project has been determined to conform to the General Plan. (RE: Project No. 3971-4309-76) (RD/RP) Item 20. STONE VALLEY ROAD - ACCEPT DEED - Alamo Area It is recommended that the Board of Supervisors accept a Grant Deed and Right of tday Contract, dated April 30, 1976, from Paul H. Prehn, Jr_ and authorize the Acting Public Works Director to sign the Contract on behalf of the County. The Deed is in exchange for the installation of frontage improve- ments by the County required for Stone Valley Road. (RE: Work Order 4516) (RP) GENERAL Item 21. MAINTENANCE MXNAGEL%WENT SYSTEM - APPROVE AGREEMENT It is recommended that the Board of Supervisors approve the Maintenance Management System Support Agreement with Roy Jorgensen Associates, Inc. , and authorize its Chairman to execute the Agreement. The Agreement provides for continuing consultant updating, computer service, reports, and forms for road and channel maintenance for the period July 1, 1976 to June 30, 1977 at a cost of $12,372. (NOTE TO CLERK OF THE BOARD: Please return four signed copies of the Agreement to Public Works for forwarding.) (M) A G E N D A Public Works Department page 10 of 12 May 25, 1976 Item 22. DETENTION FACILITY - APPROVE CONSTRUCTION I-ANAGaIENT FIRM - In accordance with Board Resolution 76/128, the Acting Public Works Director and the County Administrator developed and implemented a procedure to select a Construction ' Management firm for the new County Detention Facility, After an initial screening, a committee composed of repre- sentatives of the Detention Facility Advisory Committee, the County Administrator's Office, the Sheriff-Coroner, and the Public Works Department conducted extensive interviews and research. Considering the recommendation of that committee. and staff research, it is recommended that the Board of Supervisors approve the firm of Turner Construction Company, 44 Montgomery Street, San Francisco, CA 94104, for the task of Construction Management, and authorize the Acting Public Works Director to begin contract negotiation for the acquisition of necessary services. (TMF) Item 23. DETENTION FACILITY - APPROVE PRE-ARCHITECTURAL PROGRAMMING FIRM In accordance with Board Resolution 76/128, .the Acting Public Works Director and the County Administrator developed and implemented a procedure to select a Pre-Architectural Programming firm for the new County Detention Facility. After an initial screening, a committee composed of represen- tatives of the Detention Facility Advisory Committee, the County Administrator's Office, the Sheriff-Coroner, and the Public Works Department conducted extensive interviews and research. Considering the recommendation of that committee and staff research, it is recommended that the Board of Supervisors approve the firm of Facility Sciences Corporation, 9100 Wilshire Boulevard, Beverly Hills, CA 90212, for the task of Pre-Architectural Programming, and authorize the Acting • Public Works Director to begin contract negotiation for the acquisition of necessary services. (TMF) Item 24. ADMINISTRATION BUILDING REMODELING - PHASE III - APPROVE CONTRACTS - Martinez Area It is recommended that the Board of Supervisors approve contracts for inspection services and authorize the Meting Public Works Director to execute the contracts for the Administration Building Remodeling - Phase III, 651 Pine Street, Martinez_ These contracts are effective May 25, 1976, and are with Messrs. J. M. Nelson and Robert G. Grady. Payment is provided for services in accordance with the standard rates, as indicated in the contracts. (RE: Work Order 5274) (B&G) A G_ S N D A Public Works Department Page 1'1 of 12 May 25, 1976 Item 25. BYRON FIRE PROTECTION DISTRICT - ADVERTISE FOR CONSTRUCTION BIDS - Byron Area It is recommended that the Board of Supervisors, -as ex officio the governing board of the Byron Fire Protection District, approve the plans and specifications and the construction cost estimate for the Metal Apparatus Building • to be constructed at First and Holway Streets, Byron, and direct its Clerk to advertise for construction bids to be received until 11:00 a.m. on June 22, 1976. Plans and specifications were prepared by the Public Works Department. The Engineer's estimate of cost is $8,000. The plans and specifications have been reviewed by the Byron Fire Protection District Commissioners. This project is considered exempt from Environmental Impact Report requirements as a Class 3e Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: Work Order 5483) (B&G) Item 26. ORINDA C014MUNITY CENTER PARK (COUNTY SERVICE AREA R=6) - PRASE 2A - ADVERTISE FOR CONSTRUCTION BIDS - Orinda Area It is recommended that the Board of Supervisors approve the plans and specifications and the construction cost estimate for Orinda Community Center Park (County Service Area R-6) , Phase 2A (Grading, irrigation and turf) , at 26 Orinda Way, Orinda, and direct its Clerk to .advertise for construction bids to be received until 11:00 a.m. on June 22, 1976. Plans and specifications were prepared by Roysten, Hanamoto, Beck and Abey, Landscape Architects, Mill Valley, California. The Landscape Architect's cost estimate for the base bids is $15,800. The plans and specifications have been reviewed by the R-6 Service Area Advisory Committee and the Public Works Department. This project is considered exempt from Environmental Impact Report requirements as a Class 4b Categorical Exemption under County guidelines. It is also recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: Work Order 5295) (B&G) Item 27. CONTIUN COSTA COUNTY WATER AGENCY 1. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. 2. 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 foniard any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. A G E N D_ A Public Uorks Department Page 12 of 12 May 25, _ 1976 Contracts, Agreements, or other documents approved by the Board this day are microfilmed with the order except in those instances where the clerk was not furnished with the documents prior to the time when the minutes were micro- filmed. In such cases, when the documents are received they will be placed in the appropriate file (to be microfilmed at a later time). ON26 In the Board of Supervisors • of Contra Costa County,' State of California May 25 . 19 _,7,6_- In the Matter of - Ordinance(s) Introduced. The following ordinance(s) Which amend(s) the Ordinance Code of Contra Costa County as indicated having been introduced, the Board by unanimous vote of the members present waives -fulli reading thereof and fixes June 1 , 1976 as the time for adoption of sable: Amends Section 413-3. 1208- to provide for deposits and charges and refunds , instead of fees, for plan checking and inspections in connection with health licenses _ PASSED by the Board on May 25, 1976 I hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness any hand and the Sea{ of the Board o= Supervisors affixed this 25th day 0. May ' 19 76 .L R. OL_SSON, Clerk Qj`Y'^�^-L-& Deputy Clerk h 23 12t�A :75tiA In the Board of Supervisors of Contra Costa County, State of California I-Tay 25 19L Z6 In the Matter of Ordinances) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordinance(s) is (are) adopted and the Clerk shall publish same as required by law. Ordinance Number Subject Newspaper 76-38 Rezoning land in The Valley Pioneer the Diablo area PASSED on _ Mav 25, 1976 by the following vote of the Board: Supervisors AYES NOES ABSENT J. P. Kenny X ( ) ( ) A. M. Dias X J. E. Moriarty X W. N. Boggess X E. A. Linscheid 1XI 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 25th day of May _ 19 76 J. R. OLSSON, Clerk • BY`=�j ��` �� Deputy Clerk N 24 1204 - IS-M Rona A:maftl 00028 tw- I In the Board of Supervisors of Contra Costa County, State of California As the Board of Directors of the Contra Costa County, E1 Sobrante, Moraga, Orinda and Riverview Fire Protection Districts Nay- 25e, . 19 75 In the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which amends) the Ordinance Code of Contra Costa County and was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordinances(s) is (are) adopted and the Clerk shall publish same as required by law. Ordinance Number Subject Newspaper 76-43 Grants 12 hours of overtime credit CONTRA .COSTA TIMES for month of June, 1976 to shift employees of certain county fire protection districts. PASSED on May 25, 1976 by the following vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny (X) ) A. M. Dias rXX J. E. Pioriarty (W. N. Boggess ) E. A. Linscheid )) ( ) ( ) 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this25th day of May 19 76 J. R. OLSSON, Clerk _ . Deputy Clerk H 24 12M . Irim• ne M. Net fe O W29 0 • In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Maher of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing b a true and correct spy of an order entered on the minutes of said Booof Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of affixed this 2 thday of Mag , 19Z6 nn J. R. OLSSON, Clerk sy LY Deputy Clerk Dorothy acDonald H--N3P6um 0030 POSITION ADJUSTMENT REQUEST flo: g091 Department C Co. Medical Services Budget Unit 540 Date 1/27/76 Action Requested: Establish class of Director for Human Development -Project, and reclassify Drug Education Service Assistant Pos #941-01 to that cl"roposed effective date: as soon as . Possible Explain why adjustment is needed: To correctly reflect the duties and responsibilities of this project position Ccntro Cos+a County Estimated cost of adjustment: R`eE1 - Amount: CJ C FE 3 18 070" 7 . lsries a�l wages: $ 2. Fredsegs: (ti6 t .i tents and cns.tl Gi iice of W County Az!rninistrcior $ �'�'� _. \yll�' Estimated total,�, $ �7 '"� Signature William R. Downey, II, Chief, Med.Admin.Scs. Department Head Initial Determination of County Administrator Date: riarch 10, 1976 To Civil Service: -; Request recommendation. i--' • ;,� �✓ ( � �%r.,.may,+ M Personnel Office and/or Civil Service Commission Date: May 18, 1976 Classification and Pay Recommendation AUocate the class of Director, Center for Human Development-Project. The above action can be accomplished by amending Resolution 75/592, Salary Schedule for Exempt Personnel, by adding Director, Center for Human Development-Project at Salary Level 467 (1531-1860). Can beeffective day following Board action. Con'rro Cosa CounV This class is exempt from overtime. RECEIVED filAY ( v •F'-J6 J . Oiiice of dundunty Administrator Assistant/Personn&r Director Recommendation of County Administrator Date: May 26, 1976 Amend Resolution No. 75/592 to add Director, Center for Human Development-Project at Salary Level 467 (1531-1860) , and reclassify Drug Education Service Assistant-Project, position no. 941-01, to Director, Center for Human Development-Project, effective June 1, 1976. -GuntyAch0hfstrator Action of the hAPPROED f Supervisors on djustment Date: �r1 AY i ?� jy R. OLO .Co r Clerk .,pry ig .rty C)srk APPROVAL o6 thin adjudbment conatitutea an Appnopti,attion Adju&trnent and Pmonnet Rc:ao.tuti.on Amejubw st. 00M In the Board of Supervisors of Contra Costa County, State of California May 25, . 19 76 in the Math of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on May 25, 1976. 1 hereby certify that the forepoinp is a true and cored copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of affixed this 2 tway of May , 1976 J. R. OLWON, Clerk By _ arc , Deputy Clerk DorothyfHadDonald f H-24 3/76 ISm 00032 i CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I- DEPARTMENT OR BUDGET UNIT COUMTS/ CLERK 240 RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. Jf3JECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Code Quantatvl Fuad Bud et Unit Ob4ect b Ace,. CR X IN 661 01 1003 2-40 1013 Ter.pvta.tu Satan.i.es w' 500 500 01 1003 240 1014 ove""t.iMe 9, 200 01 1003 240 1042 HAS -1- f44 9'40 01 1003 230 1040 ^et.i.emen.t 44-8' 9x 01 1005 046 1013 Tempo4aty Sata,ities $2,000 01 1003 046 2473 Speciat.ized Pn.in-t.ing �$- 1y, A�o 0 10 it l64 9To 1f7 11Wf- 'r-a#/fiz1pede',&Lc Z/) 7og PROOF _Co+�p._ 1-1(-P-_ _VER._ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY i nc eased 6.i.t i.ng votume, sick Leave and .injury teavee has requi&ed a continued use of -temponany Date Descr,pt.on cmptoyees and oven.t-i.me to maintain count mandated dead-Pines Jon ,tegat document paocess.ing. Su.*ptus S,aee.ia.t Etee-t.ion money is ava.itabZe since tack o4 contests eoneetted sevenat ptanned etections. APPROVED: SIGNATURES DATE AUDITOR- / � 1 CONTROLLER: v� "12� / COUNTY AI1►.11NISTRA70R: � ---rym BOARD OF SUPERVISORS JRDER- YES:SUPe dsW-- Iitntry. MS. Aiortartr, MAY 2 5 J. P, �. � COUl1TV CLERK 4-23-76 CL Title 9 Date j\ Approp.Adj. ( M 129 Rev. ::6S) � W Journal No. • .Srr Instructions inn Ret rr•xe Sidr0 r CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT 0 I" GEPARTMENT OR BUDGET UNIT COWJTV RECORDER 355 RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special Fund ACCOUNT Decrease OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Code Quontit ) BudoetUn+t Oe ect Sub-Acct. r CR X IN 66) 01 1003 355 1013 Tcnpowa.ty Satat•ies $3,600. 00 01 7003 355 10Y2 FORS 210. 00 01 1001) 046 2.165 Etect-ion 04iice,ts �� � $3, 810. 00 l JTil 1770 70 uhf ea /;;r PC/ RPvP H u TMTJ PROOF Comp.-_ _K_P__ _VER.- 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL Ttvtnavet due to •te.t,iAement, a vacant pe-tmanent ENTRY .,CS,t't01I ane{ ,iteness has ovetdtaton tempotaty Date Description aortoo.tiat•Con. vacant position money is tea a,as ,,'e•tted to reserve. Recotd.in_q vo.Zume continues •$+.o gtow. APPROVED: C' SI RES DATE COOT OLLER:COUNTY �ITOR— ' ��F�T� AWINIS ADMfNiSTRATOR: BOARD OF SUPERVISORS ORDER- YES: Super%j"rs i enar, blas, �!orlarty, 1�be�• Lisssa:l:.iS. �' MAY '? 5 19 NO:./�4?-, on J R. OLSSON wr. CLERK hr �' %� COUNTS/ RECORDER 4-27-76 t tvt t Signature Title B Date gpprop.Adj. ( M 129 Rev. 2r68) Deputy CZE( Journal No.See Instrrctioiss on Reverse Side Oi 034 I CONTRA STA COUNTY APPROPRIATION ADJUSTMENT 1 CEPARTMEN t CR BUDGE r UNIT public ;•jorkS RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT OWECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quantity Fund BudaetUnrt 0bect c.Acct. CR X IN 66) COTTUrY S MVICis JUM R-6 - ORIWA Ol 2753 2753-9970 1. .appropriable New revenue 11,650 ! I Reserve for Contingencies 112650 7712 026 2. Park Construction =I 24,000 027 3. Park Construction III 31000 003 Coosa Center Park 129046 J13 024 Boiler 3,304 PROOF _Co_mp. P_ . 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY 1. Increase budget for donation for construction received Date Des:r ptioz frost the Orinda Foundation acknowledged by the Board on 5/15/76. 2. <<.0. 5295 Appropriation for estimated construction of Phase II of Co= nlity Park. � f APPROVED: 7 IGNATU D TE 3. W.0. 5297 Preliminary engineering for Phase III of AUDITOR- f Cb=wnity Park. CONTROLLER: /t COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: 3tMenl2ws Ft-any. Dl&& Moriarty. NOS. r ... J. R. OLSSON, CLERK by 5/19/7 re Title // Dote �+ Cl Approp.Adi. ��I V� (M 129 REV. 2/75) kum Journal No. 1.�. Iwsfrwcliuros +r�rr Krt erse Si * CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I GEPARTUE!4T OR BUDGE UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Auditor-Control Card Special ACCOUNT 2. CBJ=CT OF EXPENSE OR FIXED ASSET ITEM Increase Code Quamitvl Fund $udeetUnit tab ect Sub.Acct. Decrease pptts� (CR X IN 66) 01 01 1003 011-7751 -8r Quantor Model Q310 345 01 -- 1003 011-2477 Education Supplies 345 PROOF �OltjJ _ iC_P, �'=R _ J- EXPLANATION OF REQUEST(if capital outlov, list items and cost of each) TOTAL ENTRY Microfiche Reader is needed by Data Processing Systems Programmers because change information Date c"`r,�,i�n on operating system software is supplied to us in microfiche form by IBM. APPROVED: SIGNATURES DATE AUDITOR— 1 �/�' CONTRDLLER LJ,F, MAY 1976 COUNTY .�.�c�=— 6 ADMINISTRATOR: B O A R D stip sii�otsR VSeOtttRi ,�u R�toriartT, YES: NO:. 'In `' :i t S n J. R. MSSON, CLERK by "': ----Office Sery. Mar, 5-13-76 Cwrviuly rkCYeV Sr azure Title ? Date pvrop.Adj. (M 129 REV. 2/75) Journal No. ' 1're lrtstrucliurts air 1�'et erseOOW6 A A W CONTRA COSTA COUNTY 0 APPROPRIATION ADJUSTMENT uEPAPTME*IT OR 6UDOEf UNIT Public i orks RESERVED FOR AUDITOR-CONTROLLER'S VSE Card Spectol ACCOUNT ' C3JECT OF EXPENSE OR FIXED ASSET ITEM` Decrease Increase Code Qvanut 1 Fund Budget Unit Object Sb.Acct_ CR X IN 66) SEM!T ROAD COtCTRiJCTZM Ol 1003 661-76.00 210 1. C.,rqu:inez Scene Drive 6,000 287 2. San Pablo Dam Road 500 302 3. Cz=i.no Pablo RSI 700 307 4. Rheen Blvd 1,000 349 5. Boulevard stay 500 512 6. Danville Blvd 3,500 550 7. Bishop Ranch AD 21,500 574 8. Empire Avenue 2,000 937 19 2. Slide Repair 62500 994 3, 41 51 6, o Land Development Eng 12,200 495 9. Design Engineering 6,500 -9fffV7 S. Frontage Improvements 20000 547 Diablo Road 44,528 552 . Diablo Road 20,000 IMJOR RWtJD CIMIG LIMON 6 550 7, Bishop Ranch AD 21500 995 0. Design Engineering 12000 i 994 0. L=d Development Eng 1V000 i f la.JM I GID BETTER!tFr'•TtS: 666 103 . Hazel Avenue _ 69300 994 11. Betterments 6,300 BRIDGE tL"►INTENANC,E } 671- 319Rollingwood Sts 249528 PROOF _ t_P; ffl. • EXPLANATION OF REQUEST( If capital outlay, fist items and cost of each) TOTAL - -- t.O. 5823 To cover additional costs for slide repair ENTRY 1.3 miles w/o 0201 Terminal. Date 2. S .G. 5847 Prelininary engineering to investigate slide at :station 253. 3. SI.0. 4508 RIS, services to sell excess property at Orinda Village Shopping Center. 4. ;..0. 43'32 M.' acquisition for widening Star St & Ruby St. s. W.C. 4387 RSI land exchange Blvd Way at Kinney Dr. APPROVED: SIGNATURES DATE 6• 1.I.0. 4108 Preliminary engineering for future centerline AUDITOR- (� in the MAmo-Danville area. CONTROLLER: ` MAY 19 '� 7. .I.0. 4228 RSF appraisal & eng -� San Ramon AD 1973-3 ;� f'� (County obligation) reclassify to minor road. COUNTY " COUN ISTRATOR: f4l M a S. •0. 4259 Preliminary engineerin;; for reconstruction ADMIbetween Cypress and Oakley. BOARD OF SUPERVISORS ORDER: 9. ::.0. 4302, 4806 Curb grade design £c miscellaneous YES:tSuprst4aors he=y. vias. Morar^ . engineerinC on select roads. , ,, yti Ltela 10. 4807 Miscell arw_eus road design on minor roads. 11. 0. 6090 Excavate t install 320' IPA from 6401-6431 1 Hazel Avenue. NO:. 7 ;'� 12. -.G. 4154 o:astruc:ion, widening, overlay 1-680 to e. J. R. OLSSON. CLERK =,r ' ':L: � _re ` Approp.Adj. V / (M 129 REV. 2/75) Clefk • �.. IN+�trrwrttuu� "rr )irt rrsr Si loom Journal No. • CONTRA COSTA COUNTY APPROPMA170N ADJUSTMENT r CEPARTuENT OR BUDGET UNIT Public ::;arks RESERVED FOR AUDITOR-CONTROLLER'S USE Coed Special ACCOUNT ?. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Fund Decrease CR X IN 66) Code Quantity l BudcetUnit Ob ect Su la.Acct. Q,2_VE M10 DRA,"[, E FACILITIES 01 1111 120.7700 606 1. R1 Olive Dr F= 605 112000 1111 120-7712 605 1. O1iv'e Dr Drain to 606 11,000 PLUM ACQBLS3"TI A GARAGES 1003 119--7712 508 2. Pump !;0=1es Yards 165- 7710 704 3. Gfsnerator Shell Garage 195 ?712 804 Underground tanks » Rich 360 PROOF _'"� _ _ _P, _`»yER• 3. EXPLANATION OF REQUEST( If capital outlay, list items and cost of each) TOTAL ENTRY 1. N.C. 8521 Additional right of pray funds for storm drain Date Lrsce+pt on project south of Concord Blvd. ;. Cover estimated costs to complete installation. APPROVED: SIGNATURES CATE AUDI TOR— C )• 1 CONTROLLER: COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: auperVtMxs 1'` y' rl'&%' ucls. � .1 MAY ., NO:. Acting Public corks Director 5/19/76 J. R. OLSSDN. CLERIC ty , rf' • --�•. Title Date Approp.Adj. f Deputy Clerk / W Journal (M 129 REV. 2/75} • i raa rrarreactirrus hrr ua rrsr Sidr0VV I ' "1 CONTRA COSTA COUNTY APPROPWATIOM ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Health RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. 06JECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Cadc Quantic } Fund Bud etUnst 06ect Sub.Acct. tCR X IN 661 01 1043 4SO-7754 046 Tran. tp 410 7754 017 78 1 1 1 1 048 , i I 1,445 s 047 *Microscope 1,523 PROOF Corot,,_ X.P. VER._ 3. EXPLANATION OF REQUEST(11 capital outtaY,list items and cost of each) TOTAL -_ V -1 _ ENTRY To transfer appropriations to accomplish the Date Ocscr,pt,on purchase of a microscope with dual Viewing bridge. As above APPROVED: SIGNATURES DATE AUDITOR CONTROLLER: COUNTY cl ?6 ADMINISTRATOR: •�. BOARD OF SUPERVISORS ORDER: YES: supers'w" Kenny. Ptag maxum}. �ir�t 1�uzxli+�1• TRAY 7 , p J. R. OLSSON CLERK = �T l tuiw .�CrL7. 1`i 7 it" OI Sig„ ,r Title Dote Approp.Ad{ 5311. Putt elk Jaurnot No: ( M 129 Rev. 2:b6) •Ser lostracltons on Reverse Sid �- r �1 0 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNITI�, (`` RESERVED FOR AUDITOR-CONTROLLER'S USE r'�eCt ECG�„l races Cord Special Fund ACCOUNT ?. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Code Quantity) BudoetUnit Object SUE.Acct. (CR X IN 66) 01 1003 108-7710 S40 Building Alterations $950.00 01 1003 540-2281 Maintenance of Building $950.00 PROOF _Comp_._ !C P_ VER._ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY To provide funds to permit installation of a 3/16" D°" Dei"'p"°" thick steel plate to line the exterior walls of the hospital drug storage room. APPROVED: SIGN RES DATE AUDITOR— CONTROLLER: ' COUNTY ADMINISTRATOR: BOARD pD SUtERVISORS ORDER: YES: s�pert wrs ICenn3•, Dian, blnriartt. MAY -: ," h NO:. �u + . r •. �Z Medical Services J. R. OLSSON CLERK cam�,,.,� �`� /'(�•� Administrator 5/7/76 bv Maryaig ,. SAgnature Title 5310 Date William R. Downey. Z1 00040 Approp.Adj.t M1?9 Rev. 2.6S) �FutY Cl-,k Journal No. %r.• lastructious ud Res erse Sid CONTRA COSTA COUNTY MEDICAL SERVICES 2500 Alhambra Avenue Martinez, California To: Arthur G. Will Date: May 7, 1976 County Administrator William R- I From: Administrator Subject: Appropriation Adjustment C. L. van Harter, Dire. - Haman Resources Aaencv The attached appropriation adjustment is to request the approval of an increase in budget unit 108-7710 with an equal decrease in budget unit 540-2281 in the amount of $950.00. Funds are needed in 108-7710 to permit installation of a 3/16' thick steel plate to line the exterior walls of the drug storage room. This proposed work is extremely sensitive since it concerns the security of the hospital narcotic and alcohol supplies. WRD:WT:mbh Attachment c cc: Auditor-Controller �x O M z a C3 a. CL nr►o ev < R; 01 A-50 5M 11/75 E, CONTRA COSTA COUNTY Af'PROi'RtA710N ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT Eastern Fire Protection District RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Code OuontiDecrease t ) Fund Sud tthut Ob ect Sub.Acct. I CR X IN 66) 01 2013 2013 1013 Temporary Salaries 50Q 01 2013 2013 2276 For Temporary Salaries S00 PROOF _ _ __ _K_P._ _VER._ 3 EXPLANATION OF REWEST(If capital outlay, list items and cost of each) TOTAL ENTRY Date Desctiption To provide for anticipated temporary salaries As above APPROVED: I FTUR E I *.e AUDITOR— / CONTROLLER: COUNTY ADMINISTRATOR: � 7 BOARD OF SUPERVISORS ORDER: YES; Super%lsors Kenny. Pia. Motiarty. Uoo"t-Az, I.Ans.11tltl. NO:. �.kY7t-C- on 5 is / J. R. OLSSON CLERK tr �y1 r M raig Site Title Dote 00042 AppraplAd;. �, 3k M 124 Rev. 2.6S) �PJ`yr �fe Journal No.See Instructions on Reverse Sid s t i IN THE BOARD OF SUPER. OF CONTRA COS'T'A COUNTY, .STATE Off' CALIFORNIA In the Fatter of Changes ) RESOLUTION K0. 76/441, of the Assessment Roll ) of Contra Costa County ) ) IfIfEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW,j WERIMPORE, BE IT RESOL VM) that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975 - 2976 It has been ascertained from the assessment roll and from psners in the Assessorls Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue And Taxation Code, the folloAng defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 1,986 and 5096 of the Revenue and Taxation Code, the assessee may file a claim for cancellation or refund: Code GIOC4 - Assessment No. 0261, boat CF 6260 FA is erron- eously assesses? to Howard L. Fertedo, assessed value .$460. Since this boat was dest"yed prior to the lien date, this assessment should be corrected to zero value. FURTHER, for the 19741-75 fiscal year: Gide 01000 - Assessment No. 02710 boat CF 6260 FA is erron- eously assessed to Howard L. Fertado, assessed value $500. Since this boat was destroyed nrio- to the lien date, this assessment should be corrected to zero value. I hereby consent to the above changes and/or corrections: J0191 B. MAiTS._,i'1 CounCoun-el 01 NZ R. 0. Seaton epu Assistant Assessor Adopted by the Board on__,P4 QY 2_ 1976.M� cc: Assessor (Giese) Auditor Tax Collector RESOLUTI011 210. 76/444 Page 1 of 1 1 ^�1 IN THE BOARD OF SUPERVISORS OF - CONTRA COSTA COUNTY, STATE OP CALIFORNIA In the matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 76/445 ) WHEREAS, the County Assessor having filed with this Board requests for addition of escape assessments; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments I For the Fiscal Year 1976-77 It has been ascertained from records in the Assessorts Office that the following homeowner's ex3mr tion claims were erroneously allowed. Therefore, escape assessments should be entered on the assessment roll pursuant to Section 531.1 of the Revenue and Taxation Cade. Interest on taxes should be added pursuant to Section 506 of the Revenue and Taxation Code. The assesseea have been notified. For the 1975-76 Fiscal Year: i Parcel Number Tax Rate area. Remove Assessee 015-09-0---00-T--2 7200217 0 "If:ORV, Georgc L. & Wilma L. 112-021-001-6 02002 $1750 CARTK-P ., James W. & Ophelia 116-235-002-6 02001 $175C 1+3RT---11SEH, Ned S. &. Patricia P. 120-261-034-9 02011 $1750 LEFIY, John G. R: Steffi 140-34P-001-9 09036 $1750 ELLIOTT, Robort M. & Eileen 155-094-015-7 05011 1750 PETERSON, Benjamin & Genevieve 256-172-003-4 15002 1750 CHURCH, Robert H. & Sally 3. 258-141-005-0 15002 • 1750 STRATTAII, William V. & Janis J. 500--340-013-1 03000 1750 LEVY, Herbert M. 1 501- 00-030-0 0300+ 1750 MORGAN, Jack Y. & Akiko Y. 527-051-012-5 08037 1750 G;L , Rollie 3. 538-012-00lr-7 08+001 1750 Atchison Village Mutual homes c/o ADAIR, L URIL'GE & ADAIR L. 538-012--004-7 08001 $1750 Atchison Village Mutual Homes c/o W3ROSE, Kay 503,9-001'2-004-7 08an $1750 Atchison Village Mutual Homes c/o AND!'?RSON, CfLESTER & LOLETA 538-012-001;-7 08001 $1750 Atchison Village Mutual Homes c/o GNTROPIY, Walter & Daisy 538-013-004-7 08001 $1750 Atchison Village Mutual Homes c/o CARPENTER, John & Beatrice 538--012-004-7 08001 $1770 Atchison Village Mutual :domes C/o CU*ATFF, Ozia E. 538-012-001z-7 08001 $1750 Atchison Village Mutual Homes c/o DaVIS, C. S. & OBERH_4MSLI, Glen W. R. 0. SEATON, Assistant Assessor Page l of 2 RESOLUTION, 110. 76/445 00044 s Parcel Number Tax Rate Area Remove Assesses 538-012-004-7 08001 $1750 Atchison Village 16itual Homes c/o DOLLAR, Lillian P. 538-012-004-7 08001 $1750 Atchison Village Mutual Homes c/o .HALE, Jack L. & Alma 538-012-004--7 08001 $1750 Atchison Village Mutual Homes e% F.AXMONS, Belk E. & Claudine 538-012-004-7 08001 $1750 Atchison Village Mutual Homes c/o HERNANDEZ, Alb-rt J; 538-012-004-7 08001 $1750 Atchison Village Mutual Homes c/o H.ENDERSON, Odis•A. & Opal 538-012-004-7 080x1 $1750 Atchison Village Mutual Homes c/o JOBE, Evelyn 538-012-001,-7 08001 $1750 Atchison Village Mutual Homes 8-012--00 c/o LUDO, Mary . 53 4-7 08001 $1750 Atchison Village Mutual Homes c/o MARTINEZ, Frances 538-012-004-7 08001 $1750 Atchison Village Mutual Homes c/o MARTINEZ, Joseph E. 538-012--001 -7 08001 $1750 Atchison Village Mutual Homes c/o PHILLIPS, Vera & Lloyd 538-012-004.7 08001 $1750 Atchison Village Mutual Homes c/o POWELL, Brown & Grace 538--01?-,004«•7 08001 $1750 Atchison Village Mutual Homes c/o STIPE, Leans J. 538-012-004-7 08001 $1750 Atchison Village Mutual Homes c/o TAYLOR, Lillie & Snedeker M. 540-230-005-6 08001 $1750 HOLrES, Frank & Lenora A. I hereby consent to the above changes and/or corrections:. R. 0. SE.ATON, Assistant Assessor JOHN B. CLAUSEN, County Counsel t/5-13-76 Copy to: Assessor (Rodgers) By Auditor ' Deputy Tax Collector Adopted by the Board am MAY-2-5-19- Page AY-2-519Z�......... • s F t i t r s ` f Page 2 of 2 . RESOLUTION NO. 76/445 _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION N0. 76/446 WHMMS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THERE-'ORL, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, thiarefore, pursuant to Revenue and Taxation Code Section 4831, the following defects in description and/or form and clerical errors of the Assessor on the roll should be corrected. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption pena?ty, interast, or redemption fee heretofore or hereafter attached due to such error should be canceled as it was impossible to complete valid procedures initiated prior to the delinquency date upon the showing that payment of the corrected or additional amount was made within 30 days from the-date the correction is entered on the roll or abstract record. For the Fiscal Year 1974-75 on Paresl No. 095-101-001-6, Tax mate Area 86003, assessed to GIEG, FURL V., the homeowner's exemption was erroneously removed by Board Resolution No. 76/170 on February 24, 1976. The hexeowner's exemption should be reapplied in the amount of $1,750. I hereby consent to the above changes and/or corrections.- R. orrections.R. 0. SEATON, Assistant Assessor JOHN B. CLAUSEN, County Counsel t/5-6-76 Copy to. Assessor (Rodgers) By X%11164114e, Auditor e Tax Collector Adopted by the Beard on__-MAY_?,.Zj_j97.F_._ , � Page I of 1 t RESOLUTIon vo. 76/446 t i IN THE BOARD OP burEHVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of- Contra Costa County ) RESOLUTION N0. 76/447 ) WHEREAS, the County Assessor having filed with•'this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW* TI.-MM-FORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1975-76 It has been determined that the following properties would have qualified for an exemption pursuant to Article XIII, Section k(b), o#' the State Constitution. Since the properties were acquired after the beginning of the fiscal year but would have qualified for the exemption had they been owned by the organization on the lien date, any tax or penalty or interest shall be canceled or refunded pursuant to Section 271(a)(3) of the Revenue and Taxation Code. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be canceled. On Parcel No. 183-310-020-7, Tax Rate Area 09000, VALLEY BAPTIST CHURCH, c/o J VISH WELFARE FEDERATION would have qualified for an exemz:ion in the amount of $52,500 had the organization been in existence on the lien date. The property became qualified for a pro-rata exemption on October 17, 1975. Therefore, the auditor shall make the appropriate adjustment to the roll. The exemption of $19,085 allowed by Board Resolution No. 76/136 on March 2, 1976, shall be removed. On Parcel Ho. 360-332-023-9, Tax Rate Area 06002, SIT VERCREEK, CLUB, INC. , c/o YOUNG iii tS CHRISTIAN ASSOCIATION OF irr ST C014TR'1 COSTA COUNTY would have qualified for an exemption of $29,125 had the organization been in existence on the lien date. The property became qualified for a pro-rata exemption on December 2, 1975. There- fore, the auditor shall make the appropriate adjustment to the roll. I hereby consent to the above j changes and/or corrections: R. 0. SEATON, Assistant Assessor JOHN B. CLAUSEN, County Counsel t/5-12'-76 Copy to: Azsossor (Rodgers) //'14 8y r' � AL_" Auditor YOOV Tax Collector fdAY 2;) 1975 Adoptzd by the Board ori___._._.__._..__............... Page 1 of 1 R 30LUTL IO r0. ,,-A47 &W7 a\ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION N0. 76/448 WHEREAS, the Counts Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and ghat should have been assessed; and, therefore, pursuant to Revenue and Taxation Code Section 4331, the following defects in description and/or form and clerical errors of the Assessor on the roll should be corrected. Further, in accordance with Section 4.985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be canceled. On Parcel No. 171-040-028-2, Tax Rate Area 09045;, UNITY CENTER OF WALNUT CREEK should be allowed an exemption of $44,815 in accordance with amended findings of the State Board of Equalization. The exemption of $32,055 now on the roll should be removed. I horeby consent to the above changes and/or corrections: R. 0. SEATON, Assistant Assessor JOHN B. CLAUSEI'I, County Counsel tis-��-76 Copy to: Assessor (Rodgers) Auditor By Tax Collector I}opu y Adopted by the Board on_-_.MAY_15JUfi ,.,,. - 4 t. Page 1 of 1 RESOLUTI0I1 NO. 76/448 TNI IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 76/449 WHEREAS, the County Assessor having filed with this Board. requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1973-74 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 of the Revenue and Taxation Code, the assessee may file a claim for cancellation or refund. Code 98012 - Assessment No. 2062, Howard Scott, D. R. DeLuca, and F. J. Cook are assessed for Personal Property with assessed valuation of $2,150, less business inventory exemption in amount of $846. Documentary evidence shows that Frank J. Cook had with- drawn from the partnership before the lien date and ceased to be associated in the carrying on of the business; therefore, F. J. Cook's name should be removed from this assessment, no change in values. I hereby consent to the above ' changes and/or corrections: U. SEATON, Ass1t. Assessor JOHN B. CLAUSEN, County Counsel By . Deputy Adopted by tha Board cc: Assessor (G. Giese) ' Auditor Tax Collector t 5/12/76 Page 1 of 1 RESOLUTION 110. 76/449 IN THE BOARD OF SUPERVISORS OF ' CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the latter of Changes ) RESOLUTION NO. 76/450 of the Assessment Roll ) of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board reouests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, WMEFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975 - 1976 It has been ascertained from the assessment roll and from papers in the Assessor's Office mat was intended and what should have been assessed; and, therefore, pursuant to Section 1831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 of the Revenue and Taxation Code, the assessee may file a claim for cancellation or refund: Code 65001 - Assessment No. 0018, boat CF 5332 C.T is erron- eously assessed to Gerald C. Cooley, assessed value $490, Since the situs of this boat has been determined to be Humboldt County where it has been assessed for 1975-76, this assessment should be corrected to zero value. Code 82038 - Assessment No. 1300, boat CF IJ003 AJ is erron- eously assessed to Fredrick M. Shane, assessed value $220. SinrA this boat was sold prior to the lien date, this assessment should be corrected to zero value. Code 85127 - Assessment No. GCO3, boat CF 8728 CIS is erron- eously assessed to James P. Beavers, assessed value *280, Since this boat Was sold prior to the lien date, this assessment should be corrected to zero value. Code 79111 - Assessment No. A2370, aircraft #17 2 W is erroneously assessed to John Schipani, assessed value 72,500. Since the situs o3' this airc-nft has been determined to be Alameda County where it has been assessed for 1975-76, this assessment should be corrected to zero value. 4616� R. 6. Se9ton Assistant Assessor cc: Assessor (Giese) Auditor Tax Collector Page 1 of 2 RESOLUTIOR NO. 76/450 FU TH-Gat, for the 1974-75 fi scal year: Code 79111 - Assessment No. A2282, aircraft #1732 *f is erroneously assessed to John Schipani, assessed value $70,000. Since the situs of this aircraft has been determined to be Alameda County where it has been assessed for 1974-75, this assessment should be corrected to zero value. Code 79211 - Assessment No. A21611, aircraft x`8195 U is erroneously assessed to Melvin Hockaday, assessed value $6,500. Since this aircraft was sold and moved out of state prior to the lien date, this assessment should be corrected to zero value. FURTHER, for the 1973-74 fiscal year: Code 79111 - Assessment No. A2431, aircraft #1732 11 is erroneously assessed to John Schipani, assessed value $70,000. Since the situs of this aircraft has been determined to be Alameda County where it has been assessed for 1973-74, this assessment should be corrected to zero value. I hereby consent to the above changes and/or corrections: JOHN B. CLAUSE@F County Counsel h R. 0. Seaton Deputy Assistant Assessor Adopted by the Board on.. 2Z.J9.M ...., t r RESOLUTION NO. 76/450 Page 2 of 2 � r BOARD OF SUPERVISORS OF COMM COSTA COUNW, CALZFtMA Re: Cancel Delinquent Penalties, etc. ) on 1975-76 Secured Assessment Roll. ) RESOLUTIM W- 76/4,51 TAX COM M70RIS ?REND: 1. Parcel Ho. 017-220-005-7-01. Das to clerical error payment received was not applied to the applicable tax bill resulting in penalty and cost ' attaching to the second installment. I now request cancellation of the 6% delinquent penalty, cost, redemption penalties and fee heretofore or herr- after.accrued, pursuant to Revenue and Taxation Code Sections 4986(1)(b) and 4985. 2. Parcel No. 273-063-051-o-00. Due to clerical error payments received were not applied to the applicable tax bills resulting in penalties and cost attaching to both. installments. I now request cancellation of the 6% delinquent penalties, cost, redemption penalties and fee heretofore or hereafter accrued, pursuant to Revenue and Taxation Code Sections 4986(1)(b) and 4985. Dated: Yhy 12, 1976 WARD W. LEAL, Tax Collector I consent to these cancellations. JOHN! B. C1RMEN, County Counsel 5v: C Asst. By: �tY x x x x x x x x-x-x-x-x-x x x x-x-x-x x x x-x-x x-x-x-x-x-x-x x-x-x x x;A x-x-x x BOARDIS ORDER: Pursuant to the above statutes, and showing that these uncollected penalties and costs attached because of error, the Auditor is ORERED to CPM CM them. P.4SSED ON MAY 25 1976 by unanimous vote to Supervisors present. - 1 APL:3am cc: County Auditor County Tax Collector RESOUrriaz NO. 76/451 O(M ,\ v BOARD OF SUMVISORS OF CONTRA COSTA COUNTro CdLIFOEMIA Re: Cancel Delinqusat Penalties,, etc. ) on 1975-76 Secured Assessmeat P.oll. ) RFsowrlox"iso. 76/4,52 . y TAX COWZCTORIS KD O: 1. Parcel No. 431-010-005-4-00. I have established by satisfactory proof that remittance to cover payment of the second installment of taxes was deposited in the United States mails properly addressed with postage prepaid, but vas not timely received, resulting in delirnuent penalty and cost being charged thereto. Having received payment, I now request cancellation of the 6% delinquent penalty, cost, redemption penalties and fee heretofore or hereafter accrued after the remittance was mailed, pursuant to Reveaue and Taxation Code Sections 2512 and 4985. 2. Parcel No. 140-2:0-011-1-00. Due to inability to complete valid procedures prior to the delinquent date, penalty and cost have attached to the second installment. Having received payment, I now request cancellation of the 6% delinquent penalty, costs redemption penalties and fee heretofore to hereafter accrueds pursuant to Revenue and Taxation Code Section 4935. Dated: May 192 1976 EDWARD W. LEiL, Tax Collector I consent to these cancellations. SOHx B. CUUSE'ii, County Counsel By: 9 Asst. By , Deputy �'►X�Y X X�i X�w�']C-1C�Xt:�7C�7C X�rX�T.�—X�X�X XIX X X�»X 7G�X�x —'SAX 7L^.{�7C XIX—»�]G�X�X�X BO:IRDIS ORDM: Pursuant to the above statutes, And to the above satisfactory proof, and showing that these uncollected delinquent penalties and costs attached because of inability to complete valid procedures prior to the delinquent date, the Auditor is ORDE M to CANCEL them. PASSED O:J IM AY 2 i 197E a by unan nw,= vote of Supervisors present. AFL-.Jam cc: County Auditor County Tax Collector ou w no. 76/452 Q r BOARD OFSUF.s3VISOc�S OF CONTIU COSTA COUNTY, CAT YM FA Re: Cancel Delinquent Penalties, etc. oa. 1975 76 Secured Assessment Roll, j R�OLUTI�i NO- 76/453 TAX COIZCTCRIS I=: 1. I have established by satisfactory proof that remittance to cover payments of the second installments of takes for the below listed parcel nuabers was deposited in the United States mails properly addressed with postage prepaid, but was not timely received, resulting in delinquent penalties and costs being charged thereto. Having received payments I now request cancellation of the 6% delinquent penalties, costs, redegption penalties and fees heretofore or hereafter accrued after the remittance was maileds pursuant to Revenue and - Taxation Code Sections 2512 and 4985. 063-071-023-2-W ORBS-195-004-1-00 06e3_195-004-2-00 088-195-010-9-00 Dated: May 199 1976 EUM W. LUL, Tax Collector I consent to these cancellations. JOHN B. CIAUSEMs County Counsel IL By; Deploy .1�.i ✓" '- �i , Dep Asst. �►X X�x S x��x x x�x X x X��X�Y�Y�r��X��x x�x�x xl�X�x��x�x�X X���� 13MRMIS 0.� : Pursuant to the above statutes, and to the above satisfactory proof, the Auditor is O:tUM to CUG L the 6% deUmusnt penalties, costs,, redemption penalties and fees heretofore or hereafter accrued. PASSED ON M Y 2-z) 19'176 by manimous vote of Supervisors present. y e i • 3 t A L:jam cc: County Auditor County Tax Collector FtESOLUTZOd( aro. 76/453 Q(MI SIN BOaD Or SUMMORS OF CUM COSTA COMTY, CUVOMFIA. Re: Cancel Delinquent Penalty, etc. ) on 1975-76 Secured Assessment Roll. ) RESOLBTFOH NO. 76/454 TAX COMMORtS moo- 1. parcel h'o. 246-050-033-3. Due to clerical error, payment received was not applied to the applicable tax bill, resulting in penalty and cost attaching to the second installment. Having received payment, I now request cancellation of the 6% delinquent penalty, cost, redaaption penalty and fee heretofore or hereafter accrue3, pursuant to Revenue and Taxation Code Sections 4986(l)(b) and 4985. Dated: i.%y 17, 1976 EDW;3D W. IM, Tax Collector I consent to this cancellation. JOWI B. =USE i, County Counsel : l' � ,- �S_�_�__. Asst. By: , Deputy. xxx�cxxsx�xxxx-x-xxxxxxxxxzxxzxxxxxx�xxx�1•t-�cx BO RDIS ORDS:. Pursuant to the above statutes, and showing that tbis,uncollected delinquent penalty and cost attached because of clerical error, the Auditor is ORD=- to CSI M the above mentioned penalty and cost. P:►SSB ON 14 AY 2 5 197E , by unanimous vote of Supervisors present. { 4 AFL:jaai cc: County Auditor County Tax Collector r,ESOLtiYZCN NO- 76/454 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Conflict-of-Interest Codes, ) Adoption by Local Agencies ) _ RESOLUTION N0. '76/ 455 per Gov. C. 5587300 ff. ) Resolution No. 7613172 adopted by this Board on April 13, 19762 which designated those local agencies required to submit Conflict 'of, Interest Codes to this Board for review by July 31, 1976s is hereby amended as follows: Section CO Ma) : DELETE Byron-Bethany Irrigation District, on account of its being a multi-county district whose reviewing body is the Fair Political Practices Commission. PASSED on Nay 25 , 1976, unanimously by the Supervisors present. cc: Byron-Bethany Irrigation District County Counsel County Administrator RESOLUTION NO. 76/455 ... - .w., .ewt.:!h• .',,.. ......,....,....r..'us7wrnrsre'+•,a.. ,a.,.''" s.. .► ;�-.• �*.'� l.��- "r'yz;�,-1►_ �`,<_,�i" ',•SK y�,•'�I ��:;• •'Y �—..�.ti '• '�',�y -�'1 . ^M•y ` w ►.�. ,..'J"'.F .7K ►{• .v-_.J =_ '+. �„' l.+tit w +- 7 t�''.w�� i r .• '► -S C ''! � �- 1 •fix`"••��S,n�"'�s.'►1i�J�� - .�x't ' �•i 4 r^�'-C7i ryf,?'.L'.� .,v'1y y /r':1cY � '> -w��dZ'T�'i' �Y �.! �+fl�s'4►� � }� .iii .. d��s�' �.� j 'G' Y F}e' e Yw rte• ,wi-r�q.,'«.F:l:*u?'✓!. ti �, ,a c. lar t ' •.e•...i� w 'L,� t► wS r�.Y. is .:.� . r• .w Kf r . .�� �::''R"a+. :r:rlk��l��+�sza.-+� 7�-,a r a3:� ..!:� �� "+..:• .i. ,^t✓ c- ^7 4' Y. IN THE BOARD OF SUPERVISORS OF a ; CONTRA COSTA COUNTY, STATE OF CALIFORNIA - in the Matter of Welcoming ) President Gerald R. Ford. ) RESOLUTION NO. 76/456 WHEREAS President Gerald R. Ford will visit Contra Costa County, California, on Tuesday, May 25, - 1976; and WHEREAS the President represents all the people of the United States although citizens indi- vidually are of different political parties and hold varying views on political and economic matters and on foreign affairs; and WHEREAS a Presidential visit is an honor for Contra Costa County and for the City of Walnut Creek; and WHEREAS this Board, representing all the citizens of the County, will this day greet President Ford; NOW THEREFORE, BE IT RESOLVED that on behalf of all residents this Board hereby WELCOMES President Gerald R. Ford to Contra Costa County, " California. PASSED and ADOPTED by the Board on May 25, 1976, by the following vote: AYES: Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid., J. P. Kenny. NOES: None. ABSENT: None. cc: County Administrator . 0057 RESOLUTION NO. 761456 IN THE BOARD OF SUPERVISORS OF - CONTRA COSTA COUNTY, STATE OF CALIFORNIA - In the Matter of ) - Expression of ) RESOLUTION NO. 76/457 Sympathy. ) WHEREAS the hearts of Contra Costa County residents go out to the families and friends of the victims of the tragic• bus accident in Martinez, Friday, May 21; and WHEREAS the involvement of many hundreds of county residents in rescue operations and other forms of assistance has intensified our personal sorrow for the injured and dead; and WHEREAS we would wish to make a personal gesture to express our deepest feelings of concern and sympathy for the victims, their families and the community of Yuba City; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA RESOLVED that the flags of all county buildings in Contra Costa County shall be flown at half mast through Friday, May 28, in honor of those who lost their lives in this catastrophic event. PASSED by the Board on May 25, 1976. cc: City Council of Yuba City Sutter County Board of Supervisors Yuba City Unified School District Yuba City High School City of Martinez Public Works Director Building Maintenance County Administrator RESOLUTION N0. 76/457 0910-W- IN THE BOARD OF SUPERVISORS . 5 OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA - As Ex-Officio the Governing Board of Byron Fire Protection District In the Matter of Approving Plans ) and Specifications for Metal Apparatus Building at Byron Fire RESOLUTION N0, 76/458 Protection District, Byron. (Work Order No. 5483) . WHEREAS Plans and Specifications and the cost estimate of $8,000 for Ketal Apparatus Building to be constructed at the Byron Fire Protection District, Byron, have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minima= rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class 3E Categorical Exemption under the County Guidelines, and this Board concurs and so finds, and the Planning Director shall file a Notice of Ex tion with the County Clerk. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 22, 1976 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 Brentwood News. PASSED and ADOPTED by the Board on May 25, 1976. Originator: P. W. Dept. (Buildings & Grounds) - cc: Public Works Department (3) County Auditor-Controller County Administrator Byron Fire Protection District Planning Director RESOLUTION No. 76/458 UU069 is idder 'DIVISION C. PROPOSAL (Bid corm) BIDS WILL BE RECEIVED UNTIL 22nd day o f 'JNW*, 1976 at 11.:00 a.in. , in Room 103, Administration Building, Martinez, California, 94553. t (A) TO THE HONOILhUIX BOARD OF SUPERVISORS OF COI.TRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, -transportation, and services for Constructing the Metal Annaratus Fac;?itv, Enron Fire Protection , District. 1st & iialc: St. , Byron. California in strict caniormity with the ela ns, Spec iiiic:�ticns, and o:. er con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following sim s; namely: BASE RID: . Shall include all of the work •for the construction and com- pletion of all facilities therein, but not including any of the work - in the following Alternatbs: For the sum of:' f:' - r r Dollars ($ ) ALTERNATES: � ,l. ALTER%14TE NO. 1: deducted from State the amount to be ­-3/to the Base Bid for the Providing galvanized metal roof. i Deduct Add the sum oi: Dollars ($ E - '•s - f (B) It is understood that this bid is based upon completion of the work 'within Sixty 60)- calendar days from and after the date of commencement. , • AAkrofilmed with board order '• It is understood, with due -allowances made for unavoidable delays, that if the: Contractor should fail to complete the. work of-the contract within the stipulated dune, then, he shall be liable to .the Owner in the amount of Twenty Five & no/100ths 25.00, per calendar day for each clay szid work re.-mains uncompleted beyond the time for cowpletion, as and for liq- • undated da•:tages and not as a penalty, it beim; agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (A) The undersigned has examined the location of -the proposed work and is familiar with the Plans, -Specifications and other contract do--uments and the local conditions at the place where the work .is to be done. (E) The undersigned has checked carefully all of the above figures and tuiderst:ands that the Doard of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- t signed in making up this bid. •• s 0(01 DIVISION E. MOPOSAL (Did Fora) OWL. LIST OF S'90cr..—Mc ORS- (As requlrcd by SECTIO:; 12 - -SURCOMMACTOBS TO BE LISTED IN BID - SLBSTITMON OF SUBO WITACI-ORS". paragraphs (A), (B), and (C), of lastructioo to Sidders). Portion of work Name Place of Business Rev. 12/72 -13- WU04 SPECIFIU&TIO::S FOR METAL APPARATUS BUILDING BYRON FIRE PROTECTION DISTRICT BYRON, CALIFORNIA Prepared by BUILDING PROJECTS DIVISION PUBLIC WORKS DEPARIIIENT CONTRA COSTA COUNTY Prepared for • Public Works Department Contra Costa County Sixth Floor Administration Building Martinez, California Midofilrrmed with board order ' TABLE OF COn"fL-NTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Mork Section 4 State and County Labor and Materials Requirement Section S Bidding Documents Section 6 Submission of Proposals Section 7 l:ithdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11 Award of Contract Section 12 :special -Requirewents Section 13 Exectuion of Contract Section 14 Failure to Execute Contract DIVISION CTD. OMITTED DIVISION E. Proposal (Bid Form) DIVISION F. Articles of Agreement DIVISION G. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section S Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct cf Work. _ Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives -�- - wo64 t . DIVISION F. General Conditions continued Section 20 Samples and Tests Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Special Conditions DIVISION H. Technical Conditions Section 1 Earthwork Section 2 Concrete Section 3 Metal Building DIVISION A. NOTICE TO CO.%rrRACTUR - (Advertisement) Notice is hereby given by order of the Board of Super- visors of Contra. Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transpor- tation and services for Constructing the Metal Apparatus Building, Byron Fire Protection District, 1st St. H e `.aY 3yron The estimated construction contract cost (Ease Bid) is . $ i -000.00 • Each bid is to be in accordance with the Drawings and . Specifications on file at the Office of the Clerk of the Beard of . Super•Jisors, Room 103, County Administration Building', Martinez, California. The drawings and specifications may be exa.rriined at the office of the Clerk -of the Board of Supervisors or at the Public 11orks Department, 5th Floor, County Administration Building. Plans and specifications may be obtained at the Public l:orks Dep artrwnL , 5th }door, County Administration Duildin>, L,-.)on payment of a printin,; and service charge in the amount of $2.1f (sales Lax in- cluded) which ar-ount shall not be ret u-tc�-.t�Ze. Chec shall be mp-de payable to them "County of Contra Costa_ and shall be railed to the Public Works Depa-rumnent, 5th Floor, Administration Building, 11artinez, California 94553. Technical questions regarding the contract- docurnents should be directed to the Building Projects Division. Their telephone number is (415) 372-21= 6. Each bid shall be made on a bid form to be obtained at the Public liorks Department, 5th Floor, County Adr.:inistrati on Building, and must be accompanied b, a certified cashier's check or checks , or bid bond in the amount of the ten percent (1070) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before June 22, 1975 at 11:00 a.m. and will be opened in public at the tine due in the Board of Super- visors' Chambers, Room 107, Administration Building, 'Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the crork, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. 3 0��� DIVISION A. NOTICE TO CONTRACTOR (continued) The successful bidder will be required to furnish a labor and Material Bond in an amojnt equal to fifty percent (W4) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (1000 of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime wort: in the locality in which this work is to be perforated for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY . By J. K. OESSOINT County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California By Deputy DATED: , PUBLICATION DATES: Rev. 5/76 nl� ��c -4- W V DIVISION S. Ut'sT MC ON TO UDDERS: The bidder *ball carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECrICK 1. OOiI'&"ITENCE OF UDDERS: (a) license: no bidder cay bid an work of s kind for which he is not properly licensed, and any such bid received may be disregarded. (b) Udders &ball be experienced in the type of work for which they are bidding and shall, upon request of the county, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SEMON 2. SECIMM DOCUMMS- (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Socice to Contractor", page 3. (b) The deposit, if called for in the "!iot£ce to Contractor", page 3, is a guarantee that the Drawings and ,Specifications will be returned in good condition. (c) The fee. if called for in the "Notice to Contractor", page 3, is a man-refundable payor at to defray a portion of the printing and handling costs. SEMON 3. EXAM XATIOM OF MANS, SPECIFICATIMS, A= SITE OF THE WORK: (a) OLxtiRAC'I08'S RESPOMSISILITY: The bidders shall examine carefully the site of the work, and the plias and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be per€ormed, and materials to be furnished, and as to the requirements of the proposal, plans, and specifications of the contract. Uhere investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that Information Is shown in the pians, said information represents only the statement by the County as to the character of material which has been actually encountered by It in its investigation, and is only included for the convenience of bidders. Investigatioem of sub*urface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliainary Investigations, or of the interpretation therefor. There is as guarantee or warranty. either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for developments may not occur. Making such information avail- able to bidders is not to be construed in any way as a waiver of the provisions Rev. 12M a i 00068 ¢ 10 !4 SECTIOM 7. 67WI MATION OF PLAMS, SPECIFICATIONS, AND SITE OF TETE WORK: (a) CONTRACTOR'S RESPONSIBILITY: (Con't.) of this article concerning the Contractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cautioned that such utilities may Include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his outs cost shalt also Include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division G of these specifications. (c) DISCRFPAIMM OR ERRORS: If omissions, discrepancies, or_apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between drawings and specifica- tions shall be governed by Section 15 of Division G of these specifications. 9=105 Q. BIDDING DOCIlhE!'1TS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled our; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed fora should be without interiinea- tions, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) any be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. Mo oral, telegraphic or telephonic proposals or modifications will be considered. Rev. u!n -6- SECT1a14. bl'om Docotmrs: (Coe•t.) (c) List of P'cyosed Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whoa, the bidder proposes to subcontract portions of the work in an amount in excess of j of I percent of his total bid. in accordance with Chapter 2. Division S. Title 1. of the Government Code. See Section 1 of Division G of these specifications for definition of subcontractor. See Section d of Division G of these specifications for further reference to subcontractors. (d) Bidder** +ecurtty: All bids shall have enclosed cash a cashier's check. certified check. or a bidder's bo_d. as described below. executed as surety by a corporation authorized to issue surety bonds In the State of California. made payable to "Contra Costa County". In an mount equal to at least 10 percent of the sm%unt of the bid. So bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION S. SO4ISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the board of Super- visors of Contra Cost& County at the place indicated on the bid proposal. It Is the sole responsibility of the bilder to ser that his bid is received in proper time. All proposals shall be submitted under sealed cover. plainly Identified as a proposal fir the work being bid upon and addressed as directed In the notice to Contractors and the bid proposal. Failure to do so may result In a premature opening of. or a failure to open such bid. Proposals which are not properly marked say be disregarded. SECTION 6, LlTiMR►LaL OF PRL'PCSALS: Any bid may be withdrawn at say time prior to the time fix" in the public notice for the opening of bids. provided that a request In writing, executed by the bidder or his duly authorized representative. for the withdrawal of such bid Is filed with the Clerk of the board of Supervisors of Contra Costa County. A_n oral. releeraotic. gr trlcahonle recuest to withdraw a bid proposal Is not acceptable, the withdrawal of a bid stall not prejudice the right of a bidder to file a new bid. this article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. SECTION 1. PMLIC L?r-Nl%r C_' PROPOSALS: Proposals will be publicly opened and read at the time and place Indicated in the Notice to Contractors. bidders or their authorized agents are invited to be present. SECTION S. IRREGULAR PROPOSALS: Proposals nay be rejected if they show any alteration of fore. addl- tions not called for. conditional bids. Incomplete bids. erasures. or Irreeutarit1*11 of any kind. If bid amount is changed after the amount Is originally inserted. the change should be initialed. O0070 A SECTION.L InM=lAR FROPOSALS- (con't.) The County also reserves the right to accept any or all alternates and unit prices called for on the Did Fora and their order of Listing on such fora shall in no way indicate the order in which the bids may be accepted. SECTION 9. CDHPETITICE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State Lav and may render void any contract let under such circumstances. SECTION 10, AWARD OF CM.MCT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11 . SPECIAL R UIRE?M4TS- The bidder's attention is invited to the following special pro- visions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Monds (b) Insurance (c) Liquidated Dam *a (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited SECTION U. EXECUfIOM OF COKMCT: The contract (ex- le follows Page 18 ) shall be signed by the successful bidder in duplicate counterpart and returned within five (S) days of receipt, not including Saturdays, Sundays. and legal holidays, together with the Contract Ponds and certificates of Insurance. Pio contract shall be binding upon the County until sane has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract las been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. Rev. 12/72 .� ON 71 SD 09 13. FAIU= TO EXECM 000fIItliCr- Failure to execute a contract and file acceptable bonds and certificates of insurance as provides herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County any award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or - fails to execute the contract, the Comty coy award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the sane, such bidders' securities shall be likewise forfeited to the County. The work any then be readvertleed or nay be constructed by day labor as provided by State law. r✓ 00079 i3idder . DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED U�'TIL 22nd day of July, 1976 at 11:00 a.m. , in 1:oom 103, Administration Building, Martinez, California, 94553. (A) TO THE 11ONORAl;LE BOARD OF SUPERVISORS OF COLT 10. COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees "to furnish any and all required labor, material, -transportation, and services for Constructing the Metal Anuarztus Facility, Byrgn Firs Prntection District, 1st & Holwav Ct., Bylon, California in strict confori3si.ty with that elans, Specifications, and: other con- tract doCurents on file at the Office of the Clerk of Board of Supervisors, First- floor, Ad::iiristrc:tion Building, Martinez, Cali- fornia 9'+553, for the following su.ais; namely: BASE BID: Shall include all of the work for the construction and com- pletion of all facilities therein, but not. including any of the work in the following Alternates: For the sum of:- Dollars ($ ) ALTERNATES: -1. ALTERYLATE NO. 1: deducted from State the amount to be aid/to the Base Bid for the Providing galvanized metal root. Deduct Add the sura or: Dollars ($ (B) It is understood that this bid is based upon completion of the work .within Sixty 60) calendar days from and after the date of cor=encem:nc. -10- - 00073 It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the ,wort: of-the contract within the stipulated time, then, he shall be liable to the Omer in the amount of Twenty Five & no/100ths $25.00 per calendar day for each day" sai wor : remains uncompleted beyond the time for completion, as and for liq- uidated dr:=ges and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual ame►unt of damage. (D) The undersigned has examined the location of the proposed wort: and is familiar t:-th the Plans, Specifications and other contract documents and the local conditions at the place uliere the work is to be done. (E) The undersigned has checked carefully all. of the above figure' s and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in making up this bid. • -11= . ` r f ON74 DIVISION E. PBt1pOSM (Bid Form) Cont. (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sha= bid, or any other person, firm or corporation to refrain fro= budding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the oases and locations of the place of business of the subcontractors. (0) Attached is bid security as required in the Notice to Contractors. Q Cash Q Bidders Bond Q Cashiers Check Q Certified Check (I) The following addenda are bereby acknowledged as being included In the bird: Addesd=in # dated Addends / dated Addends f dated By Address Phone Licensed in accords=* with an act provldlat for the reslstration of Con- tractors. Classification and Lieeuse Ito. , • Datod thls day of 19 flew. 12172 —32— 1 _ of o75 DIVISION E. PROPOSAL (Bid Fore) Can't. LIST OF SUBC09MCTORS• (As required by SECTION 12 • 'SNJIMM ACMRS TO BE LISTED In BID - StJIIS?IMION OF SUBOQ=MCTORS". Paragraphs (A), (B), and (CI, of Instruction to Bidders). Portion of Uork INate Place of Business Rev. 12/72 —13— _ . r vv0 76 PAGES 14 -- 18 OMITTED . 00077 DIVISION F. ARTICLES Or ACRZD23fr (Contract) COMshACT (Caastrrctfoa Agreement) (Contra Cast• county Scaodard form) 1. VAXJA$=. These variables are facerparated below by reference. (f11.3) 1$rti0a: (!r►ltc Asemcy) (Coatroetor) (12), sffcotir• Date: (fee St for starting dste.) (f S) The Wort: (Si) Cowletiov Time: - Istrf►e est (o) or (b) 'calsdar' or 'working') (a) or )date] (►) Mlthl• days from Storting date. (f S) liquidate.'. Isanapes: f Per calendar day. (fd) belie AOeaap's Apes:: M) Contract Price: f (tor-salt price contracts: sore or less. :a accordance wttb ii■is►ed trascaties at Solt bid prices.) (strike out paresthetical material it isappllca►le.) ' s 2, S1C2AMTS t JC!KXC Ir---- £A!, Pablir Alar-, by: (Freefdest or Chabeas) (Secretary) Ceatroctor. here►y also ac►awledttss awareness of Sad compliance with Labor Code SIM csocersimg r'arkne■'s C•are•satien Law. by: taesigmate •fticfol capacib a■ the ►usioess Sete to Contractor: 13) EzOcrte aetaoadedpweet fora below; aed r:l if a ?Orpora- tion. attach a certified ce,» of tto !plass. or of toe resolatioe of the !card of P)ireatore aat4orisiar e:eeution of Shia eoetra,or sad of the 1wRds required j0rr4. ------------------------------- State of California ) ACKSMI'DCr!rSr (►y Corporation. County of ) es. partnership, or Individual) She persso(s) sis•log above for Coatract■r. kaow to me to todividwl and business eapocaty a• Stated. personally appeared before as today ad ackawledged that 0e/9007 eacrted It and that the corporatism or Partnership •aced alcove executed It. aat•d: ' (SX&L) Notary pr ac «���---- -------»-«---------«-------« -- ««------«««r--«�-�--«--- FORM AFtROM: J. R. CLAUSES. County Counsel. Fv Derety (Face I Of A) (Cc-I; Rev. -72) -18a- 00078 3. VDIM COSTRACT, [MASSES. (a) IF their sla"asres is feet!** Z. effeet;ve as the above att*. 96Mese parties treats* aad 481*0 as set forth is this contract„ incorporating by these relerences the sagerlal ("variables') so Sec. 1. (b) Contractor shall. at his ave cost sad capes**, sad to a varksasltke closer, folly and faltbtolly perform and complete this vrk; sad will turelsk all materials. labor. services sad transportattos ovesssar?. eoaveefewt and peeper to ord*r fairly to perform the requirreemse of this contract, all easterly is accordasce with the P"Ite Agency s plarrs, drawings sad epee►fle"lans. (e) 7k1s nark caw be ckawsed a*1y with Public Agsnc. a prior writer& order specifying such change sad Sts cost &&too* to by the parts*$; sad tar ru►!lc Aseacy *ball never have to pay Sere thaw specified la Sec. 7 without such as order. t. T121r: lOTICL TD rrectrD. Contractor shall start this work as directed to the spect- faeatloas or the Xatice to Proceed; and shall coarlete It as specified to Sec. 1, S. LIQUIDATED DA!4ALES. if the Costracter falls to ce*plvtr this contract sad this work wltbta lhC time ttard tberetae. allewa&c* being "dr tar CostLasenetes as prevtded heroin. he beccave iia►le to the putltc Ateacy for all its loss sad damage thoratrea; and because, from the mature of the case, it to sad will be $=Practicable and estreaely difficult to aeeegtoto and tea the Public Asoscy s actual damage from 607 arlmy to porforconce hereof, It to a=rced that Coatractsr will rat As 19%oldaged damages to the Public Agsccy the reasonable nam specified to Sec. 1, the result at the parties" reasonable endeavor to estimate fair average cospessattow tbetefer. for each calesdar days delay in finishing said work; and it the same be mot raid, fabllC A&9acy say. to addition to its other reaedies. deduct the sage area say comer due or to become dse Contractor under chis con- tract. if the Public As*acy for &m► cause astbortses or contributes to a delay. susprn- *son of work or eatessis■ of tics. At% duration shall be added to eke lits allowed for coepl*vasa, but It shall sot be doomed a waiver not be ased to defeat any right of Cho Agency to dosages for me*-cempletlem or delay ber*uoder. rureasat to Coveramrnt Code S*c, 4211. the Contractor shall sat be &**eased liquidated damages for delay to completion of the work. whoa such delay was cussed by the failure of the Public Ageacy or the owner of a utility to provide tot removal or eolocatloo of calotios utility facilities, 4. IM1LC2ATV5 "C"ESTS. TL* plans, drawiegs sad sp*ef!lcatteas. of say Public Agency'* call for bids, and cautractor's accept** ble for tbts work are bereby L•corporagad Lata tbls contract; sad they at* fateadec t* cs-operate, so shot asythixg esktbtced is the plea• 09 drawis&e &L3 sat a90916e0d Is two spectficactess, of vice versa. is to be executed as it eabi5qtea, weattoaed sad seg forth to bath. to the true Latest and meaning thereof when takes all coauthor: and Atffeseaces of oplalom concerning those shall be finally dat*rolwed by Public Agoscy"s Ago&t specified to Sec. 1. 7. PATMEST. (a) for his series and literal fulfillment of ekes& promises sad condatloss. sad as lull caeteswattes tar *11 this week, the Public Asescy *ball pay chs Co&craetor the one specified Is Sec. 1, except abet 1s snit price contracts eke payse&t *ball be for finished gaawtttte* at malt bid prices. (b) Om or about the host day of each calendar &sack the C009rM9c6r shall #*bail to the Public Aaeacy a veelticA applic&tlaw ter paysese, supported by a stmtsmeat showing oil asteglals actually sastalled tartag the precedtag soots. the labor expended thereoo. &ad the cost tkegeot: wb*r*uPes, A Res decks*&, Cho Public A8**97 •ball lsswe to contractor a coetificate for the amort detetal&ed to be doe, pious M thereel pursuant to eaveraveat Cade Sec. 33067, but sat metal defactiue work and materials have bees removed. replaced asd Sad* gond. I. PATMESTS itTRRELD. (a) The Public ASOACY or its 45009 ser withhold May payment, or because of later discovered evidence mollify all at any certificate for payment, to, such natant cad period of time malt as say be necessary to peoteeg eke rabitc Aseacy from loss because at; (1) Defective week met resodsed, or es forleted wash. (2) Claims tiled at {ease mble *Oldest* twdlcatlsa probable tiling. (i) railere to properly Pay sabcentraet6rs or for "g*r1a1 as labor. (4) Reasonable doubt that Cho week can be completed for the balance thew mapald, or t1) Oona&* to aswthor contracsar. (b) The Toblsc Aa*ocy shall use r*asso&bls dalig*sc* to 419COv*9 sad rspor9 to the , Contractor. as the work rsegseoses, the materials sad labor wbicb stir 009 satisfactory to it. so as to avoid moarceseary troobl* of cast to Cho Coatr&etor to "bass good may , defective weak or Pacts. (e) )S ealesdar days after the Pablse Agency !ileo ata 001196 of esmp10tfos 6f Cho *stir* (Page 2 *t 4) —181,- 000'"' 1 P work, It mall tease a certificate to t►e Costracter sed pay the ►also&* at the contract price after dedmettas all aseaate withheld Nader this contract. provided ttrs-eastractor *bows that all claim& ter labor sad materials have bass told. so class$ have boom proseated to take public Agency based oo acts or eataaless of the Contractor. and so lions or withhold &site** bass bees Salad status& the week or site. and ptovldsd there are not resessable Ssdlcatlose of detective or stoats& work or of late-recorded aoctc a of Items or class* &&&last Contractor. 9. INSURANCE. (Libor Code 111660-61) on missing thio costract. Contractor suet give Public Agency (1) a eartlflc&te at toas*ut to soli-Se$ert leased by the Director of I&dustrlal &elatloas, or (2) a certificate of uorkmss's Ceapenb&tton tassrance Issued by as *"Arita Insurer. or (3) as enact copy or duplicate thereof certified by the Dttecter or the lasarer. Contractor Se aware at sad complies with Labor Cods Sec. 3700 and the Woskm*D's Coureasecies Law. 10. *ONUS. on slgsio& this costract Costractor Shall deliver to Publlc'Agency for approval good and sufficlest bonds with sureties. is &&*watts) specified In the specift- Cation*, guaraateeta& &Is faithful perforseacs at this costract and has payment for all labor Sad mazerials hersuadec- 11. FAIL&RE 10 PEIFOR4. if the Contractor at any Case retases or setlects. wtthour fault of the public Agency or it. age&t(a), to supply sufticiest materials or voriwen to complete this agreement and vagi as provided Levels. for a period of 10 days at sole after written settee tbeteof by the Public Agency. the public Agency say furntsh sass and deduct the reasesa►le eapease* thereof fres the costract price. 12. LAVS APPLY. Cea*rel. loth parties recosaise the &pplfca►llity of vortoss federal, state sad local law* and regulaclons, especially Chapter 1 of Part I of the California Labor Code (b*stasiat with Sec. 17:0, sed tocludta& Secs. 1735 6 1777.6 tarbldSin& dts- erlalustiou) sad Intend that its* a&reesest compiles therewith. The rattles specltleally stipulate that the relevant penalties sad forfeitures pravided In the Labor Code. especially IS Sec*. 11:1 6 11:3. cescec&it:& pg*ral:txt wades and hours, shall apply to this &Crassest as though fully stapa/ated berets. 13. 59RCONT&ACTOIS. Government Code 114100-4113 ase Incorporated berets. 14. WAGE RATES. (a) pursuant to Labor Code Sec. 1773. the governing body of the public Ascher has ascertaamed tae general ►seval/tea rate& of wages reg dies, and for holiday and overtime work, is &&e locality In which tkts work Is to s* performed, for soca craft. classification. or type of warksa& seeded to *acute this contract. and said rates are as spectfled to tke call for kids for this work &ad are as file with the Public Agency. and are beneb7 Incorporated &again. (►) Tkts scbedul* of wages Is based as a wagblag day of g hours sales* otherwise specified; and the dally rate is the homily rete multiplied by the number of hours con- atttatta& the working day. Vbea lose tkaa that number of boor& are worked, the daily wags rate IS proportionately reduced, but the hourly rate ramaiss as stated. (e) The Contractor. sad 411 his ae►ceatracters. seat pay at least these races to all parse** as this work, lacludleg all travel, subsistence, sad triage benefit Payments provided for by applicable collective ►argalatag agreements. All skilled labor not listed ahoy* oust be paid at least the wage scale established by collective bargalntag agreement for such labor to the locality where such ung► is betas performed. It It becones aec**- eary for the Contractor or nay subcoutractec to employ any Versos as s craft. clssslfl- eatteD or type of wort (*&Capt executive, supervisety. administcattve, clerical or arbor seD-s&Dual wogkors as such) for which se afa/nem wage rate is arectfled, the Contractor *ball aux*dlately notify the Public Ageacy ubtch s►all promptly det*ratse one prsystltng wage Cate therefor and furais► the Coatracter walk the atntaun rate based thereon, which Shall applr from the case as the Initial employment of ebe raises affected and during the eoatimusace of such employment. IS. ROVRS OF LASOR. tight kauga at labor to see calendar day coosgitutc$ a legal day'$ wog&, sad &o wogisam employed at say case as cable work by the Coatracter or by any sub- eeatractog akatl ►e required as peraletad ro ver► looter c►trees escape as provided is Lahet Cod* secs. talo-is1S. 16. APPRENTICES. Pgoperly Ssdeatoced apprentices may be employed me this work to aeeogdaace wick Labor Code Seca. 1117.1, sad 1777.6 as moa-discrtatsatles. (page 3 of t) CC-l; Rev. 6-72) -UIC 0€1080 s it sJ. VXZFE1LETCE iia! MATIalACf The public Ateacy desires co promote Cho Industries and ocenmay of Coatta Cast& toasty. and Che Ceatracter tberstare psealses to was tae products. worts". laborers sad aecbaaies at this Cooagy to every case whose eke price, ligness and , quality are equal. Ag- ASSIC"LUT. This 499009089 ►lode the holes. sacctosegs. assizes. and representatives of the Coatracter; but he ,:asset aeoigo it to whale or is part, nor say nostos due at co become due oder it. without the prior Written C&ROOK[ of the public Agency sad the t.oatgactmr's surety or *"reties, aless they have w1/ved *ogles, of as*ssament. it. &o tatffa at rr1LIC AC[XCT. laspecttem of the wogk and/or materials, or approval of wart and/or uaterials laspocted. Or stateasat bw &my mistier. aseac or **ploy** of the Public Atescy Isdicattg the Wert or nay part thereof complies wlch the te1YlfYnsa H of this contract. of acceptance of the whole or any part of said wars and/or materials, or payaests tLaretog, or ear cselfsatto■ of these acts, shalt not relieve chs Contcaccer of his ebllgattem to felfill this contract as proscribed; nor shalt the public Agency be thereby *stopped from ►eaastss say &crime for damages or s*lortemeac &rising from the failure to comply with ANY of the ceras wad condtclems boreal. 20. *OLD YAIMtfSS 1 IXV"V!TV. (a) Cestraceor prontses to wad shall hold harmless and tad*a*I(y *taa the liabilities as detimsd to this section. 1b) The taAe"Itee* bssetlted and protected by this proviso are the public Agoncv and its elective wad appointive boards. coaalssioss. attic*$&. ascots and eaployes*. cc) tie ltabillttes protected as&lass aro say stability or claim to$ damage of sav &lad altegedly *uttered. Iacerred of tbroatesod because of accioas defined below, including pe9sawal Is1urT. death, property damage. Ia►eree eesdemmaties, or aaf combination of chess. gegardiess of whether as eat such liability, class of damage WAS unforeseeable at saw tins ►*tore the County approved the gnproveaest P1&a or accepted the foreoveaents as completed. wed Including the dei*ose of nay Suitt$) or actl*ata) at law er agvity concerning chose. did) The actions causing Liability are say act or ontssta5 (Ssgligesc at soot- asaliteat) to commecttes with the matters covered by this contract and attributable to the contractor. subcontractor(@), or any officerts). *Soot($) or amployes(s) of sea or ■ore of thea. (e) tteo-COedltlOas: The promise And aaroemsSS is this seeties is SOC CO*dlClanad or depeadeat sot Wether or sec any ladevattse ►as prepared, supplied, of approved Anv plAS(s) at spectilcattea(s) to teaoectloo with this wag&, has Insurance or other indenalficAgioa eove9409 ANY of these asattlra. or that Che 011ta*d damage resulted Pettit 9900 ANY netli- te0t of willful aloceadoct of may lademaltee. ' (pato A of s) CC-1; Rev. 4-72) -led' V V 0 DMSICN G. GENERAL CMITIONS SECTION 1. Definitions: Whenever the following teras, pronouns in place of•Oem, or initials of organizations appear in the contract documents, they shalt have the following meaning: Addendus--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of sgreement, executed by the County and the Contractor. Architect or Enmineer--Shall mean the architect, engineer, Individual or co-partuarship, ecplayed by the County of Contra Costa; as designated on the title sheet of theca specifications. When Contra Costa County is designated as the Engineer, ingiaeer shall mean Victor W. Sauer, Public Works Director, or his authorized representative. Bidder--Any Individual, partnership, corporation, association, Joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duty elected or appointed officials who constitute such a Sward, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutioas, submittals, or field orders. (See Section 21). Project Inspector, Construction S� ervisor, Inspector, or CIerk of the Works shall c"n the authorized a�is County at t s to of the work. Contract--The contract is comprised of the contract documents. Contract Documents--Tbe contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--Tho individual, partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. county--Shall mesa the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. (See Section 168). General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Rev. 12/72 -19- OUa82 DIVISION G. GEiI'e..RAL COMITIM (Const.) SECTION 1. Definitions (Can't.) Plass -- The official drawings including plans. elevations, sections. detail drawings, diagrams. general notes. information and schedules thereon. or exact reproductions thereof, adopted and approved by the County showlAA the location. character. dimension. and details of the work. Specifications -- The instructions. provisions. conditions and detailed requirements pertaining to the methods and nanner of performing the work. or to the qualities and quantities of work to be furnished and installed under this contract. Subcontractor -- An individual, partnership, corporation. association. joint venture. or any combination thereof. who contracts with the Contractor to perform work or labor or render service in or about the work. The terra subcontractors shall not include those who supply materials only. Superintendent -- The representative of the Contractor who shall be present at the work site at all tines during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act wpm instructions from the Architect or his authorized agents and to execute and direct the work on behalf of tix Contractor. Supplementary Agreement -- A written agreement providing for alteration. amendment. or extension of the contract. Work -- The furnishing and installing of all labor, materials articles. supplies and equipment as specified, designated. or required by the contract. SECHON 2 CMERNIM LAWS AM 9tF. MATIMS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents mad employees to observe and comply with all prevailing federal and State laws, local ordinances, and rules and regulations made pursuant to said laws. which in any war affect the conduct of the work of this contract. E. All work and materials shall be in full accordance with the Ltest rules and regulations of the Uniform Building Code. the State Fire 2"arshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials association. and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on Sob at all times during construction period. ,, 0000f) DIVISION G. CtZ.MAL CMMITICHS (Con't.) SECTION 2. C MERNISG hAWS JQM RMULATIONS: (Const.) C. Excerpts from Section 6622 of the labor Code of the State of California are included below. The contractor shall comply fully with this section of the Libor Code as applicable. "No contract for public works involving an estimated expenditure in excess of $215,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer, employed by the awarding body, to w6aa authority to accept has been delegated, in advance of excavation, of a detailed pian showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation Of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. "The terms 'public works' and 'awarding body',-as used in this section shall have the same mrauing as in labor Code Sections 1720 and 1722 respectivaly.K SEMON 3. PATENTS A.`.'D ROUt.TIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County on com- pletion of the work, if required. .k _ � 00084, DIVISltkl L. G41=. ,1x`!UITIaY,; (Ooo't.) SECTION 4. CO.YfRACTM*S RESE'ONSIBILM FOR WORK AND PUBLIC MILITIES: A. The work Until the formal acceptant* of the work by the County. the Contractor shall have the charge and care thereof and shall bear the risk of Injury or damage to any part of the work by the action of the elements or from any other cause except as provided In Section 23. The Contractor. at Contractor's cost. shall rebuild, repair. restore. and wake stood all such damages to any portion of the work occasioned by any of such causes before its acceptance. B. %blit 1ltilltl*s: a. The Contractor shall aemmd proper notices, make all necessary arrangements, mW perform all other services required In the care and maintenance of all public utilities. The Contractor shall assume all responsibility concern- InR same for which the County cay be liable. b. Enclosing or boxing In. for protection of any public utility equipment. shall be done by the Contractor. Cpon completion of the work. the Contractor shall remove all enclosures, fill !n all openings In masonry, grouting the save watertight. and Ieave in a finisbed condition. c. All connections to public utilities shall be made and maintained In such meaner as not to Interfere with the continuing use of same by the County during the entire progress of the work. SECTION S. BON) AND DISGRANCE: A. The contractor to who= the work Is awarded shall within five (5) working days after being notified enter into a contract with the owner on the Contra Costa County Standard For: for the work in accordance with the drawing and Specifications. shall furnish and file at the same time labor and material and faithful performance bonds as set forth In the advertisement for bids. on a fors acceptable to the County. D. CO19 121SATUM INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate 11orkman•s Compensation Insurance for all his employees employed at the site of the project, and in use any work Is sublet. the Contract shall require the subcontractor similarly to provide Sorbmn's Compensation Issuance for the latter•s employees, unless snub employeas are covered by the protection afforded by the Contractor. tev. 12/72 MOQCj i i 1 DIVISION G. GENERAL COMITIONS (Con't.) SECTION S. BOND AND INSURANCE: (Comet.) lin use any class of employee engaged in haurdous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in use there is no applicable workman's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY RIND PROPERTY DAMAGE WSMUMICE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, waning Contra Costa County as an additional insured, as shall protect his and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrongful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of thea. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $5DO,000.00 on account of one accident, and property damage insurance in an amount not less than 550,000.00. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. FIR£ USURACCE: The Contractor shall carry fire and extended coverage insurance naming Contra Costa County as an additional insured duriig the period of construction of the work in an anount not less than the total amount of the progress payments received by him from Contra Costa County, less the amount paid to him on account of excavation and foundations. E. CERTIFICATES OF 14SU",ANCF: Certificates of such Workmen's Compensation, Public Liability, rroperty Damage Insurance, and Fire Insurance, shall be filed with the County and shalt be subject to County approval for adequacy of protection. Ai: certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a -- provision that coverage afforded under the policies will not be cancelled until at least ten dayseprior written notice has been given to Contra Costa County. F. PERFORM.NCE BOND: One bond shall be in the amount of One Hundred per cent (!00':) of the Contract, and shall insure the owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper rrtartals or workmanship :hat may be discovered during that ti=e. Rev. 121n -23- DIVISION G. CCIMRAL CONDITIONS (Const.) SWrIOhi Si WM AM I`WRANCE: (Const.) G. IABOR AM MATERIALS BOND: One bond shall be In the amount of fifty per cent (50%) of the Contract price. and shall be In accordance with the laws of the State of California to secure the payment of all claims for labor and naterials used or consumed in the performance of this Contract and of all amounts under the !Unemployment Insurance Act. S`'CTION b. SUBCOMACTIM: A. The Contractor shall be responsible tar all work performed under this contract. and no subcontractor will be recognized as such. All persons engaged In the work will be considered as employees of the Contractor. E. The Contractor shall give his personal attention to the ful- fillment of this contract and shall keep the work under his control. When any subcontractor fails to prosecute a portion of the work in a manner satisfactory to the Architect or Engineer . the Contractor shalt remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not Win be employed an the worl.- C. Although the speciflcatlon sections of this contract may be, arranged according to various trades. or general grouping of work. the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. D. Subletting or subcontracting any portion of "the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity. and then only after a finding reduced to writing as public record of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor In place of a subcontractor Iisted in his bid proposal without the written approval of the County. Substitution of subcon- tractors must be in accordance with the provisions of the "Subletting and Sub- contracting Fair Practices Act' beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract. assessment of 10 per cent of the subcontractor's bid. and disciplinary action by the Contractors' State License Board. SMCTIOX 7 TIME OF YORK AND OW4AGES: A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obligates himself to complete the work on or before the date. or within the number of calendar days. set forth In the Proposal (bid Fore) for completion, subject only to such adjustment of time as Bury be set forth in this article or pursuant to Section 2L. a". 12/72 -24- F W087 DIVISION G. GLI.2RAL CO.*DITIONS (Coast.) SECTION 7_ TM OF WORK AND IWIAGES: (Can't.) S. If the wort is not completed with the time required, damage will be sustained by the County. It is and will be Impracticable and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and It is therefore agreed that the Contractor will pay to the County the sum of coney stipulated per day In the Specifications for each and every day's delay in finishing the work beyond the time prescribed. If the Contractor fails to pay such liquidated damages the County way deduct the amount thereof from any money due or that may become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has aeegMted the same In writitrx. D. It it appears to the Contractor that he will not complete the work In the stated time, he swell make written application to the County as soon as he so determines. but at least ten (10) calendar days prior to the aspiration of the time for completion. stating tim reasons why an extension should be =ranted and the amount of extension desired for each reason. The County may. than. in its discretion grant or deny such extension. E. Any money due. or to become due the Contractor. my be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. F. Should the County. for any cause. authorise a suspension of work. the time of such suspension will be added to the time allowed for comple- tion. Suspenslon of work by order of the County shall not be deemed a waiver of the claim of the County for damages for mm-completion of the work after the adjusted time as required above. SECTIONS, PROGRESS SCREIWLL: WIALa three weeks after the Contractor has been notified to start work. he shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. the dates on which he will start each major subdivision of the work. end the contemplated dates of completion of such subdivision. Hben required by the County, the Contractor shall submit an adjusted progress schedule on the approved formn to reflect clanged conditions. SECTION 9 TM ORARY OTILITIES A14D FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furniab the necessary temporary piping from the distribution point to the points an the site where water is necessary to carry on the work and upon completion of the work shall remove all temporary piping. ie Rev. 12/72 -25- IOU �. DIVISION G. GEMIAL CONDITIONS (Can't.) SECTION 9 MUWAYY UTILITIES MG FACILITIES: (Coni.) A. The Contractor. at his own cost. shall furnish and install all seters. all electric light and parer equipment and wiring. all gas meters. gas equipment and piping that is necessary to perform his work and shall remove the sane upon the completion of the work. The Contractor shall pay for all power. light sed gas used In the construction work. C. The Contractor shall furnish. vire for. install and maintain teaporary electric light wherever it Is necessary to provide illumination for the proper performance and/or Inspection of the work. The lighting shall pro- vide sufficient Illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being per- fotsed. This temporary lighting equipment say be moved about but shall be maintained throughout the work. available for the use of the Engineer, rroject Inspector, or ary other authorized representative of the County whenever required for inspection. D. The Contractor shall provide and maintain for the duration of the work. teapot&" toilet facilities for the workmen. These facilities shall be of an approved type conformer to the requirements of the County Health Department. and shall be weather-tight structures with raised floors. .Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor small service such facilities daily, maintaining same In a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or upon completion of work. !~ Sec Special Conditions for Variations to the above requirements. SECTION 10, PERMITS AND LICENSES: • A. Within incorporated cities. the Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws. ordinances. rules. regulations. or orders of any officer and/or body lawfully empowered to make or issue the same and having Jurisdiction. and shall Rive all notices necessary in correction therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully Incurred on account thereof. The Contractors attention is called to Health and Safety Code Section 19112.4. which states that one public jurisdiction say not charge :or building permits for another public jurisdiction. B. Within the unincorporated area of Contra Costa County. the Contractor shall obtain all peroits. and all licenses that are required for the perforrance of his work by all laws. ordinances. rules, regulations. or orders of any officer and/or body lawfully empowered to sake or issue the same and having jurisdiction. and shall give all notices necessary In connection therewith. There will be no chars* to the Contractor for permits issued by the County Building Inspector. Rev. 12/72 -26- 00089 • a DMSIQN G. GENERAL COCDITIONS (Can't.) SECrM 11. CONM= of hWE: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, avX be shall at all times conduct his work so as to impose no hardship on the County or others enraged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. D. The Contractor shall provide an adequate work force, materials of proper quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the tL=e agreed. C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all times empowered to act In all matters pertaining to the work. D. Daily manpower reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Umless otherwise specified, the Contractor shall thea: all obstructims and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. Where work of one trade joins, or is on otbor work, there shall be no discrepancy or incomplete portions when the total project is co=plete. In eugagiog one kind of work with another, wrring•or daxsgiug same w£I1 not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. G. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. Anchorage and blocking for each trade shall be a part of same, except where stated otherwise. H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. I. k'atclrten, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the contractor. SEQICIN 12. RESPONSIBTUTY FOR SITE CMITIONS: The following shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in Section 4, in the Instructions to Bidders: A. If during the course of the work the Contractor encounters active utility installations which are not shown or indicated is the plans or in the specifications, or which are found in a location substantially =ev. urn -27- �_ O0 on" DIVISICM G. CEKML MVIITTICRS (Comet.) SICTIQS 12. sESPMIbILTTT Eos SITE CG.WITIOXS: (Const.) different from that shown. aid such utilities are not reasonably apparent from visual examination. than be shall promptly notify the County in writing, Where necessary for the work of the contract, the County shall issue a written order to the Contractor to wake such adjustment, rearranxement. repair, removal, alteration. or special handling of such utility, including repair of the damaged utility. For the purposes of Me foregoing. "active" shall mean other than abandoned, and "utility installations" shall include the following: Steam. petroleums products. air. chemical. water, sewer. storm water, gas. elec- tric. and telephone pipe lines or conduits. The Contractor shall perform the work described In such written order and compensation therefor will be made in accordance with Section 21. relating- to chances in the work. Except for the items of cost specified in such Sections. the Contractor shall receive no compensation for any other cost. damage or delay to his due to the presence of such -,cility. If the Contractor falls to give the notice specified &bow and thereafter acts without instructions from the Cfimty, then he shall be liable for any or all damaZo to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof. and he shall repair and make good such damage at his own cost, 16 If the contract requires excavation or other work to a stated limit of excavation beneath the surface, and if during the course of the work the County orders a chance of depth or dimension of such subsurface work due to discovery of unsultable bearing material or for any other cause. then adjustment In contract price for such change will be rade In accordance with Section 21. Except for the Item of cost specified therein, the Contractor shall receive no compensation for any other cost. damage. or delay to his due to the presence of arch unsuitable bearing material or other obstruction. SECTION 13_ INSPECTION: A. The Contractor shall at all times permit the County and their authorised agents to visit and inspect the work or any part thereof and the shops where work is in preparation. This obligations shall include maintaining proper facilities and safe access for such Inspection. Khere the contract requires work to be tested. It shall not be covered up until Inspected and approved by the County. and the Contractor shall be solely responsible for notify lag the County where and when such work is in readiness for inspection and testing. Should any such work be covered without such test and approval. it shall be uncovered at the Contractores expense. S. Whenever the Contractor intends to perform work on Saturday. Sunday. or a legal holiday, he shall give notice to the County of such Intention at least two working days prior to performing, such work, or such other period • as say be specified, so that the county array make necessary arrangements. Rev. 12172 -> 00091 DIVISION G. CENUAL CONDITIONS (Const.) SECTION It., RMECTIONS OF MATERIALS: A. The Contractor shall promptly remove from the premises all materials condemned by the County as failing to conform to the Contract. wbetber incorporated in the work or not. and the Contractor shall promptly replace and reexecute his own work in accordance with the Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. B. if the Contractor does not remove such condemned work and materials within reasonable tine. fixed by written notice, the County may remove thea and may store the materials at the expense of the Contractor. If the Contractor does not pay the mases of such removal within ton (10; days tbere- after, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all costs and expanses that should have been borne by the Contractor. SEMON 15, Ih'MPRETATIOV OF CON MCr RWUIMENTS: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or. 1t not to be occupied, operation. Any requirement occurring in any one of the dacumants is as bindina as though occurring in all. B. Conflicts in the Contract Documents: In.the event of conflict In the contract documents, the priorities stated in subdivisions 1. 2. 3. and A below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall tavern over prior addenda only to the extent specified. 2+ In ease of conflict between plans and specifications, the specifications shall govern. 3. Conflict within the Plans: a. Schedules. when identified as such, shall govern over all other portions of the plans. b. Specific Notes. shall govern over all other notes and all other portions of the plans. c. Larger stale drawings shall govern over smaller scale drawings. d. Figured or numerical dimensions shall govern over dimensions obtained by scaling. Rev. 12/72 -29- DIVISION G. GEherRAL COMMONS (Con-t.) SECTION h5_ IX EMETATION OF CONTUCT RMUIED0 TS: (.on-t.) A. Conflicts within the Specifications: a. The '"General Conditions of the Contract" shall govern aver all sections of the specifications except for specific modifications thereto that my be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts, materials. or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been Impliedly required by the contract documents In accordance with such standard. "Minor detail" shall include the concept of substantially Identical components. where the price of each such component is small even though the aggregate cost or importance is substantial, and shall include a single component which is incidental. even though Its cost or importance may be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type. composition. strength. size. and profile of the parts or materials otherwise set forth in the contract documents. SFCTIOli 16_ CIARLMATI MCS AND ADDITI_j INSI CTION: A. Notification by Contractor: Should the Contractor discover any conflicts. omissions. or errors in the contract documents or have any question coneernin;g Interpretation or clarification of the contract documents. or if it appears to his that the work to be done or any natters relative there- to are not sufficiently detailed or explained in the contract documents, then. before proceeding with the work affected. he shall Immediately notify the County In writing through the Construction Supervisor. and request interpreta- tion. clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County. whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of Instructions from the County. he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage. defect or added cost. D. Field Orders: DusrioS the course of the work the Architect and/or Engineer may issuuc Field orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the ceotracz docuaeats by adjustment to meet field canclitions or to make the various phases of the work meet and join properly. A Field order involves no change in contract time or price. Performance. partially or in full, of a Field Order shall constitute a .waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. C. Change Orders: See Section 21, this Division. Rev. 12/72 -30- r. a OUO93 DIVISIM G. GENERAL CMWITIONS (Don't.) SECTION 17. PRODUCT AND REFERENCE STAAWRDS: A. Product Designation: W= descriptive catalogue designations, Including manufacturer's name, product brand name, or model cumber are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. R. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specifie date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. SECTION t8. MATERIAtS, ARTICLES AND EQUIPMMT: s A. Material shat! be new and of quality specified, when not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in scrordance with Section 4380 et seq., of the Government Code, State of California. a. Mechanical equipment, fixtures and material shall be delivered In original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uacrating. The County will, when desired, inspect such equipment, fixtures or-material to determine any damage or deviation from that specified. Items damaged during delivery shall be rejected. C. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or maaufacture of equal quality and utility to that specified, be &ball make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to Rev. 12/72 -31- 00094 DIVISION G. GENERAL C(MITIONS (Coni.) C!CTICK I MAITRIALS, AarICL_M, AIiD MVI (cont.) that specifled. 3equest for substitution shall be made In ample time for the County's consideration as no delay or sutra time will be allowed on account thereof. Wdence furnished to the County by the Contractor shall consist of adequate size samples of material. testing laboratory reports on material or process. manufacturer's specification data. field reports on product's approval and use by other public agencies. material costs. and Installation costs and maintenance provisions and experience or other data as required by the County, The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for suhat£tution will only be considered when offered by the Contractor with the reason for substitutfon. Failure to submit competent evidence as required and requested by County shalt be considered grounds for refusal of substitution. The Contractor shall include a notice of change in contract prices. If substitution Is approved. D. All materials shall be delivered so as to insure a speedy and uninterrupted Progress of tf-e work. Sam shall be stored so as to cause no obstruction. and so as to prevent overloading of any portion of the structure. and the Contractor shall be entirely responsible for damage or Ioss by weather or other cause. E. Yithin fifteen (15) days after the signing of the Contract. the Contractor shall submit for approval to the County a complete list of all materials it In proposed to use under this Contract. which differ in any respect from vAter£als specified. This list shall Include all materials which are propose' by the subcontractors as wall as by himself for use in work of his Contract and vhleh are not specifically mentioned in Use Specifications. This list most also include the figures received by the Contractor in bid form for the material or materials which are submitted for approval or substitution. toCother with the figures to bid form of the specified material or materials for which substitutions are proposed. in case a substitute Is offered and accepted as approved equal to materials specified, the cost of uMch is less than the cost of the material or equipment specified. than a credit shall be taken for the difference between the two costs In order that the County shall obtain whatever benefits may be derived from the substitution. failure to propose the substitution of any article within thirty-five (35) days after the sixninc of the Contract may be deemed sufficient cause for the denial of request for substitution. SWrION 19. SWP DBAWIMS_ D€SCRIPTIVE DATA_ SAMPLES, ALTEFRFATIVES: A. The Contractor shall submit promptly to the County. so as to cause no delay In the work. all shop drawings. descriptive data and samples for the various trades as required by the specifications. and offers of alter- natives. if any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades involved before they are submitted to the County for examination. Raw. urn -32- z a 000% DIM1011 G. COMIAL C" ITUMS (Can't.) SWrias 19. SHOP DRAVLNGS, DESCIPTIVL DATA, SUWLES, ALTMMTIVF.S: (Can't.) D. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (S) copies if no schedule is included in these documents. The drawings shall show completely the work to be done; any error or omission shall be made good by the Contractor at his own expense, even though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and Inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the number of copies as required in submittal schedule, or five (5) copies if on schedule is included in these documents. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of transmittal Indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles, materials or equipment as required by the specifications. The work shall be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor. at the County's option. will become the property of the Cauntty or will be removed or disposed of by the County at Contractor's expense. E. Alternatives: For convenience in designation on the plans or in the specifications. certain materials. articles. or equipment may be designated by a brand or trade name or the base of the manufacturer together with catalog designation or other Identifying Information. hereinafter referred to generically as "designated by brand assn". An alternative material, article. or equipment which is of equal quality and of the required characteristics for the purpose intended guy be proposed for use provided the Contractor complies with the following requirements: 1. The Contractor shall submit his proposal for an alternative In writing within the time limit designated in the specifications. or if not designated. then within a period which will cause no delay in the work. 2. So such proposal will be considered unless accompanied by complete information. and descriptive data, necessary to determine the equality or the offered materials. articles. or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- ment shall be upon the Contractor. -The County shall be the sole judge as to such natters. Io the event that the County rejects the use of such alternative materials, articles, or equipment, then one of the particular products designated by brand name shall be furnished. Rev. 12/72 -33- OOOU DIVISIC:I G. GE1=&L CM mums (Coni.) SECT`WX 19- 3.4uP D3AUMS. D_SCtlPrIVE DATA SAMM. ALTEKII Mrs: (Const.) The County will examine. with reasonable promptness. such submittals. and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives front the contract plans and specifications. nor shall it relieve Ain from responsibility for errors In the submittals. A failure by the Contractor to Identify In his letter of trans"Ittal metrial deviations from the plans and Specifications shall gold the submittal and any action taken thereon by the County. When specifically requested by the County. the Contractor shall resubmit such shop drawings. descriptive data. and samples as may be required. If any mechanical. electrical. structural, or other changes are required for the Proper installation and fit of alternative materials. articles. or equipment. or because ofdeviations from the contract plans and specifications, such chances shall not be made without the consent of the County and shall be made without additional cost to the County. SECTICN 20,_!SAkPLcC %D TESTS: The Contractor shall cause to be performed at his own expense all tests of materials. articles. equipment or other work specified by the contract. The County reserves the right at its own expense to order tests of any part of the work in addition to those specified. If as a result of any such test the work 1s found unacceptable. it will be rejected and sail additional test required by the County shall be at Contractor's expense. Unless otherwise directed. atl samples for testing will be taken by the County frog the materials. articles or equipment delivered. or from work performed. and tests will be under the super- vision of. or directed by. and at such places as may be convenient to the County. Materials. articles. and equipment requiring tests shall be delivered in ample time before Intended use to allow for testing. and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for exanirsation. Including testing. shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledrte that such examination is concluded, unless otherwise directed by the County. S=ION 2 L ClANCE oaDtZS: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the plans and specifications will be made without authority in writing from the County. Changed work shall be performed in accordance with the original requirements of the Contract Documents and previous fully executed Change Orders. A Change order any adjust the contract price either upward or down- ward in accordance with either or a combination of the following bases, as the County may elect: (1) on a imp sum basis as supported by breakdown of estimated casts. Mev. 12/72 -34- .;. 000,31 DIMION G. GE•`E AL CONDITIONS (Don't.) SECTION 21. CVJ= ORDERS: (Con't.) (2) on a unit price basis. (3) on a cost-plus basis In accordance with the following cond£t£ons: (a) MARK-UPS: 1. For work performed by the General Contractor an aswuat equal to the direct cost (as defined herein) of the work plus 15% of the direct costs for overhead and profit. 2. For work performed by a sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 20%.of the direct costs for overhead and profit. (Suggested breakdown: 15% to the sub-contractor, 5% to General Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 25% of the direct costs for overhead and profit. (Suggested breakdown: In to sub-sub-contractor, 5% to sub-contractor, 51 to General Contractor.) 4. In no use will the total mark-up he greater than 25Z of the direct costs notwithstanding the number of contract tiers actually existing. 5. For deleted work the mark-up shall be IOL of the direct costs or the agreed upon estimate thereof. (b) DIRECT COSTS: 1. Labor: The costs for labor shall include any employer payments to or on behalf of the workmen for health and welfare, pension, vacation and similar purposes. Labor rates will not be recognized when in excess of those prevailing in the locality and time the work is being performed. 2. Materials: The actual cost to the Contractor for the --- materials directly required for the performance of the changed work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the county. If the materials are obtained from a supply or source owned wholly or In part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. a". 12m -35- ; , ; . 4x98 DIMUCH G. CEA'ERAL COCIDITIMIS (Can't.) SECTION 21. CHANGE ORDERS: (Coni.) 2. ilaterials: (Can't.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof, then in either use the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shalt have no claims for costs or profits on material furnished by the County. 3. uEq ipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half hour. So payment will be made for time white equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be Acid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project in any other way than upon the changed work. Individual places _f equipment having a replacement value of $1,000 or Less shall 6e considered to be tools or small equipment, and no avnea will be made therefor. For equipment awned, furnished, or rented by the Contractor, no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The mount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (t) AUDWABLE TnM EXTE!iSIONS: For any change in the work, the Contractor shalt be entitled only to such adjustments in time by .which completion of the entire work is delayed due to performance of the clanged work. Each estimate for a flange in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. axv. 12/72 -36- 00099 l� f�. UMSION G. GENERAL CO:RDITIOUS (Coni.) SEMOM 21. CIMICE ORDERS: (Con's.) (d) RECDRCS M SUPPO5C VE 19FOMATICS: (1) The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costs of other operations, (2) Contractor shmsll auintain daily records showing man hours and anterial quantities required for cost plus work. The Contractor shall use a form approved or provided by the County. The forms will be filled out in duplicace and the County's inspector will review and attach his approving signature to the form on the day the work is performed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (i) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO COST: . notwithstanding the failure of the county and the contractor to agree as to cost of the proposed change order, the Contractor, upon written order from the County, shall proceed immediately with the changed work. Daily job records shall be kept as indicated in paragraph (d) above and when agreed to by the Contractor and the construction inspector, It shall become the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment based upon a Iater audit by the County- Rev. 1.2/72 -37- � ,{ 00100 DIVISION G. GEMAL CONDITIONS (Can't.) SECrm 22. um: Every part of the work shall be accomplished by workmen. laborers. or mechanics especially skilled in the class of work required and workmanship shall be the best. SECrIGN 23 OCti•?A10CY 9Y TRE COUNTY PRIER TO ACCE"ANCE: The County reserves the right to occupy all or any part of the project prior to completion of the work. upon written order therefor. In such event. the Contractor will be relieved of resporstbility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof. nor will it relieve the Contractor of responsibility for correcting detective work or materials found at any time before the acceptance of the work as set forth in Section 23 or during the guaranty period after such acceptance. as set forth in Section 26. SECTION 25, MESERVAT ION Alva CLEANINGS A. The Contractor shall protect and preserve the work from all damage or accident. providing any temporary roofs. window and door coverings. boxings or other constructlon as required by the County. This shall include any adjoining property of the County and others. D. The Contractor shall properly clean the work as it progresses. As directed during construction. rubbish shall be removed. and at completion the whole work shall be cleaned and all temporary construction. equipment and rubbish shall be removed from the site. all being left in a clean and proper condition satisfactory to tir County. SECTION 25 NAY%MM CF FEBEIML OR SLATE TAXES: Any Federal. State or local tax payable on articles furnished by the Contractor. under the Contract. shall be included in the Contract price and paid by the Contractor. The County will furnish Excise Tax Ex clan Certificates to the Contractor for any articles which are required to be furnished under the Rev. 12/72 -33- Y � � m 1 DIVISION C. CORRAL CONDITIOKS (Coni.) SECTION 2S. PAY1l-A'r OF FEDERAL OR STATE TAXES: (Coast.) Contract and which are exempt from Federal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. S. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved to writing at the Lice and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any neces- sary arrangements for fire insurance and extended coverage. D. Final acceptance of the contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings all as required by the contract documents. SECTION 27. FI.NAL PAYMNr J&D L11YER TO CLAIM: After the official acceptance of the work by the County, the Contractor shall sulait to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The forts "Statement to Accompany Final Paymeat" shall be completed, signed by the Contractor and submitted to the County with the final payment request. SECTION 28. CUARARM: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with the requirements of the contract, and further guarantees the work of the contract to be and remain free of defects in workman- ship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced is so doing, that may prove to be not in its workmanship or material within the guarantee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. E. Contract bonds are in fall force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calendar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any defects in the work, he will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complete the work within a reasonable period of time, and in the event he fails to so comply, he does hereby authorize the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon demand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting as imedzate hazard to the health or safety of the County's Rev. 12172 -79- f 00102 DIVISION G. GVAPAL COMMONS (Can't.) ,ACTION 28. CUiSAItfCE: (Coast.) employees. property. or licensees, the County way undertake at the Contractor's espense without prior notice all work necessary to correct such hazardous conditions when It was caused by work of the Contractor not being in accordance with the requirements of this contract. D. The general contractor and each of the listed subcontractors' shall execute and furnish the County with the standard guarantee form. (See page 41). ,t►. urn moo_ ooso3 GUMANTEE FOR COMM OOSTA MUNTY Bt11IDIt;G !lAanim, CALIFORNIA We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed in the (Kane of Building) California, for year (s) use from date of filing of the completion notice in the Office of the County Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in work—nahip or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other fork which may be damaged or displaced in so doing. U we fail to comply with the above mentioned caaditioas within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terua, including time periods, specified for this work or materials In the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SOBCO`iTR MOR Date: (Affix Corporate Seal) MUMAL CONTRACTOR Date: (Affix Corporate Sul) MORE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person sigaing the guarantee. �L 00104 MM STATZHENf TO ACCMIPAXT hh'Ih"PATA= To: Contra Cnata County Public Works Department Ooonty Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, of whatever nature, which he has or any have against the County of Contra Costa in connection with the contract to construct the above-entitled project, and that payment by the County of the final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials On this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated at (City) California. s MUM DIVISION G. SPECIAL C0NDITIQNS' 1. Scope The work required to be performed by the Contractor consists of constructing and completing the 'Work" as defined in the General Conditions, in accordance with the Drawings and these Specifications and all applicable provisions of the Contract Documents, The work includes furnishing all labor, tools, equipment, appliances, materials, transportation, and services and performing all operations necessary for and properly in- cidental to the construction and proper completion of the Project as shown and noted on the Drawings and as specified in these Specifications. 2, Drawincs• a. The location and design of the required construction are shoxm on the Drawings accompanying these Specifications, which Drawings are hereby made a part of these Specifica- tions and this Contract, b, Where "As shown", "As indicated", "As noted", or words of similar import are used, it shall be understood that ref- erence to the foregoing Drawings is trade, unless otherwise stated. 3. Utilities: a. Electric Power and Eater will be available 2t the site for use by the Contractor xor work on this project at no cost to the Contractor. Installation of approved temporary connections to said utilities shall be provided by the Contractor, and same shall be removed at Completion of Work. b. Existing Toilet Facilities may be used by the Contractor. 4. CODES AND STAh`D:'ARDS a. Contractor shall conform to all local, county, and state building and sanitary laws, rules and regulations, and industrial safety laws. In the absence of definite require- ments on the drawings, the provisions of such rules and regulations shall be observed by the Contractor. Contractor shall notify local Fire District and call for all required inspections. b. Unless otherwise noted, all manufactured materials, products, processes, equipment or the like shall be installed in accordance with manufacturer's printed instructions or speci- fications. ... -43- I10 t . DIVISION G. SPECIAL COWDITIONS (continued) C. Specified manufactured products, brand names and assem- blies are to establish standards of quality and utility. Substitutions of equal quality and utility acceptable, subject to approval by the County, Refer to General Con- ditions, Section 19 and 20. d. In the specifications following, certain industry, associa- tion, State and/or Federal Government Standard Specifica- tion. Documents are referred to, to establish minimum require- ments for materials and/or workmanship. Copies may be obtained by the Contractor by applying to the respective industry, assocation, State and/or Federal Government department. (1) "F.S." refers to Federal Specifications of the respec- tive numbers established by the Procurement Division of the United States Government, of the latest editions including Amendments thereto but not including War Emergency Amendments. (2) "C.S." refers to Commercial Standards of the respective number by U.S. Department of Commerce. (3) "A.S.T.M." refers to tentative specifications, standard specifications, standard methods or standard methods of testing, of the respective serial number issued by the American Society for Testing Materials. (4) "U.B.C." or "I.C.B.O." refers to Uniform Building Code by International Con erence of Building Officials, of Edition as adopted and amended as a local ordinance. 5. Activities on Premises a. Premises, buildings and other facilities adjacent to desig- nated or assigned work, and storage areas and access routes will be occupied by Owner and in continuous operation throughout duration of this Contract. Work under the Contract shall be programmed and executed so as not to interrupt Owner's operations, and conducted to cause the least inter- ference and nuisance possible. b. Premises, buildings, ground and utilities serving them not particularly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do so, arranged for in advance with Owner. c. Contractor shall maintain and protect existing facilities encountered or in near vicinity of work or operations under the Contract, including on grade, above grade, and below grade structures, utilities, construction and improvements, whether existing, or newly placed under the Contract. -�- 00107 DIVISION G. SPECIAL CONDITIONS (Continued) d. No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a -time agreeable to County. Any shutdown of any utility shall be scheduled two working days in advance with pro- ject engineer. e. When utilities are accidentally or inadvertently interrup- ted, they► shall be immediately restored to service prior to continuation of any other work under the Contract, regardless of the hour of occurrence. b. ELECTRICAL POWER, LIGHTS AIM HEAT: There is no electrical power, lighting or provision for heating the building in this contract. All will be installed by the Fire District at a later date. Contractor will allow the County to install an empty electrical conduit(s) in the concrete floor slab. -45- �tI108 DIVISION H. TECHNICAL-CONDITIONS SECTION 1. EARTIR40RK: 1. Inclusion of General Conditions: The General Conditions and General Requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. Scope• a. The Work includes, but is not necessarily limited to, the furnishing of all materials and equipment and performing all operations necessary, for and properly incidental to accomplishing all excavating, filling, compacting, backfilling, fill under slabs on grade, and grading work as necessary to complete the project as shown and noted on the drawings and specified herein. 3. General Requirements: a. Conform to applicable requirements of Contra Costa Ordinance Specifications where no requirements are mentioned for specific conditions. b. layout: The Contractor shall perform all layout and staking of all lines and levels required for the per- formance of this work. 4. Clearing: All excess soils not suitable for backfill, demolished paving and concrete shall be removed and disposed of in a legal manner off the Owner's property. 5. Dust Control: Apply water for the alleviation or prevention of dust nuisance caused by earthwork and hauling operations in- side and outside the limits of work in connection with this project, in accordance with local ordinances and regulations. 6. Excavations: a. Shall be carried to the elevations and dimensions indicated or necessary. b. Excavations shall be kept free from water while con- struction therein is in progress. All excavated mater- ial shall be removed from the site. c. Excavations carried below the depths indicated, without specific directions, shall, except as otherwise specified be refilled to the prover grade with suitable material and compacted as specified hereinafter. All additional work of this nature shall be at the Contractor's expense. " -46- 00109 DIVISION G. TECHNICAL CONMITIONS continued SECTION 1. d. Excavations for concrete slab. The entire area of the original ground under pavements and concrete slabs shall be excavated to remove all vegetable matter, sod, rubbish, and other unsuitable matter to a depth of six inches. The area shall be scarified after removal of undesirable material, and re-compacted to 90 percent relative compaction. 7. Materials• a. Fill-material under concrete slab shall be open graded aggregate; 3/4 by 1 1/2, or 3/4 maximum. Percentage composition by weight of aggregate base shall conform to the 3/4" maximum grading when determined by Test Method No. Calif. 202. Submit sample for approval before delivery to- the site. 8. Filling and Backfilling: a. All fill and backfill shall be free from roots, wood scrap material, and other vegetable matter. b. Fill, backfill under concrete slabs on grade, shall be placed in 6 inch layers and compacted. 9. Compaction• Install in layers not exceeding 6 inches in compacted thickness. a. Subgrade of soils in cut shall be a density of 90 % of the maximum density in accordance with the require- ments of AASHO T 180-57 to a depth of 6 inches below the subgrade surface. Existing material shall be scarified and re-compacted to a depth of 6 inches tv the minimum 90% relative density. b. Fill, under concrete, shall be compacted to not less than 90%. density (T 180-57) . 10. Grading• a. Perform all grading in the areas so indicated. b. Bring fill to finished grades indicated within a tolerance of one-tenth of a foot and grade to drain water away from structures. -47- 00110 DIVISION H a # , , . SECTION 2. Concrete 1. Inclusion of General Conditions: The General Conditions and General Requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. Scope: Furnish all labor, materials, equipment and services for the completion of all concrete work as required by the drawings and/or specified herein, including but not limited to: a. Reinforcing b. Concrete c. Forming d. Templates, anchors, sleeves and inserts required to be built into the concrete work for the attachment of the work of other trades are included in the sections for such respective trades. 3. References: Specifications, standards, tests and recommended methods cited herein shall determine quantity and quality of mat- erials and methods unless specifically designated otherwise. 4. Tests and Inspections: a. Tests and inspections will be by the-County. Contractor shall supply all materials required for testing. b. Contractor shall arrange .for all inspections and notify inspector at least two (2) working days before placing concrete. c. Concrete shall not be placed until inspection of forms, reinforcing and other embedded items has been made by the County representative and placement shall be made only when the inspector is present. 5. _-Materials: a. Reinforcing bars: Conform to "Standard Specifications for Deformed Billet-Steel Bars for Concrete Reinforce- ment". Designation A 615 - Grade 40. b. Portland Cement: Type II conforming to the current ASTM Speciiications C-150. c. Concrete aggregates: Fine and coarse aggregate shall comply the current ASTM Specification C-33, and shall be clean uncoated grains of strong materials, 3/4" maximum size. -48- 00111 • -DIVISION H. TECHNICAL CON'DZTIQNS SECTION 2. Concrete (continued) ' d. Water: Clean water from Utility co. main. e. Control joints: Asphalt hardboard strips, "Sealtight" as manufactured by W. R. Meadows, Inc. , or approved equal. f. Formwork: Shall meet requirements of Title 24, Section T-21-707.01 and T21-707.02. 6. Workmanship: a. Reinforcing: 1. Make all bends and hooks bent cold and to dimensions specified in the A.C.T. Standard "Building Code Re- quirements for Reinforcing Concrete" (A.C.T. 218-63) . 2. Accurate)r place and adequately secure in position by metal chairs and spacers. Dobies may be used to sup- port reinforcing for slabs on grade. 3. Clear distance between bars shall not be less than shown on the plans and where not shoura shall be not less than 1 1/2 times the size of the coarse aggregate or not less than 1 inch from exposed formed surfaces or three inches from earth surfaces. b. Items Embedded in Concrete Anchor bolts: or other items embedded in or extended through concrete shall be accurately located and firmly held in place with templates during pouring of concrete. c. Concrete: 1. Measurement of materials: Conform to the Standard Specifications for Ready-Mixed Concrete ASTM Designa- tion C94, A.C.L. Standard 318 and 377, and U.B.C. , Chapter 26, 1973. 2. Concrete: Mix and deliver in accordance with the re- quirements of the Standard Specifications for Ready Mixed Concrete ASTM Designation C94. Minimum Compres- sive strength of 3,000 PSI after 28 days. Four inch (4") maximum slump. 3/4" maximum aggregate. 3. Convey concrete fr= the mixer to the place of final deposit by methods which will prevent the separation or loss of the materials. 4. Deposit concrete as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. The concreting shall be carried on at such a rate that the concrete is at all times plastic and flows ,., -49- �. 00112 DIVISION H. TECHNICAL. CUNDITIONS: Section 2. Concrete (continued) xeadily into the spaces between the bars. No con- crete that has partially hardened or been contamina- ted by foreign materials shall be deposited on the work, nor shall retempered concrete be used. e. Finish of Formed and Unformed Surfaces. 1. Unformed Surfaces: a. Interior slabs; floated and smooth steel troweled. Slope surfaces for drainage as required. Eliminated all trowel marks. b. Exterior slabs and horizontal surfaces: Floated, smooth steel troweled and swept with a light broom finish. Slabs shall have even slopes with no de- pressions haat would allow water to stand. f. Curing of Concrete 1. Curing may be with water, membrane or curing compound specified applied in accordance with manufacturer instruction. If wet, membranes used for curing shall have all joints lapped 4 inches and taped and shall be maintained intact for seven days. 2. Forms shall not be stripped for four (4) days after placement. r -so- �113 DIVISION H. TECHNICAL CONDITIONS ' Section 3. Metal Building 1. Inclusion of General Conditions: The General Conditions and General Requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. Scope: Furnish all labor, materials, equipment, and services for completion of the Metal Building as required by the contract documents, including but not limited to: a. Pre-manufactured metal building b. Vehicle doors and hardware c. Alain doors and hardware d. Roof Ventilators e. Wall grills. f. Sky lights 3. Metal Building: The Metal Building shall be in strict compliance to the "Recommended Guide Specification for Pre-Engineered Metal Buildings" as published by the Metal Building Manufactur- ers Association, 2130 Keith Building, Cleveland, Ohio. 4. Submittals: Shop and Erection Drawings: a. Contractor shall submit manufacturers detailed design info. of all -manufactured items, doors, hardware, vents, louvers, etc. b. Shop and Erection Drawings shall be provided to the owner to obtain a building permit. Appropriate calculation and sketches shall also be provided as required and all drawings must be stamped by a structural engin�er. 5. Building skin and roof shall be minimum 26 U.S. standard gauge with standard baked enamel finish of the color selected by the County. Deductive alternate No. 1 is for galvanized roof in lieu of baked enamel roof. 6` Acceptable Alternate Type Buildings a. Metal building shall be equal to the standards and requirements of Metal Building Manufacturing Associa- tion "Recommended Design Practices" Manual and Code of Standard Practices", for pre-engineered buildings. Pre-engineered buildings not meeting standards above will be required to pre-qualify one week prior to bid opening. For pre-qualification drawings, structural calculations, specifications, etc. shall be submitted to County for approval. Decision of County shall be final. ,. -51- ~'Y 00114 DIVISION H. TECHN-iCAL'CONDITIONS SECTION 3. Metal Building continued w -fes-'a- .c. _..__ „�• ,� .`-a b. Pole Building: (( Contractor may elect to construct a pole-type building, skin and other building appurtenances will be as called for. Pole type foundation and structural system shall be guaranteed by the contractor to last not less than 30 years. This guarantee shall guarantee complete replacement of the defective structural members at no cost to the Cosnty, should a defection occur within . 30 years of the notice of Completion. 1F a pole buildir..g is proposed and accepted by the County the concrete grade beam at the outer limits of the concrete floor slab may be reduced to a depth not less than 6 inches into natural earth. A sub- mittal for this option must be received by the County at least one week prior to date for receiving bids. c. Wood Frame Building: Contractor may elect to construct a structural mood frame. The building skin, miscellaneous appurtenances and foundation system shall be as shown on the plans and as called for in these specifications. A submittal for this option must be received by the County at least one week prior to date for receiving bids. 7;Large Apparatus Roll-u2 Doors 20 gauge steel sectional, five panel doors, with baked on prime coat - white, by Lodi Door and Metal Co. , or equal. Include torsioned spring release, inside locking device and all appurtenant items to make doors complete and operational. Submit manufacturers detailed descriptive information. for approval. -52- y F 00115 i_s. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) _ and Specifications for Orinda ) Community Center Park (CSA R-6) , ) RESOLUTION NO. 76/459 Phase 2A, Orinda. ) (Work Order No. 5295) ) WHEREAS Plans and Specifications and the cost estimate of $15,800.00 for Orinda Community Center Park (County Service Area R-6) , Phase 2A (grading, irrigation and turf) at Orinda Way, Orinda, have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class 4B Categorical Exemption under the County Guidelines, and this Board concurs and so finds, and the Planning Director is hereby INSTRUCTED to file a Notice of Exemption with the County Clerk. IT IS BY THE BOARD RESOLVED that said Plans and Specifi- cations are hereby APPROVED. Bids for this work will be received on June 22, 1976 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 Orinda Sun. PASSED and ADOPTED by the Board on May 25, 1976. Originator: P. W. Dept. (Buildings & Grounds) cc: Public Works Department (3) County Auditor-Controller County Administrator Architects R-6 Advisory Committee Planning Director Resolution No. 76/ 459 00116 1 � ' SPECIFICATIONS for _ ORMA C01 WINITY CENTER PARK. PHASE 33:-A 26 Orinda Way OrindaL California. Architect and/or Engineer ROYSTOI� HANA3120T0, BECK & ABEY Landscape Architects 225 Miller Avenue Mill Valley, California 94941 - (415) 383-7900 - YAL No. 1C"7 ! OF cmfl /s �/tet h3 Prepared for , Victor N. Sauer, Director Public Works Department - Contra Costa County Sixth Flog AdwinistmLion Euilding Martinez, California Miarofi ud with board ordw 00117 DIVIS10:7 A. Notice to Contractor:• • .DIVISION B. Instructions to L'iudcrs Section- 1 Corrpetence of Bidders . Section 2 Securing. Documents Section 3 F_xauinition of Plans, Specifications.. ,and Site of Wort: Section 4 State and County Labor and &Materials Requirement - Section S Bidding Documents Section 6 Submission of Proposals ' Section 7 Withdrawal of Proposals Section 8 Public Opening of Proposals. Section 9 Irregular Proposals _ Section 10 Competitive Bidding Section 11 Award of Contract Section 12 Special Requirements Section -13 Execution of Contract Section 14 Failure to Execute Contract DIVISION C. Perfor=ncc Bond - ' DIVISION D. Labor and Material Bond DIVISION E. Proposal (Lid Foran) ' DIVISION F. articles of Agreement DIVISION G. General Conditions a -� Section 1 Definitions Section 2 GoyerniaC Laws and Regulations - ' Section 3 Patents and Royalties , Section 4 Contractor's Respoasibility for Work and public Utilities • Section S BDnd and Insurance Section 6 Subcontracting Section 7 Ti=e of ido=l: and Damages ' Section 8 ProEress Schedule Section 9 Tecporary Utilities and Facilities Section 10 Permits and Licenses Section 11 Conduct of Work ' Section 12 Responsibility for Site Conditions Section'13 Inspection ' Section 14 Rejection of Materials - Section 15 Interpretation of Coutract Documents • Section 16 Clarifications and Additional I=tructions Section 17 Deleted • Section 16 Product and Reference Standards , Stction 19 Materials, Articles, and Equipment Section 20 Shop Drawings, Descriptive Data, Sacgles, Alternatives 00119 - ,DIVISION F. General Conditions continued Section 20 Samples and Tests Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Taxes Section 25 Acceptance Section 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Special Conditions DIVISION H. Technical Conditions DIVISION I. Section 0220 Earthwork Section 0281 Irrigaticn Section 0283 Planting and Plants Section 0284 Planting 111aintenance Section 0800 Electrical -2- 40119 DIVISION S. I1=tM_r1 M TOO MPOWAS: The bidder shall carefully examine the instructions contained herein sad satisfy hieself as to the conditions with which he oust coc71y prior 'to bid in submitting his prol_sal, and to the conditions affecting the award of • contract. SECfIOV 1. GO'.r34Tf..:CS: VF SIM-AS: (a) License: No bidder euy bid on work of a kind for which be is not properly licensed, and any such bid received csy be disreyatded. a (b) Bidders shall be experienced in the type of work for which they are bidding and shall. upon request of the County, subait to the County a written list of coepleted projects, with the aaae of the ower or contract officer Indicated. Smug 2. SEN3Tans 1 ERM-"ars: a •(a) Drawings ani Specifications may be secured at the place and for the . deposit or fee as called out is the "Notice to Coatractor`, page 3. (b) The deposit, if called for in the ":+once to Contractor", page 3, Is a guarantee that the Drawings and Specificatieas will be returned in good condition. (c) The fee. if called for in the 'Totice to Contractor", page 3, is 3 a non-refundable p;yaeat to defray a portion of the printing and haadlfny costs. S=103 3, M..,n sTICL4 C_= PIX;S. SMCITIC.CTIMS, MOM SIT= OF TFM WOO: . ' (a) caffrAcIoaos 1;F.sm.:riSiLITY: . The bidders stall ex=lae carefully the site of the work, and the 1 plans and specifications therefor. He snail investigate and satisfy himself _ as to-conditions to be encountered, the character, quality, and Suantity of surface, and subsurface eateria:s or obstacles to to encoun.ered, the cork to be performed, and raterials to be furnished, and as to the rc;uireweats of the proposal, rlaas. and specifications of the contract. Where investigations of subsurface conditions have been grade by the County in respect to foundation or ocher structural design, and that information Is sbourn in the plans, said inforest:oa rtpcesents only the statement by the j County as to the character of material which has been actually enzaJatered by ,It in its Investigation, and is only included for the conveaience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the county assunas no responsibility uhacever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other prelialeury investitaticns, or of the interpretation therefor. Tnere is no guarantee or warranty, either eirress or irplied, that tire conditions i:►dicated 'are representative of these extstinZ throughout the cork, or any part of it, or that vn!ooked for develop&-rats cy not occur. Makin such infonwt€on avail- able to bldders is not to be construed in any way as a waiver of the provisions Rev. OU120 sEcrioa 3. Exotir.lnon of riAns SPECIFICATIONS. AND SITE OF TKR WORK: (a) CODTRWTOR'S RESPOSSI NTLITY: (Can't.) of this article concernicS the Contractor's responsibility for subsurface conditions, and bidders oust satisfy themselves through their own investigations as to the actual conditions co be encountered. (b) RESPO2tSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without lialtation thereon, the Contractor shall be responsible at his own cost ' for any and all work, expense or special precautions caused or required by the existence or proximity of utilities encountered in performing the work, inciud£ag without limitation thereon, repair of any or all damage and all.baad or exploratory excavation required. The bidder is cautioned that such uc£litte "may include eonimmication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to dazase the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division G of these specifications. (c) DISCREPWIMIES OR ERAMS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders if tine permits. Otherwise, in figuring the work, the bidders ' shall consider that any discrepancies or conflict between drawings and specifica- tions shall be governed by Section 15 of Division G of these specifications. BECTM A. BIDDIJM DOCLMENI'S (a) Bids shall be wade upon the special Proposal (Sid Form) (See Section E of this specification), with all items completely filled out; numbers &ball be stated both in writi% and in figures, the signatures of all persons signed shall be in longhand. The cocpleted form should be without interl£ata- tiuns, alterations or erasures, no alternative proposals. Additional copies of the proposal (Bid Fora) nay be obtained from those supplying these specifications. A (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. Ko oral, telegraphic or telephonic proposals or modifications wi11 be considered. Bev. 12/72 -6- 3 ' 00121 SECTION 4, almlic Dwa-grans: (Const.) (c) List at ProMsed Subcontractors: Each proposal shall have llsted therein the name and address of each subcontractor to whom the bidder, proposes to subcontract portions of the work In an amount in excess of h of I percent of his total bid. In accordance with Chapter 2. Division S. Title 1. of the Covernocnt Code, See Section 1 of Dlvisloo G of these specifications for definition of subcontractor. See Section b of Division C of these specifications for further reference to subcontractors. (d) bidder's Sec+n^itr: All bids shall have enclosed cash• a cashier's check. certified check. or a b!eder's bond, as described below. executed as surety by a corporation authorized to issue surety bonds in the State of Califs nia. Rade payable to `Contra Costa County". in an amount equal to at least 10 percent of the az+ouutnt of the bid. Ko bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SI!s`!ISSICV or PROPOSALS: Proposals shall be submitted to the Clerk of the 3oard of Super- visors of Contra Costa County at the place indicated on the bid proposal. It Is, the sole responsibility of the bi3dar to see that his bid Is received in proper time. All proposals shall be submitted under seated cover. plainly Identified as a proposal for the work being bid upon and addressed as directed in the Ratite to Contractors and the bid proposal. Failure to do so may result ` In a premature o;.entn.; of. or a failure to open such bid. Proposals which are not properly narked may be disregarded. SECTIO.y 6. RITFO.3At•AL Or KGPOSALS: Any Lid nay be withdrawn at any time prior to the time fixed in w4w, the public notice for the openla: of bids. provided that a request in writtax. executed by the bidder or his duly authorized representative. for the withdrawal of such bid is filed with the Clerk of the board of Supervisors of Contra Costa County. An oral, telerraphtc. or tel"honle request to withdras a bid proposal is nor accegtabir, the withdrawal of a bid stall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the tine fixed In the public notice for the opening of bids. SECTION. rt:rl•1C L"ERIM ( PROPGSALS: Proposals will be publicly opened and read at the time and place Indicated in the ratite to Contractors. bidders or their authorized agents are invited to be present. sLeritm 8. IPrcuiAR rAOPGSALS: • Proposals oay be rejected if they show any alteration of fora. addi- tions not called for. coneltionai bids. ineoeplete bads, erasures, or irrecularittes of any kind. 1f bid aAount is changed after the amount is orlglnaily Insertea. the ehaMe should be initialed. .. -7- 001 a SECTION IRT.lx:iliAt rm—osALs: (comet:) • The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Toro and their order of listing on such fors shall in noway Indicate the order in which the bids any be accepted. SECrIOY 9. cotwETTTIyE EIDDI:oc: If core than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted . prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from subaittiag a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requ:rerents of the State lav and may reader void any contract let under such circumstances. SECTION 10. AWARD OF CON RACT: a The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal collies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the propossls. SECTIO.11 . SPECIAL REQQIR�'rS: The bidder's attention is invited to the following special pro- visions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials �- (1) Facilities to be Provided at Site (g) Assignment of Contract Prohibited SECTION It. EXEGlTrm OF OOCTRAcr: The contract (example follows page 18 ) shall be signed by the successful bidder in duplicate counterpart and returned within five (S) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. Ito contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. Rev. 12/72 -8- 0010 SECr1ON 13. FAUME TO EXECUTE COGTiAT: Failure to execute a contract and file acceptable•bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays. and legal holidays, after the successful bidder has received . the contract for executlen shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or falls to execute the contract, the County my award the contract to the second - lowest responsible bidder. If the second lowest responsible bidder refuses ar fails to execute the contract, the County eay award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third _ lowest responsible bidder to whoa any such contract is so awarded to execute the save, such bidders' securities shall be likewise forfeited to the County. The work suy then be readvertised or may be constructed by day labor as provided by • State law. - 4 • 1 OU124 DINIS100 C. PESEOR!lA.tiCE b= OW ALL MM by.THESE PUSEATS: That WHEREAS: The board of Supervisors of the County of Contra Costa, State of California by Resolution passed I9has awarded to hereinafter designated as the '"Principal", a Contract for constructing and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NW, THEMORE, We, the principal, mad as Surety, ace held and firmly bound unto the said County of Contra Costa, State of Califorala, in the penal sun of Dollars (S ) lawful Money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, Jointly and severally firmly by these presents. THE C0.MITIOM OF THIS OIILICATIOK IS SUCH that if the above bonded Nr' 'Principal, his or its heirs, executots, administrators, successors or assigns, shall in all tbi:gs stand to and abide by, aad well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the canner therein specified, and in all respects according to their true intent and meaning, and shall imde=.fy and save harmless the said • County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become mull and void; otherwise, it shall be and remain in full force and virtue. Rev. Lein -ID- 00125 PERFORMANCE MAID (Coni.) , F Aad the said Surety, for value received, hereby stiphlates and agrees that no change, extension of time, alteration or-addition to the terms of the Contract or to the work to be performed thereunder or the specification f accompanying the same shall in any vise affect its obligations on this bond, and It does hereby waive notice of any such change, extension of time, alteration or addition to the teras of the Contract or to the work or to the specifications. i IN WITXESS L'MERMF identical counterparts of this instrument, each of which shall for air. purposes be deemed j an original thereof, have been duly executed by the Principal and Surety above- [ maned, on the day of E • i (To be signed by j (Principal and Surety) Principal (and acknowledgment ) _ _ (and notarial Seal to) by (be attached. ) f Surety By The above bond is accepted and approved this day of 19 The above bond.is accepted and approved this day of 19 Rev. .i 00126 DIVISION D. FAYMWr WM (Labor and Material load) JUM ALL M sY THESE PABSEns: That , WHEREAS, the board of Supervisors, Contra Costa County, State of California by resolution passed 19 has awatded to designated as the 'Principal,"a contract for the work described as follows: 1,'HERM, said principal is required by Division 3, part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract: UM THEREME, we, the PrLactpal and as Surety, are bald and firmly bound unto Contra Costa County in the penal sun of Dollars lawful coney of the Gaited States of Aaerica for the paycent of wbich sum well and truly to be nude, we bind ourselves, our heirs, executors, adaia£strators, aueeess.,rs and assigns. Jointly and severally, firmly by these presents. THE co' rrjos QF THIS oDUCATIIM IS SUCH that if said Principal, his or its subcontractors, heirs, executors, adoiaistrators, successors, or assigns, shall fail to pay any person or persons oared in Civil Code Section 3151 or fail to pay for any materials, provisions, provender or other supplies, or tears, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for aaounts due under the Unezplayn_nt Insurance Code, with respect to work or tabor, then said Surety will pay for the same, in or to an &count not exceeding the &count hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (coemeacin at Section 3247) of the California Civil Code. -12- Rev. 12M - 00127 " This bond shall inure to the benefit of any and all persons, cocpantes,'and �. corporations entitled to file claiar under Section 3181 o_ the.California Civil Code, so as to sive a right of action to then or their &"IS" in any ' suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no cline, extension of time, alteration or addition to the teres of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby . wah-e notice of any such change, extension of time, alteration or addition, to the terms of the contract, or to the work, or to the specifications. IN iilTii_SS WHEREW this instrument has been duty etaeuted by the Principal and Surety above named, on the day of Principal Surety . Attorney-la-Fact itev. 12/72 -13- 0012& (Bidder5* DIVISION E. PROPOSAL (Fid Form) BIDS WILL BE RECEIVED UNUL 22nd day of June, 1976 _ at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COU14TY: Gentlemen: . The undersigned hereby proposes and agrees 'to furnish any and all required labor, material, -transportati-on, and services for Orinda Community Center Park. Phase 11A. 26 Orinda Way,,. Orinda-, California in strict coniort-nity with the Plans, Specificaricres, ,and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Marcinez, Cali- fornia 94553, for the following sins; namely: BASE BID: Shall include all of the work for the construction. and corrr pletion of all facilities therein, but not including any of the work in the: following Alternates: For the sum of: Dollars ($ ) ALTERW.TES: 1. ALTERMATE NO. 1: ' State the amount to be added to the Base Bid for the M sAeded and fiQ dgya 'nt n nce period. Add the sun. of: .. Dollars ($ 2. ALTERMTE NO. 2: State the amount to be added to the Base Bid for the TURF AREA - sodded and 3.0 days mairtenarice period. Add the suss of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work .within Forty-Five (45) calendar days from and after the date of come-nencement:. . 00129 . It is understood, with due .allowances made for unavoidable delays, Uiat if Lite Contractor should fail to complete the vtorl: of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Fifty Dollars 50.00 Nei: calendar day for each day said work remains uncompleted beyond the time for completion, as and for lick- • uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it mould be impractical, and difficult to fix the: actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar %•:ith the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. . (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not- be re- sponsible for zny errors or omissions on the Dart of the under- signed in making up this bid. � 1301 DIVISIM V. PROPOSAL (aid Fora) Coot. (F) The undersigned hereby certifies that this bid is geoufna and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, faro or corporation to refrain from budding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (G) Attached is a list of the oases and locations of the place of business of the subcontractors. (11) Attached is bid security as required in the Notice to Contractors. D Cash D Bidders Bond D Cashiers Check Q Certified Check (I) The following addenda are hereby acknowledged as being included in the bid; Addendus 1 dated A~ddendtxn • dated Addendum f dated" r aV Dy _ Address h'hone Licensed In accordance with an act Providing for the registration of Coa- tractors. Classification and License No. Dsted this day of 24 Rev. 12172 -16- r � DIVISION E. rBOPOS4,L (Bid Fora) Cam•t. LIST OF SUBCOYPT,ACrOBS- . (As required by SECHCH 12 - "SUBCD:iMC[OAS TO BE LISPED IN BID - SUMITVFIOS OF SUBCQ.YTS MOTS", paragraphs (A), (B), and (C), of Instruction, to Bidders). Portion of Wark Base Place of Business ) Rev. 12/7' -17- - The fetlouiog questionnaire shall constitute an inclusion to the Aid documents and shall be completed and attached to the Did (Froposal) Form, .rioft-. with the necessary attachments. Omission of the completed questionnaire [can the Did Foro air failure to J answer all applicable questions shalt be grounds for rejection of bid in accordance with the Contract Denumtnts. Division 3. I!STRVCfIOX TO BME",,, Section l? !Page 7) IRx£CtlU?R rRorctsSLs. Inclusion of this questionnaire is at chi request of the State Attoraey General. WESTIOCc!t11t£ TO CEVERAL ODS7R.AC ORS 1, Were bid depository or retistry services used in ebtainiag 7 subcontractor bid figures in order to compute your bid! Yea ( ) xo C. ) 2. It the answer to go. I is "yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors' bids other than bid depositories? - Yes ( . ) so A. Has any person or group threatened you with subcontractor boycotts, union boycotts. or other sanctions to attempt co cowt3ce you to use the services or abide by the ruses of one or more bid depositories? Yes ( ) Ito C ) S. If the answer to So. 4 is "yes", please explala the following details; (a) Date: (b) Gave of person or group: (c) Job involved (if applicable): (d) nature of the threats: ~ (e) Additional eoeesents: (Use additional paper if necessary) N Rev. 12/72 -M- r DIS' UCH F. ARTICLES Of AMEl1..ltl' (Contract) Cei7saCr (CaaatrrttloS i&tesweat) - •(Coatts Cost* Corney Standard form) '). 1'dRtd3tlS, These %ariables are locmrpotated below by reference. (f 12.3) parties: lr%bl/c i&eaeyl (Gottactotl - (12)_ tjjcctiac :a to: (See fg for atorrlot date.l . (62)' The Werk: - - - (fh) Completion Tice.- tstelke out (a) or (b) 'taleodar'" or rorkls&'l (a) by Gate) (►) Y(t►in 'caleadar)wttlSs days tree atartta& date. (t!) tiauideted AM"eo: S ret calendar day. (fi) Public tteacy•a Age-at: (11) CYatrtet Price: f (ter-unit price contracts: set* or 1e4a, In aecotdane. vtth t*Slshed gra%tlties at %sit bid prices.) (StelLe out paceathetieal material li lsapplicabte.) S, S3C7rdT0ltFS / if'1s0.'«:3:+F!!. - ' t1.►lit tgeaer. y: (rtesideot or Cbalrean) (Soeretary) Gntreeter._ beteby also oek*wled&in& wets&*** of and cospllarce vttb Lab*c Code 11461 esecerotai veeLae&'s C*spaosactoo taw. &best&&ate olitceal capacity to two baslaeosl Mote to Coatracter: (3) [ieerte aekaoutedpReat frrw &VIVO; cold ti) it a -Orpora- tiru. attach a certified cope of the &?taus. er of the rero G.Sion of the lcar,f of Oireetore 4694rrisia3 e:eeution of this coatrsst and of the Wads relbired AVre&;.. ' ------------------------«---------------------------«-------- ----------.-»- State of Calif*eat& ) dtfBCyttLCprxr (by Corporatfoo. County so. of � ra K*ecs•tp. or tativtdual) the perae*(s) algal*& wove tot Coseraetoe. &Sova to of to individual •sa boolsoos capacity as stated, pee6*0*111 appeared %slam ao today and ackawledged that belthey saeeutcd It ad tkat the eotparattea or pacta*robir S#wed above oaecuted It. • DatNt (SEAL) - $*tact rwk:tc ---•---•----_•---------------------------------------------------------------------------- F"K ♦rrt,Oria; 2. &, CLAUSCh. Cae.ty Co-%eel. t. ��DVprir (race 1 of 10 (CC-1; itev. N"34 a S. i�0i9_[Og RatI. [lu7./S. CO) Ip those otteatores to sectlem Z. e(tecc:rr so.9" above date. tLear pateacs Pro:&se aed ateee as oat forth to 91140 e*etract.'IacssP*ragtnr. by those relecepecs the material t-Wa:lajrlrS-) Is Sec. 1. tb) Costrarcer shall. at uia sun coat and esressr. Aad to a vera.%aallkr rsaer, fully and fatchfolly resister aad conpfecg •�t this vett: aad will Purelsh all materials. labor. sevvices sad 994001`e0es91916 aecrs.aw.. - Contemlemt aed rssrer 1n *odor gaggle to serlora the Rosette-cage of the* cootracc. all strletlp to aster Nance: WAN the Public Magee'# pia la, 096.ift$% 804 apeetftcattoss (e) TUls Veer► gas be ehaoced ♦els with P11blis A5e*c- a prior writers order specifying sock Chasse sed its cost asset* to by the parties: end the Public Agency oball •ever •ave opo Pay wee alias S#ectfted As Sec. 2 without such as order. t. Tilals SOTICr TO PSOCIL3. Caeractor $hall start this Vert as directed l0 the specs- _ IstatioOs We eke &•face to Prsceod: and shall cespleto it as specified is Sec. 1. S. L1QClOAT£O 9ANASIS. it tke C*nttartor tall• 90 d"VIC90 91115 contract sad this Work . vithle ibe tine 91&*4 tb*tefar. altssasce betas made for toatisge-scies as Providrd here.-a. be becomes Mable to the Public Agacy for all its loss And damage therefrom: and because. Item the maters of the Case, is to aad will be leprac9icatte and extrerele ditticut: 90 sscertaim and its the rabltc Ag*ac1'6 actual damage from nay delay iw psstoszanct hecrot. It is agreed that Ceocgactor will par as liquidated 4&08506 is the Public Agency she geasoaable Sun specified is Sec. 1. t1e Casale of the paretes' raases&bta esdeavot co estimate late &votes* c*aPensacton therefor, for **ch caleadar day's delay in lialsbins said vatk; and it the 90-40 be mot Pas*. Public Ateser WAY, 10 Nditian 90 Its ether remedies. deduct the seem item any mo*er due or co become due Coniractor'sader this cos- tract. it the Public Alescy tot oar cause authorises of ceatribuces co a delay, suspea- *toa of werL or eatesstas of Else, its darattsn shall be edged opo the tine allowed for CoePletles. bet it $ball set be 404304 s waiver mor be used to defeat nor eight of chs :...I to da%sses log sea-coa7tet140 Of 110141 11ereu4der- Pu956869 co C*vt9*6909 Cods S66- 411S. eUo eoacractsC "All net be assessed liquidated daesges for eetay to co+plecton of the voce,. wheo swek delay was eaosed by the tallwre of the Public Ageacy or the 040499 of s - utility to Provide far 9eaeval me reloeatl*s of oslatssg 11tgtiey facilities. - d. IUTECRIATEb "CCYESTS. The plana. Asawtets &ad opeeiticartsss. of nay, Public Agency's _ call fir tido, aad Costractog`s atcevted bid for this Week are beseby incorporated tnio - thls e*atgacc: aed ekes ago fateslce to cs-operateo so chat anysbtas esltlbtt9d to the Plasm or dgavlsss and sat soothed is toe sp9clflcattoos. or vice versa, is to be 4aacwted as 1t eahlblfed, m*selemod aed set tort• in both. to the true topcoat sad rebates ,has**( Whoa 944oe all eosetsof: aed diffegesces of spial** eoacerotag these shill be flaally detagagaed by PabllC Ag*oc7's Agree specified 10 Sac- 1- 7. ray"r.". (a) for bas strict and literal 961111laem9 Of throe PtonSsen aad s nd191046- Red as lull eerpeasatios fog all this week, the Public ASaxfy •hall Par the Coacractor * the sum $►#allied to Sec. 1- accept that is role Peter e009raets the P476 ant. •tali be got Ilatabed quaetittes at waft bid Prices. s (&I OR of about tb* lists day of each ealoedar WaN the CoagraC909 *bill s*bnle 90 -440. A the tdllt Agency a v*ritt*A APpllc&ri*m for N1900e. %bP:Ofrsd by a staca+eat showing all gate rials actually Installed dastct the Fsec*dges none%. she labor CAPWaded 9hafeoa. aad file cost tb*.eof: Wbee*Wpoo, atter C%acit*t. the tablet Agae)F shall Issue to Cotteactor a eottgtecate ter the A"mat d4teratmed to be due, *in*s AOS thereof Pursuane to Wversreac Cede Sec. 53067, but **t pill detective work aad ssgarlals have base removed. gerlased aad made good. 4. PAlYES S rizeartO. (a) She Public Agency or Its agent War Withheld ay P4ya9at, or heeause et latre discovered evilest* 01111117 all of any cestlfte.te for Pbrnan9, cv such except ad PCrt*d of aloe *sty as u7 be meeosasey to protect the Public Agency team loss because of: (1) l"f*etfve week sot reo*dted, of soes:plated work. (t) elates filed or reasonable &atdeac* Indicating Probable 11110t. (3) Failure t• pgsP4rly Pay s11Tcantractars as for material of labor. _ (t,) Reasonable *o.+bt that 9►e ►'ark ea be esoPlated for "A bsiases them Wapagd. or (�) Oaa egg to anatb*g Coatfacter. (b) TLC tablet A;t*cy •ball use reesoesbfe dsltg*ogr to N atsv*r aad report to the coatuet*r. as eke week ptotteasta. abe *Atert.ls And $&be$ webAgA. are set satsbtaetofy to it, ao a• ao .ro:4 uwateesrary tenable of cost to the Coogeaetor is makts5 good nay . feftetl.o I:"L or rare$. • (e) 31 caleadar darn altos the Ir blte Ataeer IIIb !to ►nice of completion of tkq cense (Page 2 of A) (CC-); ttv. b-)Z) -lab- 00135 work. it &ball Issue a certtticate to the Coatracter sed per the balance of the contra[[ resew after dednctlas all •%meats wlgsbeld under, this eoactact. provlded the Cestricter *have *bat all elaiao log labor mad materials ►sea berm told, am dates have Nae J possessed to the PMUIIC Ageacy based oe acts or ae esteas of the Coatgactor. sed so Stews or vlehbold entices bows boom flld *latest the vock or site. mod provided these are Doc redeemable &Adlcatless of detective or elessas wort me of late-seconded notices of Its&$ • or Claims against Contractor. M ,1. INSUtANC[. (Lobos Code !111160-61)" Om sigeseg 7111 coalesce. Ceocgaeteg must give tsblie Aseaey (1) a certificate of eeriest to 9*11-tosur* Issued by the Olreeter of ladestrlal Rtlatloas, or (2) a certllleate of L'erk=em's Coapeasetlom lssursoce Issued by ea admitted IRs%ger. er (1) as asset copy air duplicate e►rreof core&fled by the Olreccor OF the fasurer, Co&tgaetnr la &rase of sed eoeplies with Lebec Cede Sec. 3100 and the 3F \ockwem's Coupeesatloo Lay. ' 10. 0SOi. Os 61601st this ceatrAct Camtractog *ball deliver to rm►lte"Ageacy for approval good sed sufticleat beads with swtecles. 1& toeuat(a) speclited to the spec!(!- eotlnws. tuareatfelat his tattkfwl perfogsaace of this coattacc and his Payment for all labor and materials betemader. 21. FAILCRS TO tfrf0*y. 11 tbo Ceaer&cter at &ay clot cetwses or *eglects. wigbout fault of the tw►!le Aseacy or its atemt(a), to susply sutfltleat oster&sls or v*tknom to complete this agreeseat and week as provided legal&. for a period of 10 days or "age algae vrittea %*ties thereof by Cho tultic Agency. tie toblle Agency may foretell same and deduct the reasonable expenses thoccet tram Eke eomerect price. 12. LAI7S'APPLY. Cearral- got► parties reeagatto the sppltcabllicr of various federal. state had local lames &As tetulatleas. especially Chapter I of part 7 of the California Labor Ctdo (begt&sswt with Sec. I7:3, sed locludlet Sets. 173! A 1777.6 forbidding dts- C.rialeatlow) sed lotted that to&s a;reese&t ce pl:ts thereviek. The partlrs, sPectticailr atipulat* that the golovast poaalties sad forfettwres pcovidrd to tke Labor Code. *specially is Saes. 111! 4 1413. coarsening petvatllag wages and hours. shall apply go tkte saretueat as t1k*o6k fully stipulated bete&&. 23. SURMT&ACTOPS. Covegaaeht Code 114100-4113 are lacnrporAted begets. 14. YAC( RAILS. (a) turawaot to Lafoag Cede Sec. 1713, the governing body of the Publte Meaty has aseogtalsed the geser&1 prevalllag rates of wages per dteo. sed for holiday sad ovegtlmf work. 1% the locality to whlch thls ver► is to be parfeged. for each Caere. elasssflcatsoa, or type of wetiza& aeeded to eaectte this contract. sad said races are as aP*ettled la the call tee lids tot this vert sed ase am isle vttk the tublie Agency. and ere heg,all socerperated hotel&. (b) Thls schrdult of vases is foaled &a o Warbles day of 11 leers unless othecwlae - �r specified; awd the dally rate is the hourly rate avl&tplied by Rho number of howco con- atltutleg the -*axis& day. tbe& less tkas shat swaber of hours are worked, the daily wags Rate 10 prepostlewately reduced. bat the hourly rage genet&& as stated. (e) The Contractor. sad all his &sbeometactars, must pay at least these sates to all peran&s ow this work. lacludlog all gravel, subsisteece, sed frtage beaetlt psymeacs Po*vlded for by aPP H ea►le ColleCtive "a'Sasalat s=teeaemts. All skilled tabor Doc Listed above must be paid at least tko wage scale established by eollecetve bargetaing agreement for suck labor Is the 1*cality -sort such work Is teles rertoraed. 19 it ketoses Raccs- oary for the Coatracter or set buLcoutractog to *=ploy say press& In a craft, Classsft- ' tat$*& or type Of tock (factor asocutive. savocwtsocy. adnlalstragive. elertcal or ether sea-sa&ual w*skers as s4ch) for which so "/dawn wage gate Is specified, oke Coatracter *ball Iwedsately Rattly the public Aeeacy •►ler stall promptly delegates the Prev&1l9nr. use* rate iberefor and twentsk t►r Ceatractor with the mistcon sate based thereon. which sksll apple tees the else of tke lassies a•mployeest of the perste affected and dwrlag the eosslawawce of such esplsy"eat. I3. YOULS Of LA90&. Cttht bouts of labor to sue caleadar day coostitwCes a legal day's - work. sed woo vorina0 esPloged at set tine ow this walk by tke Coatreetor at by any bub- most uctot shall be resulted as permitted to work losses thereem except as provided bm Lebo! Code Seca. Isla-lits. 14. APP6faTICIS. Pteperly lrarstured appecatiees say be employed on chis work is accordance wlth Lalos Code Seca. 1717.!, sad 1111.6 w Das-tiseelolaselro. • Cts4e 3 of 4) 1 00136 t - 11. rREFIE&EXCI 1`09 MATEXULS. The publle &gooey desires to pronate the industries sad eeeweny of Cowita C:sia uuwe;r, and the Coacractor therefore promise• to use t+e products. verkmrs. laborers aad m*cbaalcs at this Cosaty to &Waxy ease Where eke price. titOess and %walaty sea *less. J 39. &SSiCNUXT. This sareeweat btods the belle. successors. assfgos. and reproseacatives at the Coattaeter; but be eaasot &set&& it to "bele or In part. mor any sanies due or co • become 440 vadat it. without the prior Written Coa$aet Of the public Ageacy aad the Comttactor's salary or $acetic$. salesw ebey have wIlved **cite of issig*moat. Is. WO Ca1TLt ZY F,ILI: &LIXCY. Inspection of the Werk sadfer'aaeerialo. or approval of Wort aadter materlals aaapeeeed. or stateneee be any Officer. 09009 or employee of the public &meaty 164teatlag the vol• or say part thereof eoepltes Wttb the re`uirenent* of this cowtracr. or acceptance at the vbele or say Parc of said Volk andfor matestals. or payweats thetelor. of say cor!!a&eloa of those arts. shalt met relieve the CoatrActwe of bis obllgatlem to tulilll this contract as prescribed; nor shall t%w Public: Ageaty be. tkegeby estopped fsom brassies aa/ aetto* for damages or satorcencec &Isola$ Igor. the fstlore to comply with soy of Ike terma sad coadittee0 beceot. 20. WML0 ■&II7tt_SS L 130t"I T. (a) Contractor promises to sad skall hold ►armless and iwdemalfy fres toe lsa►tlatles as dettaed to this sectivo. (b) The tode•+aitees benefited sad protected by this proviso are eke Fablte Agency and , Its olectsve aad appelative boards. coaatassess. officers. &goats as* enpleyeas. (e) The lla44lltles peoteeted against are any liability or claim for damage of as)r bled allegedly sufteted, toc.rred or threatened because at action$ defined below. tociudlog personal iw)Wry. death. property damage. lavocse condemnation. of say coobtuatton of these. attartleas Of wh*tber er not such 116bility. claim or damage was satereseeable at any time •. before the Conwty approved the topeavr_ent plaa or accepted the taprava_eats as completed. mad seelsdlat the date&** of &my assets) or actioa(s) at lav or equity coaceratas these. (d) The aceaoms eaustog Liability are say act or Omission (norlige*t or men- me&ligest) iw eomaectlem with the matters covered by this contract and attributable to the contractor. subc*mtractor(a). or any ofttcar(s). agents) or employeeCS) of one or page, of J tics. • (e) Nen-Cosdltieas. The promise sad agreenest to this section to not eomQ►eteaed or dependent Os w?etwet or mot Say Ioeemnitee ►as prepared, avpplled. Of approved aav plaacs) or steel ticatioaes) to eoaseetlem with this Work. boo insurance Or erber andeaaification. eeveglwa any of the%& mail*ra. or that a&* alleged damage resulted p&rtly ISO= say aegti- _ r seat me v1111"1 mtscemd"ct of &&y ladomattee. (page t of &) CC-1; Rev. 6-72) -led- W137 DIVISION G. CERML DOMITIONS ~ SECTION 1. Deflnittons: h'henever the following terms, pronouns in place of theca, or initials of organizations appear in the contract documents, they shall lave the following s+eaning: Addendum--A document Issued by the County during the bidding period which modifies, supersedes, or supplements the original contract docueents. ARreesrnt»The written document of agreement, executed by the County and the Contractor. Architect or Entineer--Shall dean the architect, engineer, Individual or co-partnership, ecgloyed by the County of Contra Costs-. as designated on the title sheet of these specifications. Uhen Contra Costs County is designated as the Engineer, Engineer shall mean Victor W. Sauer, Public Uorks Director, or his authorised representative. Ridder--Any individual, partnership, corporation, association, joint venture, or any casSinat£on thereof, submitting a proposal for the work, - acting directly, or through a duly authorized representative. -Eoard of Supervisors--Shall ceaa the duly elected or appointed off£tials who constitute such a Board, who wi:l act for the County in all matters pertaining to the Contract. ChanZ* Order--Is any change in contract time or price and any change in contract docunenrs not covered by substitutions, subaitrals, or field order&. (See Section 21). project Inspector, CAmstructlon Supervisor, Inspector, or Clerk of the Vorks shall cean the authorized agent ai t e�Ci County at the sit of the " work. Coatract--The contract is comprised of the contract documents. . Contract Documents--The contract docuzents include the agreement, ay. notice to contractors, instructions to bidders, proposal, plans, general condi- tioas, supplementary Leneral conditions, specifications, contract bonds, addenda, ' change orders, and supplementary agreements. Contractor--The individual, partnership, corporation, assacta- tion, joint venture, or any combination thereof, who F.as entered into a contract with the county. County -Shallmean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. Field order--Is an instruction given during the course of the work, not involving a change in contract time or price. (Ste Section /6B). General !totes--The written instructions, prov£sious, conditions • or other requirepents appearing on the drawings, and so identified thereon, which pertain to the ptrioraance of the cork. 7 Rev. 121n -19- 00138 DIVISION C. COMRAL Cr40IT1C%DC (Const.) SECr1DN I, Definitions (Const.) Plana -- The official drowints Including plans„ elevations, sections, detail drawinbs. diagram. general notes. Information and schedules thereon, or exact reproductions thereof. adopted and approved by the County shovint tke location. character. dimension, and details of the work. Specifications -- The Instructions. provisions, conditions and detailed require+aents pertaining to the methods and nanner of perforcinc the wort. or to the qualities and quantities of work to be furnished and Installed X under this contract. Subcontractor -- An individual. partnership. corporation. association, joint venture. or any- combination thereof. who contracts with the Contractor to perform work or labor or render service in or about the work. The tern subcontractors shall not Include those who supply materials only. Superintendent -- The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent s.`.all at all times be fully authorized to receive and act upon Instructions f roo the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreenent -- A written agreemeat providing for alteration, amendment. or extension of the contract. Work -- The furnishing and Installing of all labor. materials articles. supplies and equlpoent as specified. designated, or required by the contract. SECTION 2. CO•.'ERMUZ lAWS AM RE'CULATIONS: Q. The Contractor shall keep informed of and observe. and comply with and cause all of his agents and employees to observe and comply with all prevalling Federal and State taws, local ordinances, and rules and regulations made- pursuant to said laws. which In any way affect the conduct of the work of this contract. a. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform 6uiiding Code. the State sire marshal. the Safety girders o: the Division of Industrial Safety. the C:ational - Electric Code, the Gnifors Plumbing Code publlsbe by the Vestera Plumbing Officials Acca lation, and other applicable State laws or rezulaclons. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on Job at all times during construction period. Rev. $172 .M. 00139 a DIVISION C. CEMAL CQWIT/OSS (Can't.) SEMON 2. GOVER. = LMUS AND TuGtlUTIONS: (Coni.) - C. Excerpts free Section 6422 of the Labor Code of the State of California are included below. The contractor shall comply fully with this section of the labor Code as applicable. 'Tio contract for public works involving an estimated expenditure In excess of $25,000.00 for the excavation of any trench or treachas five feet or care in depth, shall be awarded unless It contains a clause requiring submLss£on by the Contractor and acceptance by the awarding body or by a registered civil 3 or structural engineer, "toyed by the awarding body, to whoa authority to accept has been delegated, in advance of excavation, of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving grr.C►d during the excavation of such trcach or trenches. If such plan varies from the shoring system standards established by the Construction Saiety Orders, the plan shall be prepared by a registered civil or structural engineer. "clothing in this section shall he deemed to allow the use of a shoring, . sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. ; "Nothing in this section shall be construed to impose tort liability on she awarding body or any of its employees. "rhe teres 'public works' and 'awarding body', as used in thts.sectica shall have the sage meaning as in Labor Code Sections 172C and 1722 respectiv-ly." SEM0.11 3. PAT—ENTS i'.-0 ROYALTIES: - A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates shoving the payment of aay such licenses or royalties, and permits for the use of any patented or cep7righted devices sha!1 be secured and paid for by the Contractor and delivered to the County on coax w ls,xLon of the work, if required. -21- Rev. I2/T2 .09140 lll'Io`lut G. Gi:i�.1!, aimITlCtt:i ttbo't.) SWrIOki 4 CONTFAMOS'S RESPOSSIBILITY FOR WORK AND PUBLIC CTILITIES: A. The Work Until the formal acceptance of the work by the County. the Contractor shall have the charge and care thereof and shall bear the risk of Injury or damage to any part of the work by the action o: the elements or . from ary other cause except as provided in Section 23. The Contractor. at Contractor's cost, shall rebuild, repatr. restore. and sake rood all such damages to any portion of the work occasioned by any of such causes before its acceptsnce. . 8, Public Utilities: a. The Contractor shall send proper notices, make all necessary arrangements. and perform all other services required in the care and maintenance. of ail public utilities. The Contractor shall assume all responsibility concern— Int same for which the County nay be liable. b. Enclosing or boxing in, for protection of any public utility atuipmeat. shell be done by the Contractor. Cyon completion of the work. the Contractor shall remove all enclosures. fill in all openings in masonry, grouting the some watertight. and leave in a finished condition. e. All connections to public utilities shall be made end vaintained in such manner as not to interfere with the continuing use of same by the County during the entire progress of the work. . s 0%0- S'..CTICW S. SO2a AZ,'J_IKSt A%CE: A. The contractor to whom the work is awarded shall within five (S) working days after being notified enter into a contract with the owner on the Contra Costa County Standard For= for the work in accordance with the drawing and Specifications. shall furnish and file at the same time labor and material and faitrful perto:mance bonds as set Porch in the advertisement for bids. on a torso acceptable to the County. S, • Co�Tr.',ATICX INSMA:CE: The Contractor shall take out and maintain during the life of this Contract adequate Workman's Compensatlon Insurance for all his employees employed at the site of the project, and In ease any work is sublet. tie Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's emeployees. unless such osrployaes aro covered by the protection afforded by the Contractor. Acv. 12172 .u. a 00141 A DIVISION C. GENERAL CONDITIONS (Can't.) . SECTION S. WX-M A1'D INSURANCE: (Can't.) , In use any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable L'orkman's Compensation statute, the Contractor shalt provide. and shalt cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. PURLIC LIABILITY AYD PROmTY DAh%cr INsti=cE: The Contractor shall take out and raintain during the life of this Contract such s Public Liability and Property Darage Insurance, naaiug Contra Costa County as an additional insured, as shall protect h£a and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrongful death, as welt as fro& claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of theme. The amounts of such insurance shalt be as fottwis: Public Liability Insurance to an amount not less than $2500000.00 for injuries, including wrongful death, to any one person, and, subject to the same 1L-it for each person, in an amount not Iess than - SSOO,000.00 on account of one accident, and property damage insurance is as amount not less than $54,000.00. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of ggceement. D. FIRE INSUR&%CC: Olaitted E. CERTIFICATES OF INSUR&SCE: Certificates of such Workmen's f �" Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. At! certificates shalt indicate that C:oncra Costa County has been named as an additional insured. These certificates shalt contain s provision that coverage afforded under the policies will not be cancelled until at least ten daye prior written notice has been given to Contra Costa County. F. PERFOMANCE DOM% One bond shalt be in the amount of One Ilundred per teat (100.) of the Contract. and shalt insure the Omer during the life of the Contract and for the ter= of one (1) year from the date of acceptance of the work aoaiast faulty or ieproper materials or worLaanship that may be discovered during that time. Rev. 12/72 -23- IV 00142 DIVISIGN C. CC.CER/1L CO.%-JITIM"S (Const.) SECTION S. 5020 A10 INSrIUMCE: (const.) G. BOATD: One bond shall be in the amount of fifty per cent .) of the Contract price, and shalt oe in accordance with • the laws of the State of California to secure the payment of all claims for labor and materials used or consumed In the performance of this Contract and of all amounts under the Uneoployment Insurance Act. StECTI0% 6. SUSCONMRACTINC: A. The Contractor shall be responsible for all work performed under this contract. and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. 5. The Contractor shall give his personal attention to the ful- ftlloent of this contract and shall keep the work under his control. When any subcontractor fails to prosecute a portion of the work In a manner satisfactory to the Architect or Engineer . the Contractor shalt remove such subcontractor Immediately upon written request of the Architect or Engineer and he shall not again be eaployed on the work. _ C. Although the specification sections of this contract may be arranged according to various trades. or general grouping of work. the contractor Is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors eoncernlr-g responsibility for performing any part of the work. P. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only In case of public emergency, or necessity. and then only after a finding reduced to writing as public record of the awarding authority setting forth the sY CaCC: Constitutln; such emergency or necessity. E. Substitution of wbcoatractors: Contractor shall not substitute any person or subcontractor in plate of a subcontractor listed in his bid proposal without the written sppro'lil of the County. Substitution of subcon- tractors must be In accordance with the provisions of the "Subletting and Sub- eontracti" Fair Practices Act" beginning with Section GI00 of the Government Code. Violations of this Act by the Contractor Day subject him to penalties which may include cancellation of contract. assessment of 10 p--r cent of the subcontractor's bid. ons disciplinary action by the Contractors' State License Board. SECTIO:. 7. TIME 4£ WO?r, A149 Dl`CACES: A. The County will desirnate the starting day of the contract on which the Contractor shall Innediately brAln and therestter dlllyently prosecute the work to conpletlon. The Contractor obligates himself to cuaplete the work_ on or before the date. or within the number of calendar days. set forth in the proposal Chid roan) for completion. subject only to such adjustirent of time as wy be set forth In this article or pursuant to Section 2t. Rev. 12/72 -24- 9 OM43 9 DIVISION G. GENERAL CMITIONS (Con-t.) SECTION 7 TIME OF MWK Aha ILW.ACES. (Cm-t.) E. If the work is not completed with the tlm* required. damage will be sustained by the County. It Is and will be Impracticable and extremely ' difficult to ascertain and determine the actual dawge which the County will sustain by reason of su:h delay; and it is therefore agreed that the Contractor will way t.. aue County the sum of honey stipulated per day in the Specifications for each and every day's delay in finishing the work beyord the time prescribed. If the Contractor falls to pay such liquidated darsages the County ray deduct the amount thereof from any amey due or that nay become due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in wrltIL . - - D. If it appears to the Contractor that he will not complete the ") work In the stated tine. be shall make written application to the County as soon as be so determines. but at least ten (10) calendar days prior to the explratlor, of the tine for cogletion. stating the reasons why an extension abould be granted and the aaomt of extension desired for each reason. The County any. then. in its discretion grant or deny such extension. E. Any money due. or to become due the Contractor. may be retained - to cover sold liquidated damages and should such money not be sufficient to )•. cover such damages. the County shall have the right to recover the balance from the Contractor or his sureties. F. Should the County. for'any cause. authorise a suspension of work. the tlme of such suspension will be added to the time allowed for comple- tion. Suspension of work by order of the County shall not be deemed a waiver of the clala of the County for damages for nm-cacpletlon of the work after the adjusted tine as required above. SECTION 6, PROGRESS SCREOLYIX: Yithfn three weeks after the Contractor bas been notified to start work. he shall submit to the County a practicable progress schedule of operations on a chart fora approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. j the dates on which he will start each major subdivision of the work. and the c4wite-,lated dates of eoipletim of such subdivislon. then required by the Cuuntyr ti.e Contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. SECTION 9 TL41*01ARY UTILITIES A'.7 FACILITIES: A. All water used on the work will be furnished and paid for by the Contrattor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and uVon completion of the work shall remove all temporary piplax. Rev. 12/72 -25- ��l144• DIV1SIM G. CMT;: L C(+OITICIM (Can't.) SECTIO669 9. TE?"PASY LMLITIES AFM FACILITIES: CCon•t.) . e. The Contractor. at his own cost, shall furnish and install all meters. all electric IIlht and power equlpnent and wiring, all leas raters. • gas equlpnent and piping that is necessary to perform his work and shall remove the same upon the cogletlon of the work. The Contractor shall pay for all power. light and gas used in the construction vor1r. C. The Contractor shall furnish. wire for. Install and -saintain 7 temporary electric light wherever It is necessary to provide illuoination for the proper perforeunce and/or inspection of the work. The tightiag shall pro- vide sufficient illumination and shall be so placed and distributed thpc ti-ese Specifications can be easily read in every place where said work Is beim per- formed. This temporary lighting equipment may be armed about but shall be PAIntalned throughout the work. availab!e for the use of the "engineer, 'rojecc inspector, or any other authorized representative of the County whenever required for inspection. ]i 0. The Contractor shall provide and maintain for the duration of the work. te--7orary toilet facilities for the workmen. These faciltries shall be of an approved type conforming to the requirements of the County Health Department. and shall be vea:her-tight structures with raised floors. Structures are to have adequate ItCht a.•id ventilation and door equipped with latch or lock. Contractor shall service such facilities dally, maintaining same in a clean and sanitary condition. Fortlon of site occupied by toilet facilities shall be traded and cleaned up upon removal of facilities when so ordared'and/or upon completion of work. E. See Special Conditions for variations to the above requtrements. S!:CTION 10 FMITS ANV LIC-=.SFS: A. Within Incorporated cities. the Contractor shall obtain all permits. and all licenses. that are required for the performance of his work by all laws. ordinances. rules. regulations. or orders of any officer and/or body lawfully oa;olered to hake or Issue the same and having Jurisdiction. and shall rive all notices necessary In connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on accounr thereof. The Contra-tors attention is called to Health and Safety Code Section tot32.9. which states that one public Jurisdiction stay not charge for building permits for another public jurladictlon. . g. Within the unincorporated area of Contra Costa County, the Contractor shall obtain all permits. and all llceas•s that are required for the performance of his work by all laws. ordinances, rules. regulations. or orders of any officer and/or body lawfully empowered to slake or issue the same and having jurisdictl.mn, and shall rive all notices necessary in connection therewith. There will be no charge to the Contractor for permits issued by the County building Inspector. 3 Irv. 12/72 -26- 002445 . 3 DIVISION C. GENERAL 0=1TIONS (Con"t.) SECTION 11. QM1tCLT OF MR: A. The Contractor shall pbserve that the County reserves the right to do other cork in connection with the project by Contract or otherwise, . and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the Fork. Ht shall adjust, correct and coordinate " his work with the work of others so that no discrepancies sbatl,resutt in the whole work. S. The Contractor shall provide an adequate work force, materials of proper quality, and equipmeat to properly carry on the work and to insure eomplation of each part in accordance with his schedule and with the time agreed. 7 C. The Contractor shall personally superintend the work and shall watatain a competent superintendent or foreman at all times empowered to act In all matters pertaining to the work. D. Daily manpower reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified. the Contractor shall clear all obstructions and prepare the site ready for the construction. He shalt verify daaeos£ons and scale of plot plans, and shall check all dioieusions, levels, and construction. F. there work of one tcade joins, or is to athar work, there %halt be no discrepancy or incomplete portions when the total project is complete. 3 In enEagine one kind of work with another. marring or damming sane will not be permitted. Should improper work of any trade be coveted by another which results in damage, or defects, the whole work affectec shalt be made good by the Contractor without expense to the County. C. The Contractor shall anticipate the relations of the various ! trade; to progress of the wcork and shall see that required anchorage or is furnished and set at proper times. Ancherage and blocking for each trade shall be a part of same, except where stated otherwise. H. Proper facilities shall be provided at all times for access of the Couaty representatives to conveniently examine and inspect the work. I. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the contractor. SECTION 12. RESMIS1111LITY FGR SITE COMITIMS: The following shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in S^-ction 4, in the Instructions to Eidders: A. If during the course of the work the Contractor encounters active utility installations which ace not shown or indicated ii the plans or to the specifications, or which are found in a location subttantiatly Rev. 12/12 -27- 00146 DIYISIo.\ G. GMTUL COMITIM (Const.) SECTION 12 RESK SISILITY FOR SITE CO%-JIT'.OAS: (Coni.) different from that shown. and such utilities are not reasonably apparent from visual examination. then be shall promptly notify the County In writing, Ybere necessary for the work of the contract. the County shall issue a c-ritten order to the Contractor to sake such adjustment. rearrangement. repair. removal. alteration. or special handling of such utility, including repair of the damaged utility. For the purposes of the foregoing. "active" shall mean other than abandoned. and "utility installations" shall include the following: _ " Steam. petroleumroducts. air. chemical. water sewer stores water. F gas. elec- tric. and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and coapensatlon therefor will be made in accordance with Section 21. relatin3 to changes in the work. Except for the Items of cost specified In such Sections. the Contractor shall receive no cocpensation for any other cost. dasaago or delay to hin due to the presence of such •itlltty. If the Contrsctoi• fails to give the notice specified above and thereafter acts without instructions from the Cosxsty. than he shall be liable for any, or all lama_-e to such utilities or other work of the contract which arises from his operations subsequent to dlscovery thereof. and he shall repair and cake good such damage at his own cost. B. It the contract requires excavation or other work to s stated limit of excavation beneath the surface. and If during the coarse of the work the County orders a cha:ue of depth or dirension of such subsurface work due :o discovery of unsuitable bearing material or for any other cause. then adjustment. In contract price for such grange will be made In accordance with Section 21. Accept for the ite= of cost specified therein. the Contractor shalt receive no eozpeasatlon for any other cost. dazaxe. or delay to him due to the presence of • such unsuita9le bearing material or other obstruction. i KTIO 13_ Il pecTIon: ~ A. The Contractor shall at all times Permit the County and their .. authorized agents to visit and Inspect the work or any part thereof and the shops where work Is In preparation. This obllgatlon shall Include maintaining proper facilities and safe access for such Inspection. Where the contract requires work to be tested. it shall not be covered up until inspected and approved by the County. and the Contractor shall be solely responsible for no.ify- Ing the County where and when such work es In readiness for inspection and testing. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's expense. S. V.1mmever the Contractor intends to perforn work on Saturday. Sunday. or a legal holiday. be shall „1ve notice to the County of such intention at least two working days prior to performing such work, or such other period AL3 may be specified. so that the County may stake necessary arrangements. Rev. 12112 -28- 00147' ' 7 DIVISION G. CENT-Rat. CO-N-1ITIMS (Const.) SECTION 14GFJME T1OM OF -ATEMAtS: A. 'no Contractor shall p. tly reaove from the preatses all %aterials condemned by the County as failing to conform to the Contract, vhether incorporated in the work or not, and the Contractor shall prowptly replace and ree wcute his own work in accordance with the Contract and without ppense to the County and small bear the expense of naklnj goad all work of other Contractors destroyed or damaged by suxh removal. D. If the Contractor does not remove such condemned work and materials within reasonable tine. fixed by written nctice, the County may remove thea and may store the materials at the expense of Che Contractor. If the Contractor does not pay the expenses of such removal within ten (10) days there- after. the County cay upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. INMERPRETATION Or CQATPACT T.£�L•IRE'�Ei:S: A. Correlation: The contract documents shall be interpreted - As being eoopleoentary in requiring a complete work ready for use and occupancy or, if not to be occupied. operation. Any requlrearnt occurriag In any one of the docuzeents Is as binding as though occurring in all. D. Conflicts In the Contract Documents: In the event of conflict In the contract documents. the priorities stated in subdivisions 1, 2. 3. and 4 below shall govern: 1. Addenda shall govern over all other contract documents, *=apt the County's Standard rorn Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior Addenda only to the extent specified. 2. In use of conflict between plans and specifications, the specifications shall govern. 3. Conflict within the Plans: • a. Schedules. when identified as such, shall govern over all other portions of the plans. b. Specific Dotes. shall govern over all other notes and all other portions o: the plans. e. Larger scale drawings shall govern over smaller scale drawings. d. Figured or numerical dimensions shall govern over dimensions obtained by scaling. Rev. 12122 -24- a fu'1 48 DIVISIC.X C. CE2.'rtAL CONDITIM (Const.) SECTWX 15, INTER ETATWC CF CMT1LCTREOUIR^i=!►�S: (7onst.) 6. Conflicts within the Specifications: J a. The "General Conditions of the Contract" shall govern over all sections of the specifications except for specific modifications thereto that nay be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any otnor detail of a required construction system or with regard to the manner of cmbining or Installing of parts, materials, or equipment. but there exists an accepted trade standard for good and'workmanlike construction, such detail shall be deeaed to have been impliedly required by the contract documents in accordance with such standard. "Minor detail" shall include the concept of substantially Identical cor.,onents. where the price of each such coaponent is small even though the a;,gregate cost or £gortance Is substantial, and shall include a single eouponent which is incidental. even though its cost or Importance may be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition. strength. size. and profile of the parts or materials otherwise set forth in the contract documents. SECTICN 16, CtAVFICATIONS A.Y9 AMITIO21UL INSTRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts. omissions. or errors In the contract documents or have any question concerning interpretation or clarification of the contract documents. or it it appears to hin that the +ork to be done or any cutters relative there- to are not sufficiently detailed or explained in the contract doctcents. then. before proceeding with the work affected. he shall lmwediately notify the County in writing th:ourh the Construction Supervisor. and request interpreta- tion. elarificatior or furnishing of additional detailed instructions co.cernins the work. All such questions shall be resolved and instructions to the Contractor Issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of Instructions :roes the County, be shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant danare. defect or added cost. D. Field Orders: During :he course of the work the Architect and/or EnCineer guy issua Field Orders regarding the work. These Field Orders will suppleaeat the Plans and Specifications in order to clarify the intent of the contract docu=ents by.adjustoent to meet field co^!It£ons or to trace the various phases of the work deet and join properly. A Field order Involves no chanze in contract time or price. Performance, partially or in full, of a Field Order shall coaatitute a waiver of ctaia for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been Issued. C. Change Orders: See Section 21, this Division. Rev. 12/72 -]O- 00149 DIVISIOJS C. ChNCi L CMWITiOMS (Coa't.) . ` SECTION 17. TIMUCT AND REFERENCE STASDARDS: A. Product Designation: Own descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the Contract documents, such designations shall be considered as being tbose found in industry publications of current issue at date of first invitation to bid. E. Reference Standards: Chea standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. S=ION 18. NATMIA1S. ARTICLES_ A-14D EQU1Phi.,n: A. Material shall be new and of quality specified. Schen not particularly specified, material shall be the best of its class or kind: The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material, price, _fitness and quality being equal, preference shall be given to products cad* in California, in accordance with Section 4380 et seq., of the Government Code, State of California. N. necbanical equipment, fixtures and eaterlat shall be delivered In original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The , County mill, then desired, inspect such equipaeat, fixtures or material to determine any damage or deviation from that specified. Items damaged during „ delivery shall be rejected. C. Cherever the name or brand of a anufacturer's article is - - specified ber*io, it is used as a rzasure of quality and utility or a standard. ^►' If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall take application to the County in writing for any proposed substitutions. Such application shall be accom7anied by evidence satisfactory to the County that the material or process is equal to Rev. 12372 -al- 7 00150 plt'1SICX C. CEMIL CUNDITIMS (Const.) crCTl(% 18. "ATT_SIAU. AitrlCim ASD inyirnmr: (Const.) . that epcelfled. 2equest for substitution shall be made in apple time for • the County•s consideration as no delay or extra the will be allowed on account thereof. Evidence furnisked to the County by the Contractor shalt censlst of adequate mese samples of material. CestinS laboratory reports on material or process, aanu'acturer's svecl!tcation data, field reports on vroduct•s approval and use by other public azencles. material costs. and Installation costs and aaintenance proviNions and experience or other data as require.l by the County, The Caunty•s decision concerning the refusal or acceptance of Proposed .n•tbstitute for that specified shall be accepted as final, Sequestc 'or suPistitu:ton will only be considered when offered by the Contractor with the reason for sul)scitutlon, eailure to suhett co-petent evidence as required and requested by County shall be considered gro•.mds for re:usai of substitution. The Contractor shall include n notice of chaW In contract prices. If substitution Is approved. D. All materials shall be delivered so as to insure a speedy and uninterrupted Pcocress of at work. Saxe stall be stored so as to cause Aa obstruction, and so as to prevent overloading of any portion of the structure. and the Contractor shall be entirely responsible for damage or Ioss by weAW%er or other cause. E. Within fifteen (15) days after the slxnIrL: of the Contract. thr Contractor shall suSalt for evvro+ral to the Cou.1ty a ee::�tece list of &It "reriale it is pro-poseC to use tinder this Contract, which differ in any respect fraz wterlals specified. :his lint s+all include all materials which are prrposee by t" subcontractors as well as by himself for use In work of his Contract and which are not specifically mentioned in.the Specifications. This list must also include the fitures received by the Contractor In bid form for the asaterlal or materials which are submitted for r approval or substitution, together with the figures In bid form of the specified material or Rwterials for which substitutions are pro;osel. In case a substitute Is offered and accepted as approved equal to materials specified, the cost of vhlch Is less than the cost of the material or equlpoent specified. then a credit �1✓ shall be taken for the difference between the two costs In order chat tha County shall obtain whatever beaeflts bay be derived frau the substitution. Failure to propose the substitution of any article within thirty-five (35) days after the slxninc of the Contract may be deemed sufficient cause for the dental of request for substitution. %_cr]LNN 19. SHOP NUZIMS, DESCTIPTIVr DATA. Slt"P:tS. ALTERMTIVES: A. The Contractor shall subalt promptly to the County. so as to cause no delay In the work. all shop drawings. descriptive data and samples for the various trades as required by the specifications, and offers of atter- natives. If any. Such subaictals shall be checked and coordinated by the Contracror with the work of other trades Involved before they are submIcted to the County for examination. Rev. 12/72 -32- . 00151 a DIVISION G. GENUAL MWITIONS (Coni.) SECTION 19. SHOP DRAWINGS, DESMIPTIYE DATA, SA.Mra.5, ALTERMAmus: (Con-t.) 3. The Contractor shall submit to the County shop or diagram drawings In the number of copies as required in submittal schedule, or five (S) copies is no schedule is Included in these documents. The drawings shalt show completely the work to be done; any error or omission shall be made food by the Contractor at his own expense, even though the work be installed before same becooes apparent, as approval by the County covers general layout only. Fabrication, details and Inspection shall conforn to approved Contract Drawings. 7 C. Descriptive Data: Submit sets of canufacturer's brochures or other data required by the specifications to the number of copies as required in submittal schedule, or five (S) copies if no schedule is included in these docuxents. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit sarals& of articles, materials or equipment as required by tits specifications. The worts shalt be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at Contractor's expense. Al;ernatives: For convenience in designation on the plans or in the specifications, certain materials, articles„ or equipment away be designated by a brand or tr4ee name or the name of the manufacturer together with catalog designation or other identifylas information, hereinafter referred to g#ewrieally as "designated by brand nam-. An alternative material. article, _ r or e`ulpaent which is o• equal quality and of the required characteristics for the ,purpose intended aur be proposed for use provided tte Contractor corplles with the following requtrements; 1. The Contractor shall submit his proposal for an alternative In writing within the ttee limit designated In the specifications. or it not designated. then within a period which will cause no delay in the work. 2. No such proposal will be considered unless accompanied by complete information. and descriptive data. necessary to deteratne the equality j of the offered aaterlals. articles. or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- aent shall be upon the Contractor. The County shall be the sole fudge as to such matters. In the event that the County rejects the use of such alternative tuterials, articles, or equipaaent, then one of the particular products designated by brand namwe shall be furnished. Rev. 12/72 -33- M152 Dtt•ISitw C. CEM_'AL CCJUIriois (Con-t.) SL'Crlt119. 3WIP D1AVI1P_S_ D:SCalPrIVr MITI. SV-41`LEA ATTE-LVATIVES: (Can't.) The County will examine, with reasonable promptness. such subalttals. and return of submittals to the Contractor stall not retleve the Contractor from responsibility for teviations and alternatives from the contract plans and specifications. nor shall It relieve bin from responsibillty • for errors In the submittals. A failure by the Contractor to Identil;• In his letter of transmittal material deviations fro:+ the pians and Specifications shall vold the submittal and any action taken thereon by the County. Shen specifically requested by the County. the Contractor shall resubmit such shop drawings. descriptive data. and samples as may be required. It any nechanical. electrical. structural. or other changes are required for the groper Installation and fit of alternative materials. articles. or equipment. or because ofdevistlons frau the contract Pians and specifications. such chances shall not be wade without the consent of the County and shall be wade without additional cost to the County. SECrICN 20, SAyPL£+ .tom TESTS: The Contractor shall cause to be performed at his Pun expense all tests of materials. articles. equipment or other work specified by the contract. The County reserves the right at Its own expense to order tests of any part of the York In addition to those specified. If as a result of any such test the work Is found unacceptable. it will be rejected and any additional test 'required by the County shall be at Contractor's expense. Units otherwise directed. all samples for testing will be taken by the County frau the materials. articles or equipment delivered. or from work perforrcd. and tests will be under the super- vision of. or directed by. and at such places as may be convenient to the County. Materials. articles. and equipment requiring tests shall be delivered in ample time before Intended use to allow for testirq. and none may be used before receipt or written approval by the County. Any sample delivered to the COUnty or to the premises for examination. Including testing. O..all be disposed of by the Contractor * at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination Is concluded. unless otherwise directed by the County. ^4r SECTIO:: 2 1. CHANCE OADE S: Vie County reserves the right to order in writing changes in the dans and specifications, without voiding the contract, and the Contractor shalt cocrply 3 with such ower. No change or deviation from the plans and specifications witl be made witbout authority in writing from the County_ Changed work shall be perforxed in accordance with the original requirements of the Contract Documents and previous fully executed Change Orders, A Change Order may adjust the contract price either upward or down- ward in accordance with either or a combination of the following bases, as the 7 county May elect: (1) On a lump sum basis as supported by breakdown of estimated • costs. Rev. 12/72 -�- 00153 - ti DIVISION G. GEICE AL ORVOITIOWS (Can't.) SECTION 21. C1latiGE ORDERS: (Can't.) . (2) On a wait price basis. - (3) On a cost-plus basis in accordance with the following conditions: (a) HUM--UFS: 1. For work perforaaed by the General Contractor an amount equal to the direct cost (as defined herein) of the work a plus 15% of the direct costs for overhead and profit. 2. For work perforned by a sub-contractor as amount equal to the direct costs (as defined herein) of the work plus 20Z of the direct costs for overhead and profit. (Suggested breakdown: 15Z to the sub-contractor, SZ to General Contractor.) 3. For work performed by a sub-sub-contractor an axxnmt - equal to the direct costs (as defined herein) of the work plus 25% of the direct costs for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 57. to cub-contractor, SZ to General Contractor.) 6. In no use will the total cork-up be greater clan 25Z• ' of the direct costs notwithstanding the number of contract tiers actually existing. S. For deleted work the mark-up shall be lOZ of the direct costs or the agreed upon estimate thereof. . (b) DIRECT COSTS: 1. Labor: The costs for labor shall include say employer payments to or on behalf of the workcea for health and - ^► welfare, pension, vacation and similar purposes. Labor rates will not be recognized when in excess of those prevailing in the , locality and time the work is being performed. 2. Materials: The actual cost to the Contractor for the ' materials directly required for the performance of the changed work. Such cost of materials nay include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. if the materials are obtained from a supply or source owned wholly s or in part by the Contractor, payment therefore will not exceed the current wholesale price for such caterials. She tern. "trade discount" includes the conzept of cash discount. Rev. 12/72 -33- . 00154 . DIVISION G. GOCERAL CMMITIONS (Coni.) SECTIO,V 21. CHANGE CADERS: (Coni.) 2. llatcrials: (Con't.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to bio from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to furnish such materials as it deems advisablc, and the Contractor shall have no claims for costs or profits on material furnished by the County. 3. Equlpx=t: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any ti=e less than 30 sdnutes shall be considered one-hall haus. No payment will be made for time while equip_=ent is Inoperative due to breakdowns or for noo-working days. Za addition, the reacal time shall include the time required to more the equipment to the cork from the nearest available source for rental of such equipment, and to retura it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental tine therefor. However, neitoer moving tine nor loading and transportation costs will be paid if the equipment is used on the project in say other way than upon the changed work. Individual pieces of equipment having a reolaceexac value of 51,000 or less shall hr consideree to be tools or s_all e4uipcoentt ant oo Z:tyreae wall be rade therefor. For equip=ent owned, furnished, or rented by Che Contractor, no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment �. ' as set forth above shall constitute full co--7easscion to the Contractor for the cost of fuel, power, oit, lubrication, supplies, will tools, small equipment, necessary attachments, repairs and aaintensnce of say kind, depreciation, storage, insurance, labor (except for equipeent operators), and any and all costs to the contractor incidental to the use of such equipment. (e) ALLdUELE TIKE E7lTE`tSIG`:S: - For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work Is delayed due to performance of the changed work. ?ach estimate for a change to the work subnic ced by the Contractor shall state the amount of extra cisme that he considers should be allowed for making the requested change. Rev. 12/22 -36' - 00155 s I11VISLON C. GENERAL CONOTTIMS (Don't.) SECTIOII 21. CRUXE ORDERS: (Coa't.) ' (d) REDPRDS AND SUPPOM E I:OMATION: (1) The Contractor shall mintain his records to such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the, costs of other operations. (2) Contractor shall maintain daily records showing man hours and entetlal quantities required for cost plus work. The Contractor 7 shall use a fora approved or provided by the County. The toms will be filled out in duplicate and the County's inspector will review and attach his approving sinnature to the fora on the day the'work is perforeed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (6) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO CDST: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon written order from the County, shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph (d) above and when agreed to by the Contractor and the construction inspector, It shall become the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. Bev. 12172 -37- .0(11:55" a DIVISION G. GUERAL 0=1TIONS (Coo-C.) SECTION 22. 1AWR- w , Every part of the work shall be accomplished by workmen. laborers. or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTION 21, OCCC?ANCY BY TPE CO7.V Y PZIGR TO ACCEPTANCE: The County reserves the right to occupy all or any part of the . project prior to completion of the work. upon written order-therefor. In such ' event. rho Contractor will be relieved of responsibility for any injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by rho County of .the work or any portion thereof. nor will it relieve the Contractor o! responsibility for correcting Eefective work or materials found at any time before the acceptance of the work as set forth In Section 23 or during the guaranty period after such acceptance. as set forth in Section 2E. 3 SECTION 24 PREiERVATION AAD CLEA!.I!C: A. The Contractor shall protect and preserve the work from all daawge or aceident. providing any temporary roofs. window and door coverings, boxings or other construction as required by the County. This shall include any adjoining property of the County and others. D. The Contractor shall properly clean the work as It progresses. As directed during construction. rubbish shall be removed. and at completion the whole work shall be cleaned and all temporary construction. equipment and rubbish shall be removed !ron the site. all being left In a clean and proper condition satisfactory to the County. SECTION 25PAY4—T CF FEDERAL OR STATE TAXES: • Any Federal. State or local tax payable on articles furnished by the Contractor. under the Contract, shall be included In the Contract price and paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Rev. 12172 -38- 00157 1 • DIVISION C. CMERAL CO!IDITIMS (Can't.) - SECTION 2S. PAWEAT OF FEDERAL OR STATE TALES: (Con't.) Contract and which are exempt frons Federal Excise Tax. SEC['ION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it shalt have beta completed satisfactorily to the County. partial payments shall not be construed as acceptance of any part of the worst. It. In judging the work no allowance for deviations from the • drawings and Specifications will be made, unless already approved £a writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any neces- sary arrangements for fire insurance and extended coverage. D. Final acceptance of the contract will not be given until all requirements of the contract docuaeots are complete and approved by the County. This shall include, but is not United to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTIOx 27. FILIAL YAY`E!iT WOO UAItER TO CLA1lS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a foro acceptable to the County, a request for payment in full in accordance with the contract. The forns "Statement to Accoupany Final Paytxnt" shall be completed, signed by the Contractor and submitted to the County with the final payment request. SECTION 28, CItARASdTE!:: A. The Contractor hereby unconditionally guarantees that the work ,will be done in accordance with the requirexnts of the contract, and further guarantees the work of the contract to be and remain free of defects in workman- ship and nwteriais for a period of one year from the date of acceptance of the �►' contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all worst, together with any other adjacent work which toy be displaced in so doing, that may prove to be not in It* vorkoanehip or material within the guarantee period specified, without any trps nae whatsoever to the County, ordinary wear and tear and unusual abuse o: urglect excepted. A. Contract bawds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within IO calendar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any defects in the work, he will cocaaence and prosecute with due dilsrence all uark necessary to fulfill the cercus of this guarantee, and to complete the work within a reasonable period of time, and in the event he fails to so comply, he does bertby authorize the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon de*Aud. The County shall be entitled to all costs, includinZ: reasonable attorney's fees, necessarily incurred upon the contractor's refusal to pay the above costs. Netwithstand£ny the foregoi�+g paragraph, in the event of an eaergency constituting an Itoediate hazard to the health or safety of the County's Rev. 12/72 -39- 00159 DIVISION G. C£lLeUL CORDITIO![S (Comet.) S=taxc 2b. CatUME: (Can't.) employees. property. or licensees. the County nay- undertake at the Contractor's expense without prior notice all work necessary to correct such hazardous conditions when it was caused by work of the Contractor not being In accordance with the requirements of this contract. D. The general contractor and each of the listed subcontractors shall execute and furnish the County with the standard guaragtee form. (See page 61). f Itov. 12/72 00159 COARAKrEE FOR COKTBA COSTA COW= BOIIDING MART=, CALIFOAXIA We hereby guarantee to the County of Contra Costa the (IW& of Work) ' which we have installed in the (Name of Building California, for year (s) use fron date c.1 f1liag of the coapletion notice in the Office of the County Fecorder. We tf.r•:c to repair or replace to the satisfaction of the County any or all such work that esy prove defective in work=mmhip or materials within that period, ordinary wear and rear and unusual abuse or neglect excepted, together with any other work which say be daragtd or displaced in so doing. If we fail to coaply with the above asntioned conditions within a reasonable tint after being notified in writing, we, collectively and separately, do hereby authorize the Griner to proceed to have the defects repaired and Cade good at our expense and we will pay the costs and charges therefore imrdiately upon desand. This guarantee covers and includes any special terra, including tine periods, specified for this work or materials In the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. S11BCO.NmerOR fare; (Affix Corporate Seal) M%''MJLL CONTPACM Tate; (Affix Corporate Seal) ROTE: If the fire is not a corporation, add a paragraph statiay the type of business organisation and the capacity and authority of the person aigaiog the Euaraatee. G -Al- 00160 FORK STATwT To ACCWAXY ' MAL PAYMM To: Contra Costa County Public Yorks Department County Administration Building lbrtinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, of whatever nature, which he has or "y have against the County of Contra Costs in connection with the contract to construct the above-entitled project, and that payment by the County of the final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials on this project have been furnished and purchased in full compLfance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and Correct, • that no part has been theretofore paid, and that the amouat therein is justly due. • I declare under penalty of perjury that the foregoing is true and correct. Dated at (city) California. Y 001 Division H Special Conditions 1. GENERAL The General Conditions and Special Conditions shall apply to all work in all Divisions and Sections of the Technical Specifications. 2. LOCATION AND SCOPE OF WORT: A. The work to be done under this contract consists of site grading and preparation, irrigation system -installation, turf planting, electrical service, and maintenance and related work as shown on the drawings and specified here- in. All work is located in Orinda, County of Contra Costa, State of California. B. Contractor shall furnish all labor, materials, implements, tools, machinery,- equipment, transportation, and services necessary to construct and maintain the improvements as shown on the Plans and noted in these Specifications. 3. LIMITS OF 14ORK Work limits are indicated on the drawings. Contractor may store materials or otherwise occupy areas of the site as desig- nated by the County. 4. INVESTIGATION OF CONDITIONS A. The Contractor shall visit the site, examine all documents and make known to himself the nature and character of the project site and its general and particular locations, the physical and contractural conditions and requirements, and the limitations and various other aspects relative to this project. B. The County will not consider any claims whatsoever on account of Contractor's failure to fully investigate or determine his requirements in advance of commencing the work. 5. STANDARD SPECIFICATIONS AND ASTM Whenever reference is made to State Specifications, State Standard . Specifications or Standard SFecifications, it shall be understood to refer to the publication `Standard Specifications - State of California, Department of Public Works, Division of Highways, January 1973." Whenever 00104 Division H Special Conditions Page 2 of 3 s reference is made to A. S. T. Al. , it shall be understood to refer to the latest ptb:ication "A. S. T. M Standards" of the American Society of Testing Materials. In the event of a conflict between the Standard Specifications and the Technical Specifications herein, the Technical Specifications shall rule. - G. MYTENTT OF CONTRACT It is the intent of this Contract to obtain a first class and finished, work- manlike job, complete and in place. 7. DUST CONTROL A. Work shall consist of applying water for the prevention of dust nuisance. B. Water shall be applied without additives and in conformance with applicable provisions of Section 17 of the State Specifications, or as directed by the Landscape Architect. 8. AS-BUILT DRANVINGS A. The General Contractor shall maintain as-built drawings of all work and subcontracts continuously as the project progresses. A separate set of prints, for this purpose only, shall be kept at the job site at all times. It shall be required that these drawings. ' be up-to-date and so certified by the Architect at the time each M progress bill is submitted. All underground piping electrical lines, stubouts, points or change in direction, etc. , shall be measured from static, known elements above grade and noted clearly on the as-built prints prior to covering of this work. B. Upon completion of the work, these drawings will be turned over - to the Architect for incorporation into the second phase of work.. C. The up-to-date status of the data and its transmission to the Architect shall be conditions required for certification of progress payments and last payn:_nt before retention. No payments will be inade if as-builts are not kept current. 9. VANDALIS1i AND ACCEPTANCE OF CONSTRUCTION 7 1:Iaintenance of construction work by the Contractcr will terminate upon acceptance of all construction work by the Cowltj. The Contractor shall A. be respo:asible for repair and replacement of damage due to any vandalism prior to acceptance of the work. 00163 Division H Special C'ondi'tions Page 3 of 3 a 10. DEFINITIONS • A. The term "Architect" shall be synonymous with Landscape Architect. B. The term "Provide" shall mean to furnish all labor, materials, . tools, equipment and other things necessary to complete that work and shall include all overhead and profit. •C. The term "Work" shall include labor, materials, tools, equipment, appliances, services and transportation, and shall include all . overhead and profit. 11. SHOP DRAWINGS • The Contractor shall submit six (6) copies of all shop drawings and equip- went/material submittals to the Landscape Architect for review within' thirty (30) days of commencing work. 12. PRE-COATSTRUCTION MEETING & PROGRESS SCkiEDULE On or about the first work day of the Contract, the County shall schedule a pre-construction meeting to review the project with the Contractor, .'his subcontractors, Landscape Architect, Consulting Engineers, and all parties responsible for the execution of the work. At the time of the meeting, the Contractor shall furnish the County, for review and approval, five (5) copies of a bar graph schedule covering various Phases of the opera- tions. The approved progress schedule shall be adhered to throughout-' the Contract. 13. PROTECTIONT AND CLEAITUP 1 The scope of each Division or Section of the following Specifications in- cludes the protection of all work until acceptance of the work and removal of all excess construction equipment, materials and debris from the site, and in accordance with the General Conditions. 14. FIAAL GUARANTEE The Contractor shall be held responsible for and must nuke good any de- fects, through fauRy, improper workmanship or materials arising or dis- covered in any parts of his Mork within one (1) year after the completion and acceptance of the same. The Bond for Faithful Performance furnished by the Contractor shall cover such defects and protect the County against them during the period of Guarantee. 00164 Section 0220 Ezrthworlc 1. SCOPE - The work under this Section includes but is not limited to: : A. Establishment of lines and levels. S. Rough grading. C. Topsoil D. Finished grading. 2. RELATED WORK NOT INCALUDED IN THIS SECTION Trenching for irrigation lines. 3. CUMPACTION TEST .METHOD ::here referred to in these Specifications, "compaction" or "relative ccmpaction" shall mein the in-place dry density of soil expressed as percentage of the maximum dry density of the same material, as determined by the ASMI D1557--70 Compaction" Test Method. .4. GRADES, LINES AM LEVELS A. Bench nark is at base of existing flagpole on southern portion of the site. U. Existing arta finished elevations for all work to be con- structed under this Contract are indicates: on the drawings, and unless ars; inconsistency therein is brcug ht to the aLvention of the Landscape Architect in writing Prior to cv_:-z_endement of construction, the Contractor is held respon- sible for the groper location and elevations of all work. C. Gracie areas shown to the net? contours, cross section, or grades shown. Finished grades designated are to the surface of any topsoil called far to be placed. All planting areas to be site graded shall be left smooth and even and shall be finishe6 level w-Ith surfaced areas, tops of curbs, sidewal'ns, walls, etc. , or as indicated on the drawings or these Specifications. D. Construct drainage skales as indicated on the plans or as required to provide pssitive drainage from all areas to drainage .facilities. .�,. TOPSOIL A. Topsoil - Im-ported topsoil material sitai: be a top quality sz:rceneJ t::.Lerial obtain: .-d from a local carinercial source_ CenLractor shall submit a sample for approval by the Land- scape Archi sect prior to delivery to tI:% site_ 00165 Section 0220 Earthwork v. CONSTRUCTION OF.EARTH HOWNDS A. Build up mounds in layers not exceeding 12 inches in thick- ness. Compact to 85% maximum eadiz layer by passing over with earth moving equipment. Build mounds to lines, grades and contours indicated. Hounds will be constructed with imported topsoil, B. Bottom of slopes shall flare into surrounding surface.' Final locations and forms of mounds shall be adjusted as directed by the Landscape Architect. Prior to placing soil in mounds, subgrade shall be scarified. 7. SOIL PLACEMENT AIM FINISHED GRADIIrG A. Grading shall be accomplished as necessary to bring surface to grades shown on the drawings. B. Fill as required by the drawings for finished earth surfaces as shown in planting areas will allow for placement (after natural settlement) of soil and other surfaces as required. C. Surface Dra' e: Provide and maintain uniform grades, slopes, crowns and ditches on all excavations and fills- to insure satisfactory drainage at all times during the construction period. Finished CO gvades and surfaces for all work under this headin, shall shed stater completely. D. Surfaces of earth mounds and planting areas shall be graded an. ! shaped by blading, dragging, and other means. Finished surfaces shall be uniform and sirooth; true to slopes and grades. Soil level of planting areas shall be one (1) inch below edge of headerboards, pavement or walks_ 'articular attention small be given to the installation of surface drainage swales. - All planting areas s1hall drain 1 Flo minimum. x0165 Section 0281 Irrigation �. SLOPE ruraish and install complete irrigation sprinkler system as shocm and specified. Connection to existing lines and related trenching and backfilling. Guarantee. 2. MWIVIGS The Irrigation Plan is diagrammatic and is not intended to show exact locations of piping and valves. Locate these items as closely as possible to related curbs and edges -of paving. Pipe lines shown parallel ou the plan cay be install--d in one trench. Sprinkler heads ,are shown accurately, and shall be installed as indicated by the center of the symbol. Discrepancies in dimers- sions or sizes of areas to be irrigated shall be brought to the attention of the Landscape Architect. 3. DAMAGE TO PRGPERTY Any of the County's property, including existing building, equip- ment, piping, pipe covering, seders, sidewalks, landscaping, etc. , damaged by the Contractor during the course of his wort: shall be replaced or repaired by the Contractor in a manner satisfactory to the Engineer, at the Contractor's expense, and before final pa)ment will be t,.a(;'e. 4. WIAGE BY LEAKS The Contractor shall be responsible For as=ges to the ground, walks, ' roads, buildings, piping systems, :electrical systems i*nich are being installed or having been installed by him, He shall repair, at his expense, ail damage so caused, All repair work shall be done as directed by him and in a waciner satisfactory to the Engineer. 5. !NSPECTIONS 4.1.ec =.e Ccntrator sh nil notify t::c Engineer at least two 12) working d--ys in advance of the time of inspection and/or direction is rt::;uired. 6. MATERIALS A. Plastic Pioe (1) Live. Lines: Johns-rlanvill.e C-1. 160-1120 PVC "Ring- Tite" :;ell Joint Irrigation Supply .tine or approved equa 1_ (2) Lat`rial Lines: IPS, PVC 1220-160 psi; IISF Polyvinyl C13ifl,:wie. 00167 pec t ioct C Z81 Irrigation (3) F_it_tins: PVC, Schc_-dule 40. Same material as pipe; solvent cement-welded slip socket. Live line fittings cre to be "Ring-Tits or approved equal. (4) Plastic Pipe Solvent: Type-and me-he as recommended by the pipe manufacturer. (S) All pipe shall be continuously and permanently marked with the follo::ing information: Manufacturer's name, pipe,size, IPS size (schedule no.) , type of materiel, and cede number. B. Manufacturing Guarantee: All pipe shall be guaranteed'by the manufacturer to be free of manufacturing defects in material or workmanship. rianufacturer's liability may be limited to replacement or credit for the defective pipe if the use has been within the limits of pressure and tem- PERATJ2ES RECON2 21DED. The manufacturer :oust guarantee :'pat all pipe has or will pass the Hntrydrous Acetone immer- sion Test. C. Risers: (1) Rotary Pop-ups: As detailed on the drawings. (2) Pop--Up Sprays: As detailed on the drawings. (3) Cuic1CruPlin _ Valves: One (1) inch above finished Z—Va6c cr as detailed. D. quick Coupling V lves: One (1) inch, all brass to fit single ug couplers. Locked top. Contractor shall furnish the County three (3) keys for locked top; three (3) couplers; three (3) hose s.divc_s; all to snatch" installed quick coupler valves. L. Valve Boxes (1) Remote Ccntroi Valve: Rectangular concrete box with Christ}* ?roducts or Brooms Producta a5 detailed. (2) quick Coupling Valves: As described o.1 the drawings. F. Sprinkler lleads: is s indicated on the :t rr igat-ion Plan_ Rotary and pqp-up sprinklers shall be a type wit!z drive by means of , a lever. I o�zle shall be readily accessible wit:.out removing the upper Isen. asser-bly. Sprinkler head s.:all rotate uniformly at a corsisteat speed. u. Automatic Sprinkler Controller: As dc:;cr .bed on the drawings. UuderwriLers Laboratory list-cU. Coattr;;ll:-r shall b, electric- ally 120 volt AC. Each station shall be independently variable rrcon zero to 60 minutes. Charles wade in individual s::tt:.ttgs shall not affect other time sezcings. The controller stall uperate automatically, semi--automatically or manually. 0168 Section 0281 I rr iga t ion H. Remote Control Valve: Arle pattern as detailed on the drawings. Diaphram type actuated by means of a 24-volt solenoid valve attached directly to the psrinkler valve body. Solenoid coils shall be of molded waterproof con- struction and capable of normal operation in any position. Valves shall be equipped with positive shut-off which also permits flow regulating. The valve shall 'be normally closed until energized, and shall automatically close. if electric power fails. Valves shall be capable of manual operation without control wires or controller being in- stalled. I. Control Wiring shall be #14UFAWG Black, and #12UFAWG WEite. _ J. Drinking Fountains shall be Haws #3060, 36inches. 7. VERIFIQ%TION OF DUIENSIONS Before proceeding with any work, the Contractor shall carefully check and verify all dimensions, and report any variations to the Engineer. 8. DRAt?INGS AND RECGRD A. The Coatractor shall provide and keep up-to-date a complete "as-built" record set of blueline prints, corrected daily and showing all changes from the original drawings and specifications with the exact locations, sizes, and kinds of equipment. Prints for this purpose may be obtained from the Engineer. This set of drawings shall be kept on the Site and shall be used only as a record set. B. "As-builts" shall serve as work progress sheets and the Con- tractor shall make neat and legible annotations daily as the work proceeds, showing the work as actually installed. These drawings shall be available at all times for inspection and shall be kept on the job. C. On or before the date of the final inspection, the Contractor shall deliver the corrected and completes? "as-builts" to the Engineer. Delivery of prints shall not relieve the Contractor of responsibility of furnishing required information that may be omitted from the prints. . 9. E.XCAVATION AND P-ACKFILL A. The Contractor shall do all necessary excavation for the in- stallation of all work included in the Contract. After the work has been installed, inspected arca approved, all excava- tions shall be backfilled with fine materials to four (4) incises above crown at pipe and tamp. 60169 Irrigation Then fill with earth and tamp to 95% compaction. All trenches shall be left flush with adjointing grade in a firm, unyielding condition. Contractor shall correct any subsequent settlement of trench. B. Mechanical trench diggers used on the site shall be of an approved type with straight sides. Trenches shall be no wider at any point than is necessary to lay the pipe and to obtain proper compaction. 10. GENERAL REQUIRE ENTS FOR PIPII4G A. Pipe lines shall be installed in locations and of the sizes shoum on the drawings or specified herein, and of the mater- ials and workmanship herein specified. Where piping on the drawings is shown under paved areas, but running parallel and adjacent to planted areas, the intent of the drawings is to install the piping in the planted areas. B. All pipes shall be assembled free from dirt and scale, and shall be reamed and burrs removed. All pipe shall be laid with markings up. C. The main line, with control valves in place and before later- al pipes are connected, shall be flushed out and tested for leaks before backfilling. Flush out each section of lateral pipe before sprinler heads are attached. . (1) Piping Death: Plastic Main - 24 inches of cover. Plastic Laterials - 18 inches of cover. (2) The bottom of the trench shall be free of rocks, clods, and other sharp edged objects. (3) No line shall be installed directly over another line in the same trench. (4) piping under existing pavement shall be done by jacking, boring or hydraulic driving, but where any cutting or breaking of pavement is necessary, it shall be done and replaced by the Contractor as part of the Contract cost. Permission to cut or break pavement must be obtained from the Engineer. No hydraulic driving will be permit- ted under asphaltic concrete paving. 11. INSTALLATION A. Plastic Pipe and Pittings: Install main line and laterial line where shown on the drawings, and as directed by the Engineer. 00170 Section 0281 Irrigation B. Handling: Exercise care i_n handling, loading, unloading, and staring plastic pipe and fittings. Store pipe and fittings under cover before using and transport on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending or concentrated external load. Repair dented or damaged pipe by cutting out the dent or damaged section, and rejoin with a coupling. C. Jointing: Use only the solvent or lubricant supplied and recommended by the manufacturer to make plastic pipe joints. Solvent welded joints should be given at least 15 minutes set-up curin`r, time before moving or handling, and 24-hours.' curing time before water is placed in PVC pipe.. Center load pipe with small amount of backfill to prevent arching and Vaipping under pressure. Plastic to steel connections, Mork the steel connection first. Use a nor.-hardening pipe dope on all threaded plastic to steel joints. A light wrench pressure is all that can be used. D. Remote Control Valves: As detailed on the drawings. Con- nect to automatic controllers in the operating sequence indicated on the drawings. Manifolding of RVC's will not be permissible. E. quick Coupling Valve: Top is to be one (1) inch above finished grade. leo manifoldinb of quick .coupling valves wi-h remote control valves. Install eight (8) inches from pavement o: curbs. F. Controller and Control Wiring: (1) Securely mount controllers as directed. Complete all electrical connections to controller as noted on the drawings. (2) Lay control :siring in trenches with main line and tape every 10 feet into a common bundle. (3) At valves, both wires shall be brougJtt into the valve box and shall have an excess loop of 24 inches before being spliced to the solenoid pig tails. 12. TESTING LIVE IZA TER LINES After valves have been installed, test all live water lines for , leaks at a pressure of 150 psi for a period of two (2) hours with c.ouplin-I;s expose'- and pipe sections centerinaded. Before testing, fill the 'Lille 'with water for at least 24 hours. Provisions shall be made for thorou-:fly bleeding the line of air and debris. Cor- rect all leads and retest until acceptance by the Engineer. Lateral lines to be tested for four (4) hours at static pressure with all nipples capped. 0411"71 Section 0281 Irrigation 13. CLOSING IN UNINSPECTED WORK The Contractor shall not allow nor cause auy of his work to be covered or enclosed until it has been inspected, tested and approved by the Engineer. 14. FINAL INSPECTION The Contractor shall clean and adjust all systems and present at the time of final inspection a thoroughly workable, clean, balanced system. Contractor shall operate the system in its . . entirety with the Engineer. All heads shall -be properly bal- anced. Contractor shall attach a typeurri.ttea legend inside each controller door stating areas covered by each remote con- trol valve. 15. GUARANTEE A. The entire sprinkler system, including all work done under this Contract, shall be guaranteed against all defects and faults of material and workmanship for one (1) year frau date of con:;aletion by the Contractor without expense to the County. All materials used shall carry a manufacturer's guarantee of one (1) year. B. After the system has been completed, the Contractor shall instruct the Engineer in the operation and maintenance of the system, and shah furnish a complete set of operating instructions. C. Any setting of backfilled trenches which may occur during_ a one (1) year period, after final acceptance, shall be re- paired to the County's satisfaction by the Contractor with- out expense to the County, including the complete restora- tion of all damaged planted areas, plants, paving or other improvements of any kind. lb. PURPOSE A. It is the intention of these specifications to accomplish the Bork of installing a sprinkler system which will operate in an efficient manner and provide adequate coverage. The plans indicate the general arrangement of piping and equip- ment, and do not necessarily indicate all offsets, fittings and accessories that may be required. The Contractor shall furnish incidental materials and labor not specifically called for, but required to complete the work as intended. li. Extreme care shall be taken in the layout, staking of heads, and installation. This shall be under the close supervision of a representative of the Irri-ztion Cor.sultant or the County. 00172 Section 0283 Plants & Planting 1. SCOPE The work under this Section includes but is not limited to: A. Soil preparation and fine grading. B. Preparation and seeding of turf areas. C. Preparation and sodding of turf areas. D. Seeding of natural grasses. 2. RELATED WORK NOT INCLUDED IN THIS SECTION A. Planting Maintenance - Section 0284. 3. PROTECTION The Contractor shall provide .necessary safeguards, and shall exercise caution against injury or defacement of any existing site improvements and operations, and shall repair or replace such damage at his own expense. No trucks or vehicles of any kind shall be allowed to pass over sidewalks, curbs, etc. , unless adequate protection is provided. 4. GRADIVIG The Contractor shall be responsible for maintaining finish grades in al' planting areas, and for executing any fine grading neces:- sary for surface drainage and uniformity, or incidental to all planting operations. MATERIALS A. Commercial Fertilizer shall be in pelleted or granular form, and shall conform to the requirements of Chapter 7, Article 2, of the Agricultural Code of the State of California for fertilizing materials, and shall be complete, of which part of the elements are derived from organic sources containing in available form by weight 111% Nitrogen, IT!o Phosphoric Acid and 47, Potash. If commercial fertilizer having this analysis is not obtainable, other commercial fertilizer may be used providing it meets with the approval of the Landscape Architect. B. Soil Amendment: Shredded redwood, fir bark or cedar particles graded from 0-to 1/2 inch 157, maximum proportion of 1/4 inch • particle shall be acceptable. Material shall be Nitrogen stabilized (1-0-0) , Supply sample to the Landscape Architect within two (2) creeks of award of Contract with laboratory organic ametld[meat analysis. This report shall include from content and other information considered essential. The salin- ity level shall not exceed 3.5. C. Iron Sulfate in dry fora. -00173. Section 0283 Planting & Plants D. Weed Killer shall be used as needed for specific weeds, and sha 1 e harmless to the grass, vines, shrubs, and trees. Arsenic, mercury and chlorinated hydrocarbons shall not be used under any circumstances. E. Turf Seed: Mixture shall be at least 98% pure, weed free, and shall be a minimum of 85'61 germination. All seed shall be recleaned, Grade A "new crop" seed, delivered in the original containers unopened, and shall bear a guaranteed analysis and dealer's label. Seed shall be: (1) Alta Fescue - 80% (2) Kentucky Blue - 20% F. Sod shall be Pennblue available from Cal Turf or a blend o -approximately 707. Fine Perennial Rye and 30% Bluegrass from a turf farm as approved by the Engineer. Sod shall be uniform in width, thickness and in color, and subject to in- spection. G. Natural Grass Seed - Mixture shall be as supplied by Clyde Robin Seed Co. or equal. All seed shall be delivered in the original containers, and unopened. Seed shall be: 1. C.R. u30 Special Road Side Mix (Wildflowers) (207.) 2. C.R. #60 Dry Land Mix (80'x) 6. FINE GRADING AND SOIL PREPARATION (General) A. Prior to any planting bed preparation or planting, finish' grade all planting areas, fill as needed or remove surplus ^' dirt, and float areas to a smooth, uniform grade as indi- cated on the Grading Plans. Slope all planting areas to drain. Roll, scarify, rake and level as necessary to obtain true, even planting surfaces. Finished grades shall be ap- proved by the Landscape Architect before any planting is done. B. All planting areas shall be thoroughly wet down and sprinkler coverage and operation confirmed. Allow soil to dry so as to be workable after which thoroughly cultivate to a depth of six (6) inches and allow to dry out. C. Spread 10 pounds of iron sulfate evenly per 1,000 square feet of. turf. Incorporate iron sulfate into top six (6) inches of soil. Iron sulfate may be incorporated into soil with soil arsendment. Do not allow iron sulfate to stain pavement, wood or other surfaces on structures. D. Soil Amendment and Fertilizers: Spread soil amendment and fertilizer evenly over all turf areas, at the following rates: 00174 Section 0283 • Plants & Planting (1) Soil amendment - four (4) cubic yards per 1,000 square feet. (2) Fertilizer - 20 pounds per 1,000 square feet. After approval of the Landscape Architect,, incorporate into top six (6) inches of soil. E. Scarify all planting areas that become compacted prior to planting. F. Rake all areas to remove rocks one (1) inch or larger in size, sticks and debris. Drag to a smooth, even surface. Grade to form all swales; pitch to catch basins, street, curbs, etc. , to insure proper surface drainage. G. For turf areas, lightly roll surface and reshape to level humps and hollows. Secure the Landscape Architect's approval before seeding or sodding. 7. TURF SEEDING (ALTEFUNATE NO. 1) A. Sow seed at 10 pounds per 1,000 square feet. Use an' approved ' . seeder; sowing one-half of the amount in one direction and the remaining one-half in a direction 90 degrees to the first during a windless period. B. Rake lightly to cover seed. C. Wet seeded areas slowly but thoroughly, and keep moist but not saturated at all times until the grass is up. D. Protect turf areas by erecting fences, barriers and signs necessary to prevent trespass. Barriers must be neat and well maintained. 8. SOD PLANTING (ALTERNATE NO. 2) A. Spread chemical fertilizer supplied by sod supplier as they recommend. La} sod in straight lines with tight butted, staggered joints. Water sod before and during installation as necessary to prevent drying out. Replace all sod which show signs of damage due to lack of moisture. Maintain moisture to 8 inches minimum depth. After laying sod, roll lightly to eliminate irregularities, and provide good con- tact between sod and soil. 9. NATURAL GRASS SEEDING A. Sow seed at a rate of 2 pounds per 1,0GO square feet. Use an approved spreader, sowing one-half of the amount in one 001"75 Section 0283 Plants & Planting f direction and the remaining one-half in a direction 90 degrees to the first during a windless period. B. Rake lightly to cover seeds. _ C. Wet seeded areas slowly but thoroughly, and keep moist but not saturated at all times until grass is up. 10. WATERING After the first watering, water shall be applied to all planting areas as often and in sufficient amount as conditions may re- quire to keep the turf and natural grasses in a healthy and vig- orous growing condition until completion of the Contract. 11. MAINTENANCE OF PLANTING From the time any turf or natural grasses are planted until final acceptance of landscape installation, planting areas shall be watered, fertilized, and trash and debris shall be kept removed; weeds shall be controlled in turf area and replacements shall be made; all as specified and full compensation for such work will be considered as included in the Contract price. 12. PRELIMINARY FINAL INSPECTION AND APPROVAL OF PLANTING Prior to the commencement of the Planting Maintenance Period, the Contractor shall receive preliminary approval of the planting work. The Contractor shallnotify the Engineer and Landscape Archi- tect a minimum of seven (7) days prior to the requested inspection. Before the inspection, the following conditions shall exist: A. The total construction work shall be substantially completed..B. All planted areas shall be neat and clean. Weeds shall be removed in turf areas. C. Turf and natural Grasses shall appear healthy. D. Turf shall be recently mowed and clippings removed from the site. E. No partial approvals will be given. 00176 Section 0284 Planting Maintenance Page 1 of 3 1. SCOPE The work under this Section includes but is not limited to all work relating to planting maintenance. 2. GENERAL REQUIREMENTS A. Maintenance shall immediately follow and coincide with, and be continuous with the planting operations, and shall continue through turf installation and after all planting is complete and accepted. B. Maintenance period for seeded turf (Alternate No. 1) shall ; be 60 calendar days, and shall begin after all planting operations are complete and the grass has shown a germina- tion rate of 85%. C. Maintenance period for sodded turf (Alternate No. 2) shall be 30 calendar days, and shall begin after all planting operations are complete. D. Maintenance period for natural grasses shall coincide with length of maintenance period for seeding or sodding, which= ever alternate is taken. E. Protect all areas against damage, including erosion and trespass, and provide proper safeguards. Maintain and keep in good repair, all temporary barriers erected to prevent trespass. F. Keep all walks and paved areas clean. Keep site free from debris resulting from landscape work or maintenance. G. Repair all damaged, planted areas, and replace plants im- mediately upon discovery of damage or loss. H. Check sprinkler systems at each watering; adjust coverage and clean reads immediately, Adjust timing of sprinkler controller to prevent flooding. I. Check all barriers and temporary fencing daily during the work week, and repair or replace immediately. J. Maintain adequate moisture depth in soil in insure vigorous growth. K. Keep turf areas free of weeds by cultivating, hoeing or hand pulling_ Use of chemical weed killers will not relieve the Contractor of the responsibility of keeping areas free of weeds over one (1) inch high at all times. 3. TURF 1-%INTENANCE A.- 14aintain during entire maintenance period. Cut as frequently- 00177 requently0017`7 l Section 0284 Planting Maintenance Page 2 of 3 as growth of grass requires. Cut to a height of two (2) inches unless otherwise directed by the Landscape Archi- tect. B. Maintain constant moisture to a depth of eight (8) inches C. Trim edges of turf at paving and header boards at time of second cutting, and at each later cutting. D. Keep turf areas free of undesirable weeds and gasses by the application of suitable selective weed killers or hand pulling. E. Reseed or resod all areas which fail to adequately germina- ate or survive as soon as evident. F. Remove all rocks over one (1) inch which emerge on the sur- face. G. Repair any hollow, settled or eroded areas by filling, rol- ling, topdressing, reseeding, or resoddi.ng as directed. I. Fertilize turf areas with 96-16-4 incorporating Urea Formal- dehyde as 'the Nitrogen source as specified at the rate of 10 pounds per 1,000 square feet after second cutting. Water thoroughly after applying fertilizer. Apply at the same rate two (2) weeks prior to completion of maintenance. J. Apply ammonium sulfate, OF-38 or similar approved fertilizer, as necessary to maintain vigorous, green grass between first and last fertilizings mentioned above. K. Perform all necessary operations to establish a uniform, thick and vigorous stand of grass. 4. NATURAL GRASSES AIAINTENMICE A. Maintain during entire maintenance period. B. Maintain constant moisture to a depth of 8 inches. C. Reseed all areas which fail to adequately germinate as soon as evident. D. Remove all rock over one (1) inch which emerge on the surface. • E. Fertilize with 16-4-4 incorporating Urea Formaldehyde as the Nitrogen source as specified at the rate of S pounds per 1,000 square feet when turf areas are fertilized. Water thoroughly after applying fertilizer. Apply at same rate two (2) weeks prior to completion of maintenance. 00178 Section 0800 •` Electrical i. SCOPE The Contractor performing the work of this Section shall furnish all labor, materials, tools, transportation, power services, and equipment for and incidental to the completion of -all elec- trical work indicated on the drawings and/or mentioned in these Specifications, and in accordance with the 1971 National Electric Code. In general, the work includes the following; A. Furnishing and installing service equipment and connecting to existing service conduit. B. Furnishing and installing irrigation controller cabinet and power supply. 2. DRAWINGS A. The layout of equipment, accessories and raceway system is diagrammatic, unless specifically dimensioned. Before pro- ceeding with the work, the Contractor shall verify all dim- ensions and sizes. Where discrepancies occur 3n different plans, between plans and specifications, they shall be immed- iately brought to the attention of the Landscape Architect. B. These drawings r-ay be superseded by later detailed drawings or addenda to the Specifications, and the Contractor shall comply to all reasonable changes without extra costa to the city. C. All items not specifically mentioned herein or not shown on the drawings which are necessary to make a working installa- tion shall be included. D. The Contractor shall review all plans and adjust his work to conform to all conditions indicated and be responsible for all electrical work shown thereon, regardless of it not being shown on the electrical drawings. 3. EXAMINATION OF SITE The Contractor shall examine the site and compare the drawings with existing conditions. By the act of submitting a bid, the Contractor shall be deemed to have made such an examination and to have made allowances therefor in preparing his figures. • 4. RULES MD h£GUUN TIONS A. Fer governing codes, refer to Special Conditions. B. Where larger sizes or better grade materials than those re- quired by code are called for under this Division, these Specifications shall have precedence. 00179 Section 0800 Electrical C. Contractor shall furnish additional materials and make changes without additional cost to the City, if necessary, to achieve compliance with the code. 5. SUBSTITUTIONS (See General Conditions and Materials List) . 6. MATERIAL LIST A. Submit list of materials and equipment proposed for instal- lation in quadruplicate to the Landscape Architect for ap- proval within 15 days after award of this Contract. Items not covered in this list shall be installed as specified without substitutions. B. Substitutions and changes shall be requested in letters from the General Contractor to the Landscape Architect and shall be considered as authorized only upon receipt of written per- mission from the Landscape Architect. Any item which is pro- posed as a substitute shall be accompanied by prints and/or other data, in triplicate, giving size, capacities and all other necessary information. C. When substitute items have different space requirements, or rough-in dimensions from the items specified, it shall be the responsibility under this Division to fit them into the available space. D. When shop drwaings or catalog information submitted to the Landscape Architect for the purpose of showing the installa- tion in greater detail, their approval does not excuse the . Contractor from the requirements on the Contract Drawings for Specifications. 7: CONTRACTOR'S RESPONSIBILITY A. All existing telephone cables, wires, conduit, pipes, etc. , shall be protected and well barricaded against injury or accident. B. Cleaning: Before final acceptance, all exposed and readily accessible surfaces shall be clean and free from blemishes, paint, stain, concrete, scars and dents. C. Closing in Uninspected Work: The Contractor shall not cover . or enclose any of his work until it has been inspected, tested and approved by the Landscape Architect. D. Testing and Adiusting: Furnish all labor, materials, instru- ments and tools to make tests as may be required. 00180 Section 0800 r Electrical E. Final Operation: Prior to acceptance of the installation, The Contractor shall place competent men in char�e who shall operate the equipment instructing the City s opera- tors in all details of operation and maintenance.. 8. RECORD DRAWINGS A. The Contractor shall provide and keep up-to-date a complete record set of prints, corrected daily and showing all changes from the original contract drawings. Prints for this purpose may be obtained from the County. Keep as- builts on the job site and use only as a record set. B. The preceeding paragraph shall not be construed as authors- nation for the Contractor to make changes in the layout with- out definite instructions in each case. C., Upon completion of the work, this set of "as-builts", clearly marked, shall be delivered to the Landscape Architect. 9. SUBMITTALS OF 3M ERIAL AND SHOP DRAI%INGS A. The following items are to be included in submittals for approval of the Landscape Architect. B. In addition to the items listed in Paragraph A above, submit a list of materials to be used on the project, including conduit, wire, wiring devices, etc. 10. SERVICE Electrical service shall be as shown on the drawings and shall conform to all requirements of the Utility Company, and shall be coordinated with the Compaiy for their acceptance. Utility com- pany charges will be borne by the County. 11. RACEWAY A. Materials: Raceway shall be hot dipped galvanized rigid type, electrical metallic tubing (EW) , plastic type on non- metallic duct as determined by size and use, and as indicated on the drawings. • B. Conduit Types: (1) Embedded in concrete: Rigid. (2) In earth: Plastic (3) Cabinet interior: Wr. 00181 Section 0800 Electrical f C. Plastic Conduit: (1) Plastic conduit shall be Carlon, Stauffer or approved equal, Polyvinyl Chloride, Schedule 40 (PVC) . Manu- facturer's approved solvent for joining couplings to pipe shall be used, and shall be applied according to manufacturer's recommendations. All 90 degrees bends and all risers above grade to be rigid. (2) Conduits shall be buried a minimum of two (2) feet below grade. D. Conduit Sizes: Size of each conduit shall be such that the- numberan;3 gauge of conductors therein shall not exceed the limit set forth in the California Administrative Code, Title 24. Minimum size conduit shall be 3/4 inch trade size. E. Clean Conduits: Raceway shall be cleaned out before install- ing wires. At all stages of the work, everything possible shall be done to prevent foreign material entering the conduit. 12. SECONDARY FEEDER AND BRANCH CIRCUIT CONDUCTORS All conductors shall be copper, Type ThW, rated 600 volts. Cir- cuit wire underground shall be Type TIiW. All wire shall be of a standard manufacture approved by the Underwriters' Laboratories and shall bear their label. Conductor size shall be as specified on the drawings. Minimum size of conductor shall be No. 12 ANG. A. All wire shall be color coded as follows: Leg A - Black Leg B - Red Neutral - White B. Wires No. 8 AWG and smaller shall be solid. Wires larger than No. 8 AWG shall be stranded. C. As far as practicable, each conductor run shall be continuous and free from splices. If necessary, splices shall be made at boxes and enclosure. Splices shall not be made in feeder con- ductors. Conductors shall be joined so as to be mechanically and electrically secure by solder, Scotchlok connector, or approved equal. Connection fo fixture leads to circuit con- ductors with Scotchlok Type R or approved equal in quantity and utility will be acceptable. D. All wire shall be identified by tagging at the panel board. Pre-marked self-adhesive, wrap-around type marks equal to E-Z code wire markers shall be used. OU182 `t Section 0800 . • Electrical _ E. Care shall be taken when pulling in wire that no damage will occur to the conductor or the insulation. Only UL approved lubricants may be used as cable lubricant. The use of any type of grease for secondary conductors shall be prohibited. Adequate slack shall be left in conductors at each panel board, junction box, pull box, outlet box and equipment enclosure. F. Splices in underground wire or wire exposed to moisture shall be waterproofed according to manufacturer's recom- mendations. 13. GROUNDING Electrical equipment enclosures and system neutral shall be grounded in accordance with Article E-250, Title 24 of the California Administrative Code, Grounding of the Electrical Safety Orders of the State Division of Industrial Safety. Grounding conductors shall be insulated copper and where re- quired run in rigid conduit. Both ground conductor and conduit containing ground wire shall be bonded at grounding points. Electrical system stall be grounded to tw•o ground rods driven at selected locatica.s. w 00183 r t BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Be: Authorizing Certification ) No. 1 of Right of Way in } RESOLUTION N0. connection with Marsh Creek ) Road reconstruction, Project ) No. 3971-4309-76 (FAS No. ) IV-CC-609-CR, RS-609) ) Brentwood Area. ) The Board of Supervisors of Contra Costa County RESOLVES THAT: Irk order to obtain Federal and State aid assistance from the State of California in connection with Marsh Creek Road reconstruc- tion, Project No. 3971-4309-76 (FAS No. IV-CC-609-CR; RS-609), and for the State Department of Transportation to approve the project for advertising, it is necessary that the County of Contra Costa certify to the State Department of Transportation that the rights-of-way necessary for the proper execution of the Project have been acquired; The Certification of Right of Way, Certification No. 1, attached hereto and by this reference made a part hereof, is hereby APPROVED by the Board of Supervisors of the County of Contra Costa and the Chairman of the Board is hereby AUTHORIZED and ORDERED to execute the same for and on behalf of the County of Contra Costa. PASSED on May 25 , 1976, unanimously by Supervisors present. Originator: Public Works Department, Real Property Division cc: County Administrator County Counsel Public Works (2) Real Property (6) RESOLUTION NO. 76/ 460 40184 i� Mr. T. R. Lammers, District Director State Department of Transportation P. 0. Box 7885, Rincon Annex San Francisco, CA 94120 CONTRA COSTA COUNTY RIGHT-OF-HAY CERTIFICATION Certification No. 1- IV-CC-609-CR Identification Number FAS RS-609 Federal rogram Marsh Creek Road (#3971-4309-76) Street, Road, or Project Name Walnut Boulevard'to Hoffman Lane, Brentwood Area Right-of-way acquisition was not required for the construction of this project since all work is being done as set forth below: 1. STATUS OF RIGHT-OF-WAY ACQUISITION All Construction is within existing operational Right-of-Way. All right-of-way was acquired prior to July 1 , 1972. 2. STATUS OF AFFECTED RAILROAD FACILITIES None 3. DESIGNATED MATERIAL SITES None 4. DESIGNATED DISPOSAL AREAS None 5. STATUS OF UTILITY RELOCATIONS None 6. SCHEDULE FOR REMOVAL OF OBSTRUCTIONS None 7. UNAUTHORIZED ENCROACHMENTS None 0018 t 8. COMPLIANCE WITH FEDERAL AND. STATE REQUIREMENTS REGARDING THE ACQUISITION OF REAL PROPERTY The acquisition of right-of-way was not required. 9. COMPLIANCE WITH RELOCATION ADVISORY ASSISTANCE AND PAYMENTS PROVISIONS OF FEDERAL AND STATE LAW The project did not require the displacement of any persons or business. I HEREBY CERTIFY the right-of-way on this project as confoming to Statement No. 1 of Paragraph 5c of FHPM-642.1. COUNTY OF CONTRA COSTA 8y P Ac�� ..' ai an, Board of S pers ATTEST: J. R. OLSSON, Cly � . Date MAY 25 1976 By — Z-Ar� ty Recommend d for Certification: Approved as to form: By Vernon L. Clin JOHN B. CLAUSEN, County Counsel Acting Public Works Director By ' Dep5ty G. T. Derana Principal Real Property Agent - 2 - • Oo18� r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Completion ) RESOLUTION NO. 6/ 61 of Improvements and Declaring ) Certain Roads as County ) Roads, Subdivision 4149, ) Pleasant Hill Area. ) WHEREAS the Public Works Director having notified this Board that improvements have been completed in Subdivision 4149, Pleasant Hill area, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements 'in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 4149 February 18, 1975 (Fireman's Fund Insurance Co. .- SC-6285653) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 123516 dated February 7, 1975) be RETAI.tED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described roads, as shown and dedicated for public use on the map of Subdivision 4149 filed February 20, 1975 in Book 176 of maps at page 13, Official Records of Contra Costa County, State of California, are accepted and declared to be County Roads of Contra Costa County: Lena Court 32/52/0.03 Golf Club Road Widening Paso Nogal Widening PASSED by the Board on May 25, 1976. Originating Department: Public Works Land Development Division , cc: Auditor-Controller Recorder Public Works Director SunValley Ford 2285 Diamond Blvd. Concord, CA 94520 Attn: Mr. Huffman RESOLUTION No. 76/4.61 0018 BOARD OF SUPERVISORS OF CONTRA COSTA COUM, CALIFORNIA Re: Authorizing Certification ) - No. 3 of Right of Way in connection) with the realignment of Bear Creek ) RESOLUTION NO. 76/_! 6_2 Road, Project No. 2351-4282-75 ) (SRS-OOOS(153), Martinez Area ) The Board of Supervisors of Contra Costa County RESOLVES THAT: . In order to obtain Federal and State aid assistance from the State of California in connection with the realignment of Bear Creek Road, Project No. 2351-4282-75 (SRS-OOOS(153), and for the State Department of Trans- portation to approve the project for advertising, it is necessary that the County of Contra Costa certify to the State Department of Transportation that the rights-of-way necessary for the proper execution of the Project will be acquired; The Certification of Right of Way, Certification No. 3, attached hereto and by this reference made a part hereof,-is hereby APPROVED by the Board of Supervisors of the County of Contra Costa and the Chairman of the Board is hereby AUTHORIZED and ORDERED to execute the same for and on behalf of the County of Contra Costa. PASSED on May 25, 1976, unanimously by Supervisors present. Originator: Public Works Department, Real Property Division cc: County Administrator County Counsel Public Works (2) Real Property (6) RESOLUTION NO. 76/_k62 W100 CONTRA COSTA COUNTY May 25, 1976 SRS-OOOS(153) Identification Number Right of Nay Certification No. 3 Safer Roads System Federal, Program Bear Creek Road County Road 2351-4282-75 County Project Number All required right of way for construction of this project is covered by condemnation resolution, as set forth in detail below: 1. STATUS OF RIGHT-OF-NAY ACQUISITION: a. Total number of parcels required. 3 b. Parcels acquired outright. 0 c. Parcels covered by right-of-entry or order for possession. 0 d. Condemnation Resolution. 3 2. STATUS OF AFFECTED RAILROAD FACILITIES: None 3. DESIGNATED MATERIAL SITES: None 4. DESIGNATED DISPOSAL, AREAS: None 5. STATUS OF UTILITY RELOCATION: Arrangements for relocation to be made by County before or during construction. 6. SCHEDULE FOR REMOVAL OF OBSTRUCTIONS: Small, partially demolished shed to be removed by project contractor. 7. UNAUTHORIZED ENCRDACHfi£NTS: None 8. COMPLIANCE WITH FEDERAL AND STATE REQUIREMENTS REGARDING THE ACQUISITION OF REAL PROPERTY: All right of way will be acquired in accordance with Title III of the Federal Uniform Relocation Assistance and Real Property acquisition Policies Act of 1970 (Public Law 91-646) and all applicable current FNMA directives covering the acquisition of real property. - 1 - (MIN 9. COMPLIANCE WITH RELOCATION ADVISORY ASSISTANCE AND PAYMENTS PROVISIONS OF FEDERAL AND STATE LAW: - The project will not involve the displacement of any individuals, farms, or business. Possession of all parcels required for this project 'is expected by August 24, 1976. I HEREBY CERTIFY the right of way on this project as conforming to Statement No. (3) of Paragraph Sc of FHPN-642.1. Recomme ed for Certification: CONTRA COSTA COUNTY �+li'�' Lt By 0 Vernon L. Cline, Acting rman, Board f S7erk visors Public Works Director ATTEST: J. R. OLSSON, G. T. Derana, Principal Real Property Agent By a-a� APPROVED AS TO FOM putt' John B. Clausen, County Counsel By ��'7 �- Deputy' - 2 - 4*190' BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Conveyance of excess District Property adjacent to Grayson Creek RESOLUTION NO. 76/ IL616 to Central Contra Costa Sanitary ) (F.C.D. Act Sec. 31; District Govt. C. Sec. 25526.5) Work Order 8342 ) The Board of Supervisors of Contra Costa County, as the governing body of the Contra Costa County Flood Control and Water Conservation District, RESOLVES THAT: The Contra Costa County Flood Control and Water Conservation District acquired certain real property described in Book 4020, page 60*6 of the Official Records of Contra Costa County, recorded December 21, 1961, for the improvement of Grayson Creek Channel. This Board hereby determines and finds that a portion of said property, described in Exhibit "A" attached hereto and made a part hereof, is no longer needed or necessary for District or other public purposes, and its estimated value does not exceed two thousand dollars ($2,000.00). This Board hereby AUTHORIZES and APPROVES the conveyance of said property, described in Exhibit "A," to Central Contra Costa Sanitary District pursuant to Government Code Section 25526.5 and the Chairman of the Board is hereby AUTHORIZED to execute a deed . on behalf of the Central Contra -Costa County Flood Control -and Water Conservation District to Central Contra Costa County Sanitary District. PASSED on E_ay 25, , 1976, unanimously by Supervisors present. EBH:g Originator: Public Works Department, Real Property Division cc: County Administrator Central Sanitary Dist. (via Real Property) Public Works Flood Control RESOLUTION NO. 76/ k. 3 001% t Elm "A" Portion of the Rancho Las Juntas, also being a portion of the parcel of land described under Parcel Number 196, in the deed to the Contra Costa County Flood Control and aster Conservation District, recorded December 21, 1961 in Book 4020 of Official Records of Contra Costa County, at page 606, described as follows: A strip of land 15 feet in width, the eastern line of which is parallel with and 15 feet easterly, measured at right angles, from the western line, said western line is described as follows: Beginning at the northeastern corner of the parcel of land described under "Flood Control Parcel 196.1" in the deed to the Central Contra Costa Sanitary District, recorded February 9, 1971 under Recorders Serial Number 8890 in Book 6313 of Official Records of said County, at page 16, said corner being a point on the northern line of the above-mentioned Flood Control Parcel Number 196 (4020 O.R. 606); thence from said point of beginning south 20055'22" west along the eastern line of the above-mentioned "Parcel 196.1" (6313 O.R. 16), 581.79 feet to the southeastern corner thereof, also being an angle point in the western boundary of said Flood Control Parcel Number 196 (4020 O.R.606); thence south 200 55' 22" west, along the western boundary of said Flood Control Parcel Number 196 (4020 O.R. 606) , 300.00 feet; thence southerly along the arc of a tangent curve to the left having a radius of 890 feet, an arc distance of 48.82 feet; thence tangent to last mentioned curve south 170 46' 48" west, 97.64 feet to the southwestern corner of said Flood Control Parcel Number 196 (4020 O.R. 606) . The northern terminus of the above described 15 feet in width strip of land to be on the northern line of said Flood Control Parcel No. 196 (4020 O.R. 606) and the southern terminus to be on the southeastern line of said Flood Control Parcel No. 196 (4020 O.R. 606). 0192 AND WHEN RECORDED MAIL TO Name Street Address City SPACE ABOVE THIS LINE FOR RECORDER'S USE— MAIL TAX STATEMENTS TO Name Street DOCUMENTARY TRANSFER TAX S Address COMPUTED ON FULL VALUE OF PROPERTY CONVEYED. city OR COMPUTED ON FULL VALUE LESS LIENS AND State zip 1_ ___j I 1 ENCUMBRANCES REMAINING AT TIME OF SALE. Grayson Creek R-1 S;gesture of Declarant or Agent determining tax. Firm Name F.C.D. Pcl. No. X 196-2 GRANT DEED (Escrow No___--) By this instrummt dated ___ ______ W_. ____ ___�___.__ _. _.__.fors ralualtle consideration, CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, a political subdivision bereby GRANn to CENTRAL CONTRA COSTA SANITARY DISTRICT, a public corporation the following described Beal Property in the state of CAjomia.county of.__.______ Contra_Costa,_ Gt}of______unincorporated DESCRIBED IN THE EXHIBIT "A" ATTACHED HERETO AND MADE A PART HEREOF. Board of Supervisors of Contra Costa County as ex officio Board of Supervisors of CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT B airman, Boar o Supery sors --- _ - - - ----- ---- --------- --•-----...---------- - ATTEST: J. R. OL -- SSON, CTer By - • patty - - ........................... r, a CTA IE OF CALIFORNIA Oat__ —.19.._.._._,before me.the undersigned,s rotary Public in and for said SS. County ted State.pets 111, I2' 017--_ to cot to be the ar pe son.__...lobose name._ subumled to the within insuument,and acknowledged to ase that._. _-he.__ _executed the Same. \outs s Sigastt::e ­_...__..._ ...._....-._...,.._.._. , ....... F MAIL TAX STATEMENTS AS DIRECTED ABOVE 00193 0 cz z C13 � � .'`. a � s � � • S v • a w w 3 Z 03 'y Y"c' : i • e ► y'E C: _a.o C c Yr yc ` _Q•. < V'• i `r >,a �o }e i Ga+ Ys Yy Yi Cy i: Or C• p.: �a aw ?'r. «Z �' 0. 7►yR+i Gwo �.` p; C Ct L'r : Vw Oc !w 4s •= V► �_ a• ars.. d1 o{� r. SO p♦ O.. !c wr Oi (�� ♦ IJ' Oas � ;� C V� •" 4• �"lstl.-� tJ- rt! O�ws -♦ mus Vyc •�sU�• lrsil�s •;• CZ,s twc wtJs •�• Yri• Ors Y=`�r`C? p p<i► _ Oma = w F< � < 0. =; E~ ,M Ci pM s", < v► _p P c <� �" O�s ora £p: O �►c Y= <. p` O� ps �i O.' 0 Cc w• C: !s Oma♦, )"� Og K "Cs4 o w C1 Cr - a �. •: oU cM p- o= I <• y Na y. N < s O 2 ? OC.. O. L" M p♦ %^ N• a`w O Qp Nn CO r o " "w O Nw s' '�r g `♦ '2s an 't"' < c od C N uj ca W v � c F- r Z � CM c 0 mca C13 � _ rn Y .2 �11aO` pO PA o P P Qa ♦ r«. jOa wap ih4h•�o 66 .� O0r,4w..^O • Oopp M,c.�V o• aq V� „'0 Co.* NQ - pop MC t•cQ 'ON 0• �" w •« It: E O al. y F Vb . OO Orpo p =! ( Zpw Po a3 - eno 3f 40 : VV . - 0. 01a wpt esa a �a C N o 2 M c m 00194 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Authorizing Certification ) No. 1 of Right of Way in ) RESOLUTION NO. 76 connection with construction of a ) new Park Avenue Bridge, Project No. ) 1065-4526-72 (No. 04-CC-0-CR, ) SRS-OOOS(156) ) Richmond Area. ) The Board of Supervisors of Contra Costa County RESOLVES THAT: In•order to obtain Federal and State aid assistance from the State of California in connection with the construction of a new Park Avenue Bridge, Project No. 1065-4526-72 (No. 04-CC-0-CR, SRS-OOOS(156) , and for the State Department of Transportation to approve the project for advertising, it is necessary that the County of Contra Costa certify to the State Department of Trans- portation� that the rights-of-way necessary for the proper execution of the Project have been acquired; The Certification of Right of Way, Certification No. 1, attached hereto and by this reference made a part hereof, is hereby APPROVED by the Board of Supervisors of the County of Contra Costa and the Chairman of the Board is hereby AUTHORIZED and ORDERED to execute the same for and on behalf of the County of Contra Costa. PASSED on May �5, 1976, unanimously by Supervisors present. Originator: Public Works Department, Real Property Division cc: County Administrator County Counsel Public Works (2) Real Property (6) RESOLUTION NO. 76/_46!k_ 0095 3 Mr. T. R. Lammers ' District Director State Department of Transportation P. 0. Box 7885, Rincon Annex San Francisco, CA 94120 CONTRA COSTA COUNTY RIGHT-OF-WAY CERTIFICATION NO. l 04-CC-0-CR SRS-ODDS (156) Park Avenue Bridge(ti065-4526-72) 100 feet east and west of Wildcat Creek, east Richmond Area All required right-of-way for construction of this project has now been acquired, covered by Right-of-Entry or Order of Possession, as set forth in detail below: (Indicate status of Items 1 through 7 below, using "NONE" when applicable). 1. STATUS OF RIGHT-OF-WAY ACQUISITION a. Total number of parcels required 9 b. Parcels acquired outright 4 c. Parcels covered by right-of-entry or order for possession. (Indicate 5 effective dates). All to effect as of May 11, 1976 2. STATUS OF AFFECTED RAILROAD FACILITIES None 3. DESIGNATED MATERIAL SITES None 4. DESIGNATED DISPOSAL AREAS None 5. STATUS OF UTILITY RELOCATION - Arrangements for relocation to be made by County before or during construction. 6. SCHEDULE FOR REMOVAL OF OBSTRUCTIONS - Arrangements to be handled by County before or during construction. 7. UNAUTHORIZED ENCROACHMENTS None -1- Microfilmed with board order 001"" r � -2- 8. COMPLIANCE WITH FEDERAL AND STATE REQUIREMENTS REGARDING THE ACQUISITION OF REAL PROPERTY All right-of-way has been acquired in accordance .with Title III of the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (Public Law 91-646) and all applicable current FHWA directives covering the acquisition of real property. 9. COMPLIANCE WITH RELOCATION ADVISORY ASSISTANCE AND PAYMENTS PROVISIONS OF FEDERAL AND STATE LAN The project did not involve the displacement of any individuals, farms, or business. I HEREBY CERTIFY the right-of-way on this project as conforming to Statement No. i of Paragraph 5c of FHPM-642.1. COUNTY OF CONTRA COSTA By P. airman, Board f Supe ors ATTEST: J. R. OLSSON, Cle By agtaw eputy RECOMMENDED FOR CERTIFICATION- / �✓I'' APPROVED AS TO FORM: non L. Cline JOHN B. CLAUSEN, County Counsel Acting Ppblic Works Director OF Depuly G. T. Derana Principal Real Property Agent 'r 00197 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the 1976 Overlay Project , Various County RESOLUTIOK N0. 76/ 465 Areas Project No. 4326-76 _ WHEREAS Plans and Specifications for the 1976 Overlay Project consisting of asphalt-concrete overlay and minor reconstruction in various locations throughout the County have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shill be the minimum rates paid on this project, have been approved by this Board; and . WHEREAS the Public Works Director has advised the Board that this project Is considered exempt from Environmental Impact Report requirements as a Class IC Categorical Exemption under the County Guidelines, and this Board concurs and so finds: IT IS BY THE BOARD RESOLVED that the Planning Director is INSTRUCTED to file a Notice of Exemption with the County Clerk. IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on !D�ne g2, 1q76 at 11 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 Pittsburg Press. PASSED AND ADOPTED by the Board on May 25, 1976 Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller County Counsel RESOLUTION No. 76/465 U019� 4326-76 PIPS W)F .IU:.E_ 229 1976 A T I I Ci '"LOCK A '• . CUUNT`t PTOILE)MG9 651 PI-:L SrH:.cT% `!ARTli4EZs CALFFURf;Iti 94553 TO T!!f !?:f1:1kV OF SUPFFVISO"S OF CVfjTRA COSTA COUNTY MAR T I NFZ s CAL I FOW4 l I'. F U R 1516 CVC14L.AY PROJECT NA?' OF u 11;nE12 ------w. -------------------- ----- BUSINF55 M)T,4ESS --------------------------------- PLAC P OF TU Ti F P{ '-kV OF SUPERVISUKS OF C-NTRA COSTA CUUNTY — Ttil. UNPU45IG Ilt:t`, AS HIDDL-Ro DLCLALlE.5 THAT THE ONLY PERSW45 071 PAl,;T 1 f'S l%TFkFSTF1) It. Th I S Px;Jl-PL:SAL AS PRINCIPALS A?E. THOSt. t;A.*-1FU hERE I P TWO THIS 1`41di2LS.",t_ IS 0(%F A I THOUT CGl LUST j«,. <.I TN A;**y JTHEk ijE–RSUhs Flt--.T•" GIS { L;RN;t#2I1Tiii'.— TslAT W' 1+AS CAKIFFUL LY E:iA'-'IF= : Tfiv L.UCATIJt. (:F THL Pko— PU'l!-'!) C>RK s # LANS Ail"I "*- PWP)S'-;S A!-D AGREES s IF THIS Pki.,POSAL IS ACCEP Ti s T"A T t!E t:I LL. Cb.*IT!?AC f is I TLl TNF C UUNTY OF CU%TRA f+z�.T A TO iaROV I rNE ALL ':r iI55A.iY ='rACMII%FkY• TGOLSis APPARATUS /�%r) OTHER MEANS Of i W'5TR!)(:TIG%9 Ai%.' T" '`::r ALL TNF A.'.^ rUtiF:ISF+ ALL Talk MATERIALS Ili THF I,% THF ht,.0 ACCLtR!)-- I= TQ TN! RI-1.01 RI ''l tJS GF Tit! [JI' LI R ,1,'i t I'LR . I% 5L [ 1'(;P TH 9- AND Tift.T I iE :I! F(;P t;": )'A;t;;;;.T !'.ASLO < THE, [.li.1T F141CLS +'t r IF j r }4; I',PI Loh, g :::i TW Vtik lUt., 171"S OF :tiL;RK. Ttfk Ti)TAL. VALUE OF S+� I1, 1%1UT-K AS :571l-1ATFI' 4+7R l f; Pl I.NG S c I•" 5L".rT TG[rLL ANTI, THF FULL;)W I NG RF j pati T►.F tJs%l T Pfi ICES !i i . TO T— W=ofi11fid Ullt1 boOrd orrur V V�� (CONT. I (N+ "rf :.PT TU f-tC,,H 11 THREE ( 3) UECIrALS ) — -----------------------------------------------------------+--------+---------- ITEri TOTAL I Tf" 4 STIVATF D !:"_1T ;';: P;?ICE ( 1N ( L11t, t i+AN,T. TY ,,.t •,5L9:z ITc" --lou<ES) FIClLRLS) LS SIG%! • 6 A%D TRAFFIC CUA TROL -------------------------------------------------------------------------------- ? l R F:+ StjiiVE Y '!u:iU 4FNT -------------------------------------------------------------------------------- 3 i FA A-`.j i$T UTAIL I TY ('UX Ct.F! % r+ ti: E S R!"jUS7 '-,r'*i 'r!0Ls' CU--VL.R SOY() VAT VAFF;jC /i LS Clig:^ r CPAI i 7 noc SOFT PAVF"FNT SEC`.. .%STRUCTN-N s; 12 tt,flt) . T%'.�". -------------------------------------------------------------------------------- ^. j .i)(i') SOF T .`T.('s :L,T CONC?E T E PAT!--.:o"Y l () 25;) LV -"SPH•.LT CO-WRETE UIKF SC:Y'i� fir,"-,Fp tr: r s j'ti 1 „ LF -I T 7F 511;tie° RAIL 13 sign rA aaA vF'•'F%T !'.'.R K E R t R L r L i C_T a'VU ) ny' - om m -of-uSAL (COVI . I (P', i(:F 'if;T Tv .-.iCi t- t ?lI i/t.Cli%ALS -------------------------------------- •--------------------r--- -- --------- I TE:,i TOTAL IIL" f STIYATf-1) U::IT -;F -f R10ECVi f 'i, No. 1TIT`' �'t AStl"F IT FIGURES) --j f+ .!300 ------ -- ---- 1—_ —rO* TIisGE:.T SUM — PAID AS EAE2 iM �3sJdG.dG -------------------------- ----------------------------------------+--------- Nfl T f—PLEASE SHOW TOTAL 1% PAGE P-1 TOTAL ------------------------------------------------------------------------------ i' - ? o t i:t!+ t! .i t tCUNT . --------------- . :c -,r t+ ,�-: c •• :� z t C r ct �� 11 r; S.. t. T-t�':i Y T::'l.i_;. . :I i i .YC S :•••.. Ft1I„L5+ i Uiii S"'fit L #­FVAU . I7 IS t1110ERST:.'isi) AN") G:EU;7 THAT THL CIUA .`TITIES OF'AORK UNDER i A(•►i ITf:a ARF ::PPRUXl"ATF C%LY9 PLIF:G GIVF% FQR A FASIS OF CUMPARISUN Of PPr)PU,%AL s A%r T*IF P I GAIT IS £'ESS':RVV TO T!t= CCUNTY T:: Ij:CREASE UR JE— rl,'c.; St: Tli!' s':r•r ) %'T OF ''tUkK IJNVL'� A%Y I r&r, AS '!AY !!F RE.QUIREOr Iii ACCURQ— t ! (! SfT F:)fiT!# I!': T?'' Si1FCI►ICATV_;1'.:i FUR TRIS PROJEICT . IT IS FUPlfe! '' U'�"E #%SIZ ULM AN'!) r,(;1sLFl1 Ili" [HE TUTAL A7•,OL'PdT OF Sf T VU': T!± z7o*%' 3'A;'}i I T' 3. t-F :;Cs.< U%t ,c S 7 iE ToT AL A;,-3AJ•►T 141D FUR Tiii i%UT C(,%ST ITVT Al. AGnLE-'','C%T TO `'i.Y A LUMP SLP-F FOR. THE ONI FSS IT S#'f C I F i('At 1.Y SO ST." E S. IT IS ti='!-,F;!,Y :;_;'JF'f_t. THAT ix!t' AS E?IODE:ks SHALL A LA!z(. R AN'- "::T'r::;At.S .it)a€? 1% 1.': A-•'iUPJ L_'UAL T:j FIFFY PERCEt.T OF Tilt T':)Tl;t :'tt•JUa ,ii :)f TIIIS E'?t)PJSAL A.xt) A FtITHVU x�C^FC7(1"i.fiCE 401%U TU BE: ()%l 4m%' Rrf) i•'*:l,Cf:.T 0- T!EF TUT.•• _ ",'^t:t;'.T uF THIS F'€?OPE ;AL s Tu TIES' CUU'`:TY .,S., , t:► ._tar•;T � CL�.�T.. i.i•.T3 ,1T -a, FRi�f� •,a_ TK,: St i? CCt�•:Tl` s �-:�i-CU" F:E. =:Y �t ltt:,< �P(: I � T:: 5.1,17 Ct;U TV % V.' T!!L_ 1_VL1:T T"!hT Es115 PNVJRuSAL t; f.".jay SAV) r�..°�t�"3�T Y L.' S vY:7'?t- C'Zi$T i• ' IF T(iIS t'RW'x)Sp,i. SfiALL PF ACCEP7r? ,"%E~ Tr#F" ti..(:FRSIGr4LD SHALL FAII Ti) CONTP•rT AS AND TL GAVE 1 HL T'91:i 1101-#55 IN THL SUMIS TO ±tt. l'F TF PVI;,iF9 AS AF(:"1.5•' IT;*• �I Tli St..`t TY SAT ISFACTCIRY Tit THL BOARD OF Si���i rat�IcilnSs a'1T 3a, . fir: ( 7) ,?..YSs UG"r IT:CLU.J'V1G 5U`XAY5 , AFTER THE ui {_p BIAS f�f f4' j1'f_Ia %k T ICF t t.:" Tl;► t?(1P-t :.;F .`itll`E€2tEESJ.{S THAT T'lF� COt�•• 7•�:t T I ` ;4_A^Y F(Ik' S I Cj.%,ATiJ^ s ;imE- c:(; 1.iy' OF SUPU RV I SCirt`a . .AY ip AT ITS "i nN` f_ EQ1-' N ,+ i t_ F: t t •5 A ••U t' t C "''TRACTS AND .,! I .. , n,.T_. .j .f T �T T.#.. .i•.>rl �i.. y.�AF; i:T,CL- THF C.3,. THi l•'('UPO',' THIS P±.iii'USA'_ At' D Tu ,1 CFE=TAT+:CI. ►1?E i�[C:c= SHALL M NULL AA-ew \r'.� ±' �1`t^ T►iF f;:F:iTIia;'i# t�f SEC:.1RIT'e• ACCs -PAtiYU:a THIS F'}ZOVOcAL SHALL 1 1 ,a* ` D #i '••;G C-i, :4L A tff :RCP Y L G 'fL i/ : , Ct � t.l-' ��,�T it€' TF SA � :LL E� T T. . C t i TY ti's C..,:TEih u;, r.. ------------ :i;:Tt:AC;Y-' ' .•,fi'ZE.s:S[s E*'t St�F:=.ISSI;%:• 'air ".#iiS F'R(.,P 5A.Ls TG Cui �9 f\ T ELL �.s("� •♦ • •" ><,,!:�• , t•;;;F,: .':Ist't iC :.,_� . 7.: !#E. ..f?::,.E+•T Y ..'F SFC► EC.l•i RIOT}ITllFr:�uGEE ��II3 f? e,A T(i:7 SAmL I�c-5U CfJ:.T �: S+ Ttl� ,, As, E`��I i:T?'* �+ ':f I^:. ."_ Cul*;': E Te t. I ST U= SUBCU%Tj2AC TOPS 15 €?F—.,U I RED s Ati0 THE rl! I!ir '1 l:IL:_ I'L f tilJF, T! " T: :'I:GtF 'v' �' >:YT'r; ►-I c:'.t.: F; i'C'i.as ALL ITF.i S :3F 'n'Ui'Z C!! F:c: IS LIST,"f>. THF iS T, C* v"PLFTE. t IST OF ITE.',*S C:F '40.0. TO FIE. SU4— CW.'TrACTrn 0% THIS Pl'' JICT. It: A OF al:Y 1T;'' OF 'r.U'.:K :S i;C)%F liY t, Ti•I V-AL !F Tit. ..( '{F, Sl►ijC::%T112AC CFD :ILL PF BASED UN Til! rS7I ATr!� COST ;...s= .c.Ur Vi1'tT •U- c ~ S .r,' I . ,' FTv€ .'IMF D F'1\' SUV**! TTF`C l"Y THI CCUTRACT(.!±s SUE'JF C.T E(.: Al-YtROVAL BY T!ir i)?:^:t?F.it,';r",s ;.S F'tii rIFTis Mi CLL.-= FS Tt.AT H $-[AS ^:UT ACCEPTF.0 A±;Y n F'0401", A`;V StJPCC*vTse,*,CIU," 0,': '•'ATIPIAUN-Ae° TF4ii(it;GPi AP;Y t 1E! i)F}'U$YTC3;•Yr Tlii nY—1 :' Ss PULPS :'t-; F'FG;JU T *&Z)7-.'S OF 'WHICP PRUM15I T Uel PREVENT THE CUN— �"" •T, r!: r ON 3 'a AF Y ” FR(a'� 4rA*Y uPIC0%TRACTC,i OR r A i E?1AL!'-"A€' T •,.t T t: U!� CONS I I F i C, : S I J S .• • ':'1'.1C!? ! S NUT PR. 0t'f_5SF!` 1W;f'JV_#i SA17A 'M UL;: :'S11URYs V! :rHI0i PRFVLr1T A,.Y NTRACTU'�' UR 'MATF' IAt "t, F :,)'. c?IDEA[ i('a T(." At. C(�i�T:?P.CTU:� I.-HU DUE'.') ;:uT 11"I TT,F FACILITIES (_:r tlk • CCF i" ;'IrS FRUr'•': Uk THRWIGH SUCH r N) €)E PJSITORY. p+:t.i•;+�;At_ (f 0%T . ) ---------------- N". l :L" Sii CCti:Tty�C i c R AF:f:Rt'S5 -------------------- NMI 15 . r re,lu r.L v ). r�nk f F i TI;E iG A"Ct31;T 11'% tIC) Pl:RCFNT UF i.*-GU,%'T BID tCr.S1i1}'215 011Ci: . Ui: ;I i'.t."'r5 its?:u ACCL,"TAFL'L$ Til!: UF :ALL P2:NSJi'iS I: tERFSTi ) I« IHE FUV'%'EGUI,:G tis int'I NrI l'AL C P Rr AS I "Pl,ir T S':7 ---------------- lF Tii:�-' UP .THL:? INTER Uri f,'LF?SU,% IS A CLRP-,:iRATICNI, F,TATi" LFGA.f. 'a.'': i {' i•t.so %r4*-,LS ui NKFSIDENft SLCRETARYt ."", ?RA ;1C� t= 4t R! r• O r S;4 ) TR UL T .F. :uF. I'" fv�n �T.:F� FE t STATE'.F: T�:tic: t,A?-EE Cit IF OP J"FR U.'I=h1 S't s PFRS{:% 15 AN .,%D1VIGUALt STATE. � I► ST A%I LAST F": FMA, ------------------------------------------------------- ------------------------------------------------------- V: . J ALL a L:+SS[:s %rF INt/CLJCv Tt•: Tt!fPi ,iFrT . i#• `.♦. •ri POR ftF:GISTIRI'.-- Tlil.% nF CU%TRArT0NS. LIM%SF: t.0. !CLA Sn— ) . ----------------------------------------- ------------- -------------------------- tSIC�:: TIF°�E OF FsIDDEi+ ) PLA( f fF RF"Sit'F t.:Ct ---------------------------------------------------- rAT i 19 ----------------------------- -- BIDD 3S' CrE=ICn11QS f certifies that: " (Bidder) 4 1. it intends to employ the following listed construction trades � .. in its work under the contract , and { 2. (a) as to those trades set forth in the-preceding paragraph one hereof for z:hich it is eligible under Part I of these Bid Conditions for participation in the, Contra Costa Plan, it w 11 conaly with the Contra Costa Plan on this and all future construction work it{ Contra Costa County within the SCOJe of covesge of t=iat Plan, Those t:�des beind: ` and/or (b) as to those trades for which it is requircd by (nese Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the =in----= minority manpaLer utilization. Soals and the specific affir- mative action steps contained in said Pa.L II, on this and all future construction (.:ark in Coarra Costa County, abject, to these Bid Conditious, those trades bring:' - and - 3. it will obtain from each of its subcontractors and submit to the ` contracting or ad.izinistering agency prior to the a:ard of any subcontract �. under this contract the subcontractor certificatioa required by these Bid Conditions. " (Signature of authorized representative of bidder) t '�,' 002H " f 1976 Overlay Project Proj . No. 4326-76 SPECIAL PROVISIONS - FOR CONSTRUCTION ON COUNTY HIGHWAY 1976 OVERLAY PROJECT n County Roads 0871 El Portal Drive 18818 Willow Avenue 1794C Hawthorne Drive 2345 Claremont Avenue 2745 Orchard Road 3764 Paso Nogal 4821 Diablo Road 5181 Willow Pass Road 6761 "L" Street VERNON L. CLINE, ACTING PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA May 25, 1976 miaownwd wiifti oaard order 0020" THIS SHEET 1S FOR lNFO :MAT1ON PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requiremenrs in Section E , "Bid Conditions-Affirmative Action Requirements , Equal Employment Opportunity." This project is within the area covered by an Area Plan on Equal Employment Opportunity and the Contract contains a special section of bid conditions dealing with the implementation of that plan. There are two methods of qualifying for contract award , one of which is described under Part I and the other under Part 11 of the specifications. We have received information that specific crafts , listed in Section E ( 1 ) "Area Affirmative Action Plan" of the special provisions , have been approved as participating crafts for the Contra Costa Area Plan. QUALIFICATION UNDER PART 1 Any or all of the crafts listed in Section E ( 1 ) "Area Affirmative Action Plan" may be qualified under Part 1 . No contractor can qualify completely under Part 1 but may qualify the listed crafts under Part 1 and must qualify all remaining crafts under Part It . Partial qualification under Part 1 involves completing Paragraph 2 (a) of the Bidder' s Certification of Affirmative Action for Equal Employment Opportunity in the Proposal for the listed approved crafts. - QUALIFICATION UNDER PART 11 In connection with responsibilities assumed by contractors bidding on this project , ;your particular attention is called to Paragraphs B-1 "Goals a" ; Timetables ," and B-2 "Specific Affirmative Action Steps" of Section E (2) "Affirmative Action Requirement" of the Special Provisions . You must complete Paragraph 2 (b) of the Bidder ' s Certification of Affirmative Action for Equal Employment Opportunity which is contained in the Proposal or submit an Affirmative Action Plan to the County Public Works Departnent that meets the requirements as outlined in Hart 11 -B. Particular attention also should be given to the sixth para- graph of Section E . Part IV of the Special Provisions , which states " it shall be no excuse that the union witr. which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees ." In order to be a responsive bidder eligible for contract award under Part 11 , the contractor must complete the Bidder ' s Cert- ification of Affirmative Action for Equal Employment Opportunity at the time of subir.itting his bid. INFORMATION 1976 Overlay Project Proj . No. 4326-76 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-I 2. Description of Mork A-[ 3. Contract Documents A-[ 4. Beginning of Work, Time of Completion & Liquidated Damages A-1 5. Permits A-2= SECTION B GENERAL PROVISIONS 1 . Definitions and Terms B-C 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 8-3. 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 EQU1P14ENT RENTAL I , Definition C-1 2. Labor C-1 ' 3. Equipment Rental C-t SECTION D - CONSTRUCTION DETAILS 1 . Materials D-I 2. Public Convenience, Public Safety b Signing D-1 3. Obstructions D-3. 4. Cooperation D-4 5. Adjust Survey Monument D-4 6. Adjust Utility Box hover D-5 7. Adjust Manhole Cover 0-5- 8, Pavement Fabric D-7 9. Curb Repair D-9 10. Pavement Reconstruction D-9- 11 . Asphalt Concrete D-1,0 12. Asphalt Concrete Pathway D-13 13. Asphalt Concrete Dike D-13 14. Heater Planing D-13 15. Pavement Markers D-15 SECTION E - Bid Conditions. Affirmative Action Requirements - Equal Employment Opportunity ATTACHMENTS COUNTY STANDARD PLANS: CC 105, CC 302, CC 3050 00X? SECTION A - DESCRIPTION Of PROJECT I . LOCATION The project is located on several streets in various location throughout the county as shown on the plans. 2. DESCRIPTION OF WORK The work consists of an asphalt-concrete overlay, minor reconstruction, pavement markers 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, " 1976 OVERLAY PROJECT" 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 pro- visions, the Notice To Contractors, the Proposal , the Contract, the two contract bonds required herein, amy 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 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 Specifi- cations 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 and including the day stated as the starting date in the "Notice to Proceed." A - I • SECTION A - DESCRIPTION OF PROJEC.r 4. BEGINNING OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES (Cont. ) 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 pre- scribed above, and authorized extension thereof. 5. PERMITS Grading - The Contractor shall comply with the appli- cable provisions'77-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 Permit require- ments shall be considered as included in the price paid for the item in which the permit is required. A 2 4*20 SECTION 0 - CONSTRUCTION DETAILS 1 . MATERIALS Attention is directed to Section 6, "Control of Materials," of the Standard Specifications and these special provisions. Certificates of compliance will be required for guard rail , pavement markers and epoxy. The asphalt concrete mix design 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" of these Special Provisions. The Contractor shall give the Engineer not less than four working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete from recog- nized commercial plants. The relative compaction for soils and aggregates 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 . ) 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Construction operations shall be performed in such a manner that there shall 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 paved traffic lanes for public traffic. In lieu of the conflicting provisions in Section 7-1 .08, "Public Conven.ience, " and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the pians to be County furnished ) installing, maintaining and removing all signs ( including County furnished signs) , lights, flares, barricades and other warning and safety devices. Signs may be erected on portable barricades (furnished by the Contractor) or on mood posts, as specified hereafter. D - i SECTION D - CofiSTRUC i I Ott DETAILS 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont. ) 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 and said time shall be during the County yard working hours of 7 :30 a.m. to 4 :00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securelyset a minimum of 2' - 61f 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, except that when signs are located where there are pedestrians, the clearance shall be seven feet. 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 during County yard working hours of 7:30 a.m. to 4:00 p.m. Lane closure shall conform to the proivisions 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 prior to its use. 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. Temporary pavement striping (cat tracking) , shalt be done daily by the Contractor to provide for the safe and convenient passage of traffic through the work. Full compensation for "Cat tracking" the pavement shall be considered as Included in the contract lump sum price paid for Signing and Traffic Control , and no additional compensation will be allowed therefor. D - 2 00M SECTION D - CONSTRUCTION DETAILS 2. PUBLIC CONVEyIENCE, PUBLIC SAFETY AND SIGNING (Cont. ) 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 ( including one- half flagmen cost) , 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 compensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the tine 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. 3. OBSTRUCTIONS Attention is directed to the presence of water, sewer, and gas pipe lines in the construction areas. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Under- ground Service Alert ( USA) toll free number 800-642-0123. The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district to maintain their services without interruption. Abandoned pipe lines, conduits, culverts 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. Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner: f D - 3 SECTION D - CONSTRUCTION DETAILS 3. OBSTRUCTIONS (Continued) Initial Increment - 40 percent of the lump sum price satisfactory completion of instal- lation of County furnished signs. Final Increment - Balance of the lump sum price upon satisfactory completion of removal and dismantling of signs, lights, barricades, posts and framing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 4. COOPERATION The following work by other forces may be under way within and adjacent to the limits of the work specified, as follows: -Adjustment of water and sewer facilities to finished pavement elevation. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section 3, "Prosecution and Progress, " of the Standard Specifications, full compensation for conforming to the requirements of this special provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or Inconvenience to the Contractor's operations by reason of his conformance with this special provision. 5. ADJUST SURVEY 140NUMENT At locations shown on the plans, or where directed by the Engineer, survey monument covers shall be re-established to finish pavement elevation by adjustment of the monument at a new elevation in accordance with the details shown on the plans, Section 81 , "Monuments" of the Standard Specifications and these special provisions. Riser rings required for the adjustment of survey monuments will be furnished at the project site by the County at no cost to the Contractor D - 4 O0213 SECTION D - CONSTRUCTION DETAILS 5. ADJUST SURVEY MONUI=LENT (Continued) Cast iron extension riser rings shall be attached by tack welding to the metal housings around the outside as shown on the plans using welding rods designed for cast iron metal . Extreme care shall be exercised during the adjustment of survey monument covers to prevent damage to the casting or any movement of the survey monument core. If it is necessary to remove concrete from around a survey monument casting to permit installation of the adjusting riser, the concrete shall be replaced with asphalt concrete. Covers shall be so adjusted or reconstructed that there will not be any perceptible difference in elevation between the finished pavement surface and the cover. The Engineer shall be the sole judge of the smoothness and riding quality over the adjusted covers. The contract price paid per each for "Adjust Survey Monument" shall include full compensation for furnishing all labor, materials, tools and equipment and doing all the work involved in adjusting the monument ( including removing and disposing of concrete and tack welding) complete in place, as shown on the plans, as specified herein and as directed by the Engineer. b. ADJUST UTILITY BOX COVER The utility box on Paso Nogal shall be raised by salvaging the existing frame and cover and reconstructing the box walls and frame to the new pavement elevation. The contract price paid for "Adjust Utility Box Cover" shall include full compensation for doing all the work involved and furnishing all necessary materials to reconstruct the box complete in place as specified and no additional compensation will be allowed therefor. 7. ADJUST MANHOLE COVER Where shown on the plans or directed by the Engineer, the existing manhole covers shall be reconstructed to grade after final paving, in accordance with the provisions in Section 15-2.05, "Reconstruction" of the Standard Specifications and these special provisions. D - 5 1 0)214 SECTION D - CONSTRUCTION DETAILS 7. ADJUST MANFOLE COVER (Continued) The Contractor shall contact the owners of the facilities which are to be adjusted to Jetermine the standards which apply to the work to be done, and he shall cooperate with the owners to effect a satisfactory adjustment of the facilities. Covers shall be so adjusted that there will not be any perceptible difference in elevation between the finished pavement surface and the cover. The Engineer shall be the sole judge of the smoothness and riding quality over the adjusted covers. Portland cement concrete shall be Class B with one- inch ( I ") maximum aggregate size and shall conform to the provisions In Section 51 , "Concrete Structures," and Section 90, "Portland Cement Concrete," of the Standard Specifications. Mortar used in resetting manhole covers shall conform to the provisions in Section 51-1 . 135, "Mortar," of the Standard Specifications. Precast concrete elements shall conform to the pro- visions in Section 70-1 .02N, "Precast Concrete Structures, " of the Standard Specifications. Salvaged materials which are undamaged may be reinstalled as directed by the Engineer. Structures built of cast-in-place or precast concrete and brick or vitrified clay pipe parts shall be replaced in kind. Attention is directed to the provisions in Sections 7-1 . 11 , "Preservation of Property," and 7-1 . 12, "Responsibility for Damage," of the Standard Specifications. girt, rocks, or debris shall not be permitted to enter sewer lines. When manhole adjustment work is undertaken which involves excavation or concrete removal , a temporary cover shall be placed to prevent entry of material into the manhole and sewer pipe. During sealing or paving operations, all surface structures shall be protected from being covered by paving, and no adhesive material shall be permitted to seal or fill the joint between the frame and cover of any existing utility structure. Mannoles shall be reconstructed as required for adjust- ment of the cover to the finished pavement surface with materials equal in quality to those in the original structure. D - 6 00215 SECTION D - CONSTRUCTION DETAILS 7. ADJUST MANHOLE COVER (Continued) Some manhole covers may be adjusted by the owners, in which case there will be no compensation paid to the contractor for any owner-adjusted manhole covers. Manhole covers shall be adjusted without disturbing the precast concrete cone. The contract price paid per each for adjust manhole cover shall include full compensation for furnishing all labor, materials, tools, equipment and materials ( including rings) and for doing all the work ( including removing and reconstructing concrete anchor block, if such exists, ) involved in adjusting manhole covers, and no additional compensation will be allowed therefor. 8. PAVE14ENT FABRIC The pavement fabric shall be placed where shown on the plans and at locations designated by the Engineer. The fabric shall be a non-woven polypropylene material conforming to the following requirements: Tensile strength, either direction, minimum per inch of width - 50 pounds. Elongation, warp direction, 20 pounds, maximum - 0.5 In. Elongation, fill direction, 50 pounds, maximum - 1 . 1 in. Weight, oz./sq. yd. (fused two sides) - 3.8 to 4 .5 Color - Black Prior to placing the fabric, the existing pavement to receive the fabric shall be cleaned to the satisfaction of the Engimeer of all material such as, but not limited to, leaves, sand, dirt, gravel , crater and vegetation. Cleaning shall be by vacumn power broom plus any other suitable means as determined by the Contractor. Prior to placing the fabric, when so designated by the Engineer, the following work shall be accomplished: "Surface Preparation" (a) leveling pavement irregularities (b) Pavement deformation and cracking shall be blown clean of all dirt, Treated with RS-1 , and skin patched; (c) where the pavement has cracked but deformation has not occurred, the area shall be blown clean of all dirt and treated with RS-I . D - 7 00216 SECTION 0 - CONSTRUCTION DETAILS S. PAVEMENT FABRIC (Continued) Equipment, labor ( including flagmen) , and -materials used in the performance of "Surface Preparation" will be paid for as extra work in accordance with Section 9-1 .03 of the Standard Specifications. All surface preparation work shall be completed prior to placing overlay. The surface area to receive the fabric shall be sprayed with steam-refined paving asphalt, Type AR 4000, at a rate of 0.22 to 0.25 gallons per square yard. The Contractor's attention is directed to Section 92-1 .44 "Applying" of the Standard SpecificaTions. The minimum width of asphalt application shall be the fabric width plus ten inches. Paving asphalt shall be applied no farther in advance of the overlay than that distance which the Contractor can maintain free of traffic. The asphalt shall be sprayed with a suitably metered truck or the truck must be recently calibrated by Test Method Calif. No. 339A. The fabric shall overlap six inches at all joints. No joint shalt be lapped with more than two layers of fabric. Transverse joints shall be shingled to prevent pickup by the paver. Asphaltic emulsion binder or paving asphalt shall be applied to all joints. The fabric shall be carefully placed to avoid wrinkles' and broomed or squeeged to remove any bubbles. Should wrinkles occur which are large enough to cause laps, the fabric shall be cut and laid out flat with a fabric patch placed over the cut twelve inches in width and sealed with RS-I or paving asphalt. At each utility cover which would be covered with fabric, the fabric shall be neatly cut around the cover to allow for raising of the cover to finish grade. Turning of the paving machine or other vehicles should be gradual and shall be kept to a minimum to avoid damage to the membrane. Should equipment tires tend to stick to the fabric during paving operations, small quantities of asphalt concrete shall be broadcast ahead to prevent sticking. The pavement fabric is available from the following: Phillips Petroleum Company 3031 Tisch Way Suite 735, Sherman Building San .lose, CA 95128 Contact Mr. W. 0. Tribbett at 408-247-2801 O - 8 .00217 SECTION D - CONSTRUCTION DETAILS 8. Pavement Fabric (Continued) The Phillips Petroleum Company has advised the County that if it is selected by the Contractor to supply the pavement . fabric it will make available a laying/placement vehicle with driver and technical assistance. Quantities of pavement reinforcing fabric placed as shown on the plans or directed by the Engineer will be determined from measurements taken of the •area covered by the reinforcing fabric, with no allowance for laps. The contract price paid per square yard for pavement reinforcing fabric shall include full compensation for furnishing all labor, materials, ( including paving asphalt and asphaltic emulsion) , tools equipment and incidentals and for doing all the work involved in furnishing and placing pavement reinforcing fabric complete in place, as shown on the plans, as required by these special provisions, and as directed by the Engineer. 9. CURB REPAIR This work shall consist of all work necessary to remove and repair the distorted curb and the adjacent tree as shown on the "L" street plan sheet, including excavation and grading for drainage but not including the pavement replacement. Full compensation for doing all the work as described above and as shown on the plans for curb repair shall be considered as included in the lump sum price paid for "curb repair" and no additional compensation will be allowed therefor except that pavement replacement will be paid for as pay item "Pavement Reconstruction" 10. PAVE14ENT RECONSTRUCTION Where shown on the plans, on Orchard Road, Diablo Road . and "L" street, existing pavement or shoulder shall be excavated and full-depth asphalt concrete pavement shall be constructed to the lues and grades shown. Excavated material shall be disposed of off the job site as provided in Section :-1 . 13 "Disposal of Material Outside the Highway Right of qday" of the Standard Specifications. All work shall conform to the applicable provisions of the Standard Specifications. In lieu of the provisions in Section 19-5.03 "Relative Compaction (95 Percent)" , relative compaction shall be not less than 90 percent. - 9 00218 SECTION D - CONSTRUCTION DETAILS 10. PAVEMENT RECONSTRUCTION (Continued) The contract unit price paid for square foot shall include full compensation for all work necessary to do the pavement reconstruction as shown on the plans and specified in these, special provisions including cutting existing pavement, compaction of original ground, furnishing and placing asphalt concrete (excluding the final lift of asphalt which sha i I be paid for as "Asphalt Concrete" as part of the overlay quantity) and grading shoulders to match new pavement, and no additional compensation will be allowed therefor. 11 . ASPHALT CONCRETE Asphalt concrete shall be type B conforming to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications 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 cf AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. Aggregate for the asphalt concrete pathway may conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for one-half inch ( 1/211) maximum medium grading. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded at the plant until it is discharged from the delivery vehicle. Conforms between existing pavement and newly constructed overlay pavement shall be made by tapering the new pavement in accordance with the plans. The Contractor shall arrange his sequence of paving such that the lip of the centerline paving joint does not exceed 0. 12 feet at the end of the working day. The lip 14 feet right and left of the centerline shall be properly delineated by portable delineators spaced at 251 intervals when the lip exceeds 0. 12 feet. Attention is directed to the provisions in the first paragraph of Section 39-602, "Spreading," of the Standard Specifi- cations. The extent of the areas where a surface course mixture shall be spread to level irregularities shall be as directed by the Engineer, depending on actual conditions prevailing on the project. This material may be spread in layers, not to exceed 0.20 ft. in thickness and by any means that will produce a surface of uniform smoothness and texture in accordance with the Standard Specifications and these special provisions. - 1 0 aU219 SECTION D - CONSTRUCTION DETAILS 11 . ASPHALT CONCRETE (Continued) Spreading and compaction of asphalt concrete in areas to be leveled shall be completed prior to beginning any overlay. Asphalt concrete surfacing shall be placed one-half width at a time and the remaining one-half width of 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. Paint binder shall be asphaltic emulsion, RS-1 , and shall be applied at a rate of 0.07 gallons per square yard. Paint binder shall be applied between lifts on multiple lift sections. Curbs and gutters shall be shielded during the application of emulsion. Prior to applying any asphaltic emulsion, the existing pavement and gutters shall be cleaned with a vacumn type pourer broom plus any other suitable method as determined by the Contractor to the satisfaction of the Engineer, of all material such as, but not limited to, leaves, sand, gravel and dirt. Any bushes which extend over the existing pavement shall be trimmed to the satisfaction of the Engineer. Pavement markers within the limits of the overlay shall be removed: No traffic shall be allowed on the asphaltic emulsion . with the exception of vehicles unloading asphalt concrete. All vehicles involved with the Contractor' s operations shall turn around only at public street intersections; driveways and other private property shall not be used without prior written consent of the involved property owner, a dated copy of which shall be delivered to the Engineer prior to the use thereof . Paint binder shall be applied no farther in advance of the overlay than that distance which the Contractor can main- tain free of traffic. The sequence of paving shall be such as to avoid paving a lane width with a cold ,point on both sides. The Contractor' s attention is directed to Section 94-1 .06, "Applying," and Section 93-1 .03, "Mixing and Applying," of the Standard Specifications. The overlay shall extend to the edge of pavement in areas without curbs and to the lip of the gutter in areas with curbs unless otherwise shown on the plans or directed by the Engineer. D - 11 - 00220 SECTION O - CONSTRUCTION DETAILS 11 . ASPHALT CONCRETE (Continued) In addition to the requirements of Section 39-6.02, "Spreading," of the Standard Specifications, all transverse joints shall be made by paving against a board of the same thickness as the paving layer to provide a straight vertical face. After the compaction of the newly paved layer, the board shall be removed and paper shall be laid against the vertical . face and along the existing road surface that is to receive the subsequent layers. Asphalt concrete shall be spread over the paper in sufficient width and length as directed by the Engineer to provide a safe, smooth temporary riding ramp. Asphalt concrete shall not be placed on any surface which contains free water or excessive moisture. In the event, the contractor elects to pave and rain or fog conditions forces a shut down of paving operations, loaded trucks in transit shall return to the plant for which no compensation will be allowed therefor. Conforming work, driveways, entrances and road connections to connect with the pavement overlay shall be paved as shown on the plans or as directed by the Engineer. In lieu of the provisions in Section 4-1 .038, " increased or Decreased Quantities," of the Standard Specifications, adjustment of compensation will not be made if the total pay quantity of asphalt concrete varies by more than 25 percent from the amount shown in the Proposal . The contract price for Asphalt Concrete shall include full compensation for the following: (a) Construction and removal of temporary transitions, transverse Joints and temporary ramps; (b) Construction of conforming work, entrances and road connections; (c) Cleaning pavement b gutters prior to applying the asphaltic emulsion; (d ) Furnishing and applying asphaltic emulsion; (e) Removing pavement markers; ( f ) Levelling and filling of holes where required; (g) Grading shoulders as shown on the plans. U - 12 SECTION D - CONSTRUCTiOt DETAILS 12. ASPHALT CONCRETE PATHWAY Asphalt concrete pathway shall conform to the provisions in Section 39 "Asphalt Concrete" of the Standard Specifications and these Special Provisions. Asphalt concrete pathway is designated as a miscellaneous area. The contract price paid for asphalt concrete pathway shall include furnishing and placing the asphalt concrete, the class 2 aggregate base and the redwood headers and stakes and no additional compensation will be allowed therefor. 13. ASPHALT CONCRETE DiKE 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. In lieu of the provisions of Section 39-8.02, "Payment," full compensation for fog seal coat, shaping of dike at pathway and for furnishing asphalt concrete placed as dikes, shall be considered as included in the contract price paid per linear foot for asphalt concrete dikes and no separate payment will be made therefor. 14. HEATER PLANING Existing asphalt concrete shall be planed at the locations and to the dimensions shown on the plans and in accordance with these special provisions, and as directed by the Engineer. Planing asphalt concrete pavement shall , at the option of the Contractor, and subject to approval of the local Air Pollution Control Officer, be performed by either cold planing or heater planing. Cold planing machine shall have a cutter head at least 30 inches wide and shall be operated so as not to produce fumes or smoke. The heater planing machine shall have, in combination or separately, a means for heating and cutting the asphalt concrete surface and blading the displaced material into windrows ' in one contin- uous forward motion. The cutting width of the blade shall not be less than 3 feet. D - 13 00= SECTION D - CONSTRUC+'t©rl DETAILS 14. HEATER PLANING (Continued ) Heat shall be applied uniformly to the area to be planed and shall be accurately controlled according to conditions, and road surfacing being planed. Heater planing operations shall not be carried on at any time where, if an open flame is used in the heater, there is danger of igniting untrapped gases from sewers or gas mains. Existing trees, shrubs and other improvements shall be protected from damage caused by heat, by spraying or other approved method. The depth, width and shape of the cuff shall be as indicated on the plans or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The outside lines of the planed area shall be neat and uniform. The road surfacing to remain in place shall not be damaged in any way. Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the corners and along the conform lines. The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be immediately removed from the site of the work and disposed of as provided in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. The removal crew shall follow within 50 feet of the planer, unless otherwise directed by the Engineer. Heater planing will be measured by the square yard. The quantity to be paid for will be the actual area of surface planed Irrespective of the number of passes required. The contract price paid per square yard for Neater planing shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in planing asphalt concrete surfacing and disposing of material removed, as specified in these special provisions and as directed by the Engineer. D - 14 y 002M SECTION D - CONSTRUCTION DETAILS 15. PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications and these special provisions. The adhesive shall be the Rapid Set Type conforming •to Section 95-2.04, of the Standard Specifications. The provisions of Section 85-1 .03, "Sampling, Tolerances and Packaging," shall not apply, however a Certificate of Compliance shall 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 stripe shall be used by the Contractor as the control line for the installation of the markers. in addition to providing the Engineer with a current progress schedule the Contractor shall provide 'a written request for permanent striping 4 working days in advance of Installing markers. 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 the types of markers shown on the Plans shall include full compensation for furnishing Rapid Set Adhesive, and no additional payment shall be made therefor. D - 15 00224 SECTION E - BID CONDITIONS - AFFIRMATIVE ACTION REQUIREMENTS, EQUAL EMPLOYMENT OPPORTURITY 1 . AREA AFFIRMATIVE ACTION PLAN The Area Plan applicable to this project shalt be the Contra Costa Plan on minority employment . Organizations subscribing to said plan include, but are not limited to certain trades from the Contra Costa County Building and Construction Trades Council , Local Construction Trade Unions , and General and Speciality Con- tractors Associations. Contractors participating in the Contra Costa Plan may qualify under Part I of Section E (2) , "Affirmative Action Requirements ," of these special provisions for the following designated craft, if said craft is to be utilized on this project : PLUMBERS 1159 2 . AFF 1 ;;MAT I VE ACTION REQUIREMENTS Part 1 : The provisions of this Part I apply to bi.iders , con- tractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who together with such labor organizations have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization) together with all implement- ing agreements that have been and ma; hereafter be developed pursuant thereto, all of which documents are lncarporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor cr subcontractor using one or more trades of construction employees must comply with either Part I or Part 11 of these Bid Conditions as to each such trade. Thus , a bidder , contractor or subcontractor may be in compliance with these con- ditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A", thereby meeting the provisions of this Part 1 , and by its commitment to Part 11 in regard to trade 118" in the instance in which it is not included in the Contra Costa Plan and , therefore, cannot meet the provisions of this Part 1 . To be eligible for award of a contract under Part I of this Invitation for Bids , a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. Part 11 : A. Coverage. The provisions of this Part 11 shall be applicable to those bidders . contractors and subcontractors , who, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. E - l 00M Part ll : A. Coverage (Cont . ! 1 . Are not or hereafter cease to be signatories to the Contra Costa Pian referred to in Part t hereof; 2. Are signatories to the Contra Costa Plan but are not parties to collective bargaining agreements; 3. Are signatories to the Contra Costa Plan but are parties to collective bargaining agreements with labor organizations who are not hereafter cease to be signatories to the Contra Costa Pian. 4 . Are signatories to the Contra Costa Pian but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or 5. Are no longer participating in an affirmative action plan acceptable to the Director , OFCC , including the Contra Costa Plan. B. Requirement -- An Affirmative Action Plan. The bidders , con- tractors and subcontractors described in paragraphs I through 5 above will not be eligible for award of a contract under this Invitation for Bids , unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the minimum goals and timetables of minority manpower utilization, I / and specific- affirmative pecificaffirmative action steps set forth in Section 8. 1 and 2 of this Part It directed at increasing minority manpower utilization by means of apply- ing good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to Section B.3 of this Part It . Both the goals and timetables , and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades which are to be utilized on the project , whether subcon- tracted or not . 1 . Goals and Timetables. The goats of minority manpower utilization for ;he bidder and subcontractors are applicable to each trade not otherwise bound by the provisions of Part t hereof for the following time periods, for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows : until 9/30/72 9. 3% - I1 .8% From 10/1 /72 until 9/30/73 11 .8% - 14 .5% From 10/1 /73 until 9/30/74 14 .5e*, - 17 .0% From 10/1 //4 until 9/30/75 17 .0ft, - 19. 5% 1 / Minority is defined as including Negroes , Spanish Surnamed Americans , Orientals and American Indians . E - 2 00226 B. Requirenent -- An Affirmative Action Plan. (Cont. ) In the event that under a contract which is subject to these Bid Conditions any work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period 10/1 /74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder ' s , contractor ' s and subcontractor ' s entire work force in that trade on all projects in Contra Costa County, California during the performance of its contract or subcontract . The manhours for minority wort: and training must be substantially uniform through- out the length of the contract , on all projects and for each of the trades. Further , the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor ' s or subcontractor ' s goals shall be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11 , every effort shall be made to find and employ qualified journeymen . However, where minority journeymen are not available, minority trainees 'in pre-apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order. that the nonworking training hours of trainees may be counted in meeting the goal , such traininees must be employed by the contractor during the training period , the contractor must have made a con. nitment to employ the t•-ainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered . . E - 3 002V 1 F B. Requirement -- An Affirmative Action Pian (Cont:) A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part II by the employment and training of minorities in the appropriate percentage of his aggregate wort: force in Contra Costa Count}, California for each trade for which it is committed to a goal tinder this Part 11. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faits effort to make these steps work toward the attainment of its goals within its time- tables, all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance ti.-ith its respective obligations under the terins of these Bid Conditions. Therefore, contractors or subcontractors E who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part regardless of the obligations of its prime con- tractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to } perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the and recuirements of these Bid Conditions, including the provisions to goals of minority employment and training. E - 4 W228 ?. Specific rf:ir-�ative Action Stens. Bidders, contractors and subcontractors subject to this ?art 11, rise engage in affirmative ac- tion directed at increasing minority manpower utilization, which is at least as extensive .and as specific as the follouring steps. a. The contractor shall notify cos unity organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the nines and ad- dresses of each minority,,worker refferred to hiss and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring, hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. " :; contrlt-7.:r shalt: -.•rcpt's soid:y the, r..t�,T _..A COSTA C;;UTU FL,r_-"JC br'i":t:: ,4":_:: :Aren the unirr, cr ,zn!nn3 a th i.ho t the contractor has .' , �+i i.,;r sri 4'z , rte »r;. cc s Ct 7.l C •�:"£ 31 ski..!1 ._t. �r�ec: .. ! 'IC i i t F_ to t;E. Cf7tiGral t^r r� ' %or " s ;.' other ir_forratios r�.�.n �ry�,ti= :,rc�r..�.. ..c�r•t "he ^c „��:'x�u`...:r:� e„ '.ne ^nnt,ract,cs• has r1ha`. the un_nr referrz,_',process has i.-aedod hi_-i it his e ftrts to meet his goal. d. The contractor shall participate in-training programs in the area, especially those funded by the Department of Labor. e. The contractor shall, disseminate.his EEO policy within his own organization by including it is any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting, of the policy; and b, specific review of the policy with minority employees. f. The contractor shall disse...inate his EEO policy externally by informing, and discussing it with all recruitment sources; by advertis- ing in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. � & The contractor shall make s ecific'and constant• p personal . (both written and or--I) recruiment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organisations within the contractor's recruitment area. h. The contractor shall Bake specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications, selec- tion requirements, tests, etc. E - 5 j. The contractor shall mal., every effort to promote after- school, suer and vacation emplo -.ent to minority youth. k. The contractor shall develop on-the-job training opportun- ities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part II. 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority em- ployees to seek such opportunities_ m. The contractor shall make sure that seniority practices job classifications, etc., do not have a discriminatory effect. _ n. 'rhe contractor shall make certain that all facilities and company activities are non-segregated. F o. The contractor shall continually monitor all personnel ac- ; vities to ensure that his Er.Q policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of rinority contractor association. � 3. Contractors and Subcontractors Deemed to be Bound by Part II. In the event a contractor or sLaconzractor, wino is at the time of bidding eligible under part I of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, be shall be deemed to be committed to Part it o these Bid Conditions. Further, when- ever a contractor or subcontractor, who at the time of bidding is eligible under Part li of these Bid Conditions, uses trades not contemplated at the time he sub=its his bid, he shall be committed to Part II for those trades. l,"henever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to a manpower utilization goal of the minimum percentage range for that trade for the appropriate year. 4. Subsequent Signatory_ to the Contra Costa Plan. Any contractor or subcor.tractor subject to the requirements of this Part II for any trade at the time of the submission of his bid who togetner with the labor or- ganization with :nom it has a collective bargaining agreement subsequently becomes a signatory to the Contra Costa Plan, either individually or through, an associtation, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification com;tt';nz I.-m:self to Part I of these Bid Conditions. No contractor or subs o^tractor shall be deemed to be subject to the require- ments of Part I until such certification is executed and submitted. E - b (W2M SUBCONTRACTORS' CERTIFICATION certifies that: (Subcontractor) 1. it intends to employ the following listed construction trades in its work: under the subcontract 2• (a) as to those trades set forth in the preceding-paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future const=ction work in Contra Costa County subject to these Bid Conditions, those trades being: a and/or (b) as to those trades for which it is required by these Bid Conditions to co^p?y Lica Part II of these Bid Conditiors, it adopts the minimum minority =anpower utilization goals and the specific affirmative action steps contained in said Part I: on this and all future construction work in Contra.Ccs County to these Bid Conditions,those trades being: and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder) " C. Materialiry and Responsiveness. The certifications required to be made by One bidder pursuant to these Bid Conditions is material and will { govern bidder's performance on the project and will be made a part ^f leis Failure to submit the certification will render the bid nonresponsive. t E - 8 ��7 5. bion-discrir. nation. In no event may a contractor or subcontractor utilice the goals, timetables or affirmative action steps required by this Part II in such a ma-uner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. ""- Part III; Certifications. A. Bidders' Certification. A bidder will ; not be eligible for award of a contract under this Invitation for Bids un- less such bidder has submitted as a part of its bid the following certifi- cation, which will be deemed a part of the resulting contract: BIDDERS' CERT Is KATION certifies that: (Bidder) 1. it intends to employ the following listed construction trades in its work under the contract f and ?. (a) as to those trades set forth in the-preceding paragraph one hereof for which it is eligible under part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work id Coatra Costa Count; hithin the scope or coverage of that. Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to cor:)Iy with Part II of these Bid Conditions, it adopts the mini=^. minority =anpawer utilization goals and the specific affir- mative action steps contained in said Pw t II, on this and all future construction .ori: 4a Contra Costa �;ounty sub-'Ject to these Bid Conditions, hose trades being: and t i 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid E Conditions. r (Signature of authorized representative of bidder) f-'--contractors' Certifications. Prior to the award of any subcontract under this invitation for Bids, regardless of tier, the prospective sub- contractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: E - 7 Part IV: Cc•rpliance ane Enforcement Contractors are responsible for inforci,ino their suucontr..ctors (.erardles• of tier) as to their respective obiiaations under Parts 1 and 11 hereof C-S applicable) . The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clieuse includinc suspension, termination and cancellation of existinu subcontracts as may be imposed or ordered by the Contra Costa County Public Works DepartTent. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Sia Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part i of these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority manpower utilization, or of the requirements of ,Part 11 hereof by a contractor or subcontractor who is covered by Part It shall be deemed to be .in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Department shall review its contractors` and subcontractors' enplr�yr:ent practices during -the performance of the contract. In regard to Part If of these conditions if the contractor or subcontractor meets its coals or if the contractor or subcontractor can demonstrate that it has nade every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedines leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the a;ency will consider each contractor's or subcontractor's •�inority manpo:,°er utilization and will not to'ke into consideration the minority :;ir_tiJer utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these Bid Conditions, the agency sha'.l take such action and impose such sanctions as may be appropriate including, but not limited to: 1 . ':Withholding of payments to the contractor under the contract until the contractor complies, and/or ?. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To 0;o * ::t °r t -1 luaed by applicable State Statutes, the contractor may be declareL ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementinq an Equal Employment Opportunity program which conforms to the provisions contained herein. ,then the agency proceeas with such `ori:tal action it has the burden of proving that the contractor Inas not met the requirements of these Biel Conditions, but the contractor's failure to meet his goals shall shift to hist the requirement to come forward kith evidence to show that he has met the "good faith" requirements of these Bid Conditions by Instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its coals within its thretables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County E - • in determining whether such contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the Centra Costa County Public Works Department. Submittal of CALTRAUS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTORS EEO REPOP.T or optional form 66, M0UTHLY MA11PONER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of .cork. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public works Department. E - 10 �FOR" % \C0%CRETE SURE`:-MG_ Ir A A ► f • • 'AS i 1FtCq %. CONCRETE CORE- COYTR IjUl lAl,witi WIT14 BRASS LION- 4 BROOKS SHOWN UV,E%,T MJ%Ri<:R SEE ►•GTE 1.I PLAN t %ti,, w/TH 1 /GRADE t u CHISELED CROSS AND R.E. OR 24 — - _., s-L-S. NuFA GER. 2" ASPHALT C+-tiCRE C V►Er rr l!"'. I �! c C ;•[f P :,r:U CRAVE SMALL bE,6kr#OKS � • "'' • ,; a+ NO, 47T 1726 O k FOgW IRON5t4ES� } tjR APPROVED EQUAL . u r is u � 1• s x rl I L� ' P c•Ir£R S*iRLL BE MARKED MC1Nii�I6` ;''I ,)t t� " . .� :.t.•. . °�.~ AND 3E DESIGNED TO CARRY A 16,000 h LE. F400i. UM. WHEEL. LOAD. klSEK ASSEMBLY AVAILABLE WWT SHOWN,) rELT WPER 3 6'E':CH UE:.rt,ETER M.LAR FORMED OF Tyi-lCAL I��I ; i�. +: sa•:I .?R 4C FELT, 1—JNCM 9ELOW CULU JOINT, PAVEMENT _ _' ill!q—ti t1 ti CL{.IJ ►vffi7l Al; SHG AN. i cEF NOTE4, TAoFaED IWEtAL CONE. OR 3/32 (OR HEAVtFR) CHIPBOAkO. SEF NOTE 3 ' Ta .itJ •� . 14 REV. 10-8-Tv At, Fi, tuRNI"lnUnSt,�ES TO NOTE I. REV. 5-11.66 ADDED A.G. SURFACING ' CONTRA COSTA COUNTY PUC! IC %.ORKS DEPARTNIE NT t� r.,APT IN, � CALIFORNNA •e. • STREET SURVEY MONUMENT ,, �• : :ate � SECTION Q-A PUBLIC uL3R;<S tJ �cc.c - ,c K09 1 TYP1i,AL 1 N STALLATiON `t'`°1z: AS SHOWNLate• 4 / 9 / 64 ' Ora Nn G 7: w 0'C. c Fita Ko. S!-ALE 1''z 0 r ,;neck*a r, ar _ CC 105 �ti� �rF Or V��i' ' .• y ', .. � t •�.,.. .'_. p .�� � O� Z ` - �;`\sly NCO so up 1 d i � S a' l -/' [i a •` ��...�w rL�. rye `.I r y s 1. � i �. t �t f�.1 ��•'Pi �-''" r.'� � :-;��=� i s ,,M { J S •W •i •fir_ µ��.�. rS� Yf r.«� �. A j �j w�ew� �j � TI �P `> 1..- .a«,L..r"r� p� �w"�w l , L ,Zr ,�.-r i ,F t I• r � �, r�+!- ..•off �� v ` - � �� �'� %� iaw� ZR } ✓fir a' \ le` �tl''� r \;;rii'. t+�.. ,.-•tk,wr, �,« a • 'G i o 't r.-^• o�9`o�� �V 4.ei * 1,�g�) �� ,w1��✓` �•t r c s SQL iF� • .lteT�n���Ot"ir1 ) « '�'�''�1["'c i �^'-.%,r� ,i y fiw �♦ « �..'.`a• 'jo x.j • yt t.s P a t t.+ 1"r'\!'" wt�I,+,�f�^: • �°s 'F.a•'.-= s � o o' ',�= j� r'o 4 n �; r1 to s♦ +«. -' S• ^l;� Qr ..'.'•�', ®'.Lr,.jv X�•.:. `JX`i Z,a ��yo '�. i v, t4.'Z. o �;�: r3 •st6 �V �, • r:..`3' ,}y�lg, o.�t1� R qa `�r, b ► � "1� ,.,. Iti° i �l* • a n- .r,L"j r . .may �.t � ��` may' :�_s `� '• ' �� _:'� s ..b L��a Mz,�. ,t r•w 1 �� o�+,o 6 Zw 'i d �Z��'� b' l ? o o' . /j�,o.. ♦, t` t ��``gyp_\1.�r�\ t `�i. " 4Tii � ~i S C Si•�i S-.,O ao } 1;`"� v �\ t'� �G } t ', ♦ Z y � r i+'s '� c °of ,,.�g.S w•`` ) j} V1 Y 10 zw if 01 il; _� S s« ate• S i E__ s a t-ab , , fi 4 � r� ��}stn,_._• I_ 'talc $�?r � I ~� � + ' � r t�i� itY' .r�Al `N# �u pi'► .-c S r��Vy•'w,�y � � 2 � �' Ca � � " _ � 1 S t+L_,.�...d�:.� r''Jrt fill t"r,/.rIILF?�"""+',-- w- � Y +�-4-a ' � �i3 � ,►A.r. t i•u t 42 a � "� T71, z 1 i Z.�a VG ` � G z � ± � 3. � M :Ii'Y..' dip � �t � i 6•.. � i• . . t mo za act s zr ' i� N � '' r � r f ► :� ► I r i i t OOZ) IN THE BOARD OF SUPIMISOSS OF CONTRA, COSTA COUNTY, STAYS OF CALUORNIA In the Matter of Approving Plans and Specifications for Street MMOLU ION No. 76/466 Sweeping, Various County Areas. ) WHEREAS Plans and Specifications for street sweeping of public roads in various county service areas have been filed with the Board this day by the Public Works Director; and WHMEAS the general prevailing rates of wages which shall be the minimum rates paid on this project have been approved by this Board; and WHEREAS the Public Works Director has- advised the BOARD that this project is considered exempt from Environmental Impact Report requirements as a Class 1 Categorical Exemption under the County Guidelines and this Board concurs and so Bids; now therefore IT IS BY THE BOARD ESSOLVED that said Plans*and Specifications are hereby APPROVED. Bids for this work will be received on June 22,, .1976 at 11:00 a.m. and the Clerk of the Board is directed to publish the 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 pITTSBURG PRESS PASSED AND ADOPTED by the Board on May 25, 1976. • Originator: Public Works Department Maintenance Divisioa cc: Public Works Department Joaditor--Controller County Administrator RESOLUTION NO. 76/466 00 Street Sweeping 1976-1977 Bids Due June 22, 1976 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 FOR STREET SWEEPING 1976-1977 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 PROPOSED 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 TO SATISFACTORILY PERFORM THE SWEEPING SPECIFIED IN THE CONTRACT, IN THE MANNER AND TIME PRESCRIBED, AND ACCORDING 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 SAID SWEEPINGS AS ESTIMATED HEREIN BEING $ INSERT TOTAL AND THE FOLLOWING BEING THE UNIT PRICES BID, TO WIT - Unit Item Unit Price (in TOTAL Area Estimated of Figures) (In Figures) No. Quantity Measure Item 1 12 Sweepings Sweep M-3 Service Area (12.00 curb miles) 2 12 Sweepings Sweep M-4 Service Area (68.02 curb miles) P-1 Microfilmed with board order006-100 fAw PROPOSAL (Cont.) Unit Unit Item Area Estimated of Price (In TOTAL No. Quantity Measure Ism (on Fiqures) 3 )2 Sweepings Sweep R-5 Service Area (5.84 curb mites) 4 12 Sweepings Sweep M-6 Service Area (1S.12curb miles) 5 12 Sweepings Sweep M-7 Service Area (14.73 curb miles) 6 )2 Sweepings Sweep M-9 Service Area (2.16 curb miles) 7 52 Sweepings Sweep M-11 Service Area (6.61 curb miles) 8 12 Sweepings Sweep M-12 Service Area (1.34 curb miles) 9 12 Sweepings Sweep M-17 Service Area Sanitation District 3 (45.92 curb miles) and Montalvin Park Parking lots west end of park between Lettia Rd. and Denise Drive. 10 12 Sweepings Sweep M-20 Service Area (4.66 curb miles) NOTE - PLEASE SHOW TOTAL ON PAGE P-1 TOTAL ANNUAL COST 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 AREA ARE APPROXIMATE ONLY, BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL, AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DECREASE THE AMOUNT OF WORK IN ANY AREA AS MAY BE REQUIRED, IN ACCORDANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS {ARK. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH AREA OF WORK 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 UNDERSIGNED, AS BIDDER, SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY, EXECUTED BY A RESPONSIBLE SURETY ACCEPTABLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. P-2 0021 PROPOSAL (Cont.) ` THE COUNTY MAY INSPECT EACH SWEEPING. IN THE EVENT THE PUBLIC WORKS DIRECTOR OR HIS REPRESENTATIVE FINDS ANY SWEEPING UNSATISFACTORY, THE CONTRACTOR. WILL RESWEEP THE AREA IMMEDIATELY. IF THE CONTRACTOR FAILS TO RESWEEP THE AREA AS DIRECTED, THE COUNTY WILL HAVE THE AREA SWEPT BY OTHERS AND THE COST THEREOF WILL BE DEDUCTED FROM THE MONTHLY CASH PAYMENT DUE. AFTER THE RESWEEPING, THE COUNTY WILL REINSPECT THE WORK. FIFTY DOLLARS (550.00) WILL BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR FOR EACH REINSPECTION REQUIRED IN EACH SERVICE DISTRICT. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE BOND IN THE SUM 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 CONTRACT 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. ON REQUEST, THE BIDDER MUST BE ABLE TO SHOW EVIDENCE THAT HE HAS BEEN IN THE STREET SWEEPING BUSINESS FOR A MINIMUM OF TWO YEARS, HAS SUFFICIENT EQUIPMENT AVAILABLE TO ASSURE THAT SWEEPINGS WILL BE MADE ON THE PRE-DETERMINED SWEEPING DATES REGARDLESS OF EQUIPMENT FAILURE, AND HAS ACCESS TO ADEQUATE MAINTENANCE FACILITIES TO KEEP THE EQUIPMENT IN GOOD REPAIR. IT IS FURTHER UNDERSTOOD THAT BIDDERS MAY BID ON ANY OR ALL AREAS AND ARE NOT REQUIRED TO SHOW THE TOTAL ON PAGE P-1 OF THE PROPOSAL UNLESS THEY BID ON ALL OF THE AREAS. IT IS FURTHER UNDERSTOOD THAT THE COUNTY RESERVES THE RIGHT TO AWARD TO THE LOWEST RESPONSIBLE BIDDER OF EACH AREA OR TO THE LOWEST RESPONSIBLE BIDDER FOR ALL AREAS. ' SUBCONTRACTS: ------------ SUBCONTRACTORS WILL NOT BE ALLOWED. ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID --------------------------------------------------------------------------------- (CASHIER'S CHECK, CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) P-3 00241 PROPOSAL (Cont.) ' THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS - IMPORTANT NOTICE ---------------- IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION, STATE LEGAL NAME OF CORPORATION, ALSO NAMES OF PRESIDENT, SECRETARY, TREASURER, AND MANAGER THEREOF. IF A CORPARTNERSHIP, STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL, STATE FIRST AND LAST NAME IN FULL. -------------------------------------------------------------------- -------------------------------------------------------------------- ------------------------------------------------------- ------ -------------------------------------------------------------------- ------------------=------------------------------------------------- LICENSED TO OPERATE THE BUSINESS, IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRATION OF STATE LICENSE NO. ---------------------------------- ------------------------------------------------------------------- ------------------------------------------------------------------- ------------------------------------------------------------------- ------------------------------------------------------------------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS ------------------------------------------------------------ PLACE OF RESIDENCE DATE P-4 00242 Street Sweeping 1976-1977 SPECIAL PROVISIONS FOR STREET SWEEPING IN CONTRA COSTA COUNTY VERNON L. CLINE, ACTING PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA APRIL 26, 1976 P 4)243 Street Sweeping 1976-1977 1N0EX SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location of Work A-1 2. Scope of Service A-1, 3. Contract Documents A-1 4. Term of Service A-2 SECTION 8 - 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 (S.S.3) B-3 5. Control of Work (S-S-5) B-3 6. Legal Relations and Responsibility (S.S.7) B-4 SECTION C - SWEEPING DETAILS 1. Schedule of Work C-1 2. Inspection C-1 3. Payment C-1 W2444" SECTION A. DESCRIPTION OF PROJECT 1. LOCATION OF WORK Area 1 County Service Area M-3 in Rollingwood Area Area 2 County Service Area M-4 in South San Ramon Area Area 3 County Service Area R-5 in San Ramon Area Area 4 County Service Area M-6 in Danville Area Area 5 County Service Area M-7 in North Richmond Area Area 6 County Service Area M-9 in Orinda Downs Area Area 7 County Service Area M-11 in Orinda Business District Area 8 County Service Area M-12 in El Sobrante Business District Area 9 County Service Area M-17 in Tara Hills Area Area 10 County Service Area M-20 in Rodeo Area 2. SCOPE OF SERVICE The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the sweeping required by the County in the streets or areas as designated in the attached plans and these special provisions. Sweeping shall include furnishing water, loading, hauling and disposing of debris, trash and detritus collected during the sweeping operation. Disposal shall be in established commercial garbage disposal sites unless written authorization is obtained from the Public Works Director to dispose of the material at more convenient locations. Streets within the service areas that are shown on the plans as not being maintained by the County shall not be swept. The speed at which the sweeping machine is to travel while sweeping will be such that the material is adequately picked up. 3. CONTRACT DOCUMENTS The service embraced herein shall conform to the plan entitled "STREET SWEEPING AREAS," these special provisions, the Notice to Contractors, the Proposal , the Contract (or Agreement) , the contract bond required herein, any supplemental agreements amending or extending the service working drawings or sketches clarifying upon the service specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions. A-1 00245 TERM Of SERVICE The term of the contract will be from July 1 , 1976 to June 30, 1977- The County may cancel the contract or any portion thereof at any time during the term of service, and such cancellations shall be effective ,upon giving of written notice. A-2 00246' 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, 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 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 SPECIFICATION (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 interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT 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 Specifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein except to the 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. a. Examination of Plans, 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-1 M)2V SECTION B. GENERAL PROVISIONS (Cont.) 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) 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) shalt 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 require- ments of law referred to therein relating to the licensing of Contractors. At] 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. B-2 0020 SECTION B. GENERAL PROVISION (Cont.) 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 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, together 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 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. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 6. LEGAL RELATIONS AND RESPONSIBILITY (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 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: B-3 4029 SECTION B. GENERAL PROVISIONS (Cont.) b. 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 ($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 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 Subcontractor's 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 $250,000) 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 Propert 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 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 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. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory 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-4 of SECTION B. GENERAL PROVISIONS (Cont.) b. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) (2) Form, Term, Certificates (Cont.) (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 delineators, 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 improperly 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 adjacent to the sweeping area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the fo'lowing: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the sweeping 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. B-5 Wzi SECTION B. GENERAL PROVISIONS (Cont.) 6. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) d. Rights-of-Way 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 performance 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 work shall be obtained by the Contractor at his expense. e. Access to Sweeping Areas 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 sweeping area. 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- 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 Richtor 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 pro- clamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclama- tion 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 Specifications, 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. SECTION B. GENERAL PROVISIONS (Cont.) 6. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) g. Damage by Storm, Flood, Tidal Wave or Earthquake (Cont.) 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 requirements 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. 4. Payment for Repair Work--When the Occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, determined as provided in Subsection E, that exceeds 5 percent 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 90 percent 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. B-7 00 c53 SECTION C. SWEEPING DETAILS 1. SCHEDULE OF WORK The number of sweepings shown on the Proposal shall be once a month for each service area, except in Service Area M-11 and Area No. 14-Bike Path on Stone Valley Road. In order to insure that sweeping is performed at regular intervals, the number of sweepings shown on the Proposal for each service area shall be divided into 360 to determine the number of days between sweepings. The Contractor shall furnish to the Public Works Director within 15 days after approval of the contract by the Board of Supervisors a work schedule showing the proposed dates and times for the 136 scheduled sweepings shown on the Proposal. The Contractor may change the scheduled sweeping days by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. At such times as the Public Works Director may deem necessary, unscheduled sweepings of the various service areas may be ordered. Unscheduled sweepings of the various service areas will be paid for at the unit price bid for sweeping the area in consideration. Mileage to and from sweeping service areas will be considered as included in the contract unit prices paid for sweeping the various service areas and no additional compensation will be allowed therefor. 2. INSPECTION The County may inspect each sweeping. In the event the Public Works Director or his representative finds any sweeping unsatisfactory, the Contractor will resweep the area immediately. If the Contractor fails to resweep the area as directed, the County will have the area swept by others and the cost thereof will be deducted from the payments due. After the resweeping, the County will reinspect the work. Fifty dollars ($50.00) will be deducted from the amount due the Contractor for each reinspection required in each service district. 3. PAYMENT On a monthly basis the Contractor will furnish the Public Works Director with an invoice for work done during the previous month, giving date, mileage and service area number or road name for each area swept. The Contractor shall certify the invoice for the work performed during the previous month. Payment shall be made on receipt of said invoices at the contract unit prices. Invoices are to be directed to: Contra Costa County Public Works Department, Sixth Floor, Administration Building, Martinez, California 34553, Attention: Accounting Division. C-1 W2 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the flatter of Expressing ) Appreciation to Agencies ) Participating in the Rescue ) RESOLUTION NO. 76/467 Operations of the Yuba City ) Bus Accident. ) WHEREAS the finest qualities of Contra Costa County residents were shown in the hours and days following the bus accident in Martinez, ttay 21 which claimed the lives of 29 young people and a chaperone and seriously injured 22 others; and WHEREAS the speed of response and exceptionally pro- fessional work of those participating in the rescue operations was responsible for saving many lives and is worthy of special commendation; and WHEREAS it would be impossible to list the names of those persons who gave long hours of personal services, goods and money to help the victims and their families; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA RESOLVED that it express . its deep appreciation for the assistance of: The 26 men of the Contra Costa County Fire Protection District, who worked with incredible speed and care to remove, the victims from the bus; The doctors and nurses of the mobile medical response teams from Contra Costa County Hospital who stabilized the injured and supervised their transfer to waiting ambulances; Shell Oil Company, which provided the riggers, personnel and two cranes to help lift the bus, and offered the Shell Club- house for blood donations; The ambulance companies of Contra Costa County and Vallejo who sped the injured with utmost efficiency to nearby hospitals; The California Highway Patrol, which directed opera- tions on the scene, obtained information on the passengers and is conducting an investigation of the accident; The California Department of Transportation and Contra Costa County Public Works Department who supplied trucks and personnel for the extrication effort; T,-.P Deputy Sheriff's Association for offering its association hail as a center for families of the victims and d*nating food for theca; The 25 members of the Sheriff's office who assisted at tie scene, at the office of Emergency Services and the Deputy Sheriff's Association Hall: The 18 members of the Coroner's Bureau and ten members of the Sheriff's office who assisted the coroner in taking over 6he care of the bodies and assisted in identification of the victims; RESOLUTION IIO. 76/467 The more than 20 members of the clergy who helped with notification of the next of kin and in consoling the families of the injured and deceased; The School officials from the Yuba City Unified School District who helped with identification of the deceased, to spare the family this ordeal; The doctors, nurses, and social workers and mental health specialists who assisted the families at the Deputy Sheriff's Association Hall; Pacific Bell Telephone Company for rushing in telephone lines for the hall; The members of the County Administrators Office, Auditor- ' Controller's Office and Health Department who gave -freely of their personal time to assist with the telephone inquiries and give press assistance at the Office of Emergency Services; The inumerable Red Cross volunteers from the Diablo Chapter and Vallejo Chanter who supervised assistance to the families of the victims, obtaining counselling, housing, food, transportation and blood donations; The many neurosurgeons and other medical specialists who rushed from around the Bay Area to help in consultations on critical injuries; The Alameda-Contra Costa Blood Bank which set up two mobile units and collected over 400 pints of blood; Miramonte High School which gave 200 units of blood; and blood donations from the Clayton Valley Police, San Jose Red Cross and San Francisco Erwin Memorial Blood Bank; Local office and restaurants which took up collections and donated food; The citizens band operators, both as clubs and individ- uals, which have gathered thousands of dollars for the victims' families; The more than 400 people who offered housing for the families, the uncounted number who brought food for the families, the hundreds who donated blood, the many who pledged financial assistance and offered transportation and other types of help; The printed and electronic media for keeping the public aware of special needs; Members of the Martinez Police Department, the Martinez Police Reserves and the Contra Costa County Sheriff's Office Reserves; The mortuaries who assisted the coroner's office; And most especially, the personnel of the County Office of Emergency Services who, with exceptional skill, supervised and coor•.tnated emergency efforts and maintained liaison with all the a �•�: roups, and which will continue to assist state and federal investiations of the tragic accident. PASSED by the Board on May 25, 1976. cc: All Agencies Named RSU .:i� '10. 76/457 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Personal Holiday - 1976 for Certain County Officers RESOLUTION NO. 76/468 and Employees The, Contra Costa County Board of Supervisors RESOLVES THAT: 1. The Employee Relations Officer has submitted Memoranda of. Understanding entered into with the following employee organizations: A) Contra Costa County Employees Association, Local No. 1 B) United Clerical Employees, Local #2700, AFI.-CIO C) United Professional Fire Fighters, Local #1230 D) Western Council of Engineers E) Contra Costa Building 6 Trades Council F) Contra Costa County Appraisers$ Association G) Associated County Employees H) District Attorney Investigators Association I) Contra Costa County Deputy District Attorneys Association J) California Nurses Association 2. This Board hereby approves these Memoranda of Understanding. 3. For employees in classifications not in formally established bargaining units, the following criteria shall apply: A. Eligibility for holiday limited to all permanent full-time and part-time employees hired on or before June 8, 1976. B. Holiday must be utilized during the calendar year 1976 only and may not be carried into calendar year 1977. C. Accrual: 1) Each full-time permanent employee will be eligible to , receive 8 hours of paid time off. 2) Each permanent part-time employee will be eligible for paid time off for the same amount of hours paid time off he/she would have received had June 8, 1976, been recognized as a paid holiday, not to exceed eight hours of paid time off. RESOLUTION No. 76/468 W257 D. The Personal Holiday must be utilized in one complete block of hours. E. The substitute Personal Holiday must be taken at a time mutually agreed to between the employee and the appointing authority. F. Employees may use the Personal Holiday in lieu of vacation or sick leave. G. Employee may not use the Personal Holiday while in a non-pay status (e.g., while on leave of absence without pay) . H. The Personal Holiday may not be exchanged for equivalent cash value upon separation from county permanent service. T. Employees on probation will be eligible to utilize the Personal Holiday during the probationary period subject to mutual agreement with the appointing authority. J. Departments must notify any eligible employee who has not requested the Personal Holiday by December 1, 1976, and arrange appropriate release time with the employee. 4. This resolution shall become effective on May 26, 1976. PASSED on May 25. 1976. unanimously by the Supervisors present. cc: Civil Service Department All county Departments Employee Organi ations RffitaLOTICiN NO. 76/468 Vl)M 1 - 2 3 BEFORE THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA 4 STATE OF CALIFORNIA 6 In the Matter of Resolution ) 7 for Condemnation of Property. ) CONDEMNATION for Road Purposes, ) RESOLUTION NO. ?6/ 469 8 Bear Creek Road ) 9 Project #2351-4282-75 ) ` (SRS-0005 (153)) ) _ 10 Martinez Area ) 12 13 The Board of Supervisors of Contra Costa County, California, by . 14 vote of two-thirds or more of all its members, RESOLVES THAT: 15 It finds and determines and hereby declares that the public 16 interest and necessity require: 17 The acquisition, construction and completion by the County 18 of Contra Costa, of a public improvement; and in connection 19 therewith and necessary therefor, the acquisition of fee simple 20 title to real property, and other interest(s) in real property 21 as described in Appendix(es) attached hereto; 23 Said proposed public improvement is planned and located in 23 the manner which will be most compatible with the - greatest pub?ic 211.1 good, and the least private injury; 25 This Board shall acquire in the name of the County of- Contra 2v Costa, the said real property and interest(s) therein by 27 donation, purchase, or by condemnation in accordance with the t• 23 provisions for eminent domain in the Code of Civil Procedure; 29 The County Counsel of this County is hereby authorized and 30 empowered: 31 To acquire in the Countyts name, by condemnation, the 32 titles, easements and rights of way hereinafter described in 33 and to the said real property or interest(s) therein in 3` accordance with the provisions for eminent domain in the Code 35 of Civil Procedure and the Constitution of California, for County 36 road purposes, OU259 _ I To prepare and prosecute in the County's name such proceed- 2 ings in the proper court as are necessary for such acquisition, an 3 To apply to said court for an order fixing the amount and •4 nature of such security as it may direct, and to deposit such z security as so directed, and for an order permitting the County 6 to take immediate possession and use of said real property or 7 interest(s) therein for said public uses and purposes; 8 The said real property and interest(s) in real property 9 are more particularly described in Appendix A attached hereto- 10 and by this reference made a part hereof to the same extent as, 11 if herein set forth in words and figures. 12 13 PASSED on May 25, 1976_____g, by the following vote: 14 15 AYES: Supervisors —Dias, Moriarty, Boggess, Linscheid, Kenny. is NOES: Superftsors —None. 17 ABSENT: Supervisors —None. 18 19 I HEREBY CERTIFY that the foregoing resolution was duly and 20 regularly introduced, passed and adopted by the vote of two—thirds 21 or more of the Board of Supervisors of Contra Costa County, 22 California, at a meeting of said Board on the date indicated. . 23 24 Dated May 25. 1976 25 26 27 28 29 30 31 32 33 SH/i 34 S5 cc: Public Works Department Real Property 36 County Counsel 4-2— County Administrator - County Auditor-Controller RESOLUTION N0, 76/469 0 40V APPENDIX "A" Parcel 1-1 (Pereira) fee Portion of Rancho Boca De La Canada Del Pinole, described as follows: Beginning on the sout;raesterly line of the County Road known as Bear Creek Road (formerly Garcia Ranch Road) at the southwesterly line of Parcel B as shown on the Parcel lap filed June 15, 1971 in Boos: 17 of Parcel Haps, at page 15, Records of Contra Costa Count; , California, d:stant South 23° 01 ' 58" cast, 164.68 feet aloaq said southwesterly . lire of Parcel 6 fix" the northerly terminus of the course designated as "North 23* 01 ' 58" Ilest, 181 .47 Tot." on said Parcel Hap; thence from said point of beginning, along said southwesterly line of Parcel B South 23" 01 ' 53" East, 16.79 feet and South 34V" 59' 51" East, 10.59 feet to a oint front which a radial lime of a non-tangent curve to the left, having a radius of '478.60 feet, bears South 33° 39' 31" gest; thence, north- westerly along said curve, through a central angle o7 5" 15' 40.`, an arc distance of 43.69 feet; thence, tangent to said curve Morth 610 36' 09" West, 230.54 feet; thence northiesterly along a tangent curve to the right, having a radius of 222.00 feet, through a ceRrtral 'angle of 19" 57' 05", an arc distance of 77.30 feet to a point fror:r which a radial line of a reverse curve to the left, having a radius* of 10.00 feet, bears South 480 20' 56" Mist; thence, westerly along sail curve, through a central angle of 96' 41 ' 05", an arc distance of M87 feet; thence, southwesterly along a compound curve to the left, having a radius of 80.00 feet, throur h a central angle of 29` 31 ' .49", ani arc distance of 41 .23 feet to a paint of cusp with the easterly line of the County Road, known as hamoton Road; thence, along said easterly lina llorth 120 03' 01" East, 58.44 feet; thence, northeasterly along a tangent curve to the right, having a radius of 25.00 feet, through a central angle of 1120 06' 00% an arc distance of, 48.91 feet to said southwesterly line of Bear Creek Road; thence, along said southwesterly line South 55" 45' 59" East,• 328.28.feet; thenc" southeasterly along a tangent curve to the right, having a radius or 979.91 feet, through a central angle of 3' 07' 00", an arc distance of 53.30 feet to the point of beginning. Parcel 1-2 (Pereira) fee Fortiori of Rancho Boca De La Canada Del Pinole described as follows: Beginning on the souttwesterly line of the County Road, known as Bear Creek, Road, (formerly Garcia Ranch Road) at the southwesterly line of Parcel 6 as shown on the Parcel Wap filed July 31, 1969 in Boor, 9 of Pa:•cel flaps, at pacle 43, Records of Contra Costa County. California, distant, aloha said south-westerly line of Parcel B, South 45* 06' 57" East, 259.44 feet from the wost westerly corner of said Parcel B (9 P14 43) from which a radial line of a non-tangent curve to the right, having a radius of 279.91 feet, bears South 72" 35' 06" Hest; thence, from said point of beginning, along said sout.'rAesterly line of Bear Creek Road as follows: southerly along said curve, through a central angle of 3' 50' 1711, an arc aistarxe of 13.75 feet, tangent to said; curve South 13* 34' 37" East, 32.60 feet, along a tangent curve to the left, having a radius I of 3 OU�1- Bear Creek Road 1 Parcel 1-2 continued of 219.98 feet, through a central angle of 160 55' 13". :n arc distance of 64.97 feet and tangent to said curve South 300 29' 55" East, 377.37 feet; thence, leaving said soutimesterly line of Bear Creek Road, North 320 34' 15" Nest, 336.50 feet; thence, along a tangent curve to the right, having a radius of 222.00 feet, through Z central angle of 160 39' 2611, an arc distance of '04.54 feet; thence, tangent to said clime North 150 54' 49" West, 103.48 feet to said southresterly line of Parcel 6 (5 PH 43); thence, along said southwesterly line South 45" 06' 57" East, 12.05 feet to the point of beginning. Parcel 1-3 (Pereira) Drainage Easement An easement for drainage purposes over the follcming described parcel of land: ' Coumencing on said southwesterly line of Parcel 6 f W P;1-15) at the point- of beginning of the hereinbefore described Parcel -1; thence from said point of conimencment, along said southwesterly lInd.' South 23* 01 ' S8" Hest, 16.79 feet and South 34' 59' 51" East, 10.59 feet to the true point of beginning, fr6ma which point a radial line of a non-tangent curve to the left, having a radius of 478.00 feet, bears South 33' 39' 31" West; thence,, northwesterly along said curie through an ant:1.2 of 30 21 ' 28", an arc distance of 28.01 feet; thence, radial to said cortin, South 3J" 18' 03" tlest, 52.00 feet, thence, South 610 43' 25" East, 90.08 feet; thence. forth 42' 54' 23" Last, 15.32 feet to said southwesterly line of Parcel B (17 PN 15); thence, along said southwesterly lire north 340 59' 51" West, 76.56 feet to the true point of beginning. Parcel 1-4 (Pereira) Drainage Easement .4n easement for drainage purposes over trite fol Iming described parcel cf land: Gi,_,inning o: said southwesterly line of Parcel 6 (9 PH 43) distant Etorth 35 57" West, 12.05 feet from the point of beginning of the herein- be l"-,re described i'arcei 1-2 ; thence, from said point of beginning, along sai;j southwesterly line, North 45" 06' 57" gest, 12i.21 feet; thence, South 420 21' 36" Fest. 32.75 feet; thence, South 260 13' 14" East, 133.12 feet; thence, South 85" 24' 46" East, 67.01 feet; thence, north 150 54' 49" hest, 64.75 feet to the point of beginning. 2 of 3 Oonen_ . Bear Creek Road Parcel 2 (Hess) Crainage Easement A permanent drainage easenent described as follows: Portion of Rancho Boca Be La Canada Det Pinole, described as follows.-,I= G::;inni ng. on the sou Un es terly 1 i ne of the Couat-y fta� knorin as Bear C:•ee?: Road (foreterly Garcia Ranch Road) at t:,e southw..ster ly line of Parz-A 6 as shot-at on the Parcel Hap find duly 31, 1369 in Book: 9 of Panel ;laps, at page 43, Records of Contra Costa Cqunty, California, ' distant along said soutfrtesteriy line of Parcel B SMJth 450 06' 57" East, 236.24 feet from the r:ost tiesterl;; corner of said Parcel B (9 PH► 43) from ahicl! a radia; line of a non-t agent turva W erre left, having a radius of 269.9: feet, bears South 6E" 13' 22" Hlest;" thence, from said point of beginning, northwesterly along said curie, •through "a central angle of 23" 21 ' 49", an arc distance of 110.09 feet; thence, ' tangent to said curve North 45* 08' 27' West, 3.97 fejt;-thence, South 42" 21 ' 36" Vest, 22.10 feet to said southwesterly 1line of Parcel' B (9 PH 43); thence, along said southwesterly line Sauter 45* 06' 57" East, 110.06 feet to the point of beginning. ' Parcel 3 (Taylor) Drainage Easement_ A permanent drainage easement described as follaws: w _ Portion of Rancho Boca Be La Canada Be] Pinole, described as follows: Beginning on the southwesterly line of the County Road knmi ii as Bear Creel- Road (formerly Garcia Ranch Roan) at the south-jesterly line of Pa:cel B as shown on the Parcel Map fi led June 15, 1971 in Book: 17 of Parcel Maps, at gaga 15, Records of Contra Costa County, California, eriscant along said souVhwesterly line of Parcel B, South 34" 59' 51" ' East, 6.36 feet from the northerly ter-mires of the course designated as "Horth 340 59' S1" Hest, 390.61" on said Parcel Hap from which .a r�.Iial line of a non-tangent curve to the right, having a radius of 969.91 feet, Lears South 33` 34' 13" lsest; thence, fr c•or said point of beginning southeasterly along said curve, through a central angle of 40 47' 10", an arc distance of 81.02 fort; thence. South 42" 54' 23" !lest, 20.09 feet to said southwesterly line of Parcel B (17 PH 15); thence, along said southwesterly line Horth 34" 59' 51" Hest, 82.79 feet to the point of beginning. 3of3 Its THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Recognition ) of June 14 , 1976 as ) RESOLUTION NO. 76/470 "Flag Day." ) ) WHEREAS the National Colors of our glorious nation were first displayed on June fourteenth 1775; and WHEREAS June 14 has been traditionally proclaimed "Flag Day" by the President of the United States and the Governor of the State of California; and WHEREAS the year 1976 is the 200th birthday of the United States of America: and WHEREAS it is fitting and proper that we the people of this great nation of ours should express our love of country and support for its ideals of justice, freedom and democracy by displaying the Stars and Stripes, "Old Glory"; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA RESOLVED that this County hereby joins the president of the United States and the Governor of the State of California, in proclaiming June 14 , 1976 as ''Flag Day" and urge all residents and busi- nesses of this county to proudly display the American Flag and to cooperate in patriotic projects on this day *as a part of the celebration during this Bicentennial year. PASSED by the Board on May 25, 1976. I HEREBY CERTIFY that the foregoing is a true and correct copy of a resolution 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 25th day of May, 1976. J. R. OLSSON, CLERK By. &Q�L Bonnie Boaz Deputy Clerk cc: Association of the United States Army County Administrator In the Board of Supervisors of Contra Costo County, State of California In the Maher of IN THE NATTER OF APPLICATION FOR FUNDS FOR THE FINGERPRINT RETRIEVAL RESOLUTION NO. 76/471 ' SYSTMI PROJECT, OFFICE OF COUNTY SHERIFF-CORONER UHEREAS the County of Contra Costa desires to undertake a certain project. designated Fingerprint Retrieval System to be funded in part from funds made available through the Omnibus Crime Control and Safe Streets Act of 19680 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); NOW, THEREFORE, BE IT RESOLVED that the Chairman of the Contra Costa County Board of Supervisors is authorized, on its behalf, . . to execute on behalf of the County of Contra Costa the Grant Award Contract for law enforcement purposes including any extensions or amendments thereof; and BE IT FURTHER RESOLVED that the applicant agrees to provide all matching funds required for said project (including 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 hereunder shall not be used to supplant on-going law enforcement expenditures. PASSED and ADOPTED by the Board this May 259 1976. cc: Criminal Justice Agency of Contra Costa County County Administrator County Auditor-Controller County Sheriff-Coroner RESOLUTION No.76/471 00265 !•mcwm•Y THE • ❑ castwACM STASTANDARD AGREEMENT—AATTORNEY CIMM MAL - ❑ srrATs Aasziscrr S"M 2 2 OF CALIFORNIA ❑ vE�or can.am. STD IR[V,Iona) � � THIS AGREEMENT,made and entered into this day rMAY 2 5 aT6 , 19 1-1❑ in the State of California,by and between State of California, through its duly elected or appointed, ❑ qualified and acting ❑ TITLC Or OFFICER ACTINO FOR WrATE AGQICY NYMRtR EXEaJTIVE DIRECTOR OFFICE OF CRIMINAL JUSTICE PLANNING -/7/`- .Z, Stow,and ai errafaer coiled dw colsaZG7. CONTRA COSTA OOt6t?Y WITNESSETH: That the Contractor for and in action of the covenants, conditions, agreements, and stipuhti = of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: (Set forth sereiee to be nRdened by Contractor,emowd to be pdd CoRbamr,time for pofonnawe or comp&d&vi,and attach pleas and spec*adora,if aW.) Grant Award A1937-2-75 between the parties hereto Is hereby amended to Increase the Federal atwunt by 59,800.00, from 525,222 AD to $35,022.00; to increase the Stats Buy-in by $344.00, from $1,648.00 to $2,192.00; to increase the local hard match by 55,456, from $1,648 to $7,104.00; to increase the total project cost by 515,800,00, from $2,948.00 to 548,748.00; to add the attached budget pages to the original agreement; and to change the expiration from 7-31-76 to 6-36-77. Grant funds riKelved hereunder shall not be used to supplant ongoing law enforcement expenditures. All other provisions of this contract remain as previously agreed upon. The provisions on the reverse side bereof constitute a part of this agreement. IN WITNESS WHEREOF, this agreement has been executed by the pasties hereto, upon the date first above wnttea. STATE OF CALIFORNIA CONTRACTOR AGENCY CXMTKACTOM l tr a num Tma AM saam um-scTAm wNmmm A coMoA4TtON, ':oats Costa County MY (AUTHORIZED SIGNATUREI ay IA MM a1RE) l , Ken b- 0, , TIME in 1 RPIMi, BDARD OF S I SORS ADOREii p1� y► (CONTINUED ON- SHEIMS.EACH RARING NAME OF CONTRACTOR/ AiMIN1 W TION I LD!!q, 651 P'1 , St. Do MW 1wrift ift Ttas Sfww AMOUNT OF THIS EST3MATe AFlROMRIA"ON FUND s UNGNCUMBMILD BALANCE ITEM CHAf•tTER STATUT[S rifCAL YEAR 3 ADJ. INCREASING eNCUM. FUNCTION ORANGE ARI. DECREASING ENCUM- LIN9 IT"A J-O'TMENT SANCE 1 hereby c-to upea-y peen personal knowb*e that budgeted f ado T.B.A.NO. B.R.No. arr atatd=W for the peeled and purpose of the a tpeaditme stated, SIGNATURE or pit, "Tina O"ICER DATe 1 herr-ZV cert*Haat alt candrtioas for ezcaptim set forth in State Administrative btanual Sealers 1201,13 have been coReptied wah and tins doa mew is exempt froaa review by the Department of Finance. S/GMATUal CW OMCQ SIGNING ON DEHALJr of TME AGENCY DAT[ Microfilmed with board order ssi�cc '•• In the Board of Supervisors ' of Contra Costa County, State of California In the Matter of IN THE MATTER OF APPLICATION FOR FUNDS FOR THE COUNTY-WIDE STBIZE FORCE RESOLUTION NO. 76/472 = OFFICE OF COUNTY SHERIFF-CORONER ' WHEREAS the County of Contra Costa desires to undertake a certain prgject designated County-Wide Strike Force to be funded in part from funds made available through the Omnibus Crime Control and Safe Streets Act of 1968,' PL 90-35% 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); NOW, THEREFORE, BE IT RESOLVED that the Chairman of the Contra. Costa County Board of Supervisors is authorized, on its behalf, to submit an Application for Grant for Law Enforcement Purposes to OCJP and is authorized to execute on behalf of the County of Contra Costa the Grant Award Contract for law enforcement purposes including any extensions or amendments thereof; and BE IT FURTHER RESOLVED that the applicant agrees to provide all. matching funds required for said project (including 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 hereunder shall not be used to supplant. on-going law enforcement expenditures. PASSED and ADOPTED by the Board this May 25, 1976. cc: Criminal Justice Agency of Contra Costa County County Administrator County Auditor-Controller . County Sheriff-Coroner ' RESOLUTION NO. 76/472 _ OU2�� GUST qr The Office of Criminal Justice Planning, hereinafter designated "W.JP",:hereby makes a grant award of funds to County of Contra Costa hereinafter designated the "Subgrantee" under the provisions of Title 1, part C Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351):as amended (PL 91--644), _ hereinafter designated "Safe Streets Act", is the amount and for the purpose and duration set forth in this grant aumcd. Project Title - Contract Flo- A 1933-3-76 Project no. ` County Wide Strike'Force 1933- ' Grant Period _ 6-Y-76 to 8-3177. Project Director (Name, Address, Telepbnnt) Nae-M Amount - 5210,429 . Harry D. Ramsay, Sheriff-Coroner state buy in P. O. Box 391 11,690 Martinez, CA 94553 Local Bard Match (415) 372-2400 134,214 Financial Officer (Name. Address. Telephone) Other Mateo H. Donald Funk, Auditor-Controller Total project Cost Finance Building Martinez, CA 94553 •5356,333 (415) 372-2181 This* grant award consists of this title page, the application for the grant which is attar hereto as :+tts =-= A and made a part be of. and the Standard Grant Award COInditious wh are attached hereto as Attachment B and made a part hereof. The Subgrantee hereby signifies its acceptance of this grant award and agrees to adesinists the-grant project in accordance with the terms and conditions set forth in or incorporate by reference in this grant award and the app a provi o fthe Safe Streets Act. BY �1 : P, nnyj.= MAY 2 5.1976 • c4al Au to for Subgrantee James P. Ken Title: Ch4rman of Board Address:CouRity of C ra Costa BY ATE ' Executive Director, OCJB SPECIAL DEPoSIT GENERAL PUI+ID FUND LEAA Fiscal Year Fiscal Officer =JP 653 - For use ONLY when TOTAL PROJECT COST is $50,000 or =ore• :rised 7/75 w� bwrd O!-W W M Microfilmed . CAUFORN A COUNOL ON COMNAL JUSTICE Application for a grant under Section 301 Part B Part C x Part �- (b) of the Omnibus Crime Control and Safe Pre- greenent Effective Streets Act of 1968 (PL-90-351), as amended Date by PL-91-644. Grant Extension Approved : • To I. Title• County-:Vide Strike Force 2. R ion• G 3. Type of Application Year: 1st 2nd 3rd x 12. Applicant: n Original (Date) Contra Costa County Administration Building �] Revision (Dace) Martinez, CA 94553 Continuing Project e33 3 3_3 (415) 228-3000 4. Grant Duration: 15 Months 13. Project Director: 5. Length of Project: 34 Months Harry D. Ramsay, Sheriff-Coroner P. O. Box 391 Support Dollars Percent Martinez, CfA 94553 228-3000 Ext. 24_" 6. Federal $ 210,429 59.03 14. Financial Officer: H. Donald Funk, Auditor-Control?er 7. State Buy-In 11,690 3.2c3 Finance Bsiilding tiartinez, G. 94553 8. Local Hard Patch 134.2-14 37.67 228-3000 Ext. 2181 15. Official Authorized"ty 5i4n),A1)D1ica fi:- i t'% Total Project Cost $356, 333 100% Chairman James P. 'i:epny Administration 3--ax;11.'ding -', 11 . Cate4ory: B Law Enforcement Martinez, CA- 944-3 (415) 372-2371 ►! �., ,i Program: 2) Control 'j: P. my ` t A!q'� 1976 16. Project Suary Signature: mm Contra Costa County has in recent years considered drug and narcot c aeras_ `.'r.e priority problem to be dealt with by the criminal -justicoder to provide a well-rounded progran to carat this problem, enforcer:Ant has been included for the first time. Grant funds provide for a ten ,Ian sari?-:e force to operate apart from any existing agency with. the intention of seeking out the major dealers of drugs in our County. Vie prograri is intended as a supplement and not a replace-ment for existing narcotic investigative pro':L now taking place. It is the go-31 of the crogran to attempt to "dry cut" the sources of drugs in Contra Corea County. The third year of operating represents no substantive change in objectives, methodology and evaluation. 'wcroi'ttra-_-d Wit The applicant hereby certifies that Federal and state funds received will not used to replace local funds that would, in the absence of such Federal ani rats:= aid, be made available for the activity_ being s@W91 sander this agreement. CCCZ Dorm 502 (Reev. 6j7?:: SHERIFF-CORONER CONTRA COSTA COUNTY P.O. BOX 391 MARTINEZ. CALIFORNIA 94!:53 HARRY O. RAMSAY >` N• ito�utT iGNCRtF!•C0110Ndt '= Af�1fTA/fT$"Eno" L.A.G"xx •OM111.ltRYtGtGf O//ICgtr ENVIRONMENTAL IMPACT STATM--SFMT_ NEGATIVE DEMARATIM3 TO: All Interested Government Agencies and Public Groups In accord in_th the procedures for the preparation of environmental impact statements, an environmental assessm^nt has beer_ performed on the proposed agency action below: COU iT --WID1. STRIKE FORCE SHERIFF-CORMER The assessment process did not indicate a significant environmental impact from the proposed action. Con- sequently, an environmental impact statement gill not be prepared. - . An environmental im-sact appraisal, which. s-mmarizes the assessment and the reasons urby a statement is not required, is on file at the above office and will be available for public scrutiny upon request. . Date: .a �-c 6 By: � L ., Admin. Services Asst. o .i. 002'70 f . PP :;:::may .:�..-- - ----. . �.;..s.� -'•.rl•;'��s� ��....��.- - .,_ - - �.�.. ...._:.., ..�. _ . ._ _.___ ..... CONTRA • COSTA COUNTY SHERIFF-CORONER P.O. BOX 392 MARTINEZ. CALIFORNIA 04853 -.7.rtfll r4.1�♦ f ��..� . /'� � _'^','N�..P/�!..C�: Y^w�+;"1'+Y•......•-.^w. HARRY O.RAMSAY 'r K.G Homm. fl16RIFF-COItONdt Mme,• A"WANT DHOUFF L.A.Gumis ADMIN.89"icas 0"ICCR CERTIFICATION OF CQ►4PLIAXCE I, John Quartarolo certify that the Sheriff--Coroner has formulated an equal employment opportunity =program in accordance with 26 CFR 42.301, et. seq. Subpart E, and that it is on file in the Office of Harry D. Ramsay, Administration Building, Martinez, California, Sheriff- Coroner, for review or audit by officials of the Office of Criminal Justice Planning or the Law Enforcement Assistance Administration as required by relevant lams and regulations. Date: By: John Quartarolo Admin. Services Asst. 002'71 i :.atn in sem. cr a+• d' 4 y.; .:\,;y t ? Cs , c tip cv u oca IN �• R` :�, ,..,... CL E ca co cm (n 's Q M • ,w; \.`;111 ii• �. iA } 0 {{ � .w♦i�d s. t 41 Jt CV 0 C.) 4- f v a ri tit sit coLJ � ;:;rE't�� :; .�•i r ci cis oc Ln to 1, ` p + r LL. Q.7 r4 ry r., t``4` ti��i,• ,j ms's~':;:: rq tom]# r— 0 Ln Q1 -.•. t � ,•.. in tr b-• \ +L4�; y LAJ ca ci IG Ca cr ♦1 ♦' l N C! C S- . m Cwtco ?- .�` �`Z�`. o ;l,``♦1�.�ti} Let r 7- N b to'O • ► N 4'1 Q t .� `' . '•- y tl •r' C'q [!1 s " ilSt � Q ��i{��► 3 0 +c N a a t.L ra +c 'o-0 ? -04- ! ¢ CM`� rev! t ; w.t r 03 ego w a dci CAt� a tP1 O r{ S 4 ' t„ �. .` '� ` '+� Lt`` • tl1 Z` t 1 ♦�, . . tj N .64 :3-0 to 4-4, c 0- .o rs .c u C)• ca.c v►•-- C1 IL o t O ^G t � ..- oC, — U« = *-•v"0 t Can r +ti .F J J Co Z) RS G � C � N ^. N r �.. j + 4J N Ga=r jj " L# •s C.► ••t v v Cl•.- u .ts+,. to ✓. , Z:•► =41 0— c.! > G•. r r} L. C• CJ f .-• '� .- '� i ♦- ry W+J•-. t -0 -- N > > to L -•- a.S.. CS � I—..-,3 � r. I - Y t1 J C: V C! S- t7 tJi t3' -.A ' X L # : ts: R.1 J J— L3 ILO N^sst+s CL tocz1J t►•• .0 1'J --s- 00272 . ' CALIFORNIA COUNCIL ON CRIMINAL JUSTICE DETAILED PROJECT BUDGET FEDERAL HARD MATCH BUDGET CATEGORY TOTAL FUNDS STATE LOCAL BUY-It! H4TCF 21. PERSONAL SERVICES A. Salaries 1 Lieutenant 0 $24,000 24,000 24,000 2 Sergeants 0 $22,000 ea. 44,000 44,000 1 Deputy District Attorney 20,000 20,000 G $20,000 6 Detectives �) $19,000 114,000 114,000 1 Steno Clerk CE) $10,000 10,000 8,429 1,571 1 Evaluation Analvst C . $6.50 x 12 30 7,995 7,995 Ch►erti.me & Holiday ray 24,000 2,124 21,876 B. Benefits Retirement, State Como Health Ins. (22c' s:.�+orn, 17 non-sworn) 50,038 50,088 TOTAL 1294,083 1 210,429 11,690 71,964 -6- 00273 • DETAILED PROJECT BUDGET (CON'T) FEDERAL HARD LATCH BUDGET CATEGORY TOTAL FUNDS STATELOCAL BUY-IN HAPD ►"•LATCH • 22. TRAVEL - Meetings, Conferences, etc. 250 250 TOTAL 250 250 23. C0ISULTANT SERVICES 3 None TOTAL 24. l,QUIPMENT None TOTAL -7- DETAILED PROJECT BUDGET (CON'T) FEDERALHARD MATCH IIUDGET CATEGORY TOTAL FUNDS STATE LOCAL ; HARD MATCH 25. SUPPLIES AND OPERATING EXPENSES Office Space, $1000 per mo. $ 12,000 $ 12,000 Vehicles, leased 5 -:�) 175/mo. 10,500 10,500 Vehicle Operation & Haint. 10,000 10,000 Telephone 2,800 2,800 Buy Fund See Certification 21,800 21,800 Office Supplies 1,500 1,500 Communications 1,200 1,200 Insurance 1,000 1,000 i r-urglar Alarm 420 420 Xerox Rental 780 730 TOTAL 62,000 62,OJU 26. TOTAL. PROJECT COST 356,31-3 210,423 _ 1-.,6?0 13)4, 21= 27. Percent of Total 100% 59.05 3.28 _ 37.67 Project Cost -8- 00275 28. Budqet Narrative: Begin below and add as many continuation pages (nOered 9-A, 9-B, etc.) as may be necessary to relate the items budgeted to project activities and complete the required Justification and explana- tion of the project budget. Explain the sources the grantee will utilize for its catching contribution. Enumerate those proposed expenditure items that require prior approval , as specified in Bureau of the Budget Circular A-87, and in CCCJ Fiscal Affairs Manual , so prior approval may be considered at the time application is made. Personnel Services 1. Salaries - Rased upon an average wage scale of those agencies contributing personnel. 2. E•nnl =-e Benefits - CQwouted at 22% for sworn, 17% for non- sworn personnel. Includes retireamnt, state compensation insurz.nce and medical insurance. Travel 1. Meetings, Conferences and Other Training Provides minimal funds in anticipation of travel, meals and lodging as well as registration for secainars etc. , which may he attended by project personnel-. Suonlies and Operating F_xoenses 1. Office Space - Rental of approximately 1700 square foot office, includes utilities and maintenance. 2. Vehicles - mill provide five vehicles which will allow sufficient mobility of the units personnel. 3. Vehicle Oneration & Z•:aintenance - Based upon $.15 per mile L� approximately 1,100 miles per vehicle per month. 4. Teleb'hone - Includes estimated toll cost and long distance calling. 5. Buy Funds - Buy funds are to be used for the purchase of narcotics and for the purchasing of information. This money will be under direct control of the Strike Force Director and its control .All be in compliance with OCJP reauiretments as set forth in the Fiscal Affairs Nanual. 6. Office Supplies - Will provide for expenses incurred for general office supplies. 7. Conununicatiors - Covers radio maintenance and radio dispatch costs of the unit. 8. Insurance - Provides for required insurance For 5 vehicles rented by the unit. 9. Buralar Alarm - ::ill provide the monthly charges for maintenance of burglar alarm system installed at the unit's of€ice. Cozfidental records and other documents necessitate such precautionary measures. 10. Xerox Mental - Provides for rental of copy machine to be housed in unit's of Tice. -9- 002'76 95, . Graphic Representation of Costs - R Month • PROJECT HG'4TH iO ist 2nd 3rd 4th 5th 6th . 7th 8th 9th 10th i:h 12t. 8 Y i 6 EG CJ i _ € t : } 4C 1 i 2� 2 ` r z 30. Other Sources of Funding DATE AGENCY REQUESTED REQUESTED ! STATUS OF REQUEST � i - None � t i . S - 1 002V � C In the Board of Su--- of Contra Costa County, State of Califomia May 25 : 19 76 In the Motter of Acceptance of Grant Deed Panoramic Way - 3845 BE Work Order #4805 IT IS BY THE BOARD ORDERED that the Grant Deed dated May 11, 1976 from G. Denny Mallory, et al, required as a condition of approval of Land rt Use Permit 2031-74, is ACCEPTED. PASSED by the Board on May 25, 1976. 3 a 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of sold Board of Supen&om on the dale aforesaid. CPJ:bb Winne my hand and the Seal of the Board of Originator: Public Works Department, Supervisors Real Property Division affixed this 2 5 day of May _ 19 7 6 cc: Public Works Director J. R. OLSSON, Clerk Recorder (via R/P) Director of Planning By `-O Deputy Clerk County Assessor onn a oaz H-24 3,1760m 00278 In the Board of Supervisors of Contra Costo County, State of California May 25, : 1976 In the Matter of Authorizing Acceptance of Instruments n N It is by the Board ORDERED that the following instruments are accT!toted: INSTRUMENT DATE GRANTOR REFERENCE 1. COMM USE AGREEMENT 478776 EAST CONTRA COSTA IRRIGATION Su.MS 30-75 DISTRICT. 2. RELINQUISIMM OF ABUTTERS 4/8/76 HARRY G. SIMONI, et al. Sub. MS 30-75 RIGHTS 3. GRANT DEED FOR :ROADWAY 4/8/76 HARRY G. SIMONI, et al. Sub. MS 30-75 PURPOSES 4. CONSENT TO OFFER OF S/11/76 CENTRAL CONTRA COSTA Sub. 4790 DEDICATION SANITARY DISTRICT S. GRANT DEED FOR ROADWAY 4/21/76 BOWM J. SEQUEIRA, et al. Sub. MS 145-75 PURPOSES 6. CONSENT TO OFFER OF S/3/76 ROBERT J. DESDIER JR. et al. Sub. MS 11-76 nJp� DEDICATION WITH SUBORDINATION c3 PASSED BY THE BOARD on May 2S, 1976 I hereby certify that the forepoinp k a true and correct copy of an order erNejed on'*,* adnutes of said Board of Supervisors on the dole aforesaid. Witness my hand and the Sed of the Board of Originating Department: Supe affixed thk 25t&y of-May . 19 76 Public Work Land Development Division J. R. OLSSON, Clerk cc: Recorder (via P.N.) By pity clerk Public Works Director (2) Bonnie Boaz r' Director of Planning H-2-1;>-{ :sM 00279 11i TRE BOARD OF StUiZt ilSORS OF COH'TRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Amherst Avenue Reconstruction j May 2s, 1976 between Arlington Avenue and Oberlin ) Avenue, Kensington Area. j (Project No. 1552-4300-76) ) Bidder Total Amount Bond Amounts George P. Peres Company $40,886.90 Labor & Mats. $20,443.45 120 South 23rd Street Faith. Perf. 40,886.90 Richmond, CA 94804 G. L. Hasenpflug, Vallejo • Independent Construction Co., Oakland 0. C. Jones & Sons, Berkeley Branaugh Excavating, Castro Valley Peter Hennessey Trucking, Burlingame ' F. D. Marron, Brentwood Bay Cities Paving & Grading, Inc., Richmond L & L Equipment, Pleasant Hill Gallagher S Burk, inc. , Oakland The ;hove-captioned project and the specifications' therefor being approved, bids being duly invited and recoived, the Public Works Diroetor rocomlr_onuing that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials fo: 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 iresent two good and sufficient surety bonds as indicated above; and that the Public Works Department shall. prepare the cozitrac t therefor. IT IS Fth1Th&R ORDERED thCt, after the contractor has signed the contract and returned .it together with bonds as noted above and any required certificates of insurance, and the County Counsel has revie::ed and approved thea as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS F'JRTHM- ORDERED that, upon signaturo of the contract by • the Public ::orbs Director, the bonds posted by the other bidders are to be exonerated an:i any checks submitted fo: security shall be returned. PASSED by the Board on May 25. 1976 • Originator: Public Works Department CERTIFIED COPY Road Design Division I cettuy that this h{a fun. true [ correct copy or the orl.:iral dorumrnt rhtrh Is ots file In my, office. and that It was pared L adopted by the hoard of supr[ri.ors of Contra C#*st:t Counir. California. on. the et tr shown.A'CI*EST: J. I.. 01 c�UN. County: Clerk L cs•offirio Cletk tot cold L'o:sd of Suyer+Iso:s. ec ; Public Works Director by luct►t:t•Clerk. r Contractor '� ,s. 0Y. a 1576 County Auditor County Counsel 00280 M THE BOARD OF St?rai!SGRS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Awarding Contract ) for the widening and reconstruction ) May 25, 1976 of Diablo Road between Hartz Avenue ) and Interstate 680, in the Danville area. ) Project No.• 4721 -4159-74 ) Bidder Total Amount Bond .Amounts Martin.O �Bros. 5638 $117,407.00 P.O. Labor & Mats. $58,703.50 Cdncord, CA 94524 Faith. Perf.. 117,407.00 Redgwick Construction, Hayward Antioch Paving Co., Antioch Eugene G. Alves, Pittsburg G. L. Hasenf lug, Vallejo Geo. Peres Company, Richmond L & L Equipment, Pleasant Hill Branaugh Excavating, Castro Valley Ransome Co., Emeryville Independent Const. Co., Oakland ' Oliver. be Silva, Hayward Gallagher &.Burk, Oakland Bay Cities Paving & Grading, Richmond Tile 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 concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the _ listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Woeks Department shall prepare the contract therefor. IT IS FURT M ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved theca as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDMED that, upon signature of the contract by tho Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shell be returned. PASSED by the Board on Mao 25, 1976 CERTIFIED COPY I certlfy that this is a full. true &- correct copy of the oriclual document which is on file in my office. sad that it was passed & adopted by the hoard of Sopctv6ors of Contra Costa County, California. on the date ,town.ATTEST: J. 2 OT SSON. County cterl;&ex-oincto Clerk of said Board of SupervLors, cc: Public Works Director qty clerk. County Counsel a97� County Auditor Contractor Fora 9.1 00281 Ih THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Mr. Brian D. Thiessen from ) Planning Commission Approval May 25, 1976 of Tentative Map for Subdivision 4434, Alamo Area. Mr. T. Blair and Mr. E. B. Shonyo, Ou ers and Applicants. ) This being the time fixed for hearing on the appeal of Mr. Brian D. Thiessen from Planning Commission approval with conditions of the tentative map for Subdivision 4434., Alamo area, Mr. Tom Blair and Mr. Ed B. Shonyo, oemers and applicants; and Mr. Harvey Bragdon, Assistant Director of Planning, - having advised that a tentative map for the subdivision was previously approved by the Planning Commission, but when the applicant inadvertently failed to request an extension of time in which to file the final map, it became necessary to resubmit the tentative map for approval, and that the Planning Commission, after public notice, approved the resubmitted tentative map subject to conditions on April 13, 1976; and Mr. J. M. Walford, Land Development Division, Public Works Department, having advised that certain conditions of the previously approved tentative map were amended to provide for the discharge of water into a proposed storm drain under Roundhill Road; and Air. Thiessen having appeared and expressed concern with respect to swampy land near his property caused by drainage from other subdivisions, stated that in his opinion the Environ— mental Impact Report previously certified as adequate by the County did not take into consideration future developments in the area, and having requested that approval of the proposed subdivision be withheld until adequate storm drainage facilities are provided; and Mr. Richard Rockwell, Attorney representing property owners doimstream from the proposed development, having appeared and stated that the amended storm drainage requirement would not resolve the problem of increased water being drained onto his clients' property; and Mr. David Isakson, project engineer, having stated that the proposed subdivision had previously been approved with no objections, and having concurred with the conditions imposed by the Planning Commission; and Mr. Blair having urged that the Board approve the application; and Supervisor E. A. Li.nscheid having recommended that the hearir.�; be closed and the matter be referred to the Government Operations Committee (Supervisors A. M. Dias and E. A. Linscheid). for review and report to the Board on June 1, 1976; IT IS BY THE BOARD ORDERED that the aforesaid recom— mendation is APPROVED. PASSED by the Board on May 25, 1976. CERTIFIED COPY cc: Board Corunittee I ce-My that 11.1yt h a frll, true & correct caP7 of Mr. B. D. Thiessen t&r er - rt •'r..:n�:•nt : . f:; as M- in mr I%S. T. Blair and th;:t a M:. ::..:': 'a:!ur'.fd i.F i!t= r.wd PC Su;�c•:ri or+ of (�+.'�:r :ta Ce'.tt�t}. ('t=.tor^.a. as Mr. E. B. Shonyo J. R- n►.SO`:. County Public Works Department t::crl;r.•..•mf:cio Civrk Gi�aE:t Mard off ltiupervisors,- T , b1 ]7H'�ttfj: t.fcrb. �fJ{`l T" Land Division 2 a 1,57F Director o£' Planning _ 0 x�........_ . - Rot:dzs A �L.L��')L--.c�.SZ... • C � In the Board of Supervisors of Contra Costa County, State of California May 25 :; 1976 In the Matter of Approving the Bear Creek Road Realignment Project, West County Area. Project No. 2351 -42$2-76 The Public Works Director having recommended that the Board approve Bear Creek Road Realignment project, which consists of widening Bear Creek Road to 24 feet, realigning thrte curves from Hampton Road to 2,000 feet southeast, and extending culverts with minor creek alignment; and The Public Works Director having advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class IC Categorical Exemption under the California Environmental Quality Act Guidelines, and this Board concurs and so finds. IT IS BY THE BOARD ORDERED that said project is APPROVED and the Planning Director is INSTRUCTED to file a Notice of Exemption with the County Clerk. PASSED by the Board on May 25, 1976. R 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. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervxsm Road Design Division affixed this 25th day of Llav 19 J. R. OLSSON, Clerk cc: Public Works Department By �� Deputy Clerk Planning Department Jean L. Miller County Auditor-Controller County Counsel H 24 a/IS SOM O"^8"el In the Board of Supervisors of Contra Costa County, State of California May 25 19 In the A4~of Acceptance of Deed from BART Couplet Roads Pleasant Hill Station 9 IT IS BY THE BOARD ORDERED that pursuant to an agreement dated . April 8, 1969, the Deed dated March 25, 1976 from San Francisco Bay Area Rapid Transit District for couplet roads at the Pleasant Hill Station is ACCEPTED. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department, Real Property Division SVFwvisors affixed this 25th day of May . 19 75 cc: Public Works Director J. R. OLSSON, Clerk Recorder (via R/P) By. xdDeputy Clerk Director of Planning County Assessor Bonnie Boaz H 24 BPS 10M 00284 IN THE 30ARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORKTA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT May 25 1976 In the Matter of Awarding Contract ) for Construction of Line E, Line ) E-1 Marsh Creek Unit. Brentwood ) Area. ) Work Order 8315 ) Bidder Total Amount Bond Amounts Teichert Construction $485,717.50 Payment $485,717.50 P.O. Box 1118 Faith. Perf. $485,717.50 Stockton, CA 95201 Ray N. Bertelsen Co., Inc., Marysville Blasi Construction, Healdsburg Wm. G. McCullough Co., Antioch McGuire & Hester, Oakland John E. Scheurer & Assoc., Stockton Claude C. Wood Co., Lodi Peter Riewit Sons Co., Concord Gallagher & Burk, Inc., Oakland Syblon-Reid Co., Folsom Albay Construction Co., Martinez Piombo Corporation, San Carlos Winton Jones, Concord C.W. Roen Construction, Danville Bay Cities Paving & Grading, 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 loosest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on May 25, 1976. Originator: Public Works Department a-'. IF',ED COPY Flood Control Design I certify that this is a tuts. true L- correct cops of the oriaginat document-h--.ch 6 oa t!te [% atv ot!tct. cc: Public Works Director and that it was pawed k adopted b, th` Posd of supervisors of Contra Co3ta County, California, on County Counsel the data ahoara_ATTEST: J. R. OtSSO.N, County Auditor-Controller Chary g exofticto Clerk of Wd Board of Supervtaoss. Contractor 111S{ a 5 1976 00285 In the Board of Supervisors of Contra Costa County, State of California May 25 : 19ZL In the kk*k r of Authorizing Acceptance of Instruments for Recording Only It is by the Board ORDERED that the following Offers of Dedication are accepted FOR RECORDING ONLY: INSTRUMENT DATE GRANTOR REFERENCE 1. OFFER OF DEDICATION FOR S/6/76 MEMORY GARDENS OF CONTRA LUP i28-74 ROADWAY PURPOSES COSTA INC. a Corporation 2. OFFER OF DEDICATION FOR 5/11/76 BROADMOOR HOMES, INC., A SUB. 4742 _ ROADWAY PURPOSES California Corporation 3. OFFER OF DEDICATION FOR S/12/76 BROADMOOR HOMES, INC., A Sub. 4742 DRAINAGE PURPOSES California Corporation 4. OFFER OF DEDICATION FOR S/10/76 ROGER A. ENSLEY, et al. SUB. MS 78-75 DRAINAGE PURPOSES S. OFFER OF DEDICATION FOR 3/8/76 HARRY G. SIMONI, et al. SUB. MS 30-75. ROADWAY PURPOSES 6. OFFER OF DEDICATION FOR 3/8/76 HARRY G. SIMONI, et al. SUB MS 30-75 DRAINAGE PURPOSES 7. OFFER OF DEDICATION FOR 5/3/76 ROBERT J. DESDIER JR., et al. SUB MS 11-76 ROADWAY PURPOSES 8. OFFER OF DEDICATION FOR 5/4/76 R. $ K. INDUSTRIAL PRODUCTS LUP #1091-75 ROADWAY PURPOSES PASSED BY THE BOARD on May 25, 1976 I hereby certify that the foregoing is a true and cored copy of an order added on tho minutes of sold Board of Supervisors on the data aforesaid. Witness any hand and**Sed of the Board of affixed this 25thday ofmay op 147¢ Originating Department: Public WorksJ. R. OLSSON, Clerk Land Development Division By Y172 Depufy Clerk Bonnie Boaz cc: Recorder (via P.W.) Public Works Director (2) Director of Planning N-24 i j?G 15n% 00286 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Approving and Authorizing Payment for Property Acquisition. Arlington Ave. Project No. 1451-4525-72 IT IS BY THE HOARD ORDERED that the following settlement and Right of Way Contract is APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Arlington Avenue Nary E. Hoshour May 12, 1976 Grantor $1.00 Project No. (No Escrow 1451-4525-72 No.) The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Principal 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 May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order, enured an the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department, Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this 25th day of Hay 19 „Z6 cc: County Administrator J. R. OLSSON, Clerk Public Works Director County Auditor-Controller By. Deputy Clerk Jean L. Miller u�s 00287 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Ray 25, 1976 In the Matter of Releasing ) Deposit for Subdivision 4257, ) Walnut Creek Area. ) l On May 20, 1975 this Board resolved that the improvements in the above- named Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of auction under the Subdivision Agreement; and now on the recommendation of the Public Works Director: The Board finds that the improvements have been maintained for one year after completion and acceptance against defective work and/or labor done or defective materials furnished in performing the Subdivision Agreement, and that all deficiencies developing during this period have been corrected; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to Crowell Construction Company the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 107343 dated April 18, 1973. PASSED by the Board on May 25, 1976. 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 25th day of May , 1976 J. R. OLSSON, CLERK , ByDeputy Clerk Originating Department: Public Works Bonnie Boaz Land Development Division cc: Auditor-Controller Public Works (2) Crowell Construction Co. 25 El Mirador Valnut Creek, Ca 94596 002000 0 III TH:- BOARD OF SUPERVI SORS OF CONTRA COSTA COUNTY, STATE OF CALIFORIIIA In the 1-latter of Report ) with respect to Social ) May 25, 1976 Service Funding Probleas. ) The Board on May 18, 1976 having considered the report of its Administration and Finance Committee (Supervisor J. P. Kenny substituting for Supervisor l. . N. Boggess, and Supervisor J. E. Moriarty) on social service funding problems, and.having instructed the Committee to continue to review this matter and report on Hay 25, 1976; and The Committee having this day submitted its report on progress made, and having concluded that a staff reduction equalling 51,429,000 is the minimum deficit with which the Board is likely to be faced; and The Committee having recommended that the Board approve the following actions: 1. Add 13 Social Worker Trainee positions to the Social Service Department effective June 1, 1976; 2. Indicate their intent to eliminate the full-time equivalent of the following positions from the Social. Service Department* effective July 1, 1976: Assistant County Welfare Director 3' Social Work Su%arvisor IV 2 . Social Work Supervisor III 5 Vocational Services Supervisor II 1.8 Social Service Project Supervisor " -1 Administrative Analyst 1 Appeals and Complaints Specialist 1 Social Work Supervisor II 10 Social Work Supervisor I l5 Social Work Practitioner I 12 Social Worker III (P.I.) l Social Worker III 51 Community Aide I Community Aide Trainee 3 Intermediate Typist Clerk (P.I.) 1 Intermediate Typist Clerk 21 *These figures include 49 vacant positions which will also be eliminated resulting in a net decrease in encumbered positions equaling 67.8 full-time equivalent encumbered positions. 3. Crder the Director of Personnel and Director, Human Resources Agency, to report to the Board on June 22 with recommendations for the number and classification of positions which need to be added and canceled to pencit the maximum use of part-time positions for those employees wishing to work less than full time; 4. Order the Director; Human Resources Agency, to report to the Board June 29 indicating the effectiveness of voluntary demotions, • transfers, increased use of part-time positions and other personnel actions in complying with the Board's intent to reduce positions. The Director, Human Resources Agency, should also be ordered to make final recoar.—endations on the number of positions Which should be eliminated effective July 1, 1976; oo2V9 5. Authorize the Director of Personnel to conduct any necessary Meet and Confer sessions with affected employee organizations based on the Board's expressed intent to eliminate positions; 6. Authorize the Director of Personnel to prepare appropriate layoff lists consistent with the Board's expressed intent to eliminate posi ti ons; . 7. Authorize the Director, Hir-a-an Resources Agency, to issue layoff notices to employees who appear to be affected by the Board's intended elimination of positions and to cancel such notices when the need for them appears no longer to exist; and 8. Leave the issue of Social Service Funding Problems on referral to the Administration and Finance Committee for further consideration prior to the time the Committee makes final recommendations on the 1976-1977 County Budget; IT IS BY TIB; BOARD ORDERED that the recommendations of the Administration and Finance Committee are APPROVED. PASSED by the Board on May 25, 1976. cc: Board. Committee Social Services Union, Local 535 . 2936 McClure Avenue Oakland, CA 94609 United Clerical Employees, Local 2700 3755 Alhambra Avenue, Suite 7—B Martinez, CA 94553 Director, Human Resources Agency Director of Personnel County Administrator CERTIFIED COPY I 7'that tib b a MI. t MW & aos:aet tom o� the aiUM decomeat whkh b as dM to m7 Ggly A" Nat>< was ma"d E adopted by the Hone! at et Contra coats count. Call wws. • the dab abo.a. ATTwr: J. R O ''^ N. moi/ Cl clerk at"a Boaft at 1W DNOW01290 POSITION ADJUSTMENT REQUEST No: G Department Human Resources Agency Budget Unit 501 Date May 2!„ 1976 Social Service Department Action Requested: -Add 13 Social Worker Trainee Positions. Offsets to be designated at a`later date. Proposed effective date:6-2-76 -explain why adjustment is needed: to provide "fall-back" positions for demoted Social Worker II employees _ GeyF,� , Contro " Estimated cost of adjustment: RECEIVED Amount: 1 . Salaries and wages: mAy 2,5 1097 2. Fixed Assets: ( At .itte m and coat) r ► eof [aunty H rninislotor r,* % Estimated total $ ,1- - Signature 1, t i&SW04'�4:Z v, kn w Department Head Initial 'Deterq*nabion of County Administrator Date: tiay 25 Approved b.,�; B4ard of Supervisors on Aiay 25, 5 ir. onjunct' n with Admin'istr&Vion and Finance Committee report on„�Foclal service cutbacks. ount nistrator Personnel Office and/or Civil Service Commission Date: fay 25, 1976 Classification and Pay Recommendation Classify (1;) Social Worker Trainee. Stud• discloses duties and responsibilities to be assigned justify classification as Social Wor:er Trainee. Can be effective June 1, 1976. Vie above action can be accomplished by amending Resolution 71/17 by adding (13) Social Worker Trainee positions, Salary Level 256 (804-978). Assistant Personnel D vector Recommendation of County Administrator Date: June 1, 1976 c Recommendation of Personnel Office and/or Civil Service Commission approved, effective June 1, 1976 (Board order dated May 25, 1976) . Q� CalintrAddOnistrator Action of the Board , f Supervisors Ad;ustment APPROVED (DISAPPROVED) on E 1Y 2 5 1576 I•i�ii0iii�6M, County Jerk Date: fil AY ' 15?b By: y� irGu g wepuly AtIPROVAL oS #JLa adjuStme►tt co►16titutes of Appkop!tiati.on Adjustment and Pelcsonnee Rezotu.ti.on Amendment. NOTE: Top section and reverse side of form murt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0029� `- llV X71 i i IM THE BOARD OF SUPERVIOSRS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA 1r. the Matter of Appeal of ) Mr. Wilfred H. Carpenter ) from action of the Planning ) May 25 , 1976 Commission in Connection ) with M. S. 35-75, 9akley Area. ) Raymond Vail and Associations , ) Applicant. ) This being the time fixed for hearing on the appeal of Mr. 4ilfred H. Carpenter, owner, from certain conditions (Nos. 4, 5 , 6, 8, 9, 10, 11 , and 12) of approval imposed by the Planning Commission on the tentative map for Minor Subdivision 85-75, Oakley area, filed by Raymond Vail and Associates ; and Mr. Harvey Bragdon , Assistant Director of Planning, having advised that Condition No. 4 was modified by the Planning Commission , and that the staffs of the Planning and Public Works Departments recommend the deletion of Conditions Nos. 8, 10 , and 12 and the modification of Conditions Mos. 9 and 11 ; and Mr. J. M. Walford, Land Development Division , Public Works Department, having stated that Condition No. 5 which requires pavement widening could be accomplished through a deferred improve- ment agreement as agreed to by the applicant, but having recommended that the paving requirements in Condition No. 6 be retained; and Mr. 'loel S. Burge, attorney representing the owner, having stated that compliance with Condition No. 6 would make the minor subdivision economically unfeasible, and having suggested that a deferred improvement agreement be approved as part of Condition No. 6 which would require construction of a road-way in the event the four proposed lots were subsequently subdivided; and Mr. 4alford having noted that Mr. Burge' s suggestion would require all the parcel owners to pay for road improvements at the time one of them decided to subdivide, and having expressed the opinion that the original subdivider should be required to provide the necessary paving; and The Board members having discussed the matter; and Supervisor E. A. Linscheid having noted that there was a consensus on all of the conditions with the exception of No. 6 , recommended that the hearing be closed and decision be continued to June 8, 1976 at 11 :55 a.m. to allow the Board members an opportunity to view the site ; and Supervisor J. E. Moriarty having recommended that the applicant submit in writing his proposal for road improvements so there would be no misunderstanding; and Supervisor Linscheid having recommended that County Counsel review the applicant' s proposal to note any particular problems it would cause the County; IT IS BY THE BOARD ORDERED that the aforesaid recommendations are APPROVED. PASS:-:'D by the Board on May 25 , 1976. cc: Mr. 1. 31. Carpenter CERTIFIED COPY ayS!! A u t dssr+, t CrMTT that ruts +.r a (Trot_ true a correct copy of •• vhr wirtvh i. nn M#- in my office. B u rge 2.nt: 0,:a it wa, s.:.:;,vr: t *y the Board of Director of PlannlnQ Sdrt.•:cisc,rs or rs,wra Cn:;tavnuntY. Ca}tforma. on ! f �=tt. n OX. CwwltyP161 iC Works Director [':Frk rr �x ottirtT:t.:.srk of said ktnard or 5i pe:.fsors. County Counsel �r �,„� -�• E'�r' . 002MRXIC2 -iCah; �JIJ In the Board of Supervisors , of Contra Costa County, State of California May.-2 5 . 19 J& In the Matter of Request for Bell Ringing to Commemorate American Revolution Bicentennial . Supervisor J. P. Kenny having called attention to a letter from Mrs. Rosemary M. Barnwell , Chairman of All Souls Episcopal Church Bicentennial Celebration, requesting approval of a plan for bell ringing in the East Bay on Sunday morning, July 4, 1976, to commemorate the American Revolution Bicentennial ; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED and Mr. Paul F. Hughey, Secretary, American Revolution Bicentennial Committee of Contra Costa County, is requested to coordinate the activity. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregahm Is o true and correct copy of an order «Netod on dw minutes of said Board of Supervisors on the daft aforesaid. Witness my hand and the Seal of rhes Board of cc: Mrs . R. M. Barnwell 19 Lenox Road Kensington, Calif. 94707 affi=d this25thday of May , 19 76 Mr. P. F. Hughey County Administrator J. R. OLSSON, Clerk Deputy Clark Ronda Amdahl H-24 In615m 00293 In the Board of Supervisors of Contra Costa County, State of Califomia Mav 25 , 19 ZL In the AA~of Training Dogs for Sport Fighting. Supervisor E. A. Linscheid heaving brought to the attention of the Board a May 20, 1976 letter from Father A. and Martin L. Reite, 671 Bridgewater Circle, Danville, California 94526 expressing concern over a newspaper article pertaining to doge being trained for sport fighting, inquiring as to what steps might be taken to prohibit such an activity in this County, and urging that protests be made to the state and federal government with respect to same; IT IS ORDERED that the County Administrator is REQUESTED to review the subject matter and submit a recommendation to the Board. PASSED by the Board on May 25, 1976. I hereby certify that the foregoing is o trw and cored copy of m order eMwra on dw minums of said &mxd of Supervisors on the dole aforesaid. cc: E. A. and M. L. heite 1 A%m my hoed and the Seal of the lewd of County Administrator Vbm Agricultural Commissioner affi- this 2�hday of -U County Counsel J. R. OLSSON. Chwk By fit.�G j .�! l . Deputy Cl.rh Helen C. Marshall - � H-24 3/76 15m 00294 In the Board of Supervisors of Contra Costa County, State of California May �5 . 1976 In the Matter of In the Matter of Petition for Police Protection, Bethel Island Area. Mr. Joe J. Wolfe having this day appeared before the Board and presented a petition signed by approximately 600 residents of the Bethel Island area requesting increased police protection; and Supervisor E. A. Linscheid having advised Mr. Wolfe that in order to obtain such increased services it would be necessary for citizens in the area to form a special district, and having requested that the petition be referred to the Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) for review with the suggestion that the petitioners be informed of the proper procedure to be used in forming a special district; and Supervisor J. E. Moriarty having commented that he did not agree that it was necessary to refer the request to the Administration and Finance Committee inasmuch as the procedures for forming a special district are spelled out elsewhere and, therefore, he would vote against such a referral; and Supervisor Linscheid having recommended referral to the Administration and Finance Committee, commenting that he would work with the petitioners in exploring the possibility of forming a special district for police protection services; and IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tion is APPROVED. The foregoing order was passed by the following vote: AYES: Supervisors A. M. Dias, W. N. Boggess, E. A. Linscheid, J. P. Kenny. NOES: Supervisor J. E. Moriarty. ABSENT: None. 1 hereby certify that the foregakm is a true and correct copy of an order eiNmed on the minutes of said Board of Supervisors on the dote aforesaid. c c: Mr. Joe J. Wolfe Witness my hand and the Seal of the Board of ��� Board Committee County Sheriff-Coroner ailixed 5th - May • 19 76 Public Works Director County Administrator J. R. OI.SSON, Clark E. A. Linscheid`y /4��C Deputy Clerk Helen C. Marshall H•:43176ISm M&C 4, In the Board of Supervisors of Contra Costa County, Stats of California May 25, , 19 76 In the 1Ma w of Authorizing Installation of Highway flasher at El Portal Drive and Glenlock Street, San Pablo Area. Work Order 6091 The Board on May 4, 1976 having referred to the Public Works Director for review, a petition signed by residents in the Rollingwood area (San Pablo) requesting the installation of a traffic signal at the intersection of EI Portal Drive and Glenlock Street; and The Public Works Director this day having reported that after a careful study of the Intersection, it is recommended that a temporary overhead highway flasher be Installed at this time in lieu of a traffic signal ; On the recommendation of the Public Works Director, the Board hereby AUTHORIZES the installation of a highway flasher at the intersection of El Portal Drive and Glenlock Street, San Pablo area, at an approximate cost of $1 ,500; PASSED BY THE BOARD on May 25, 1976. I hereby Cartify that the foregoing is a true and torted copy of an order emend on the viinutes of said Board of Supervisors on the dale aforesaid• Witness my hand and the Seal of lire Board of Supervises Originator: Public Works Department aRi=d this 25th � of May 19 76 Traffic Operations Div. J. R. OLSSON, Clerk • DePK+IY Clerk cc: Public Works Director By Jean L. Miller County Auditor-Controller Petitioners c/o Ms . JoAnn Bequest 3006 Avon Lane San Pablo, California 94806 N 24 aps lam moi' .a • +. "• i Report D: EL PORTAL DRIVE - TRAFFIC COiDITIONS - San Pablo Area• At the request of Superyisor Kenny, the Board of Supervisors, through its order dated May 4, 1976, referred to the Acting- Public Works Director for 'review a petition signed by many residents living in the Rollingwood area, requesting the in- stallation of a traffic signal at the- intersection of E1 Portal Drive and Glenlock Street. - Some time ago, the State Department of Transportation devel- oped a method to determine the need for traffic signals. The County, like many local agencies, has adopted this method as its own official policy. Primarily , the need to install traffic signals is determined by a combination of factors which include traffic volumes, accident patterns, pedestrian volumes and potential interconnection with other existing signals. The Public Works Department has reviewed the intersection of El Portal Drive and Glenlock Street and found that the - intersection barely meets the County's minimum requirements; however, the Department does not'recommend the installation of a traffic signal at this time. The reasons are that traffic volumes on Glenlock Street are fairly low and the majority of past reported accidents would not have been prevented by a traffic signal. In addition, E1 Portal Drive is approximately 30 feet ,ride in the vicinity of Glenlock Street and this narrow width prevents the installation of a separate left turn lane. There have been rear-end type accidents involving vehicles turning left from El Portal Drive on to Glenlock Street and the Department feels that it would be highly undesirable to install a traffic signal without providing a separate signalized left turn lane on El Portal Drive. The cost to widen El Portal Drive to construct a left turn lane would be considerable and funds are not cur- rently available for such a widening project. in lieu of a traffic signal, the Public Works Department recommends the installation of a temporary overhead flashing - f light directly over the intersection. The light would con- tinually flash yellow for traffic on E1 Portal Drive and flash red for traffic on Glenlock Street, and its operation could alert the motorists traveling along E1 Portal Drive ti,it they are approaching Glenlock Street. The Department et.:. .-nz tes that this type of highway flasher would cost approx- $1,500 and funds are available to construct it this yea . Th•_refore, it is recommended that the Board of Super- vi:�ors approve thi's report and authorize the Acting Public Works Director to proceed with plans to install the highway flasher. (continued on next page) A G E N D A Public Works Department '- Page 2 of 12 May 25, 1976 W._o fikned with bowd oraw 00297 _ i ort D continued: Board Action Required Mork Order 6091) — - - ARE: _ - �--(Clerk of the Board to send copy of this report to w JoAnn Bequest, 3006 Avon Lane, San Pablo, CA) - �`..MD (f498 :cruia. .. _ C C In the Board of Supervisors of Contra Costa County, State of California May 25, 19 76 In the Matter of Authorizing Public Works Department to Perform Services for the City of Antioch, Work Order 5485 The Public Works Director having reported. that the Antioch Director of Community Development 's letter dated May 10, 1976 has requested the County Public Works Department to perform engineering services for designing a traffic signal for the City, estimated cost of said services ip $1 ,200; IT IS BY THE BOARD ORDERED that Work Order 5485 is APPROVED and the Public Works Department is AUTHORIZED to perform the aforesaid services as requested, subject to the provisions of Board Resolution No. 1077. PASSED by the Board on May 25, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Traffic Operations Div. affixed this 25th day of KaY , 19 76 J. R. OLSSON, Clerk I cc: City of Antioch By Deputy Clerk (Via P.W.) Jean L. Miller Public Works (2) County Auditor-Controller County Administrator H 26 app IOU 00,900 In the Board of Supervisors of Contra Costa County, State of California May 25 . 19 76 In the Matter of Approving Property Acquisition on Stone Valley Road, Alamo Area (W.O. 4516) '\ IT IS BY THE BOARD ORDERED that a Grant Deed and Right of Way Contract dated April 30, 1976, from Paul H. Prehn, Jr. are APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the County. Said deed was part of an exchange of frontage improvements for property required for Stone Valley Road. The County Clerk is DIRECTED to accept deed from above-named grantor for the County of Contra Costa. PASSED by the Board on May �5, 1976 , a I hereby certify that the foregabW is o true and correct cW of an order entwsd on th Minutes of said Board of Supervises on the date aforesaid. Originator: Public Works Department, wire my hand and the Seal of the Board"oF Real Property Division Super�iesors cc: County Administrator affixed this 25th day of May . 19 76 Public Works Director J. R. OLSSON, Clerk Recorder (via R/P) ey Deputy Clerk Bonnie Boaz In the Board of Supervisias of Contra Costa County, State of California May 25, . 19 76 In dw 111 mw of - In the Matter of Approving Deferred Improvement Agreement for Land Use Perini 28-74, Concord Area The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement With Memory Gardens of Contra Costa County, Inc., permitting the deferment of construction of permanent improvements required as a condition of approval for Land Use Permit 28-74, Concord Area. PASSED BY THE BOARD on May 2S, 1976. 1 hereby certify that the foregoing k a true and cored copy of an ardor mrd on tho minutes of said Board of Supervisors on the date afar raid. Originating Department: Public Works Wotnass my hand and tip Seal of dw Board of Land Development Divi§489vbm cc: Recorder (via P.W.) affixed tWSth day of May 19 76 Public Works Director Director of Planning J. R. OLSSON, Clark County Assessor Memory Gardens Inc. By onn�e oazh Cleek 2011 Arnold Industrial Hwy Concord, Ca. H-N3/%61Sm 00 In the Board of Supervisors Of Contra Costa County, State of California May 25 0, 19 76 In the Matter of Approving Deferred Improvement Agreement for Subdivision HS 145-75 Byron area. The Public Works Director is AUTHORIZED to Execute a Deferred Improvement Agreement with Ernest J. Sequeira, et al., permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision HS 145-75, Byron area. PASSED BY THE BOARD on May 25, 1976. C I hereby certify that the foregoing is a true and corred copy of on order entered an the minutes of said Board of Supervisors an the date aforesaid. Wiliness my hand and dw Sed of the Board of Originating Department: S"'P�On Public Works affixed this 25tday of May 19 76 Land revelopment Division cc-. Recorder (via P.W.) J. R. OLSSON, Clerk Public Works Director By. , Deputy C6& Director of Planning Bonnie Boaz County Assessor 11-2.1 3176 iSm 0IIVLJKir IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Alameda- ) Contra Costa Health Systems ) Agency (Joint Powers) ) May 25, 1976 Application. Mr. Arthur G. Will , County Administrator, having informed the Board that by a 3-2 vote the Alameda County Board of Supervisors has voted to withdraw from the Joint Powers Agreement which established the Alameda-Contra Costa Health Systems Agency, thereby nullifying the Joint Powers Application for Health Systems Agency designation; and Mr. Will having noted that this action was taken in favor of the non-profit Health Systems Agency proposed .by the Alameda-Contra Costa Health Systems Agency Coordi- nating Committee; and Mr. William Zion, representing the Coordinating Committee, having appeared and advised that the Coordinating Committee has modified its application to allow both Boards of Supervisors to appoint members directly to the Governing Body; and Ms. Cynthia Crawford, also representing the Coordinating Committee, having appeared and stressed the importance of cooperation among those interested in providing services under the Health Systems Agency and having urged the Board to give prompt consideration to the compromise proposal of the Coordinating Committee to avoid a delay in funding; and Mr. Will having suggested that the Board agree with withdrawing the Joint Powers Application from the U.S. Depart- ment of Health, Education and Welfare, which action would not terminate the Joint Powers Agreement, and refer the matter to Board Committee; and Mr. C. L. Van Harter, Director, Human Resources Agency, having concurred with the suggestion and having pointed out that the application will not receive attention from the Department of Health , Education and Welfare since Alameda County has withdrawn; and Supervisor A. H. Dias having noted that the Alameda County Board of Supervisors had originally approved the Joint Powers Agreement by a unanimous vote; and The Board members having discussed the matter and Supervisor J. E. Moriarty having recommended that the Board take no action on the Joint Powers Application at this time and that the entire matter be referred to Government Operations Committee (Supervisors Dias and E. A. Linscheid) , Director, Human Resources Agency, and County Administrator for review and report; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Moriarty is APPROVED. PASSED by the Board on May 25 , 1976. cc: Gove-nment Operations CERTIFIED COPY Committee I certify that this is a full, true 6e, correct copy of County Administrator tb"0819la2l documomt which is on fit., in my office,, And that It was paArwd A aflAnted by, the Board of Director, NRA he da«.chowor2s of `ATTF T J`RL olzso C unty Clerk is ex-officio,Clerk of said Board of Sugervt,ors, by Deputy Clerk. J� _'2 MAY 2 51976 02 ._._.. .__�_. . In the Board of Supervisors of Contra Costa County, State of California May 2 5 In the Halter of Approving Deferred Improvement Agreement for Subdivision MS 11-76 Pleasant Hill area. The Public Works Director is AUTHORIZED to Execute a 5 Deferred Improvement Agreement with Robert J. Desdier, Jr. et al. , permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 11-76, Pleasant Hill area. PASSED by the Board on May 25, 1976. 3 ' n•, 1 hereby certify that the foregoing h a trio and oared copy of an order .nlered on the minutes of said Boord of Supwvhan on the dah akweaid. W*t nay hand and do Seol of the Board of affixed this 2 5thdoy of May . 19 76 J. R. OLSSON, Cleric �y� f L Do" Cleric Originating Department: Public Works Bonnie Boaz Land Development Division cc: Recorder (via P.W. ) Public Works Director H-N 3P�jvector of Planning County Assessor 0Q In the Board of Supervisors of Contra Costa County, State of Ccd&mia May 25 19 76 In die Mader of Approving Deferred Improvement Agreement for LUP 1091-75, Richmond area. The Public Works Director is AUTHORIZED to Execute a Deferred Improvement Agreement with R. E K. Industrial Products, in permitting the deferment of construction of permanent improvements required as a condition of approval for LUP 1091-75, Richmond 3 area. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing b a trm and cored copy of an order enMred on the minutes of said hoard of Supervisor on the date aformoid. Widnes my hand and 60 Seal of the Board of Supervisors affixed "25thday of_ May 19 76 J. R. OLSSON, CNrk sy C J 9?2 J -a' -,#C_ _ Deputy Clerk Originating Department: Public Works Bonnie Boaz Land Development Division cc: Recorder (via P.W. ) Public Works Director Director of Planning - 3/746 15m 00345 County Assessor IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Mental Health ) Budget and the Alcoholism Plan 13ay 25, 1976 and Budget. The Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) having reported this day on its review and recommendation of the Community Mental Health Program (Short-Doyle, Alcoholism and Drug Abuse) budgets and the County Alcoholism Plan for fiscal year 1976-1977, (copies of which are on file with the Clerk); and Supervisor E. A. Linscheid having expressed concerns with respect to the trental Health Budget over-run and increased County financing required for the 1975-1976 fiscal year, as well as net County budge requirements for these programs for fiscal year 3976-1977; and Additional information having been requested as to mental health fiscal requirements for prior fiscal years and action being taken to reduce County requirements; and J,Ir. Frank Fernandes, Assistant County Administrator- Finance, having indicated that the preliminary ?dental Health Budget submitted provides only for continuation of existing programs and services with a projected seven percent increase for inflation and that the documents submitted by the Human Resources Agency did include a number of items which, if adapted, .-.ouid decrease the net County cost; and Supervisor Linscheid having stated that the Board has' not had sufficient time to review these materials and that approval of the plan and budget should be deferred until members have had this opportunity and clarified questions that may arise; and Dr. Charles H. Pollack having stated that Board approval of the Alcoholism Plan and Budget is urgently needed as these documents must be delivered to the State by June 1, 1976; and Supervisor Linscheid having indicated that he had no objection to approval of the Alcoholism Plan and Budget at this time provided that action on the trental Health Budget is deferred one week to allow for necessary review, and having so recommended; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Linscheid is APPROVED and Supervisor J. P. Kenny, Chairman, is AUTHORIZED to execute necessary documents for sub- mittal of the County Alcoholism Plan and Budget to the State. , PASSED by the Board on May 25, 1976. 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 Agency the Board of Supervisors affixed this State Office .of 25th day of fray, 1976 Alcoholism J. R. OLSSON CLERK Charles Pollack, M.D. ' County Auditor-Controller County Administrator Ronda Amdahl Deputy Clerk ■wY■ The Board of Supervisors Contra J100001 OL_ County Administration Building Co8ta County dirk and P.O.Box 911 Ex Officio Clerk of ft stud Martinez.California 94553 County Aft a don okmaN ChW Clerk James P.Kenny-Richmond (4151372.2371 1st District Alfred M.Dias-El Sobrante Jaid District nPECEIVE James aMoriarty-Lafayette 3rd DistrictWarren N.Bos-Concord4th District Edmund A.Linscheid-Pittsburg May 25, 1976 AY 2 5 1976 stn District LCtERX SOAn 0;= SU=:rI�pQ; REPORT Cxt`srti COSrA OF By '4! easy ADMINISTRATION AND FINANCE COMMITTEE ON COMMUNITY MENTAL HEALTH BUDGET FOR 1976-77 FISCAL YEAR The budget submitted by the Human Resources Agency for Community Mental Health Program (Short-Doyle, Alcoholism and Drug Abuse) has been carefully scrutinized and discussed with staff. After considering the latest fiscal information available for the 1975-76 fiscal year which indicated a possible expenditure over-run of approximately $350,000 and underrealization of esti- mated revenues of about $510,000, it became apparent that use of 1975-76 budget figures as a base line for the preliminary 1976-77 budget submittal would be inaccurate and might not be in the best interest of the County in seeking additional State ._ funding. It is estimated that the gross budget required to continue existing program and services with allowance for inflationary cost increases is $10,176,381. Anticipated revenues based upon 1975-76 collection experience and preliminary allocations will be about $8,933,576, leaving $1,242,805 to be financed by the County. This level of County expenditure is $793,485 more than the 10 percent matching requirements of $449,320. At the Committee's request, Dr. Charles H. Pollack has submitted' various adjustments to mental health services to decrease the County level of expenditures by increasing revenues and program expenditure reductions. The impact of the program changes would disturb and in • some instances have a severe effect on clients as well as have some other undesirable results. The best possibility for relief seems to rest with a potential additional State allocation ranging from $500,000 to $750,000. The final State allocation should be known in August. Miuo(i'r.:z,-J; board order ' 003077 2. RECOMMENDATION In view of the above-mentioned situation, it is recommended that: 1. The Acting Mental Health Director be authorized to submit to the State Department of Health the prelimi- nary budget for fiscal year 1976-77, as summarized in the attached schedule, and the Mental Health Plan previously submitted to your Board. 2. The Acting Mental Health Director and the Mental Health Advisory Board continue efforts to increase revenues and to develop further program reductions in priority form in order to reduce the over-match of County funds required under the current program. 3. The Mental Health Plan budget be referred to the Administration and Finance Committee for further review when the final State allocation becomes known and the County budget is under consideration. G W. N. BOGGESS E. MORIARTY Supervisor, District IV Supervisor, District III s nt f� H ,► O O oX a0 c rt O b "' cn ro H :C 3 Wo u-A • O tD rr r K rt K O' OI m (D C a �I tt r 5' n G m w w CL d O w r L< (D O rr rt t*1 K v (D o m 1 1 (D 4:1.w O M n m O b rt A n < - rt d(a s O rtr tr CO (D b D, a/ (D C rt w 1,- G C ss K r a+ K Q w Ir to m L<L< Z tD toil m m rmt 0+ N K 3 a+ m m p. p.K " < m O W N r{ � Ds G � tD m r 0o N 1 W to(D % N K • 1 <b rt C► N N J tJ1 N(D (D F+•r O r w tk LA W w Cl N 21 t0 O) J - - - - . _ _ • J(D W rt to too w q n 0% tD W O N w r CIO rt (D 1 •A r Cl N Q\ W r co O Q1 •.• G m J co w to C% O m co N .0► N F{ C► (D Ca -M 4A in ',d M b h1 O r co r N W O t/ `< ►z7 .ice J w O N Cl N w J f-+ ,p.0 0 (D t0 0 0o w w r m to O J co I C C6 A J int .ta to co r at N O tD J t0 J(D w rt cm CA Z • • • - - _ - _ • _ C1 CO ct (D 1 00-3 Cl C% D. 0% Cl to w to O •J G R+J 2 b t0 Ln (n .ts O O w C) Co ►t J t'/ O N r t0 m A tD N t0 N (D O w N N N F-+ r N N m M x � til til b Kr to to to yF b to ftl pd H r co r N W O to V O K M a x O - - _ 1 (-+K r t4 .1 Z N t0 w Co N J N W t0 F-+ W W rt t0 H MO H W w w 0% ,is to O t0 1 J M 1 0 N W Go 1-+ co W O t0 h+ Q► 1 Q1 O (n H "C • - - _ - •.l rt O 1L t0 O O k" .A. 4m J is W LP W W C►WR< J b J n O J tl1 C1 r Cl to W N co O Sd -J.100 O M C1 N t0 C) C% tD N 1-+ M z (n vl b �dOb b O b 'd4V0 to to to us O HCZQC r r r N r0 C� H � rn a 1 1 Ln w V H O H r J o a N to a o a w G O ►�► H O ti K < Ntlf HZH N Go C% O N ds LL a (D O (a (n ton O coo N Fo+ K t (D z 3 -- -- 'as -- o :1i O 10 F+(D "10 4 O .. w � to 3 rn 1 Hm 0 > rt :r Mao m to NK b O toH M t~D O t2+ Ob =Do yK m drt G ® o. MwO x .1 rt ca m 't) (D to O'O < CL to b•m am r rt v � olI+ rfr Waw Wrt tGW 4Alb - r rt N- t7 O m m rt ID b r rt r N wm 1,• O 0 00 (o a w O rt w alk O 11 0 Msv < 0 m o c w0 o wls a O rt tD Oso O C rt O O coo- M rt tR IL 4A F+• K L< m rt rt 00 (D tQ al J J�I.tj• w H F-A 4[6 O O /D rt (D m r [L w • -10 O - •t�. :3 O rt 1 o m •'h M O N m : N310 %D K 0 0 rt 3 D K K t0 rt •b+O - n --tr rn M m M C Go Q t-•w(D N rt w (D CD 1 b rt a m (D d - (D K) rn O r rt 1,- w m 1-+ (D N m 00O Co O w- < 1 Q w(D J cis to o rt, (D < (D n rt X c 4A )I to 1,-10 0 m 1,•O tll rt '<'O (D r v O • D r rt 'O = P% r 0 !m Cl K m I-, tr OW t C'1 sy O W CD O 010 W Q+ O in < :3 ri A rc Oto cm DA G O �! r (D n r no ►,K 3 m O %0 Cl DA K rt rt to n rt w n to rtwdw a ?I - KO' Om co K �< at m � - m M d is m O coul o o Q < « w :3m O rt O rt m M3W r• � A w N F-► _ r X O (D O O O K C A a s a ct A tD K r w w to t-► F-+ K G 1 i to K C w fD - o S► 3 a n n aa - 9 . � - cNb (D I.- ct wLIC al rr O FO.. ~ � C+ 0 B 0 K ` o w I ID ID o [!3 ct 02 m M "i K a O rt ct 'tf K a !m O O W F-&ct to cu K Ilr w F-A I-!v ct O A n rt w tD O rt O ? O K A to K m K O v H ~ w IV 1~-► - » A ctct :W w A uOt t rt K to >b t0 to sn O fi O sb K r car rt w K n O to rt < O ct O su » O w K O K a to to Ri !n !D b CO ID F- C a O ct o ►o ID O N � o ca N a ct O-n m n r < r o F- ID ID O w f+ O ID m ,cs A a r o o v O w rt > rt ov C to ID F-► K • O 3 o Q m m 4A -W a O iA 4a %0 %0 ►g M b m = n N N Ln N CCD KOO O • w J 1 = a O ct F✓ N Q F+ CA N O N no fD LQ rt m N CoF•r 1 it ID K K O '_l ps ft A A aw fv MC Q o O r O 0 O o m o Na O m o m w t) to C F.•• to to to o' o N r y N O �-► Ct w N w O . O A w Co rt m F•+Ln • • p �ca w N m F-• r w o N A m 4A hi ID m .c2 0• G !b o F••C to 0 m . N r • r 00-310 Ln V W N --+OBJ 00 V7 N- O c D CC. -' -i csZ A ss a o N t:7 c-:O m N rn C.+ N CC+ CA co �S� r- N c=Y-• -i v 'v c -1 •-. -1 m a en c u Ntrn --4: -o rn --i rn m cn 1 / j mm NQ C)DOP CA nC-1 N m<r M O C) C n-i-i G7_ a , tee -t n m ;a I I n z - r- o m v D Ln p v -i 1 / m N •-+N O 'Q n c� 7C O rn� N � � O Q _< O Z • C t~t ' N i = CA CVs m - 1 ZJ O 3 -4 to to m �� -1 �-1 m c m O m m C '� A to 70 0 cn m rn m 2-1 .-7. m 9 ` s � _ — Cl O � >r0 1 O 1 O / CD O � is — to t0 N 1 >s l O v s JO\ N Ot A O N O O O O m 3a O O �"?WN-� OaN►+� D tr+ pro=m cncl),=m i MCo"oC� C13 r- cos C rn x cNr ==M \ cu -C V► m m VI - m ji— fi7 -i a • n til C to m es► cn o C" -v O-0 N C a.9*1 O y. -ice 1 N Ml T- 'Q-[2 m • Z D a m cl clom- m �a m m� t m r -n o 0 m N o C n � — � � z►�N tA r ca N D C r N N C� N_ C O to r*� --1N cu Z D � N'L � m N to t �D err a �O wN� o m � C;rn C;rn �C Ll lw -+ co C'- w fJ1 i I- G ter' CU ! 1 1 r _1 N ;IJ m I 111 -1 1 3I l �•J - C) f r7t ,fJ 1. q0! I G c;% "Ix -i m rn c a Yip..n.. �..a... _ � : y...tr._... i ti:'� �•`;w•1�-.,.`V-•�-�...._�- SLS!1/-.1--�_� r'- ..-++�":_ ...:+ _ = Q:�� J CT Q► O►:iT tTl A �•N-� -� � +t , p V a,.SCJ N -+ J' C.n � � i CO �l3a Ln N�O LTi OD(ti O LTi ►-� ( N ?� Ja D�C7CAin �. OzmO;/a rn � ;3 i1 LA o �m m Orn• c ;o In -a'� ? n C--n n nj •�NO!A G Cr:AsncaGOZ= i =-In c- N OO.-► -n• -i -n + r-1 C=m- -t•-+N -i rn O.-. v D -XC N � L/fn�OZtA ;a:aCD -0CZ n i t/i rn S t m !Yl C7 D:!i t"):7 r-M i p 01 �7 Tf r;D O i 1 N C S C- O-1 •-•Z!N ►-+ = Lln &A -i O� u7 v1 --" C-) "C 7D -i Q+ n --1 CE to :a o n -� rn A rn M a C i --1 •-• 'n O m O X m :aN ;o .n t ->mm rnm cn-1C NG EA O •II m .7 to -nitre -:3-v -.1 Ln -n a CA m -v W O i+ => = o r• z. n ►-. o < z� O rn -c irn -n D O m Co N m •-, C- C') m Cl r. U2 -n m o Wrn v CC=l '*7 - -1 -1 m G3 rn ;o ;a m Ps 3 -� rnrn o Z•i %n iiA N •A O r D 1 1 to O rZ v M Ln C) 0O m 00000tin � 1 1 7t Gn 4-W NKA -+ 0-0 mo o �r-C rp m-0 DC �O►n+OCO 10 -< C) 14 >orDapn O a O%jIas 1 I L co C`-.;o`-� 3 G7 a 1 1 cn 3S mrC -1 1 a -< O W "a i, m N ("1 kA COja .7. co -i v 1 1 O Ncr, �1 1 • O A N m • O 1 O . . 1 CSI O 1 C7.-a m C7 3 )C')U) O ►-+ ►-+—!7v D -c.-.z-1►-. .. r .-+C') W oz am c �a z v m ►-� m N AA D �.. O Z • O 0N 0 -' -"O ►'� Cn Z t-�C CA y,N C r to W " 3N0 - ►+C2 N?--i 1--0►-t-< O N•o Z N m ►--. .-�C:)� N m N 0 -4a _3 v N cn 0 Z Cy m oC>o WN- -- C7 z m C)m x a Nj3 ►-+c 1 N N N O _ O O O N CB c/a t7 rr.�Y9 N ►�"� i O ln! N .A � A� 'v N O 1 O CU N �t ... O O I 0 0 0 Vi L LJ --1 "• G-f Ui T,-- tT r7 =� "n t �n C ) r�*I X o J. --1 a - tr � --t a rn t i vi m " 00312. a . ._ .... �'. �_ _.___...��._. .....-_ter.... .e:._.. _. ...:.� �.. .. .. '. .•. Cc Co g to w s w,0 rn C� cn v�cm� r•n,-r-� N � � v rn w cn` , .o as cn cn o cn o cn A--C ;o 70 bMo4 N=C AG C.to L7CC)� �3Cm C)C) C) --� -n m C m --i•-+�!+ -i m CS+�-• Ma CA OptbZtzr-mQ C rn v r-:v ��--11 to Q S r- C)"{ - �i) -iC>m = -� C) C :0 G)tti G) -i G) -G-TI�to t"C) � c7 n tr. ;oto OicT Cr ► m-�O to C N -marn [M 0�to•n to v G7 to -n th b... Cn m-o �� C) r-•n to m to -n c n tLA C) Q C-3 m - -< m �"t b C) rn Grs t,o m M 7D M=— C� rn t- ") 2 7[7 ^0 Ci m Q .-.m rt Cys C) cI> cm-,l -{ p Z1 m rn m G p m ;am m m • x► tia G : n --i 70 C`+. 0% • V i N r Z _ 1.n N C)C1 O Q C) Q -G Q t7► t7t cn-0-w r4%3 -+ W r OD ' luI t�bCAM; �or-o m-0 :>= c C)C-) G);D/SCS MQC CS sysCr-'Cl) Ln DC)r-Db co r- -i 0 C7 ;a I p C M.'"t�. M col NmC ,-YaQi ss � f rn:msDrn AA C+ Q .Q rn to c-a to C a rn C c CA m C*) m cv Cl x Q Cs 'v 3C►rl>to C) C7Dt.to G) -t--iODC 3 Ct rq t 3 ou O C)m C: D --i G) D rn tit rn . D M C/d res '_)O r �Mco (p M C) - M Q Z • Q t!)X-4 C) G N rn C) th Cl m N ns! � t7 vti s rn Co C)C� '- C-1 m Csm7,< En C.7 L� C CJ C)""r alp t/T J7� rn r_. .. _ .+ �+ as -{ ►-• -i RIX --i CA,c'til �P-+ s� C; 00313i :,. .,. p ! 'i�s. v��; �'E cl tT Cs'J s_n \.7,-.„.. tr.`•,�T'„�`V+:.1 1.'11 :.:•^�, �jw *f � Ji;TT ; S) tfi R-' �t o ♦_, " e n v >• 3r as ca✓s ,n - r+ CI -".-.3c F:>r," � -1 yrs v n� 11il, < _ 'A cn�< O = _- r cn mC -i-1.-.tA -4rn=) -. = D mCtis �•I - i o -1 c - -�� D �-s -t-t D 7-1 --I .:s Y a f*! 7�cn r'� "> r Tr rn Flln C) # C D'--f —i ,� n_o.. - —i t-.7 S2a �t-ri rn '� r f �` ;a C7 D X m C11 4U7 A V rTt �7 --� i Tt -.7 1 1 ltli� C) 'LJ1 .?,; �� t/f > •J1 TTt "O < �7 O r 7. 1C7''J O �!3 'n C t/!{-F - t7 ►-+ O n O w 4 t"l C C� to O t: < ;! m in k*� m m m m CA I OOOOO C C7]>t/>r-s� 4,^ r C>a r*t a)C> -+acs. }Ca co r N ±~a �.,+ to w�� w / N a D ca r-D D= i c�r- --�.� i �.►rn;� a a a — — C7 rn to cn rrl co N � f CAri1 ((� �C� L I V rn L ss v N Z, A �� — IV ty+ v+ of�:��,+ dS .> 1 "► 1`t 0 o.a Lz o D o v ln .> r to M. N � AS:47t O � t� w t _ _ t7D Dy1 crt N — tSs t CJ1 y p •� L C!*-1 �+! %,A tol � i W 0 � C)-0 N `� ;o A -CD-P. O -i- 1 N til -v -t x rrsCW 56 ILA as ar+ rn o sa —Iall ILA i C) .1 1�.%.n.uw w a tl: •J 3► to w O -1 r o C-`s r0r1 c lr'+ N tT� N 1 1-4 trt N •i.1 N cocn ;a rrs ` rrl tm 2�� 1Z.tt� `f i+. Ln1%3 0 4 tri ? '1 :3► J r1 {rt co O CO ca Co.. p O Sa 1 1 1 1 16A N %A Z6 Ci NI O :J O Li'l C4 C'Cs ON 1 t N ^j W—0% CZ 0 O NC> o m m -I > zx L7 .. y z1:1 LTA v"1 W v Cri / �► +� u Co%DI C )03 ILAC)CA tO a t cril #rn 'rn lyp N; Cf (X txt QOS ; L'1 w" w� N 1 N F `I 2 N C w w_ t_ rn to ��] W t ►1 L.'► cl tti d VI Li 1 +1 LI W ^— G1 t7� tT O -�1 a CJ '�+ � � ..� C (r1 •._. _j 72. O rn 1 tl iC � p r•- 1 � � m { 1% 1 W IAV 4 y a.y,''•�, :+:� iw# 1L'"!. i_.. �? ;+��a to L'? p �..� ..,. �... ;.4( M X -i !J ty { 0..J:.J!C�;�='��-'-�•.,t L"';'� i.Si?�N'�� � �!,j+^J t? r"' �,. r '!J 'ter I i i i to!t v± ! .�" ;�.�t n �L�j�(1�"'.� j1Sj;{' rc:aCn Cl i00314 co �� �.iV V`�::�1 at 47% m to L1+1� •••+�••• + :n .� r) —+O C 4R N —* j,Ti�J�--:P CTl —• w -f ! j to w-�to .a � � 1 'ca h_ � � � ^_ n 4:' :� :� y-�t,r n:r.o��,,w�,,,a•.• cn rR _ "�i C L: i-n . . . rr,11-7 '7 w CyD�� ��..1b+I �'t7 >> -+ 73 Q►-� c.. �~ -c c., s _ ,.m r t n r_ --13:}�a � 3 -a -a IS-)rn�C C*i -#-,t--.�n -gym ze p nz C cn ^�?1 C7C4-i -ti.L7 D rill ^� L� m -.t) 1 ....-•��w -•t'*:t*itC`]Q D!n C'f.1 ►'t �'I -G t"" t i; �-�.n 1 1 r*1 m t!) C ''n r -1 w G �! CA M :7; -+ 'a 1 . .n (-1 .^) -irn:3 -in to `�' -i en C) C) x m -107 ?fit cn cn A V m -•i .� r t m!= to -:• •to -0 C) 'v ;a cn t-;+ '7 ��aa 1 r- -- in cn y::cn rn -o -< :0 C) . C s ;c C) r2 C) 1 -n c: tn.t M - C") w O C) ,J 1-1 -- rl --• O A cn O m p ton ran 0-4 '° t r) m '1-1 _• i rn Ln -!C to to M. -i 7a C7 -1 to ✓) ryl m m a C-I Z --1 -0 -f -- rn t ` 1 r3. G C) V9 CD ,n ;Y :t) z n -t -1 to v rn rrl r" CA m A D m 1 n •-t u - a a =)t oa000 C) A CAI t �.�-i- r ib a ? ? O GCC) C>-< r=; } =S- -- � O p 1 i Ad b ROr" r"t.Zt m m tr, �c tA r -' C:)rll c to m A rn la D t7J C to m W lea CAA O G3 C-) +.A v�oz a C) 4=4-- W-4 rJ m t r') s: ry b r Clt n M. C Mr -t A]> G t"S m A c"f •v -i FeA r m �1 a7 toca LAI C: Cr- to to+�-+ w(--Cl ,+ s to __^...+I�_•• / N 3-1 Ln Q a.'�. �t 'a. r � i •r-�O } y m C/) ru tn IM Ct o v f* ! f: CJ =tn CZi I'Z` :�to� i> i �•f� •, ::��•: •) ~vt '3• O Co uN ^. ?t, p't,,)tCii Ta' s, !� L•„r t•+ _1 IJ 5- rn ,r-:$' c C cn�CY �-- --t ci! l t '` -1 m GI �+'•i -- V`.�t.• i"' ) 1; •D 1+!yltt �d V '�.,a,fJ �'.SS s,TM t✓p Z„ m>: "r. �.'� •) i t-- 'tet .,f �.1; �st �:.fl tlr+ �?.M y�f �+Z ^J UA '4"Z r .3 00315 Sl 31l C:1 Oti0; m_rt0•-� C.7'cv^ti) !:� sit.i• �. ?*.av d a cri H x w M CsF- C7Co 1d Cl to C . t0-] It" : U shy . NM _ 000 �qy Cq� O w 0 L C) 4 Ci LY C1 1 i C# p C 1 1 / f w L O w O 0 VkA [�t1 N 4iY d ) N x C / d c Lrr Ga }- ert Z w O0 s-+ Z '_4(n caC� 2 t Q] T 1 dc C) C% NN 1 1 t/t 0 0 OCP 0% r ) C)LL tiY U tri r N •C) w C�O = _ x '` t 1 -- O Cit .-. 104 O - co ~ !A aX w 0 w -- C7 Qy cc c / C 'C O"' , to O� wt-)ca � 0 G F- s x 1 lX'0 Cd1 N }-- C) O CV CS. OC) l cl, 1c O — to p c c tr C) ttON N CD CN C Z: • rl x Kt ij' 43 EfY w Ln i r Q Q LCISi M Q; C� C� C � O C:7 w 0 er to Ct w cR cn ��- c3 Cn w S w L)2 �Z m tn to i >wcncn O 1 car per �L r •.-i Zx r.0 L tri 1 t.^+ U cs¢GJo-x — C, !. n ac r� ao of>Ktx !� =C )�-+C>C) — tV V d S3:t.)t.>d Q N-c.- d t- O CSIM s3•L'7 0 C w OOC7Q0a to MLM O ir z t v c re qjC r• yy+ L e a T T { tC i- rn L C fh CSC LAJ 1�`�' d G ti 1C3 Ln O � w u Ja-—t-- t-)= Ln W CC uj cn Ln C )Z J c3 U CL w d c — C ~ Cl ra h- yt N N 0 1�- N 2.W 1 t = N _ !"') >to f •, LJ t.7 d ti O to szt O Q rJ > rJ C� N J U G w tyr oC C. C3 C 3 •-+ U -r1R fit/)O t i .� £2' C3 yr O CJ w N N CV +'O tf („) t`- C:. O _ LL N•-•> :f) w .7Z 1 i ! cr w (.� t.t1 . L'), t!]i ®�LJ m may, .-w J .- L.t.- Z ►-i.� M 1 1-0 Qn C,q w Li}- a7 1- Cis G a:, cr {-t1--t- G < ) w Wl � w N •-•, )- Q. J w x A t/] w�t�s 1 '= -� i1w II C.Jlw V:J �.+t ...r.... r-� 1 r tf;• w 1 r. ; w$ t,� c - -,h-1 t-,t•- --D I- d d �-•1t t� . J t- > �. t-) 'G ce +cam C- ]�t•"la J? .:! '� +^� LY) . C. ti as Ls ..O aN J w. J!r '� =.)�-t^.tt!)L'..^7 5 f- v): tr_U !— 4 c�C.�;,..�:r.-tc ^•'IC,���.--1..:C� ui C twci o~t � i�x� G? Rs C � �: C U Ct i-"1 i�r-N. } t•: `.,-�)t::)ttVJ Ii~rh. P. !'...1 R"� ! Cl^:x+23 .'Tt v^ wi 00316 � v v v v�chi rnrn rn.n.s. a s:.V ^1;W -• CT: {Tl w w -+ i 00 C" N---�Co ..TIRO coLo D n a ID C. n tT A O N 4.1n) C-1)O m ul rn f �= D O 71 nl Cl ---t= A!� -R m -j p { -1 c7-n v `(A C f. CA G7�<{{tJ Z 3 C r' N i. O.-- 0 C-- --i - � 3 T '•o fn C '*1--1-1--+ --t rn m D m C to Ln -n '' _ -n f �r-n ". to �RtA m:Z) t7 T7 `�C7 -1 t A it-j e--�a C) ^i -i C-4 -i n i )> 3 -i .-• -t-i A „ m --R O m cn c n •-•--- m rn o 9 N �C'1 m m ^- <<- o m x / 1 1*:m cn v =�1 r -1 ---z z Ln m o m � N :n c -1n � ziorn m v�s -o P CD Ln Cn --1 �- a ..-,nom rrIk C) to Ln1 ... V m �+I T � 1 1 r" - [Qin -G. L n xa ? O -o to C) + � n ;� in r*: cn �z to m -0 ;o 0 0 -- mCto z - c) o C-) m c m= ra - n O o C 0 ti •-4 � 0, t7 D O 2+N O p N m ►� LIT --• m C's N 0 1 2 � N -i C Cn m -1 � cl ? -1 to to "I L1 = C7 -�.-+'O--i � m M O m -v m C-) -i C r Z O m m C ►� '1 7o Z --i C3 D v m m m 3 � � m ♦ .Zl y> - i rn N - N N) rnO ANA v t7� 0v ILA1v � ? A vl O - � ti UA 0 -C A tT v zo •..R 1 %0 a s a 0 0 0 0 0 ;o ' V A A CJt i>W N S D fl to C D C^ � �rozm M Ln a l O O M0►---OCA o m t 1 O w ZDOr- G01 a tv o o w r- -�a o HiQ 1 C) ccnEn6-4 mC 3 � m3xrn to V oN. o�, era to rn n In �o 1 +t O L A ' .1 O _ A C N m • N 0 o -, 1 O N 1 O �. J J 1T 1 O v+ n CTI 4 cn O'o N � IQ CLQ O D -i i7 1 to G) m �7 _V C L* -P. C)= �T% x o �rr--�� n o 3 cac-)m CO 1 �I A `7 tSl ILA A C-3 :0 m m m t,a 1 .-, V-71 ! 6 1 -n O Cl A m N--j C-3 -n O AA ►-+;o ♦-+ Z r.0 to 1si tf1 -b C7N D►-+ 1 1 1 {ri O QrN pp 1 r=-C O Naz 77zim 4A O(/W-< C) r ^O~m }.p = m_ N — CD -- - - .� _ LnO m E[ 2 O4 I Cl A tR �.. o 1 1 C') m{R OT'tXW iil ::cL~C � -{f �: V'' .• T+�,iJ --1 :1 t.r: V �J�F.JS O U-{ Q CD -:ISl CJ �Ui.��� C� --tL1•� V �. iV ..:t? 0 Ln Z -i `lei a -1 iii �r —iL•� U Fw F a v C+ a }v ti,ra.{� :, �o o --1 r*s Gz ���v b v -C :v I � ! Vi 00317►. 47, a E - •' '.+.:t�t7 �.:' Cx�;.o'J V�V, �_ 7�ul G1 Ut cti\?-�O tJa�`)tTDLn C)" titjXt C� C�7 -*1•-+�L=1..` L�<:l "_i sY ..r'�• �. f:?C7-1 , � � � � ,C�C.lCJI Ch'C2��-�tJ� "��L �m Cetr{ _j..Snt�=crit d +i OFA' C'7 �� fc-3 --1 Lsri-� tn:2'>• �J' �"Sfni:J.[liCJ�1Tt'�• �J ._ Ct/3 -{ Y, D LTi'tTY '.71 'L j-#,, fart c..F:1S -.._�•on f rlf C.y i� S �..,.1 ice. Q,Z'C!. L7 C") i" f•ri.-tt:rl d� { �-"JCat.L""!.. �-,{ -! .-..SfY'•- {t/'! G?�S- F- O -{ •-sc=... =..:.11t/7i `��_ rn tn'f--; m :TS of-{idt 33 1� f/Y ti to t -p -Tj i'7 -11.=+ A V Ul TS# +vY A ✓i to = fn rn�o C ;v Fro 0 L- n a-s C'��l •*t �,'), -%l to C !C n Cn f) C) rC► C d rias " -c O FTI CYt t/Y in r-t t F CnI7_� Ttl C7 f!t ."'I. rn � tJ'f--#4--t/t fa't -t 7CI a XY Y\J iris— Cl C) CtY t� `." '1p -p 3 H=am n TTi � 7U 0. w a� + rel rn f7 INC.) cr 0 a o w'kc C) it CM0 P.tr cn ta•w N rte,,a E /• v v vY.-.;a -t ' iCY Y-•C )Z r:Y•'Q } t 7 C7 n.G GI iv tA a)Cl • � p T-• ---t;0 D d cr cr c cr O C) to m-C M nm tis � to * a to ... ncnM -�- cw�y' tiai C:) .�� ca f /��yycy NJ C> :0 Y+ i./ fdZ f-D P.fV Yicr --J D ` vt w toNC:)d ` a = it C> C n d tT.wrn _ Z • O # tww! n H rmn C•7 co cr w a t. -+- -n C Z co,C-�cn Cl :; CAaCto m � •--4-+r-rn C O uY cr =b c n .Ci. -�C."-n Z�-#" _ t1? o on C) H C'? 00 crb CDLuni w z a f�cl •-3 H t # C> CTC C7 %-D O Q O cr N J c -n O H;ton Z"C a)co to b CJS C t-to co " 3 to c) ►-•c z N W # to 3:-1 H H•< O CA'p LH t+,O i\l it o d.;7d itTZ C>1 O C�co .0� C v En Z' tr7 a odo d - w Yv _. { NO • C-31mZ rn y f> XW t.� p 3:2: "C ci 4:71f, 'V Ln t' E t_ Cf)C�. tk-,> •^ •F. w _ lC> --{ ;u�TTS cp TTY t7 CJ a TTY s a (rw ()0318 ' O Jco t— O Cc coo O tT C 1 co r CO- �-z LAI444--- i O Vii:'• / I r3xw0 W i Mcn OOO _ O � tt •� t f> i i• 2 i i;.. cr- I-- U.1 w w N z mN ` t^ � NJO tnt7Q O 1L Si f O t7 0 * ' 1 rZ QNA af LAI N40 LAJ C)l KA Lai tj W • CVO t + r.• O r C O to 4'IY� J� O 03• un -:r- D_CCD O J citS C) O 1 .its Q1 rr t r r r rf r r,. tY N Q D U t.-a r In -i.'�: t M , ;•� �� r u. //r./� r _'v;, r r th C2 In •$O Q i•) O Q1 1 r i �� 1 ✓y�t �_��`. � 1� j''Y i O�O O O O to tai O t� t7 1 ',� N N Q.J O pj 'ir)• r//?r ri Ot' r.7 O LAI N tt1 1- to "� 1 r r'rrf j �/• 1 , N._ O M 1MCD 44 t fV O Cl) ".J =3 N r t* r7 W U :L e,�� 4--3 n . M r;i A co j• V C C-1 c: W o ci ca tlj Ln C) n C".. ta2 N n Ln C` i- stO ${ t/) = Q tn tO 1� d O U I'Lr Lt-CL'. V 41 n•i i ' in tn�✓.':--. G�n ! z tn� 1c��i7 o tr. i J, 1 J' .-.l— -.- t� •s t - tX_ F- • s.. M. iV c, c L•i _tel 1 I-LI U c,: c,G o.". E Z CO'j� p` N Nh v; V2 to �t-� �.�, Lrl I,- _ _ -.i0 SIC �v �- O L'.!� �:A IS- -.a .1)i�.l� rX 't2if�•1'� �...I , I� t11 i! iscre�C)._.t0 tit:.tt aJ itn at 1 L 1: .tS J}' of tiJ+�F---i��• :s ?- i• (• i,.._. y). L- fF•-- cl �L L- _7 ci.r:' - .�1:.:• _]' IvE - t rii'' c,_tr,I-- C) _- �F "�t~� ;�•`• g%.�t•:1c;`:r�._..�f-•F-t:/;..Jt..t O: _� �lu•�:- '-"f! G N � '-_ t - ! :, ( td i 1: �y .� • a% !-i�Cr:�1't JI`"- ..,T. r �F'_ .tr ;..s , a..r.,. � • .7 1� n — � c to �!"ll`� ili� III -i �-,� 11NfIIlllfll � �4 �i Lu O h Q O h e' O Il C\4 N m 0 r N o� 0 v J Q N IW U C; te 1 r n Ul v U tr O 1 _ r` •cs Q o % co } cc C tT d `r CL I F E W ¢� i at ull } V U CR 114 -J w Z` } U U cl� F- c� } J it U K ( i 3f r ti � Go a c, Mo tt F CP C'L wit}'Q `, 3 a I a $ 1C., ` `ti ote o Nca tin _ o 10 cr F t cis G ` T CJ Mi c t I EL cr l ( . t ,. ►- 'GCS _ U / C) _(1 /. t� ,LA(•1�i G a� `.! C.I `� [ ! �! i::t •n % w 00320 c CERTIFICATION COUMT ALCOHOLISM PRO;RAM BUDGET DUE JUNE 19 1976 Submitted by CONTRA COSTA County for Fiscal Year 1976:777 CERTIFIED DOCL�`ME TS: Attach certified copies of the following: ATTACHED (1) The Board of Supervisor' s resolution or ordinance adopt- ing and submitting the County Alcohol Program Budget. (2) Indication that the Alcohol Program Budget has been reviewed by the Local Alcoholism Advisory Board. ATTACHED (3) The Board of Supervisor' s resolution designating the alcoholism agency (in accordance with the welfare and Institutions Code, Section 19923(a)) . ATTACHED (4) The Board of Supervisor' s resolution appointing the Alcoholism Advisory Board (in accordance with the Welfare and Institutions Code, Section 19925) . IN PLAN (5) Indication of the appointment of the County Alcoholism Administrator (in accordance with the Welfare and Institutions Code, Section 19923(a)) . IN PLAN (6) A description of the procedures used to insure citizen and professional involvement in the county' s alcohol program planning process 3t all stages of its develcvment and indication that the Local Alcohol Advisory Board has reviewed those procedures. IN .PLAN (7) A description of the procedures employed to protect Patient lights. WE CERTIFY THAT: (A) The Alcoholism Progrrm will be administered accord- ing to Division 11 of the Welfare and Institutions Code. (B) All persons employed in this Alcoholism Program (directly or trough contract) meet applicable requirements contained in Division 11 of the Welfare and Institutions Code. (C) Employment of personnel shall be made solely on .' the basis of merit, without regard to race, creed, color, or national origin or ancestry of individuals considered. (D) Services and facilities shall be provided to patients without regard to their race, creed, color, national origin o: ancestry and no one will be reused ser- vice because of inability to pay for such services. Chairman, Board of Supervisors 5-27-76 (Sic-na p _tie Date CMAIF4 F GGt�ER>:=1�G GrD/Y -/R�AUir.OP.Z�.:.t+l DESIGN EE - �- l%' l I f-CiCltii/�L 5-? -7 S igna a:re Date COUNTY ALCOHOLIS;•i ADMINISTRATOR L:,3n boa rd order 00321 t ` In the Board of Supervisors of Contra Costa County, State of California May 25 , 1976 In the Mauer of Extension of Agreement, Subdivision 4477, San Ramon Area. IT IS BY THE BOARD ORDERED that the Subdivision Agreement Extension with Shapeli Industries of Northern California, Inc. is hereby approved, extending its Agreement with the County for construction of certain im- provements in Subdivision 4477, San Ramon area, through June 17, 1977. The foregoing order was passed by the following vote of the Board: AYE: Supervisors J. E. Moriarty, W. N. Boggess, E. A. Linscheid, J. P. Kenny. N0: None. ABSENT: None. ABSTAIN: Supervisor A. H. Dias. Supervisor Dias stated that hei wished the record to show he abstained from voting for the reason that he is an employee of the Founders Title Company. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this2 thday of_ May . 19 76 J. R. OLSSON, Clerk B �. Deputy Clerk Originating Department: Public works Jean L. Miller Land Development Division cc: Public Works Director Director of Planning Shapell Industries of Northern California, Inc. 1?87 Laurence Station Road Sunnyvale, CA 94036 00322 APR 23 191b SUBDIVISION. AGKEL:.R:E�4T EXTENSION Contra Costs Subdivision number: Subdivision 4477 Subdivider: Spell Industries of Northern California, Inc. (Original) Agreement Date: June 17, 1975 Surety Lame: Safeco Insurance Company of America Bond No.: 25334080 Amount: S 566,100 Date: June 17, 197S Extension New Termination Date: June 17, 1977 This Subdivider and his Surety desire that this subdivision agreement be extended through the above date; and Contra Costa County and the Surety hereby agree thereto and acknowledge same. MAY 25 1976 Dated: , CONTRA COSTA COUNTY C er Vernon L. Cline INSUR UCE C(MPA19Y OF AMERICA Acting bli I s Director � 0 Sansome St., San Francisco, CA 94111 By ( t� Surety . De uty GreaorgX1, orney-in-fact RECOMMIDED FOR APPROVAL. f`' 1, zo- Assistan,rPublic Works Director FOPANI APPROVED: JOILN B. CL.AUSEN i+ County Counsel Deputy (DOTE: SUBDIVIDER'S AND SURETY'S SIGNATURES TO BE NOTARIZED) LD-16 (Reit. 2/76) Miaofilmed with board order 00323 r . AMOWLEDGMEW BY SURETY STATE OF CAUFORMA SS- ` �W.Secsain County of San fracrciS o t 9�6,before me. On this____----UMWY of off3a in the County of Francisco a notary public in and for the State of California with ininciQr residing therein.duly cote n ssioned acrd sworn.Ply Pl'�instrument as the attorney-in-fact of the----- there.. ----- known to me to be the person whose rratnt is subscribed ra the of America SAFEGO Insurance C.aerro ► ration the corporation named as Surety in said instrutnen t,and acknowledged tome that he subscn'bed the name of said corpo thereto as Surety,and his own namo as attorney-intaCt- +� aTNESS WHEREOF,t have hereunto set my hand and affixed my offrcial seat,at my offuce in the aforesaid County, IN Wt the day and yearintthistuna caan tro t above w ifiittttut it M.Lit. BENNIXG z Public 14aiAtY PtyuiS-tttllc;+�U► E Aotaty . cm A"3 t:OU"TV of SAN oxmas= MY C<X1►MtiS1t1M E7tl1ns MARC+ 27. 1977 ittM S-14"ins �t ttttltttttttlttttlWtatttUtlttittttitWWttUfltt f} i_y . . STATE OFCAUFY}RNTA on&& 6 - day of--May .-�uS3A t e yegr one thousand nhw COCINTYOF.. _Santa Clara .». �� limndre+dand...w....»»........... before gree,...»......»»....._»..»........»........»..»»...»,., a 8otary Ptrbtir�State of Callfornda,tkdy eommWoned and sworn,personally appemrad».. .dames C. Ghielmetti ». ..»..»................... f known to enc to(re the ptrsott..»whose ruerrie : ...T:,�.5Ut*cribfd to the within � t a t SEN. *vin n errt and**nowkd&W to nee ttct...»hr ixiecuted'them'se. I WJZA%4 A. JOHW550H tilt WITNESS WXEREQFI bare F.eireereto set my luted and affixed myW. , ;::}' i'*33UG in Santa... ..a�eentyo!»Cal form /teda and year f SANTA CtA2A COUXW of aidd seal � y y My C4mwiWon Expkes:4m.27,1979 in ads cxrti(etate f wnttate Hulsey Pour i<;;)ae of Cat tvrrua QMy Commission expifes ms✓a� j./. 1,/,. tbo%ti4cry's Form No.32-Adxwu*JvcwAnt--Gc=*I fC.G ice.119(b) Painted t2f72 00324 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COM)TY, STATE OF CALIFORNIA In the matter of Approving ) Mav 25 ' 24-z— ,,� and Authorizing Payment for ) Property Acquisition(s) . ) IT IS BY THE BOARD ORDERED that the follovring settlement(s) and Right .' of flay Contract(s) are APPROVED and the Public Vorks Director is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow: Number Amount Oak Road #4054 Jack R. Brown, et ux May 14, 1976 Title Insurance and $52,000.00 Proj: #4054-4189-74 Trust Company Walnut Creek Area Escrow IOK-245390 The County Auditor-Controller is AUTHORIZED to draw warrant(s) in the amount(s) specified to be delivered to the County Supervising Real Property Agent. The County Clerk is DIRECTED to accept deed(s) from above-named grantor(s) for the County of Contra Costa. The foregoing order was passed May 25, 1976 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. Nitness my hand and the Seal of the Board of Supervisors affixed this 2 th day of May , 19��. cc: Public L-orks Director Count* Auditor-Controller J. R. OLSSOII, CLERK Counts- Administrator By can L. Miller Deputy Clerk Form 0032✓ 75-10--'00 In the Board of Supervisors of Contra Costa County, State of California May 25 19 .7fL In the Matter of Approving Agreement with Roy Jorgensen Associates, Inc. for Maintenance Management System Support for the Period of July 1, 1976 to June 30, 1977 On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that the Agreement dated May 25, 1976 with Roy Jorgensen Associates, Inc. providing for Maintenance Management System Support for the period of July 1, 1976 to June 30, 1977 at a cost of $12,372.00 is approved and the Chairman is authorized to execute the Agreement. PASSED by the Board on May 25, 1976. 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 oforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supers Maintenance Division affixed this 2 5 t h day of M ay . 19 76 cc: Arthur G. Will, County J. R. OLSSON, Clerk Administrator By. c/,/�;. Deputy Clerk County Auditor-Controller Robbie tierce Public Works Director (2) Roy Jorgensen Associates 00325 H 20 895 10161 s i AGREEMENT FOR CONSULTANT SERVICES TO PROVIDE ROAD AM FLOOD CONTROL MAINTENANCE MANAGEMENT SYSTEM SUPPORT This Agreement, made and entered into this day of 14AY 2 5 1976, by and between Contra Costa County, California, hereinafter referred to as the COUNTY, and Roy Jorgensen Associates, Inc. , engineering and manage- ment consultants, with regional offices in San Jose, California, hereinafter referred to as the CONSULTANT, witnesseth that: WHEREAS, expenditures for maintaining the Contra Costa County road and flood control facilities represents a significant segment of the annual budget for the County, and WHEREAS, the County has implemented a new system for rrore effectively managing its road and flood control maintenance operations, and WHEREAS, the system requires specialized support services directed towards insuring that the system operates effectively, and WHEREAS, the consultant has demonstrated competence and unique qualifi- cations in developing and implementing the County's new system, NOW, THEREFORE, the parties hereto agree to the following terms, conditions and covenants: L OBJECTIVES The basic objective is to provide support services for the effective operation of the Maintenance Management System for County road and flood control operations. -1- Mia ofilmed with board order 00327 Specific objectives are: 1. Provide surveillance of operations under the system and furnish guidance and assistance in needed corrective actions. 2. Review and revise, as necessary, the maintenance service level, production, work method and cost standards, 3. Prepare the annual maintenance Work Program & Performance Budget based on the revised standards and the updated mainten- ance feature inventory. 4. Define the labor, equipment and material required to carry out the computed Work Program, 5. Furnish forms and other administrative materials needed to schedule and control county work forces, 6. Furnish data-processing services needed to prepare work programs and budgets, crew day cards and performance reports. II. SCOPE The work items outlined in Section III relate to road maintenance and flood control maintenance operations. III. WORK PLAN The work to be performed under this agreement and the work schedule and estimate of requirements is shown in EXHIBIT A. Included are: -2- 1 00328 Services - • On site reviews, • Quarterly operational evaluations, • Training sessions, • Guidance in keeping the system current, • Annual evaluation of standards, • Preparation of annual work program and budget, • Determination of resource requirements, • Development of training materials, and • Computer services. Supplies - • Crew day cards • Scheduling and reporting forms • Computer forms IV. SCHEDULE The work will commence upon notification of acceptance of this Agreement by the County, and work will be completed by June 30, 1977. V. BASIS OF AGREEMENT The COUNTY and the CONSULTANT mutually agree as follows: The CONSULTANT will: I. Supply forms and procedures required for operation of the system. 2. Provide training in maintenance management to supervisory personnel. -3- W410 0 4040 3. Provide professional staff to review performance, meet with the County supervisory personnel and guide corrective actions. 4. Provide professional and technical staff to develop, collect and code input data. 5. Keypunch input data. 6. Furnish computer services to produce: • work programs and budgets, • crew day cards, and • performance evaluations for road and flood control maintenance. THE COUNTY will provide: 1. Statistical and financial data, maps and charts from County files and records as requested by the Consultant. 2. Administrative and supervisory personnel to supply information and review work programs and budgets. 3. Work performance reports to the Consultant as provided in System procedures. 4. Office facilities for Consultant personnel as required for interviews, meetings and data collection. VI. BASIS FOR PAYMENT The County will pay the Consultant as full compensation for all services, expenses and fees associated with services performed under this -4- 00330 Agreement as follows: Twelve Thousand Three Hundred and Seventy Two Dollars ($12,372) as follows: Twelve (12) monthly payments of $1,0 31. 00 beginning July 31, 197 6. VII. TERMINATION This Agreement may be terminated at any time by written notice by either party. Monthly payments made through the effective date of termination shall represent full compensation for services rendered by the Consultant. Upon such termination, Consultant agrees to turn over to County every- thing pertaining to the work possessed by him or under his control at that time. VIII. TIME PERIOD This Agreement shall become effective upon the date of its accept- ance by the County and shall terminate upon completion of the work plan, unless sooner terminated as provided in Section VII. IX. INSURANCE The Consultant shall, at no expense to the County, furnish certificates or other evidence acceptable to the County of (a) public liability insurance of at least $250, 000 for all damages,arising out of bodily injuries or death to any one person and at least $500,000 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $50,000. Thirty days notice of policy lapse or cancellation , is required. -5- 00 -331 X. STATUS The Consultant is an independent contractor and is not to be considered an employee of the County. XI. INDEMNIFICATION The Consultant shall defend, save, indemnify and hold harmless the County and its officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder. IN WITNESS WHEREOF: ;' /* Date s• , 1976 ROY R) RGENSEN f IATES, INC. By Jo S. JorTns Vice President Date 1975 BY Willa Mae Zeeman Notary Public My commission expires-'JulyI '197q" ; . Date MAY 25 , 1976 CONTRA COSTA COUNTY ► s By �• A 14ST: J• R. OLSS CL K` By iobbie utierrez ONLY Q C,s1"'I county d'hG�cct�e'. a 00332 BASIS FOR COST ESTIMATE CONTRA COSTA COUNTY MAINTENANCE MANAGEMENT SYSTEM SUPPORT SERVICES Fy 76-77 Personal Services: Project Manager 40 days @ $80 $ 3,200 Employee Benefits @ 26% 832 Firm Overhead @ 83% 4,032 Expenses: Transportation 40 days @ $15 $600 Miscellaneous (Typing, phone, reproduction) 300 $ 900 Computer Services $ 311000 Fee: Allowance for non-reimbursed costs $ 1,094 and fee or profit TOTAL $121372 00333 EXHIBIT "A" H Az .6-P Z w. o. ,d, o co ec m co o o ,. m0W UUV U U WUW z x x = x � x a a xxx x x x x x x w x x W z ti xxx x x x W x x � W A CO A z x E+ V cr, PQ U1 xxx x W � P4 wx < o 3 zW � UW xxx x . zw h zH CO Mto o � a ta U cis o >, 0 m �a a $ A H Cd >. o 0 0 cif o .� 3 as Cd 0 -46 14 S4 wm wa� > w 4cts co CdA V cd� Cd a, z sem. 3 ,� c m W Cd >b44 94 14 o $140a) o atC U o �• �• $ S. ... �e o U ►-" ¢ At U o s a x m W Uca .-' i A o 3 W o a W 0 m •.+ m m ca cd v 3 ...t 0 3 c� � .� $ CIOC � va O W °U' o Cd C4 zs Q at 4 o ai 0 C) .4 m aa � a o O p., cd .o v U U ca U rl N M to tD C- 470 G; C 14 k U2 O In O 00334 C � In the Board of Supervisors of Contra Costa County, State of California May 25 ; 1976 In the Matter of Bids for the North Richmond Street Improvements Project, North Richmond Area. Project No. 0565-4285-76. This being the time fixed for the 'Board to receive bids for the North Richmond Street Improvements Project, North Richmond area, bids were received from the following and read by the Clerk: Bay Cities Paving and Grading; Richmond George Peres Company, Richmond Eugene G. Alves, Pittsburg Asphalt Surfacing Company, Richmond G. L. Hasenpflug, Vallejo 0. C. Jones and Sons, Berkeley Ransome Company, Emeryville ; IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation on June 1 , 1976. PASSED by the Board on May 25, 1976. I hereby certify that the fore9aing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid c c: Public Works Director Witness my hand and the Sed of the Board of County Audi tor-Control 1 er S"PO"ba 's affixed dds2 5th day of May . 19 76 J. R. OZSSON, Clerk By ,<,/, T ,4 Deputy Clerk Robbie Gu 'errez 00335 In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 In the Matter of Bids for the San Pablo Avenue Median Landscaping Project, Pinole'Axea. Project No. 0971-4256-75 This being the time fixed for the 'Board to receive bids for the San Pablo Avenue Median Landscaping Project, Pinole area, bids were received from the following and read by the Clerk: Watkin and Bortolussi , Inc. , San Rafael Neil Shooter, Inc. , San Rafael Valley Crest Landscape, Inc. , Concord Davey Tree, Livermore Andre Landscape, San Rafael The Cottage Company, Vallejo; IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recom- mendation on June 1 , 1976. PASSED by the Board on May 25, 1976. I hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Yorks Director Witnen my hand and the Seal of the Board of County Audi tor-Control ler S"pervi"" affixed this25thday of May . 19 76 J. R. OLSSON, Clerk By - - Deputy Clerk Robbie G ierrez It-34 1/76 15m 00336 In the Board of Supervisors of Contra Costa County, State of California May 25-------, 1976 M the Matter of City-County Thoroughfare System Funds. Mrs. Avon Wilson, Chairman, Lafayette Traffic Commission, having appeared before the Board and urged that it continue allocating funds for the City-County Thoroughfare System to aid the cities with needed road projects; IT IS BY THE BOARD ORDERED that requests for City-County Thoroughfare funds be considered in conjunction with review of the 1976-1977 County budget. PASSED by the Board on May 25, 1976. 1 hereby cutify that the foregoing k a true and correct copy of an ordw entered on Ow minutes of=W Board of Supervisors on the date ofon akL cc: Lafayette Traffic Wkneu my hand and the Sed of the Board of Commission Acting Public Works affixed this25thdoy of May . 19 76 Director County Administrator J. R. OLSSON, Cleric Deputy Clerk Maxine M. Neuf d H•24 3/76 lSen 00337 _ C In the Board of Supervisors of Contra Costa County, State of California Kay �5 : 19 76 In the Matter of Authorization to Install Drainage Facilities on Hazel Avenue, Richmond Area. Work Order 6090 IT IS Br THE BOARD ORDERED that the Public-Works Director is au— thorized to make arrangements for the issuance of a purchase order not to exceed $5,606.08 to Sam Levy Company for construction of drainage facilities on Hazel Avenue in the Richmond area. This work consists of installing 320 feet of C.M.P.A, construction of one new Type A drainage inlet, and reconstruction of two other drainage inlets. The Public Works Director has advised the Board that this work is considered exempt from Environmental Impact Report requirements as a Class 2 Categorical Exemption under the County Guidelines and this Board concurs and so finds. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Originator: Public Kor'.ts D?partoent � Wih+en� hand and the Seal of the Board of Hainteaance Division pe^'iSom affixed this 25tilay of May , 19 76 cc: Public Works Director County Auditor-Controller County Administrator J. R. OLSSON, Clerk By i Deputy Clerk Ban . z er 00338 In the Board of Supervisors of Contra Costa County, State of California May 25 . 19 76 1n the Mater of Approval of Surety Tax Bond. IT IS BY THE BOARD ORDERED that Surety Tax Bond No. SMR 630 46 48 for Tract No. 4864, Concord, with Edward L. Nichols and Pauline M. Nichols as Principal, in the amount of $1,500 is APPROVED. PASSED by the Board on May 25, 1976. I hereby certify that the fangoinp k a true and corred copy of an order mimed on the nunues of said Board of Supervisors on the dale aforesaid. cc: Tax Collector M/*mm my hand and Ow Sed of the Board of (with copy of bond) supervsom affixed this 25 day of May 19 76 J. R. OL.SSON, Cleric BY. aC alt Deputy Clerk Bonnie Boaz ef H-24 1n6 ism 00339 t EDWARD W.1_E.al. ALFRED P.LODE r County Treasurer-Tax Collector Assistant Couety Treasum- TAX COLLECTOR'S OFFICE Tax Collector FirrDu.o d Payable 01 rasa. CONTRA COSTA COUNTY a,�,at�a.at at Taxes " oa the First Dar Of NonaDas ea the Tooth Day of Dececber ------------- UAKMEZ.CALIFORNIA ------------- Second las`a lmeat of Tam" Pbs"226-30W.Eat.239S Secoad lastaltment of Taxes Due and Parable on the First Dar of Fabrvarr Hay 21, 1976 an the Tenth Day of April IF THIS TRACT IS MiOT FIM BY =MER 31, 1976 , THIS 1%.,- R IS VOID This will certify that I have d the map of the proposed subdivision entitled: TRACT NO. 4X64 (Cit- of Concord) and have determined from the official tax records that there are no unpaid County taxes heretofore levied on the property included in the map. The 1975-76 tax lien has been paid in fu3,1. Our estimate of the 1976-77 tax lien, which became a lien on the first day of March, 1976 , is $ 1,50(3.00 BDW%RD W. M" Tac Collector RECEIVED ca MAY 2 5 19i?6 J. R. WWII C�.7c ac sur�aveoas iaa• arra Co. Bond f, SHR 630 46 48 ® FI REIIAN'S FUND 'r',.z.:.ii�z-7:��i:d!ar*.,Nis Ir�nd it , a -Dotan pe:am= = • AN'IERICAN INSURANCE COMPAXIES SUBDIVISION TAX BOND KNOW ALL MEN BY THESE PRESENTS: That we as Principal, s EDUAR[1 L_ }JICHQI C A}hn P�IrI INF M� NtPgM t s p s and FIREM4NIS FUND It+SItR,AtICE CON PAN:v , as Surety, are held and firmly bound unto the COUNTY OF CONTRA COSTA , State of California, in ,the penal sun ofONE THOUSAND FIVE HUNDRED At1D MO/joo - " - - - - - - - ( 1,500.00 ) DOLLARS, lawful money of the United States of America, to be paid to the COUNTY OF CONTRA COSTA State of California, for which payment, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The conditions of the above obligation is such that WHEREAS, the above named principal is about to file a map entitled, GROOT TERRACE SUBDIVISI0:1 TRACT NUMER 4864 and, WHEREAS, there are no liens against the subdivision or any part thereof for unpaid state, county, municipal or local tares or special assessments collected as taxes, except uses for special assessment not yet payable. NOW, THEREFORE, if the said Principal shall pay on or before December 10, 19—' all taxes, and assessments which are now a lien against said tract, or any part thereof, but not yet payable at the time of filing of the cap of said tract, hen this obligation is to be void and of no effect; otherwise to remain in full orce and effect. SIGNED, SEALED AND DATED this 24TH day of 14AY , 19_76. EDWARD L: NICHOLS AND PAULINE K_ }1hrH0LS BY.. �f.. .Cr. _ FIREIIIANIS FUIM It1SURANCE COMPAk1= ?i . Surety Q Na ret J uran Attoirney-in-Fact 360092-8-65 E�ard crd�r is r•'•.:J NOTARIAL ACKNOWLEDGMENT ATTORNEY IN FACT STATE OF CALMOR?" Oe tl� _ Z xh ____dnr o[.._ lldt�C_ �_ ,ia_..7.6_.,before b S me, 1�ev3__Y;_L`ter_.._ _ __...__.._..__ __.__.__.___..,a Notary Public in and for _..__ ...__ CONTRA COSTA said. _ .County,State aforesaid, residing therein,duly commis- --_ _. . _IVTi2A. COSTA._ '..r*-��r�t �. �',r^a:. sinned and svnotn. personally appewed ..__._._ _ .__.........._... ... .._....._.......... ...... _... Lmo+wn to me to be the person .:chose name is subscribed .to the within instrument as the attorrn}• in fact of FIREMAN'S FUND INSURANCE COMPANY and ar6a%dedged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto,and his own as attorney in fact t»:tI:1rOlUIINptNlttlaq►tf tittlttNltl•:rlft'Ililll7� F 1 l'*.L EO I have hereunto d o FJct L s « 1\ tl'IiTFSS WHEREOF. xt my hand an adiced o�cial seal, ►ire• • �" ,, ,1.. VEVA M. Cf'tAeaER atm ofiit�r in th a said County of CQ�TRA COSTA :: A.-a�•w: L C i-t RN } _.....__. ._............... _._...._..._....___. •r;;;1 NQT.ZrY PVL C� A dw dr}• and yru in this ertt&--&tr first ttm v /��l. above wci + r t.a;::a.:u.�.t. •.s••, ., .,. �...-::,tsl.lt..'i �64A 11. Cr^c.�8r ___.._. ....c:.._.... _ ..._ ....._..._._._..._....�..._._ Notary _._ in and for the ___._..____.__ —County of__.. Sla w of californilL MY commission expires__.. 360042-3-75 00341 `.;'2r ;r'."rnad with board order In the Board of Supervisors of Contra Costa County State of California May 25 , 1976 In the Matter of Approval of Surety Tax Bond. IT IS BY THE BOARD ORDERED that Surety Tax Bond No. B-806417 for Tract No. 4822, Wartinea, with Ovens Mortgage Company as Principal, in the amount of $21,000 is APPROVED. PASSED by the Board on May 25, 1976. I hereby certify that the fano inp is o true and cored copy of an order erMered on the minuMs of said Board of Supervisors an the date oforesaid. cc: Tax Collector W'tneu 'ny fond and the Seal of the Board of (with copy of bond) Superwbors affixed this 2'5 day of May 1976 ,,�� J. R. OLSSON, Clerk By, �_. �a^�r ` /�T/: Deputy Clerk Bonnie Boaz H-24 3136 ISm 00342 EDWARD M.t.fAL ALFRED P.LOtdELI County Treasurer•'Itis CoUectar Assistant County Treasurer- Tss Coffeetor TAX COLLECTORS OFFICE ritaInstuUment of Texas Fust fasmllwaat of Taxes Due and Payable CONTRA COUNTY DalLgaaat an the First Day of iferenbec as the Teafet Day of Deceat+er YARMEZ.CALIFORNIA ————————————— second inataumaat of Tries Phsae 228-3=.Eat.2395 secoed.Lutausiess at Taxes Due and Payahie Defingseat an tt a First Day of Fobmwy May 21, 1976 as the Tenth Dar of AprU IF THIS TRACT IS NOT MM BY OCTOBER 31, 19 76 , -THIS ISTTER IS VOID. { Tais x311 certil�r that I have exanined the map of the proposed subdivision entitled: TEACT 290. 4M (City of Martinez) and have deter deed from the official tax records that there are no unpaid County taxes heretofore levied on the property included in the map. The current 1575-76 tax lien has been paid in Hill. Our estimate of the 1976-orf- tax lien, which became a lien m the first day of March, 347 is 3212000.00. SWARD W. Tax Cone RECEIVED dl s. s=i a� o- wxav�so�s miaoffiffwd udf bocW order 00343 Bond No. B-806417 - • - BOND AGAINST TAXES Premium: $218.00 - KNOW ALL M. BY THESE PRESENTS: THAT = OWENS MORTGAGE COMPANY, a Corporation , as principal and (Surety) UNITED PACIFIC INSURAKE COMPANY a corpora tion � organized and existing under the laws of the State of WASHINGTON . and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra ` Costa, State of California, in the penal sum of TWENTY ONE THOUSAND, f AND N0/1OO - - - -- Dollars ($ 21,000.00 ), to be paid to the said ,County of Contra Costa, for the payment. of which well and truly to be .made, rye and each of us bind ourselves, our .heirs, executors, administrators and successors, jointly and severally, � • f t firmly by these presents. ` Sealed -with our seals and da ted this 20�' day of • •i HAY , l g 76 ; . i The conditions of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled TRACT 4822 ' and covering a subdivision of a tract of land in said County or Contra s ' Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, which taxes and special assessments collected as taxes, are riot as yet due or payable. i NOW, THEREFORE, if the said PRINCIPAL _ shall pay all of the taxes and special assessments collected as taxes which are a lien against said tract of land covered by said map, at' the' time of the filing of said map of said Tract, then this 1 obligation, sliall be void and of no effect. Otherwi a 'it shall re- main in full force and effect, ` • t>iiEliS 1'!O a Corporation By: • •• rci • � ' . UNITED PACIFIC IN COMPANY • S ACi:1d0'i%1,T3�rs T George H/Kmeger, ytd nejr iii'fact: ' (BY SURETY) ; # State of California i County of " 4 County in i:. is . acknoule -ement is taken. ' On , before me, , a Notary Public, in ' 4 and or said County at and Ste, personally appeared -ff known to me to be � • or the corporation that executed the within nstriim.ent and also ::noun to me to be the person who executed it. on : behalf of such earpora tion rind ackn3wledged to tPe that: such corporation # t executed the within;irv:strutnent pursuant to its try--lairs or a resolution of its boird or directors. iI aGEUV1011 LID ve Vyljk E2.. , of State of California 1 ss: County of Contra Costa 1 On May 20 19 76 , before me, the unders4ned, a Notary Public in and for said County, personally appeared George H. Krueger known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY,as Surety,and his own name as At tarney-in-Fact. My Commissionsires IS..U��4.,omry Public in and for County — ODU•1818 ED—=KALIF.) ffiaofiltned with board or&r 00344 l � , In the Board of Supervisors of Contra Costa County, State of California May 25, ; 14 76 In the Matter of Inquiry Concerning the Faster Plan Study of Buchanan Field. Work Order 51455 The Board on April 27, 1976 referred to the Public Works Director an April 35, 1976 letter from Hr. Larry J. Hancock, President, Diablo Airmenrs Association, 3,369 Hosal Lane, Concord, California 94521 inquiring about the possibility of including in the Mster Plan Study of Buchanan Field a report of the financial impact of the airport an the community; and The Public Works Director having revie-ded the request and discussed the matter vith the Federal Aviation Administration and the consultant, finds that adding the financial irspact element to the Study cannot be supported at this time on a cost-benefit basis and that many of the financial impact items are included in the Buchanan Field Mister Plan Study; and Unan the recommendation of the Public :lodes Director IT IS BY THE BOARD O.rWJW that the aforesaid request is denied. PASSED by the Board an kUy 25, 1976. i hereby certify that the foregoing Is a true and eorred copy of an order entered on the minutes of sold Board of Supervisors on the date aforesaid. Oris;. Public 17orks roepartrant Witrems my hand and the Seal of the Board of Airport Division Supervisors affixed this 21dap of ;lay . 19 70 cc: Diablo Air.man's Associatimn Public '•'ors Director Airport -:;:onager J. R. OLSSON, Clerk Director of Pla.-Din- By Qom,/ Deputy Clerk Count.} Adrainistrator ff Jean L. Hiller Federal Aviation Administration Daniel, ibnn, Johnson & t-�andeahall H-24 W,(*lSm 00345 CONTRA COSTA COUPITY PUBLIC WORKS DEPARTMENT Martinez, California May 25, 1976 A G E N D A REPORTS Report A. BUCHANAN FIELD - MASTER PLAN STUDY - Concord Area On April 27, 1976, the Board of Supervisors referred to the Acting Public Works Director a request by the Diablo Airmen's Association to add a Financial Impact Report to the Master Plan Study presently underway for Buchanan Field. The study is being conducted by Daniel, Mann, Johnson and Menden- hall and is being financed Faith County and Federal matching funds under the Federal Aviation Administrations Planning Grant Program. The Public Works Department has reviewed the request and discussed the matter with the FAA and the consultants. According to FAA representatives, studies of the airport's financial impact on the community are not included in the format unless needed in feasibility reports for an airport site. in the opinion of this Department, adding the cost of a Financial impact Report Element to the Study cannot be supported at this time on a cost-benefit basis. However, many of the financial impact items, such as business use of aircraft, revenues and tares paid by. airport users, etc. are included in the Buchanan Field Master Plan Study contract. The Public Works Department recommends that the request be denied and that the Board concur with this report. (RE: Work Order 5455) NOTE TO THE CLERK OF THE BOARD: Send copy to Diablo Airmen's Association. 0U�`,nn rr _ (A) . i In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 In the Matter of _ Memorandum from County Administrator relative to County Lease Space Requirements The Board having received from the County Administrator a May 24, 1976 memorandum transmitting a schedule of the leases for space presently in process for County departments and additional lease space requirements; and The County Administrator having recommended that the Real Property Division, Public Works Department, be authorized to negotiate for lease space as follows: 1. District Attorney, Family Support and Collections Division, Central and West County area; 2. Marshal, Mt. Diablo Muncipal Court, Concord; 3. County Auditor-Controller, Purchasing and Data Processing Divisions, Martinez; 4. Public Defender, Richmond; IT IS BY THE BOARD ORDERED that receipt of said memorandum is hereby ACKNOWLEDGED and REFERRED to the Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) for report on June 8, 1976. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Orig: County Administrator Witness my hand and the Seal of the Board of cc: .Public Works Director Supe Real Property Division affixed this 25thd of May . 1976 District Attorney J. R. OLSSON, Clerk County Auditor-Controller Marshal, Mt. Diablo BY T Deputy Clerk A� H 24 '2n4 ' Sicipal Court R G bbie ierre Public Defender 00347 e - e In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Legal Defense. IT IS BY THE BOARD ORDERED that the County provide legal defense for the following individuals in the court actions indicated, reserving all of the rights of the County in accordance with provisions of California Government Code Sections 825 and 995: NAME and DEPARTMENT COURT and ACTION NUMBER Mr. William A. O'Malley Superior Court, No. 164047 District Attorney David Charles Pincus and Denise Levern Pincus, Plaintiffs - Civil Service Commission Superior Court, No. 162038 Mr. John A. Davis Donald H. Waldon Probation Petitioner PASSED by the Board on May 25, 1976. 1 hereby cerIfy that the fanning k a true and correct copy of on order eMKed on the wants of said Board of Supav6on on the date ofonwak. cc: District Attorney 1Mdnhs my land and the Seal of the Board of Civil Service Commission 5ap'V"m Probation Department affixed flde5jh dolt of May , 19 76 County Counsel County Administrator J. R. OLSSON, Clerk Deputy Clerk riaxine M. %Teufeld H•24 3/7615m ^0^ ,8 z In the Board of Supervisors of Contra Costa County, State of California May 2 5 1976 In the Matter of - Approve Contracts for Inspection Services with Messrs. J. M. Nelson and Robert G. Grady for the Administration Building Remodel - Phase III, Martinez. (Work Order No. 5274) . IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute contracts, effective May 25, 1976, for inspection services by Messrs. J. M. Nelson and Robert G. Grady; said services to provide for inspection of the Administration Building Remodel - Phase 111, 651 Pine Street, Martinez. PASSED by the Board on May 25, 1976. 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 Originator - P. W. Dept. Witness my hand and the Seal of the Board of Buildings and Grounds Super cc: J. M. Nelson affixed this 25th day of___MU 1976 R. G. Grady J. R. OLSSON, Clerk Public Works Department B f,L/�,. , � �. '� Deputy Clerk County Auditor-Controller y p Rob bie tierrez H 24 9175 10M V v $�)ecl:'l L:'n-:.!_T:f-(`-'i;?',-,:t!':itis ; i!it:ive SC'2'Vtcc!i Ci?iisLiu,'i. .)Il litz;Pect ion 1. Vnri^hlc.r, Thi F:c viria'_A_cS are incorp=orated belo,. try- refereYtcr: a. Inspector's Name & Address: RQBERI cz- CSApy, 64 Collins Drive, Pleasant Hull, California b. Effective Date: May 25, 1976 e. Pro ect 's Name, Location, & Public Entity: Administration Building Remodel - Phase III, 651 Pine Street, Martinez, CA. (W.O. 05274) Contra Costa County d. Rate of Compensation: $11.85 per hour 2. Signatures. These signatures attest the parties' agreement- hereto. COUNTY OF COi:TRIM COSTA INSPECTOR By ROBERT G. GRADY Acting Public Works Director Form Approved: John B. Clausen County Counsel By j� Deputy) 3. Parties. Effective on the above date, Contra Costa County (County- Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. County hereby contracts with Inspector, as one specially trained, experienced, and competent 67--rein, to perform the engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for the County by archi- tects and engineers in the design and construccion supervision of con- struction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of the said con- strue ion project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction super- vision z'snd inspection services include the following general duties and instructions: a, Status 4Y Relzti.nnship with County & Architect. His independent contractor e liionship with the County parallels that which exists be- tween the County and the Architect; but he is subordinate to the Archi- tect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the County- Architect agreement. -1- Miuofilmed with board order 001150 ' ' , � ;* _f. I. ! ' t t: :�. I, : . . i�:►. r ►,. .. ..4 :! t! tE IE;tti.C'It,•tI Itt:!. liC:Ci'.; .:1:•.•:•; :l'1: t :1 ..•;• . !:! t !: _ -ova t::.• .i Z:t:�. IS: :Lv I I c0^tItIC L Utl:: t11I'tHt,i. tI1C rt':I!!':1: Icy: � ,�tRI� ,. ."Fri:i�.�'t'.!,.•ti�, tlt:�I .:Ilclil t►.iL fs:;:;U:t:0' illy C:'IIt111CtOr':S ditt.iv:; tt:ui h' :,:a.1. 1.Ut i,ivr it/:.ttu� ::a•t:; aEirc- ;Lly to Llur CuttLrtacLvt•':; e�mt►14,yccG) or sill euro' r �ctt r{ ,�; vi, Ztr : t1Il i: . •.l. ._+-?: ::,?•-i. e th•! t-(AtiLceL of tiny cn:;e vhcre the County _•c}>>c: tatat!:cs rlvc ill:;tr•urt ILn:.; to the Contruc.-�r';; explv,cc::. c. Ile !;I::ill effeeLively trctilituiu clo:.e ccordinu- tion of CUtSt.a•:1Ct.o:'':; work and canner requirements by fregnetr�, refular conferences or other suitable =_:a:as, rspeeinlly ulilrc projcca.s involve al:.eratioti:; or =x1ific:atians of or ndditioas to cin exi:Aing fucactionin;, facility, which must be maintnined it:; an opera- ting unit durin- conduct of cf!astruction.:::.rk, and therefore require :;penial alertness to job conditionz uhich may affect such continuing operations. Ile :;hall coordinate necessary interruptions of norral County activities with the County and General Con- tractor beforehand. d. Farsillarit. aritli Cnntract. He shall become thoroughly familiar with 01.1 con- tract documcuts inciudiny,, specifications: drxuinCs and addenda' and he shall supervise and check the adcquae; and accuracy of requited "as buil:." drawinus prepared by the Contractor's cwploces (sce also 7-3, below). e. Personal ere-t iiec & nbsc-vnticn. Ile shall be personally present whenever work is being periorwcd• (cvcca on oacrt.iWc, rUZ;ht, holiday, or weekend basis when so directed) and shall atLerd .meetings called by t::e County, Contractor or Architect; and he shall make direct personal ob xrvations of work being performed by the General Contractor and subcontractor(r) for certification to County-Ciner that such work is beirW, perforated in a skillful manner and in accordance with the reilydrements of the contract docurents. f. Ac?vice F St:rr`s; cans. He shall advise County on all construction matters, such as suggesting caa:gc n_uc=s or reviewing construction schedules; he shall evaluate sug- gestions or modificatioaas which have been made to acco ate on-the-job problems, and report them with recowr.rndations to the Architect; and he shall review and crake recom- mendations to the Contractor oa all pay estimates. 7. Special. Puties ,, lnFtructions. The Inspector's duties specially concerning the pro- gress of the work incit.Ite the following: a. General r_ Filen. He shall maintain a file of, and be aware of the contents o'', the. local, State, reaeral, =- -U, 'YPA, etc., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the County; and he shall maintain a complete file of all drawings, specifications, contracts, change orders, directives, etc., which determine vork to be done by the Cdatractor (see also 6-d,' above). - b. Diary a Revortr. He shall maintain a bound daily diary, noting therein job problems; colferences and rerarks; and he snail subr..it all reports deeded necessary by State and Federal agencies', Architect and County, vhich shall be timely and in sufficient " detail to satisfy the purpose of the report. c. Material Records. He shall maintain records of materials and/or equipment delivered at the site, shoving manufacturers' names, catalog, =,del serial number, style, type, or other identif;ing information thereon, and noting whether they are -in strict compliance >"ith the plans, shop dr'awinga and/or srecif f catioas, or are approved by the Architect. tie shall certify to C:unty that all materials used in construction are as specified in contract doc=ents; -rad, on completion ani/or installation of each applicable item, he shall collect and esse_.�:: relevant inforaation (including guarantees, certifi- z-tes, maintenance manuals, operating instructions, keying schedules, catalog numbers vea.Z'-zrs' addresses and telephone contacts, etc., of materials and/or equipment as re- quired); ••rad at the cowpletion of the project, he shall deliver this information to the Architect for :1i ivcry to the County. 8.. Pay f^r rTr`.r ccs & R.imbursc reext. f".r TEYrcn:,es. • a. County shall play Inspector for tltcse services, at the above rate, for semi- monthly pay periods of the• lst throuZh the 15th and the 16th' throufh the last day of the month. Pnytzent will be made on the 10th of the mDntli or on the 25th of the month follow- ing the pay period if n demand billing is received by the County Public 6lorku Department an the last County >A.rhino day of the peried. b. 141-/ear c authorized by the }toad Commis:ioner-Surveyor (Public Works Dtrector) or his deputy ::hall be rc;:;urscd cat, a rate to be mutually agreed upon from time- to time reflectitx3 actual Laud changing coats. . �, _ 1'n� �: _-'- c+.•-:--�-'��. 1 •i : . i ►•�r,►•.:f:,^ s,tsy u.�r1- tia=lr-i• tl:f.• Gcntrisct, ]si,: c•c•;c : . :l,ua 1 ail hi: :•1:11 c:'♦ ^ :: c J:,: :o: it v vi t'i or trtht r nc:c lr;::lric t.t:tir •ts r of lsi:: cc,lrer=,:;r lly }^sslrlic l•i:+liilitt Im.urtutec, for nll lift: urt:; ;n joerformitig the. Glut ie:; rcciuiri•d by this CoaLruct, in uxuuttL:; of at le u;;L ,CDJ fur all d:s;.:sE;c::: tirsritit; out z:z.lam t •..�. • M 1.. ..��. .n &N.fv% evom P..N tt•1 nr w•.tirn •.�+r�..!1's {►/ arm n .r.ic.c W, . r , ruI'M :t 1 ra,cw •r•1 -tea;c� T.iall ' : !; I nrum!nc : ti7f at Ic:::a t:at^li of t:lsi cl: ~hall t:crr Ole l tjq vc tvr rtsr.'. the Cc•unLy V5 in:urLd::• 30. Tnfnm-rr -n1. nra TnternretAti n c*f Cnntrnet. The County's ne,,ent for cntareing wd Interpreting tlti s Contract shall be the County's.11oad Co=i.ssioncr-Surveyor (Public Works Director) or a deputy. 11. M jurtmnt of Cn-rcrsatirin• The rate of compensation may be adjusted by ciutual consent of the parties involved for, good cause shouu• In the Board of Supervisors of Contra Costa County, State of California - May 25 , 1192k In the Matter of Approval of State Contract Amendment #75-53767-Al (Our #29-203-3) Women, Infants and Children (WIC) Program IT IS BY THE BOARD ORDERED that its Chairmap is AUTHORIZED to execute State Contract Amendment #75-53767-A1 (Our #29-203-3) for the Women, Infants and Children (WIC) Program for the period April 1, 1976 to June 30, 1976, thereby adjusting the payment limit encumbrance from $48,001 to $43,887 with reflecting changes in the program budget and service components, but with no change in the overall service as a special supplemental food program for women, infants and children. PASSED BY THE BOARD on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seol of the Board of Attn: Contracts S Grants Unit Supwvhors cc: County Administrator affixed this 25th day of May t9 76 County Auditor-Controller J. R. OLSSON, Clerk County Health Officer State Department of Health By21, '� ' 0 Deputy Clerk Mabcine M. Neuf d EH:dg tl se 6175 70?A 0€1353 STA NJi+• . D aa��-:i_ V__�V 1 -- _::�; _ y' ,.., AAAA:, �+ LJ �.�T�.. -w.t!`.yr'.!�.",v r�:— .`'^"�. .r a' .��+ '-:* �'a.�) 1r! • / ❑ 5rAT4' AGENCY .t ATC O� a•A;..+.axav A * j •!f } f`: r i .�%'j 1 V STO, •�-_•. :•a £���i�� ; i ,/ 4i. �!• 0 CEPT.OF GEN, SEH. ❑ CONTR06.LER MIS AGREE::ENT. lade and entered into this 30th day of March . 19 76_, [] is ;`r S:atr V. C Slifomzia. by and between State of C:flrfc.—.riJ, throuegi its duly elec.ed or appointed, ❑ �uahfied and acz,,zg ❑ T.. � p. G_��C-t i`T a.,. iq� STlTa ♦GtNQ• µU w(y EF f t,ic.f :ir�nti�I r_i-rant Sr inr y Us-par_rMewr of beat 7s-53767-Al t'rri\tiit,f ci:,f;ty:.1t.J.A::r,•tl:� � i� ��� ��/ �^�✓ rcntra Cosi-+- Cnuncv _{H_ea_U nppn0 i-reent vv - hr:rc(tr• ,VMNESSETH: Tri; the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials, :is follows: ;Set jtx:h se core t:,he l ,,!Geed br Cnatnx:ror,cram-al to be Cttaue are.tsaw/t•r per;txmance rn completion.and uttach plums arid Spolcif icctions,it any.1 1. In that certain agreement between this department and Contra Costa County Health Gapartment, bated September 3, 1:75 ani approved on December 31 , 1975 by the Department of General Services: Paragraph 1 , item H on page 2 is amended to read: "Prov;de WIC Program parti- cipants with ongoing pre-natal or well-child care from a Clinic operated by Contractor and monitor receipt of health care including maintenance of records in accordance with State directives for those participants receiving .pre-natal or well-child care from health care providers other than Contractor." Paragraph 1, item L is hereby added and shall read as foil(wis: "Conduct a nutrition education program in accordance with State approved plan for nutrition education. Priorities for nutrition education services shall be: first, pregnant and lactating women; second, parents or guardians of infants; third, children and parents or guardians." The provisions on the reverse side hereof constitute a part of this agreement. IN WITLESS WHEREOF. this agreement has been executed by the parties hereto, upon the date first aba.e written. STATE OF CALIFORNIA CONTRACTOR AGENCY - CD•.'TRa•:i,;st •.4T.•[A TMAM AA �401V,OVAL,.SrAr[ AN[TN1A A COItP�II•:ION, PY:►aA•.,PAR rK.! Derkartnl-nt nf Health .tra Costa Count Health Deoartne/:t) i •f!Y FAu T"OR1ZZED SIGNATUREt B. ,A• •014t2ED S!G TU Ef i y : r' P. Kenny — TITLE, Samuel D. Yockey, ;.ssiSt.Hanager T• i` Branch Chairman, BoarwofV Supervisors Financial Managetaerat __ iCONTINI.EO On 11 SHEETS, :AC" OEAttNG NAVE Or CONTOACTOR, ♦09AE Ss 651 •Pine Stree - _ - - Oeporfinenroi General Se►�ices AMOUNT ENCUUttEREO -�vstec...Ar•�r! cr.eu e�.c�_o IrJtilGtlATF NNi.:lE AC4t./C4�LEf tlseoNLY S -S4.114 :TA-v:ES oF` IQ ,,,EAR, Public Health Federal Ir Ext A4 SECTION COOS &0,4-300 `�aatt� and -safety�.Ql-f•+ 109 1 various, see /Left'ire Cr—Ify I:Y+•R air trw 1 p.-T:•uacl hnr.•r t:dg,-*hitt 5x1 :t_ti ftsfrls Exhibit 18' uxaaarG:S:rt,.ris[4r.•cxp.-tvli flirt:+rrt.+tubf>v.r. (Revised) SI GrrA Tu At OF i�,C OU•:TtN G,F-—C Ems' —• OATIt I j'D•.tt•l��e'•Yf:/y':.a.•„f+.:!t.l,ewr::r•er.[.t.-.t.•lu•p:i..!+r-t(.,I':• 'm:f L:fr:.;.Ir.:fn!►:futt:e:•w:f:l:.tti�rK::l••m 1.t1J tslJ►r:.Y-•c a.t+m.+l..Y.!tie+:.i fret i.t..t:r.0:r✓'�.:s rw:s.;,:(tutu te:vu•w :rthlr D.•jnnw»•nt of M'tuttnrr. SIG"ATVAE OF OF&ISCEw SAGP.•t.G GN&E-A,.F of AGfu••CY I OArE Q('9,154 Microfilmed with board order 1. Thr Contractor agn-es to indefuuify. defend and ..ere harnle%s. the State, its oflivers, agents' and eanploym faun any and all elaiaks and "—s acerkunq-,or re+ultiog to any and all contractors. subeontractomoirnaterialmen, ialuwrcrs and an other pe.-.on, firm or corporation furnishing or - suppl%im;++-ark,services,materials or supplies in cvunectiun with the p t-rfonnance of thi.,.contract• an:d four am and a.) rlai�:u and !u>s<-S accruing or ri-+ult+nti to any person, firm or coruvretion :+Ito nrkti-lx:injured or danrtgcd bre the Contractor in the performance of this contract. 2. 11:e Contractor. and the agef,ts ai-d etnp:,j%ev% of C_rlutractar, in the performance of this agivvtnent, shall act in an indeptnkdent c:kpncitt and not as officers or eu{p&rseex or amts of = State of California. _ ..:,i .,•,^ ,.: 3. 'Me State may terminat..? this agntifku mkt:and Ix reiiewd of the payment of any cotksideratio:e ro Contras h ctor should Contractor fail to pki-rforin the cvvenanterein contained at the.time and, in the nimmer herein brei"—d. In the`ece•knt of such termination the Starr may proceed with the :a work in an j m:uunrr dcti knell proper-by the State. The coat to the State shall be deducted from ani suni due the Contractor under this-agreeancrkt, and the ba[ance,%if ;my, shall bei paid the :z';.-is i Contractor upon•deraand. _ :_ .::3. .'. J"t ,:�; ..C"E. :E:.- t % t.1:r•,1 - 4. Without the %vritten consent of the State: this agreement is not assignable Try Contractor- either in-whol+:or in part_ - 1'. .. ...:t.1�a+ r:r s � a:Tune Ls•thcrelseKecti'of this agrectnetat. . _ ���::si • 'l•.1:.. J.. .t Jfy►. ti.3 S. No alteraSon or :ar:;n:i:.n of the terns of this contract spall be valid unless made in writing afid signed by the parties hereto,:ukd n;orad uim k:tsbutfing or agreement not incorporated heroin, shAl lx hinding oil any of the parties hereto. . t j:`-: • .:;;ts i? :r� 7. The consideration to be paid Contractor, as provided herein, shall le in compensation for all of Conlrrctois rxprnuc-s incurred in the performance hereof, including travel :and per diem,: r_; r • ; •, --_ unless othr:uice expucssly so provided. _. -_•.. �~ ii J • i - ..�_•v.1:a':.:j.•r•:fit ."{5r.:::� :gtx:mac'. ,;�. ... ._..-..�_. ._.� _ r _ - ., f. _._.'-" --- _ ."- ..... -..C��.f.4•i_. __.:'r�7.'"jF1Utl`s: Ga'w.{«'::' • ..._�..�. ^ - • `z' •i t 1:rte_, � .. .J. . ..^^ � ♦ .ire � � . MC4 APR 9 7 1976 09355 Contra Cassa County (Health gepar ment) Contract 775-537fs7-�i Page Paragraph 7 on page 3 is amended by substituting the figure "$43,827" in place of the f:cure Paragraph 8 on page 3 is amended :o read: "Budget": See attached Exhibit 'i:' (Revised) ." Paragraph 9 is hereby added and shall read as follows: "Contractor agrees upon noti- fication of teraination of contract so cooperate in any and all efforts to refer patients to alternate sources o: care and to atter.pt to maintain continuity of participation in the WIC Pro gran for such persons." Paragraph 101 is hereby aided and shall read as follows: "Contractor shall not deny ser- vice nor threaten to deny services to participants on any basis other than those deFined in State and Federal eligibility guidelines nor shall Contractor use the WIC Program to pro-note interests other than those described in Federal regulations and the State Standards ?:anual." Paragraph 11 is hereby added and shall read as follows: '?he effective date of this amendment shall be April 1, 1976." ?. All other teras and provisions of said agreement shall remain in full force and effect. UU3545 Contract No. • Contra Crista County (Health Department) Exhibit `S` ?,evise3) WIC BUDGET Prior Adjustment flew Approved (Effective: Approved 1. Clinic Costs Amount 4/1/76) Account Public Health !Burse $5,421 +$3,969 $9,390 Public Halth Nutritionist 5,448 - 948 4,500 Fringe Benefits, 172't 1,848 + 514 2,362 (509-790-64-00) Total Clinic Costs $12,717 +$3,535 $16,252 11. Administrative Costs Clerical $28,452 -$110650 $110,802 Fringe Benefits, 17% 4,837 - 1,981 2,856 Travel 1,620 + 380 2,000 Office supplies 375 + 325 700 Rent - 0 - + 500 500 (809-790-65-00) Total Administrative $35.284 -$12,426 $22,858 Costs 11. Nutrition Education Costs Nutritionist - 0 - +$1 ,601 $1,601 ($1,067 x 50$) Community Aide - 0 - + 2,097 2,097 ($699 x 100%) Fringe Benefits 170 - 0 - 629 629 Travel - 0 - + 150 150 Equipment - 0 - + 300 300 (009-790-61-00) Total Nutrition - 0 - +$4,777 $4,777 Education Costs TOTAL BUDGET $48,001 -$4,114 $43,887 . OUtt) In the Board of Supervisors of Contra Costa County, State of California May 25 , 1976 In the Matter of Approval of Contract #20-025-1 Richmond Unified School District for child care for WIN enrollees IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #20-025-1 with the Richmond Unified School District for the period July 1, 1975 to June 30, 1976 for the purchase of child day care services for Aid to Families with Dependent Children WIN (Work Incentive) enrollees at a cost not to exceed $21,6 60 in Title IV-C funds. PASSED BY THE BOARD on May 259 1976. I hereby cer* that the foregahM Is a tna and correct copy of on order entered on the minutes of said Board of Supervisors on the date oforesoki. Orig,. Human Resources Agency Witneu my hand and the Seal of the Board of Attn: Contracts A Grants Unit SUPervisoes cc: County Administrator affixed this-25th--day of Mav 19 21L County Auditor-Controller J. R. OLSSON, Clerk Social Service Department aA"----��91-- / Contractor ine I,, t'e d Deputy Cleric EH:dg 00358 H 24 W75 IOU Standard Form (Purchase a= services) 1. cc^tr. tt=r,t1_��3t��. . }� � `V iJ 0.1 t + t.^?r Department: Social Service Subject: Day care services for children of AFDC recipients enrolled in WIN training programs (Title IV-C) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: RICHMOND UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1108 Bissell Avenue, Richmond, California 94802 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976, unless sooner terminated as provided herein. 4. Pa ent Limit. County's total payments to Contractor under this Contract shall not exceed S 21,660 S. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 8. Project. This Contract implements in whole or in part the following described Project, the application :end approval documents of which are incorporated herein by reference: Contra Costa County Title )M - Proposed County Comprehensive Annual Services Program Plan, October 1, 1975 - June 30, 1976, and any revisions or modifications thereto. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Section 53703; Title IV-A, IV-C, and XX of the Federal Social Security Act, as amended (P.L. 96-647); and the Code of Federal Regulations, Title 45, Chapter II, Parts 220 and 228. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CUTRACTOR By J P� Kenny By _ airman, Board f S e isors i Attest: J. R. Olsscr,, Co ty Clerk Designate offjFcial capacity in business and affix corporation seal) By l State of California ) SS. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommend-id by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By / ' before me today and acknow+ledged. that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Appr,--t-_d: County or a resol�u--ion of of direcTors. Dated: q-7 Cf By =,,�> a c_c ) 2- a: .,t�t , tCIr1L SERE. Od ::eputy, . =r � � F..mriGAR WH17 N 7AAY au R Microfilmed with boord order ' 1;6ebt�V Pablwic Dapus y County Clerk to-46Z" ) '' ItyCcsnusw:..�s; es�ug.T.t972 (Cost &sis Contracts) Cj 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ X1 b. $ 1.14 per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [x] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said se--vices are actually rendered. Upon approval of said pa}anent demands by the head of the County Department for which this Contract is made or his designee, County will make monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Cb-ntr5ic-tor Coun Dept. 00360 On on PA'n1- (Cost Basis Contracts) A _ S. Right to Withhold. County has the right to Withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, Work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: 0 Contractor County Dept. 00276-1— • v (Purchase o_ Serf--_-s) 20 - 025 - 1 Ilrt,^r!,er 1. Compliance with raw. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and crake available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payrzent demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated'by either party, at their sole discretion, upon thirty-day advance written noti' thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the Work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding. Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. b. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Snecifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but'not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informmal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informsal Agreement entered may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided ' herein. Informal Agreements may be approved for and executed on behalf of the head of the County Department For which this Contract is made or his designee. 8. Modifications and Amendments. a. General P.mendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal (United States) approval, provided that such administrative amend "-,ay not ma:er:Yt_ny cha^ge trN ?dyners? ^o r:. ozr, o:- the Service Plan. 'snitials: Co..ractor County Dept. (A-;.6 75 _ _ O0302 ( Urczase :ices) 0 is�} llttLlbrrY`1 .. s " 9. Disputes. DisagreeWrnts !:Per-deen the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Lau Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies With the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shalt not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. Initial:.: C Contractor County Dept. (A-4615 ZV �,�r , QU3-3 u S�lne�ard r*;Irm (Purchase Zerv.Ces) !lumber 2 v — 0 5 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the rails or of other delivery. 22. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. Initials: Cdhtractor CafiAty Dept. (A-4616 ,::' 5/75) ON04 -3- SER!:LCA • `.umber i . rVi e. RICL-WND ia`:' '£cJ_SCiOOL DISTRF",:- GC) 111:t7I1tr3CtJs'' �i1ai'_ Drovid-- 1.oinaC;r' with certain child day Cert _,-7�rvizes, def Lat_-d as the direct care, protection, and supervision of an eligible child outside the child's own home in a State licensed or approved day care facility, for some portion of a day, but less than 18 hours, including up to 5 days excused absence each month, for the period of the parent's enrollment in a WIN ([,Fork Incentive) training program. Contractor's day care program shall include the following services for each child: a. Obtaining dental and medical evaluations upon entering day care and at regular intervals; b. Assistance in arranging medical and dental care and treatment; c. Evaluation of nutritional, health, growth, and developmental needs; d. Continuing assessment of social and psychological adjustment; e. Meals prepared with nutritional consultation; f. Educational development activities; and g. Referral to appropriate comity agencies providing needed services. 2. Specifications. Contractor shall provide day care services under this Contract for up to 20 children at any one time who are between 2 and 12 years of age, five days a week from 6:00 a.m. to 6:00 p.m. at its day care center facilities located as follows: a. Crescent Park Childrens Center d. Maritime Extended Day Care Center 5050 Hartnett Avenue, Richmond 214 South llth Street, Richmond b. Lake Childrens Center e. Peres Childrens Center 2700 - 11th Street, San Pablo 400 Lucas Avenue, Richmond c. Maritime Childrens Center f. Pullman Childrens Center 1014 Florida Avenue, Richmond 2730 Maine Avenue, Richmond 3. Staffing. Contractor shall employ staff to provide services hereunder as follows: NUMBER POSITION JOB DESCRIPTION 1 Director Responsible for overall Day Care Center operations and directing staff in providing care for children in a manner that contributes to their growth and development. a, 1 Admin. Assistant Assists Director in administering program operations. 5 Head Teacher Responsible for all scheduling of programs, supervision of all teachers, staff training, and checking lesson plans. Supervised by Director. 45 Class Room Teachers Responsible for the planning and conducting of the daily program of child care. Supervised by Head Teacher. 7 Secretary/Receptionist Handles all clerical work. 5 Cook Requests food and supplies. Prepares food. 1 Nurse Arranges for health services to enrollees, as dental screening. Establishes procedures for administering necessary medicines. Supervises health controls. Relates to parents on health matters. 39 Teacher Aide Assists the teacher in the classroom. Supervised by teacher. The above staffing description includes all positions, both full and part-time, for the day care center facilities identified above. Each staff person works under this Contract approximately 1.06% of total time. Initials: - Contractor County Dept. -1- 00M L. Re-;ulations and Standards. Pursuant to Paragraph 9. (Legal Authority) of this t•7Tlt�.i:' • t ,,:t:1r :l�:r�....'.Mi .''.7°C+i�t: ;l� lCZt--tin 1 (7C•).'"e� 'i'L7R%til.> ...I1G=•::LS'�C� 4;1% i arm vro,,r.,.% for chilcrenz? :;ervii:e : in accori:fatec:' wti Lfl all .!!7?LI.C:.11):.F Cottacy, State, and Federal regulations and standards, as clay be revised or amended, including, but not limited to: a. The Federal Interagency Day Care Requirements, pursuant to Section 522(d) of the Economic Opportunity Act, as approved by the U. S. Department of Health, Education, and Welfare, U. S. Office of Economic Opportunity, and U. S. Department of Labor; b. California Administrative Code, Title 2, Division 2, Chapter 4; c. California Education Code Sections 16701 and 16705; and d. California's Comprehensive Annual Services Program Plan, Title XX, October 1, 1975 - June 30, 1976, with respect to Child Care Services. 5. Eligibility. Contractor shall provide services under this Contract only for children who meet all of the following eligibility requirements: a. Are certified as eligible for such services by the County's Social Service Department; b. Are current recipients of Aid to Families With Dependent Children (AFDC); and c. Have parents enrolled and participating in a WIN (Work Incentive) training program. Children who do not have a parent enrolled in a WIN training program are ineligible for services under this Contract. County will provide Contractor with written certification verifying the eligibility of each child for services hereunder. 6. Attendance Records. Contractor shall maintain daily attendance records, showing excused and unexcused absences, for each child served under this Contract and said records shall be available for .inspection at the Pullman Childrens Center. , 7. Grievance Procedure. Contractor shall advise persons receiving services under this Contract who are dissatisfied with any action taken by Contractor of their right to present grievances with respect to the provision of services hereunder and Contractor shall develop a fair hearing system whereby such persons may present grievances. 8. Program and Budget. Contractor acknowledges and certifies that its overall day care program is operated in part under an agreement with the California State Department of Education (pursuant to Titles IV-A and XX of the Federal Social Security Act) and that the day care services provided to Children under the within Contract (pursuant to Title IV-C of the Federal Social Security Act) shall in no way differ from the day care services provided to children under the aforesaid agreement with the State Department of Education. Contractor agrees to notify County should said agreement with the State Department of Education cease to be effective during FY 1975-76. County understands that the services provided under the within Contract are only a small fraction of Contractor's overall day care program. Contractor certifies and attests that its overall 12-month day care program for FY 1975-76 is funded as follows: Total Budget Reimbursement % of Total County WIN Contract (020-026-1) $ 21,660 1.06 State Dept. of Education Agreement 1,159,691 56.97 Other Funds 854,230 41.97 TOTAL $ 2,035,581 100% Contractor shall operate said program in accordance with the "Fiscal Year 1975-76 Day Care Center Program Budget," Exhibit A, attached hereto, which is incorporated herein by reference. Initials: — OK REMawmC�- �C C retractor County Dept. 00366 SER icz N=ber 2 L- 0 25 " 9. 1'^.':2 1_c'ni Pate. I., %;A'e h ?�rs!„raph 2. (Pa_v^.tr_nt AmouatS) , page 1. 0C the Pa:'P"Ctii iraviiiuns. i:Jt LOC payment ( uCav:ir_s :;ital.F be df.Coned a_4 the pro- vision of day care services as specif ied herein for one eligible child for at least one full hour during a calendar day and shall be paid at the rate of $1.14 per hour per child for children two years of age or older, subject to later adjustment to the actual allowable cost of said services in accordance with Paragraph 3. (Allowable Costs), page 1, and Paragraph 6. (Cost Report and Settlement), page 2, of the Payment Provisions and with Paragraph 10. (Unit Rate Payment Limit), page 3, of this Service Plan. 10. Unit Rate Payment Limit. County's total payment to Contractor under this Contract, pursuant to Paragraph 6. (Cost Report and Settlement) and Paragraph 7. (Audits), page 2, of the Payment Provisions, shall in no event exceed the fixed unit payment rate specified above or the allowable costs that have actually been incurred, whichever is less. 11. Audit. Contractor shall provide County with a copy of its regular annual audit which it provides to the State Department of Education in connection with the aforesaid agreement with the State Department of Education; said audit shall verify Contractor's cost report submitted under Paragraph 6. (Cost Report and Settlement), page 2, of the Payment Provisions. 12. Conformity with Federal Cost Regulations. In accordance with and subject to Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor's allowable costs shall be determined in accordance with "OASC-5, A Guide For Non-Profit Institutions--Cost Principles and Procedures for Establishing Indirect Cost Rates for Grants and Contracts with the Department of Health, Education, and Welfare," a document issued by the U. S. Department of Health, Education, and Welfare for use in implementing the U. S. Office of Management and Budget Circular No. A-87 (which is superseded by the General Services Administration Federal Management Circular FMC 74-4). 13. Source of Funds. This Contract is funded under Title IV-C of the Social Security Act by a combination of County money (3.25X), State money (6.75%), and federal social services funds (90X) allocated to the County by the State of California. The County provides a local matching share for contract costs and receives reimbursement for the state and federal shares from the State as follows: County matching funds (3.252) $ 704 State funds (6.75X) 1,462 Federal funds (90X) 19,494 Total (Payment Limit) $ 21,660 County guarantees that the County share of funding for this Contract does not consist of Federal funds. 14. Preference in Training and Employment. Contractor shall give preference to the training and employment of public assistance recipients, when appropriate and required by applicable State or Federal laws or regulations. 15. No Implication of Contract Renewal. Contractor understands and agrees that there is no representation or implication whatsoever that this Contract shall be renewed; i.e. , that the services provided by Contractor under this Contract will be purchased by County under a new contract or other such agreement following termination of the within Contract. Initials: Contractor County Dept. -3- 00367 EXHIBIT _ l ,-" ► Ft$L'tLCnc '.:ll�d3cd a..^ac,i Uistrf�� 1100 Teachers' Salaries 512,982 1300 Supervisors' Salaries 21,445 ";iv:ica and M-2--ital Uta th Fats. Ssls. 13,542 17 ,;) Superiataaj.=at-s' Sslarie. 3,424 1900 Other Certificated Salaries 0 Sub-Total 551,393 2100 Instructional Aides 505,832 2300 Clerical Personnel Salaries 96,030 2400 Maintenance & Operations Salaries 273,969 2500 Food Services Salaries 51,524 2900 Other Classified Salaries 12030 Sub-Total 928,385 3100 STRS Annuity Fund 11,137 3200 Pub. Emp. Retire Fund 88,264 3300 OASDHI 69,663 3400 Health h Welfare Benefits 3410 Teachers b Instruc. Aides 83,954 3420 Other Employees 49,367 3500 State Unemployment Insurance 3510 Instructional Aides 2,142 3520 All Other Employees 1,892 3600 Workmens' Compensation Ins. 14,398 Sub-Total 320,817 4200 Other Books 0 4300 Instructional Supplies 6,000 4500 Other Supplies 38,798 4700 Food Services 4711 Cost of Food 84,000 4800 Equipment Replacement 9,095 Sub-Total 137,893 5100 Contracts for Personal Services 150 5200 Travel, Conference 1,400 5400 Insurance 5410 Property Insurance 2,750 5420 Liability Insurance 0 5500 Utilities 29,012 5600 Contracts, Rents and Leases 601 5800 Expense for District Admin. 35,000 Sub-Total 68,913 TOTAL EXPENDITURES 1000 thru 5000 2,007,401 6100 Sites and Improve Sites 355 6200 Buildings 5 Improve Bldgs 2,725 6400 Equipment 6430 Food Service Eqpt. 0 6490 Other Equpt. 100 Sub-Total 3,180 TOTAL EXPENDITURES 1000-6000 2,010,581 Undistributed Reserve 25,000 Net Ending Balance 0 TOTAL EXPENDITURES AND OTHER OUTGO PLUS NET VWING BALANCE 2,035,581 Initials: Contractor County Dept. 00368 In the Board of Supervisors of Contra Costa County, State of California May 25 : 19 76 In the Matter of Hearing on Fortune-Felling Application of i•-:s. Jodi Vatts. This being the time for hearing on the application of k1s. Jodi Vatts for a fortune-telling license to be used at 5831 Pacheco Boulevard, Pacheco, California; and His. Watts having appeared and identified herself as the applicant for the fortune-telling license, and having answered questions directed to her by members of the Board; and No one having appeared in opposition to the issuance of said license; and Supervisor A. 11. Dias having recommended that the hearing be closed and decision on the application deferred to June 8, 1976; IT IS BY THE BOARD O-RDERRED that the recommendations of Supervisor Dias are APPROVE]. PASSED by the Board on May 25, 1976. _ 1 hereby certify that the foregoup b a true and corned copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid cc: his. Jodi Watts al Witneu my hand and the Seof the Board of 1927 Alhambra Ave. Supervisors }� artine-, M 94553 affixed this 25tt++day of_ 'Ifay . 19 76 Cu arty Sherif f-Coroner Count- Counsel _ I R. OLSSON, Clerk County Admin::trator By / ���G ��!'t���,e� _ Deputy Clerk Helen C. I•arshall 00369 In the Board of Supervisors of Contra Costa County, State of California May 25 i9 76 In the Matter of Approval of 1976177 Area Plan, Area Agency on Aging IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the 197611977 Area Plan, Area Agency on Aging, for the .period July 1, 1976 to June 30, 1977 with a total budget of $325,413 with $44,842 as County local share, as recommended by the Contra Costa Council on Aging, and IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to submit the Area Plan to the State Office on Aging for approval. PASSED BY THE BOARD on May 25, 1976. ! hereby ceMfy that the foregoing h a true and coned copy of an order entered on the n'notes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of Orig: Human Resources Agency Saper4i5ors Attn: Contracts & Grants Unit affixed this 25th day of MaY ' 19 76 c--: County Administrator County Auditor-Controller J. R. OLSSt)N, Clerk Social Service Department Bj , Deputy Clerk Area Agency on Aging Maxine M. Neu eld State Office on Aging EH:dg 00470 H 24 4115 10M _ , • � c-,.. .,,;„-tea_ - Area Plan for 0 Programs on Aging Under Title 111 of The Older Americans Act of 1965, As Amended FOR THE AREA PLAN FOWAT TABLE OF CONTENTS SDCMN A: APPLICATMN i'OR4 AMD ARKk PLAN BUDGET Exhibit A-1 Application for Support Fora Exhibit .11-2 Summary Budget for Area Plan. Budget Year Ebibit h3 Total Budget for Area Agency on, Agicg Activities A. B, C, D* and E* Exhibit A-3-' Budget for Area Agency on Ag ng Acti iT-y A: Exhibit A-3.2 Budget for Area Agency on Aging Activity B: Exhi'.zt A-3.3 Budget for Area Agency on Aging Activity C: Exhibit -4-3.4 Budget for Area Agency ca Aging Activity I*: 'Dchibit A-3.5 Budget for Area Agency on Aging Activity E*: Exhibit r-4.1 Budget for Activity D: Delivary of Supporting Se=vicas Though Sub-Contract, Exhibit A-4.2 Budget for Activity E: Delivery of Gap 4111ing Services Through Sub-Contract Exhibit A-5 Schedule of Fadsting Sub-:oatract* SE M.% B: STANDARD PMVISMIS AND ASSURANCES Area flan Agreement Exhibit B-1 Direct Provision of Social Services b,f the _ Area Agency SWT-MN, C: OPGANIA LM-4 AND STAFF WG OF THE AREA AMCY E:dtibit C-1 Organizational Chart of the Area Agency . Exhibit C-2 Organizational Chart of the Single Organisation Unit Exhibit C-3 Mission Statecent of the Area Agency Exhibit Gds Advisory Council Exhibit C-5 Advisory Council Statement of Respaasi'ailities Exhibit C-6 Staffing Play of the Area Agency j:hibi . C-7 Action Plan SED'I MN D: CHARACT�ICS OF THE PLkqNIM AND SF CE AREA Eadib`t it--1 Nap Exhibit D-2 Demographic Characteristics.of Persons Aged 60 • or Over Exhibit D-2.1 Geographic Areas of Target Pbpulation -. . Exhibit D-3 Needs of Persons 60 or Over Exhibit D-4 Inventory of Resources 00M - AREA PLAN FOHHAT (Continued) - TABLE OF CONTENTS r SECTION E: PMGEW4 OBJE T HS - Exhibit E--1 Su¢maary List=ng of Program 0 jbectives Exhibit E-2 E=3 anation of (Each) Program Objective SECTIDN F: Exhibit F-1 Action Plan for Planning Exhibit F-2 Action Plan for Delivery of Existing Serivices. - Exhibit F-3 Action Plan for Fooling of Available but Untapped Resources - Exhibit F-!} _ Action Plan for Training SECTMN G: PLAY FOR TEE D=- VM OF SEEFMES ExAbit, G-1 Action -Plan, for Supporting Services Exhibit G--2 Action Plan for Gap-.Fi2?=ng Services biChibit G-3 Action Plan fo_r the Inclusion of Minority • - Individuals in Grants and Contracts - APPENDIX A: Master Schedule of Area Plan Action Steps 0=3 SECTION A: APPLICATION FORM AND SUMMY BUDGET FOR AREA PLAN OM4 *ICATION FI)R &.09ORr FOR EXHIBIT A-1 TITLE III ARTA PLfLi 03 "L':G WDER THE OLDER AH£F MUINS ACT OF 1965, AS I!-IF2IDLJ for • - V=Ef YEAR # 2 ( July 11976 to June Q j) Month Day ' Year month Day fear For State: Igencf Use Only Project # 338 State Project Identification on A&Lng AREA 7 Area Agency on A&Lng Contract , 035-54 r� Name and Address of Grantee (the Agency with which the State contracts) CQNTRA COSTA COUNTY _ 651 Pine Street Martinez, CA 94553 1. Planning and Service Area # 7 2. Name a-nd Address of Area :agency on A&Lng: 5- Name and Address of Si,-gl e Board of Supervisors Organization Unit (if different Contra Costa County Irom Item 2):- 651 Pine Street Contra Costa Office on Aging Martinez, CA .94553 Gertrude.Hall, Interim Director 2450 Stanwell Drive, Bldg. B, Suite 220 Concord, CA 94520 Area Code: Telephone No.: Area Code: Telephone Uo.: 415 372-2371 415 676-3373 4- Lame, Title and Addiress of Official Authorized. 7. Kamer Title and :address of Payee. to S_gr far.the Area Agency on AgLng: (Specify to Amm checks should James P. Kenny - be sent): Chairman, Board of Supervisors Auditor-Controller 651 Pipe Street Contra Costa County Martinez, CA 94553 625 Court Street .Martinez, .CA 94553 1,--ca Cod^: Tclephonte Ko.: Area Coen-- - Tel^phoce Ua.: _ 415 372-2371 415 372-2181 S. Si.gza}urc: . I certify that I as authorized to submit this plant on behalf of the designed Area Agency on Aging ' Kef-ny MAY 2 5 19M - Sigia - Date 0075 . P'1.Fa"�it:s :D SEt',TT_C.. AREA - EXHIBIT A-2 F"-visior, Date 7A 76 Rev. #2 SW1AR•I BUDG=-T FOR a.REA PLAII &UEGET YEARZ ( JOY rL. l 76 to J ne _ZZ__) Month dry year month day year L'irfI:7 TILL Iti rmns XiY-f-r2 'VAL i"3M, prf_=3► CATE CT Ps.:MSM m.=4=F=06 x:.T.:.T llv,Y.• I. AAAL_�'Ji?^:1::9 (!lac=e 750 2 Total 8u•ze-) Total eaezet) or -.ha rx:(l) s .fi1.46A 1320490 8_1.-958 1s �.�ilt.5r'.'T.:� (!!ari�ss Olt • (.�+'_..��s L: . Taal bs:Zet) tel Bu�.Rc:) rLtVM s--7 34.9 9 3,885 .854 21,997 2,448 24,445 L Y rn:��-�•.�z ref e.-Tal 128 724 14,306 143,030 Outreach Esro:i S,reify ' !7 CaieE_:iestz) Transitional Funds I & R Coordinator 18,113 2.013 2n_1 1 Awards & Contracts i to be Awarded 15,300 1,700 17,000 spa-r�:u: 13219,103 s24,352 s 243,455 s MOM:o:u. s28O,571 s44,842 s 325,413 = =t of .Ie !:i Ca.-ry- _G !Citr ed in s 58,614 Wrho Act:.:ty- 1.0 m-nm h- r A::7:�fr:'�5'^_.C`'T'A!�:-A hrL- l+cluc=a ptarL+�� allocattnC a u!Gta:►tts•.tts tmSr, ache2L.l:.-e 4L:.3 j.ceaatrp the hrr:ece:AA.loa of prrVAM3. Asaeaasng: elA:ua:iay, 0h,-Ctlflr W7 F:':_:. to —9 to:l:✓-; 3ervtee eattnrlra: Ceur.xltr r; Vest ft Aelated; Screent w,$ Ky"otakr Kx%e scat• . l +orsa:cer-t..-t Mes:tA A!d:; Clare: Fr4enl:/' Sta.tf+F; :e:-.'ant Fi-,asxssr,Ite; P:uteCttV*; H-&&AAL Aasiata:se; ipc=a_io-al; Ca:,i:-.a;,e Laaeatt n; Leta'; tieLtere; a.:tritlon; lsrpla/-+r"; Otrer (ayectfy). t1Jxt a elrl+.n •1-i!evnia•.loo' of sq., a tr=t actlrlttes reC3re2 that oub-contracts to fully alvwd Aid, If necessary# httlt2,y 0=6 •L: _ J� c, cx< m ci�� o .�0 0 Cl mac Ul-C• a ~ M o�CD __ -M 8 0 -• n 1. H p +—tD C SM N .0 -+. • CD 3 *C t0 to O -••7 tD O 7 fi = to"0'0 r �+.tD —to A -A 3 -5 -S C O 3 n �-O ?01 '� 3 3'A c+tD d � e► ►� tL m 3 -S O C* 1-• � !7 A aCA VA Cb 3 -s0 � n 00 coal --I ago - � 3C+ -1 O fi t. e • CD�C < w O_-A.O X v no m —a-% r A t�--M a v ti o t. C) CD • tD O Y -0 _ < tD r c► < -.6tD S N ct A . v O n-S a• .O CD 3 O V ID f» -4 s • O n► tD -1 s A ne u v nC 0c* CXNNO rr ---• to •S v 'S �� X, s • O ti C n C+cn C CD 2610 [D o O .'r Q� C' 7 .•. 3 .... -A.O 3 '0 • O - 3 cT �S 490 y M Cl A -+ 3 -• CD to N-+� �. IL -A. r -+• to C 3 O C -+X Tai -. e►.O 20 320 C* .v N N 'S d 'S9D n—O CD "S Xw tD 7 y _S s \. • 0 Er fL ►.a tY - _ 7 O • N N Cm N N N N N N N' C1 0 c7%cn 7% 0 tJt to i O O O V O O O O C OC >W.O ur 'O I=Pb-O O- Y om• OOW tit 00000 •� - r —' o MCa - -a ...• 1 r r r-a .... Cf -+V•i W W o e —+ %0ODO O OO .00rt71O' 0• OO 09CISOO ICS o o ttJtO .t0 eOQOOO 0 ti M� o r .ja W v v ` w rnrnv V �.1V _•"Vvv�O:__ A_. _ Q9�SLt57C ._ a cl 0 to Z. tT 01NUs w NN• to W-0• N 00.0000 � ?? s _ _ N g ? A w Q1 Zn asC Im to tT tT 0 A O CQ'- �—� -- -- C o H W W t� -� t71 V N O N N N N N tT•O -9�. w tlt 0%t o a tr a tr vt to iv C+ ti H -- Q►-- _ . .ice ? �� .• 23 ? C+ CD cv _ r p 00 t V W�tJ1N. '• —• 'WOVtOtTO Ge C�G7 Y v _ Y \ •. Y V Y \ Y Y Y Y tJ1 t71 S, tT t31 ?pp--+?J A N V i -�tJl W V '. .O1 t0 V t0'to W cn to H • V V M V V(J1'V t0 W --•'QW 01 4!b Co_ d 0 cn to tJf m tJf v -+ ,t O t n to V W t.it t to 0%W _ N Q1 V OCm ,0 t0 Clb to tp V ltri r4. �{ 1 o V Y 1 • Y Y Y Y • .' V Y Y '� -� W N N--• co W W to tJi N W OD d A 4 A A 0 N-Pb tT N Ys 0 W Us. Qf W t00 4:b Us-"cn W W N o O cn to V 0? WOO W N CJt G1 tT tp N '•i 0 oil �Q tJt tJt N t0 t0 0 W-�tT W V C"W O N O C" oN . � Y Y • Y r Y Y r Y v �� ? A 1 O t0 V N N cn (.n N t0 at CO N.O —+ ---+ OONNOtlt O cn0 00 AO N NcoUl4DpV W W 000000 O 00 0000 t0 O•ANCTt0to • L H - Y, to 1 v •i V to -7 fu su to t2o tD O Don a � N n C tD L'•to t+ q O �. .-. v C1 C is r' -0 C 'S t. �O p~► C O fD P t7 (n A (D c)t h a u n .� O Q� o A F= A • < O -�•- p v v isC1 'tNN� p i-►-+. p ap ao O rN •t to C N ►' . to h r+O O C ct, ~o v :3rtD ct N is O O R N S co C3 d o i - - _ 9 •� g _ C) " c-4 oo" N d n H n i H O O - r a w v 1 C." " C1 0 rnw Nw j - qpm • Cni C3 4 Cl 00 ON f i § �0 -+ ►to o O v Co C1 Co o •� O O O W - V t1t Q1 •'S o -n La v a 90 00 QV CoOD m Co NC► v� 00 00 ' 00 00 C', A • f; v w a •� I IL w ,4 a D -i D- C> Z -0 C) C)n CA h� ►3 N N O .1 .0 -% D N�p 0 0 o tl� t3 CD A r O C 'A � �'!'.O ct K 'S A CD _._., a W pat a• a• < -+A r c CS-4 ?C L`i P O A O a# i •1 o O 3 tLl O —O O $ 0 j O O Io :7-0 K CD j-A l 'S a t "'f/ P' N "S C O O A .3 (� N p •+• �•O Z3-iv S A lD Oi O 1 CD + o to o -t 0 �+ O d a --� 3 tis 3 rr O II? rt to aG OAn" --+C-6-m ►a c-1 -S /• Cc U Lb ; Cl ''-T CD a< Ca.i X �r CJ ri a� O m t7 r �^ 9 C- Z L- CY 1 n O"o < -S CD H < - CD s- D C rt- O C7 a• m O CD CD OA r CL CD -S ¢a A a n t _A.C7 o O o X O a' to to r C'! dw t < O O to Q '0 Q+CA 1y+ CD C c C 7v p o c Lb % O a .Aa. f* m C/1 CD ~ C A a < o b-r sp. o CD In O s. U3 A H ►� > 0 20 su w .z r*En su CL D rr o Ca -i1 < O �. < f7 N 3 to .s O p? C-r= 7 92 C- PO N3 N�l r%3 m al at tJl O tJl OOOCJDVO 000 OOCWv O 0000 tzoC be cC, N N OOOi�WO 000 OOW �� �oaC C7 J w o - ,.l Cn K CN CA �. nwr- � C Ul Cil Ln W c ? O S. ML70 W Cl1NW CT C l% ?Co V.Cb O W V W W .A V A ko V CJl W Lo N can O co O N Cl CJl W W CD tJl V tJl O O W 00 Cb N N?- p G r CC-1 K O O N N • N--�ww ? O ? Q W N?A - i>• -+ ? tD 0 0 000 i P. ►� to t0 ?O N.ia O-' N A CO to A W to CTl-9�-W O r-G� O Co CJD O CII co--A O CJI W C!1 O O co N W O.A �- P D a V C,XJ�!N t?t w ZD O t0 V N to V cr% -+ V V W V tD tD N W-+;o Ln to tDOOtDO ? Ou1Cp 11001to W V OVNN co co O C)C) 4: O O O O C)C) Cl M CYI ul co x omm r- a O , F.d Q P. a► rd ' q 4.3 0 t� a "" 'fit 0 � p tti ui +' p �cr > rn Iv Pr v ri O n 0 O rn C? O rt K n 0 K N 11 p. _ S9 M f1 �3 ta2�r t3 N ►+• �� D �'1 tst �" O O.Y• a 2 A M P. fi C7 O J- 0 K R " 0% K = O "p Z 0 � 'c- O UJ ,� e5 a O 0 > N R t i 'o K 0 � s w ct n 3 K K to o a L) 1 4 O b C K 0 C N A O C` u 0 K til :3D o b co p O K O w '� � r? R iD Q 1s cm MEn x r C' r a► a ri a K r- W � O � M M M MMM MMM !-� a e3n M r Ln %2CaC3 G7OC) C14A 0► MMNQ1Ww Ndir+ `Qe`t1 OCltnOOO tia O ZD M W O N w iJ tj Co in Op do ds av da dP Ci c0*r C.-!Z a A PIP ct CD.L" O1A�J r Ca va r K D C3 -4 Ca w Mas is M W 41 6 p{"=' 0 �► GN CD w .ia M ,2a N N to ah W C3 0 1V Ci► co Ln Cn y+0 is Q CD O LD N N w CO an w w 0 0% N t0 Ln N v N a N H � 19 R. H w v y.cr [�'e►C Co CZ) cs+ M N W O O1 .! w C t o co � M :af ID t7 WMt:! M W 00w00 �r " .. Ut O Vl C1ivwN tnwlvi -j OD O ww •d•M � M r t'3 T S3► M M Li w 10 Ch -j ice{.�7q y p Y O iD t? W M t7 O W O O w CJ G1 ID N ri V to ice' F+ Gti M N to LV N -j N Ct N9- 0% � ? 0% 0 MfTJ -j t;? CD Ln ? NN w i ' H CO N JI n o o :r a y ti W a• a� a" �• H6-3or w100 on En r b > cnpuou n K d n n O " as n O rr K f2 p rt Y W b 11i N n O �+ G ttl aILW ^ " ::rc. � � ono s► Kir+► to 0 Kc0KO (2 n o 7 a cl O 0 ►3 3 ► rt K• H O api n CJ) O n m te r O '< p rr M K 0fiv n c. C i - x itj P.- cu rl u 10o c• O aD 0 • 0 T O K Y eC 0 En NO cr CI m N Ln Y K IC K . sv rr m O ct x w M 1+ M 64 rt IsZ.r O Q H rpt nte : O IK. Niz Q 1- K tr 1J O Ci O N N p y a wQd a aaa aa0 O W YN ,CsYH r'C Pte• J11 ootil000 UI O til � O'O N UI w N N W W W Al aia di' tlP dP dPcu a �O O N a � O N N W W YtAYN �• � � t0 tD us til N N N to #N! tD tLl C1mFNt-+ wNa wNd O wN0% w m C% OaQcq+e~� } y O a Ow Waco0 O ales alNOataa ►OZ a �R3F Q . • to n N N _ W W HHQINN o�so C: 0. t0 O O N O to H C7 tp O W aUldN aD, 0% w Ln m %Dwulw " 0. • C)�b to r N N y W W N N Q► N N Ul C% N Y to •.! O d N O UI f1 O .0. :� �! .A. .7 N W N 2a C► W J �! M N JN 0 N W W O tN Unil• til -11 a d N w N til d Ul vl til t0 Y w A ' 1 r a owl o ' W 0C* OntnC HHcn to o 0 0 " 0 cr cr SIE,21 -3- r 210 21 0 cr, 1=1 =r 0 0 l< rr V 0 > 0 0 rb LA Cb t: :3 c- K 0 0- 0 P- 0 C2 C x 10 CL 0 0 0 9: C. 0 13 .0 01 0 tv A CIA S.. M a r 0 r, -3 Ct. n- V '1 1-4 = :3 c M 0 ".= x :3 -cr a L4 C2 Ow to Cr M 0 0 < rr 0 a " cp :s cn 0 04 0 c- to O n SL cr 0 Ic, :1 :3 cr 0 01) 23 CD va CS G zr CW-1 a bl Pr 00 a� C% c% 4~ 0% 0. 0 w 0 cl 0 Wo p- &I h) tj 0% 0 Z. 0 -1 a Noo 4w I fj oW sm %0 01, kD rw to tl% v. 66 Z. 6 dP V"= cr 0 02 40 t?* cl, 12 0 : 4�, up NJ to :j F k" m ;10 -j ul 1- --.-j 0 to -4 w wtom co 0 N 0 0 %D co -4 -1 0 -n, Fj 6,0 VOtri tA tj w 0 A rCDO C- 2 bo tm C'2 t 6-3 cn H K -J ONO% to to r N w t%) In 13 0 ZI w " to Z�l r to N3 6-- Co 0 13% C% to 0 0 CD C, 'm cm il- tow C-4 ro G% cr% r Ln k) I.- Eli w N N OD CQ eas`O 0 Ln---. W il to W b-4 ZD 0 C% w 0 CD w C% r N Ln 0 1.- to C, to ra co 0 C% OD Ln o 0 w Ln 00 ti G� tj 0 tn 0 0 r co .j CD ca C3, V, 4-0 ft otA C: 78 go N $ d zy 00 2A r q a N t_ i tp O *' 13 K Lo 0 A t4 Cb CT O•�A r Ct Oi s Q C r O £ :� rt c➢ ��+ �• n�- CGS-S G .pp 04 h ,oma ' � ..•�f ' va P. tj u v 001-1 r4 c- C} .� 94 cr n S► W � ¢s f' 0 4n` O it +. x . a Yi � *` o `0 �''� O 1 O G 9 ON '` f - F SECTION 8s STANDARD PROVISIONS AND ASSURANCES< Owl ' AREA PLAN ON AGING UNDER TITLE III OF THE OLDER MMERICANS ACT OF 1965, AS AMENDED The submits herewith the Area Plan on (Area Agency on Aging) Aging as required under Title III of the Older Americans Act of 1965, as amended, and hereby agrees to administer such plan in accordance with the regulations, policies and procedures prescribed by the State agency. Purpose of Program 1. The area agency understands and agrees that it is the purpose of the Title III Program to foster the development of a comprehensive and coordinated service system for older persons within the planning and service area. The primary objectives of this system are: (a) To secure and maintain maximum independence and dignity in a home environment for older persons capable of self-care with appropriate supportive services; and (b) To remove individual and social barriers to economic and personal Independence for older persons, including the provision of oppor- tunities for employment and volunteer activities in the communities Where older persons live. 2. The area agency further understands and agrees that in order to achieve the purpose of the Title III Program the resources made available to the area agency by the State agency are designed to: (a) Provide for the development and Implementation- by the area agency, in conjunction with other planners and services providers, and older consumers of services, of an area plan which sets forth specific program objectives and priorities for meeting the needs of the elderly with special attention being given to the needs of low income and minority older persons; (b) Increase the capability of the area agency to develop and implement action programs designed to achieve the coordination of existing social service systems in order to make such systems more effec- tive, efficient, and responsive in meeting the needs of the elderly; U0385 • (c) Draw in increasing commitments from public and private agencies which have resources that can be utilized to serve older perscns, and encourage such agencies to enter into cooperative arrange meats directed toward maximum utilization of existing resources on behalf of older persons; (d) Make existing social services more accessible to older persons in need through the development and support of services such as transportation, outreach, information and referral, And escort which can increase the ability of older persons, including the older physically and mentally disabled, to obtain other social services; and (e) Promote comprehensive services for the elderly through the development and support of social services which are needed by older persons but which are not otherwise available. Purpose and Content of Area Plan 3. The area agency understands and agrees that in order to obtain approval . of the State agency and receive funds for support, the area plan sub- mitted herewith must and the area agency will: (a) Provide for a continuous process of planning by the area agency, Including the defining and redefining of objectives and the establishment of priorities; and (b) Provide for the launching or strengthening, of action programs within the area for coordinating the delivery of existing services for older persons, and for the pooling of available but untapped resources in order to strengthen existing services or inaugurate new services for older persons. 4. The area cgency having met the requirements of Provision 3 of this plan, understands and agrees that the State Agency may approve sup- port for those service programs proposed to be carried out under the area plan found necessary to assist older persons to become aware of the social services available in the area (information and referral, and outreach services), and to assist then in having access to these services (transportation and escort services) , and support for those other social services proposed to be carried out under the area plan which are needed by older persons, but which no other public or private agency of the planning and service area can and will provide. 0038 S. The area agency underatands and agrees that priority must be given to those activities and services which will assist and benefit low income and minority older persons throughcut the planning and service area;- and assures, to the extent feasible, and with respect to resources made available under the plan, that low income and minority individuals Will be served at least in proportion to their relative numbers in the planning and service area. 6. Organization of the Area Agency The area agency is a /_7 single purpose agency; f_7 multi-purpose agency; and therefore has created a single organizational unit, namely the within such agency which has (Name of single organizational unit) been delegated authority and responsibility for Effective implementation of the area plan. An organization chart for the area agency is included as Exhibit C-1 of this plan. 7. Authority and Capacity of Area Agency The area agency assures that it has the authority and capacity to develop the area plan, and to carry out, directly or through contractual or other arrangements a program pursuant to the plan within the planning and service area. S. Staffing of the Area Agency The area agency will be headed by an individual qualified by education or experience assigned full-time solely on development and implemen- tation of the area plan. Adequate numbers of qualified staff, including members of minority groups, will be assigned full-time solely to the area agency to ass-ire the effective conduct of responsibilities under this plan. Subject to the requirements of merit employment systects of local gover=ent, preference will be given to persons aged 60 or over for any staff_ positioas (full-time or part-time) for which such parsons qualify. The proposed staffing plan for the area agency which sets forth the nL-mber, type of personnel employed and the timetable for the hiring of staff for the project year is included as Exhibit C-6 of this plan. The area agency understands and agrees that, once the staffing plan has been approved by the State agency, such plan must be adhered to in all personnel actions taken by the area agency, and that, if the area agency determines that it must deviate from such plan. it must obtain, the prior approval of the State agency. OM7 s 9. Standards of Personnel Administration • In cases where the area agency is a public agency, it will establish and maintain methods of personnel administration which conform to the Standards for a Merit System of Personnel Administration, and any standards prescribed by the U.S. Civil Service Commission pursuant to section 208 of the Intergovernmental Personnel Act of 1970 modifying or superseding such standards. Such methods shall be maintained in the files of the Area Agency and shall be made available to the State Agency upon request. 10. Functions of the Area Agency In addition to the development and administration of the area plan, the area agency will carry out directly, to the maximum extent feasible, the following functions: (a) Provision of leadership and advocacy on behalf of all older persons within the planning and service area for which the area agency is responsible; (b) Determination of the need for social services in the planning and service area urith special attention being given to, the needs of low income and minority elderly; (c) Inventory of the resources within the planning and service area to meet the needs of the elderly, and an evaluation of the effectiveness of the services provided by the public and private agencies within such area in meeting such needs; (d) Establishment of measurable program objectives and priorities for Implementation of the area plan, in keeping with the objectives established by the State Agency; (e) Planning with existing planning agencies and the providers of service in the area concerning the needs of the elderly; (f) Either directly or through contract or grant, provide for an action program designed to: (1) coordinate the delivery of existing services for the elderly; and OWS (2) pool available but untapped resources of public and private • agencies in order to strengthen or inaugurate new services for older persons. (g) Periodic evaluation of activities carried out pursuant to the area plan, including the views of older persons participating in such activities, and monitoring on an ongoing basis the performance of contracting agencies and grantees under the area plan; (h) Conduct of periodic public hearings concerning the needs of the elderly; (i) Collection and dissemination of information concerning the needs of the elderly; (j) Provision of technical assistance to providers of social services in the planning and service area; (k) Where necessary and feasible, enter into agreements to provide legal se.-vices to older persons in the planning and service area to be carried out through Federally assisted programs or other public or non-profit agencies; and (1) Where possible, enter into arrangements with organizations pro- viding day case services for children so as to provide opportu- nities for older persons to aid or assist, on a voluntary or paid basis, in the delivery of such services to children; (m) Take into account in connection with matters of general policy arising in the development and administration of the area plan, the views of recipients of services under the area plan. 11. Direct Provision of Social Services by the Area Agency The area agency understands and agrees that no social service may be provided directly by the area agency unless the State Agency grants specific approval to do so. With the exception of information and referral services, and the conduct of coordination activities, no such approval will 3-- given by the State Agency unless the area agency was providing social services prior to its designation as an area agency, or it can be clearly shown that the direct delivery of a service is necessary to assure an adequate supply of such services, and that no other agency in the area can and will effectively deliver M such service. Those cases, if any, in which the area agency antici- pates providing social services directly are included as Exhibit B=1 of this plan. 12. Advisory Council The area agency will establish an advisory council which sweets preferably monthly but at least bi-monthly. The council will consist of representatives of program participants and the general public, Including low income and older minority persons in the area, at least in proportion to the number of older minority persons in the area. The advisory council shall advise the area agency on all matters relating to the development and administration of the area plan and operations conducted thereunder. At least one-half of the membership of the advisory council will be made up of actual consumers of services under the area plan. Where a nutrition project established under Title VII of the Older Americans Act of 1965, as amended, is located within the planning and service area a representative of the nutrition project council for such project shall also be included on the advisory council. Where more than one nutrition project is located within the planning and service area, the project councils for such projects shall designate one of their number to provide repre- sentation for all of the nutrition projects of the area on the advisory council. The membership of the advisory council is included as Exhibit C-4 of this plan. In addition, the area agency has developed a statement of responsibilities for the advisory council which Is included as Exhibit C-5 of this plan. 13. Arrangements with Title VII Projects The area agency, in conjunction with the State agency, shall take the initiative in endeavoring to develop arrangements with'recipients of grants or contracts for nutrition projects under Title VII of the Older Americans Act in the planning and service area, whereby such projects shall be made part of the activities under the area plan. 14. Arrangements with Social Security Act Programs The area agency shall provide for maximum coordination between the programs and activities under the area plan, and the resources avail- able under Titles I, X. XIV, XVI and XIX of the Social Security Act and Title VI added by the Social Security Amendments of 1972. 003W 15. Establishment or maintenance of information and referral sources The area agency will take such steps as are required to achieve the establishment or waintenance of information and referral sources in sufficient numbers to assure that all older persona within the plan- ning and service area covered by the plan will have reasonably convenient access to such sources by the end of fiscal year 1975. Such information and referral sources shall be established or main- tained in close coordination with the information and referral services which are available through the District Offices of the Social Security ministration of the Department. To the maximum extent possible, the services and resources available through such offices shall be utilized by the area agency for this purpose. 16. Transportation The area agency has included in the area plan plans for transportation, wherever funds are to be used to establish needed services for older persons to ensure their access to such services. 17. Public Hearings The arca agency will conduct, prior to the submission of the area plan to the State agency for approval, a public hearing(s) on the area plan for fiscal year 1975 and every fiscal year thereafter. The purpose of this hearings) will be to provide the opportunity for older persons, the .general public, officials of general purpose local government, and other interested parties to co=eut on the area plan. The area agency will give adequate public notice prior to the conduct of such hearing. 18. Contracts or Grants The area agency will provide for contracts or grants under the area plan to be operated by minority individuals at least in proportion to their relative number in the planning and service area. The area agency understands and agrees that, subsequent to approval of the area plan by the State agency. grants or contracts made by the area agency nay be approved for one year. The area agency understands and agrees that prior to the auard of additional support for any subsequent year, the State agency will conduct an on-site evaluation of the project to determine if the objectives of the project are being met. 00W1 i 19. Contributioas for social services The area agency will assure that agencies providing social services under the area plan shall afford older persons the opportunity to contribute to All or part of the costs of the social services pro- vided. The area agency shall consult With the advisory council regarding propose.: contributionn. Each older recipient 'shall deter- pine for himself what he is able to contribute toward the cost of the social service. No older person shall be denied s social service because of his failure to contribute to all or part of the cost of such service. The area agency shall provide that the methods of receiving contributions from individuals by the agencies providing social services under the area plan shall be handled in such a manner so as not to differentiate a- ng individuals' contributions publicly. 24. Training The area agency will make provision for the training of personnel necessary for the implementation of the area plan, and the attendance of such individuals at designated training centers established by the Administration on Aging in consultation with the State Agency, for individuals having specific responsibilities under the area plan. 21. Licensure Requirements The area agency shall assure that where State or local public juris- dictions require licensure for the provision of social services, agencies providing such services under the area plan shall be licensed, or shall meet the requirements for licensure. 22. Evaluation The area agency will cooperate and assist in any efforts undertaken by the State Agency or the Administration on .king to evaluate the effectiveness, feasibility, and costa of activities under the area plan. 23. Confidentiality The area agency will ensure that no information about, or obtained from, an individual, and in the possession of an agency providing services to such individual under the area plan shall be disclosed in a fora identifiable with the individual without the informed consent of such individual. Lists of older persons compiled pur- suant to Provision 15 of this plan shall be used solely for the purpose of providing social services, and only with the "informed consent of each individual on such fiat. 24. Records and Reports The area agency will keep such records and make such reports in such fora and containing such information as may be required by the State " Agency and in accordance with guidelinea isisued by the Administration on Aging. The area agency will maintain suci: accounts and documents as will serve to permit expeditious determination to be made at any time of the status of funds within the award, including the disposition of all monies received from the State Agency, and the nature and amount of all charges clai=ed to be against such funds. 25. Civil Rights The area agency will comply with, Title VI of the Civil Rights Act of 1964 (P.L. 88-352). and the regulation issued pursuant thereto. An Assurance of Compliance with such re^ulation (Forms and-441) is attached. Also, " the area agency further certifies that it has no commitments or obligations which are inconsistent with compliance with these and any other pertinent Federal regulations and policies, and that any other agency, organization, or party which. participates in the implementation of the area plan shall have no such coxmitments or obligations. 25. Public Information The area agency will provide for a continuing program of public infor- mation specifically designed to assure that information about the program and activities carried out under the area plan are effectively and appropriately promulgated throughout the planning; and service area. The area agency will make available at reasonable times and places in the offices of the area agency, the area plan, all periodic reports, and all policies governing the administration of the Title III program in the area, for review upon request by interested persons and representatives of the nedia. 27. Maintenances of Effort The area agency assures that there will be expended for the purposes for which payments are rade for activities under this plan, for the year for which such payments are made and from funds from non-Federal resources, an amount not less than the amount expended for such purposes from such funds during the previous year. 28. Amendments to the Area Plan The area agency assures that it will submit to the State Agency necessary documentation of substantial changes, addition8, or deletions to the area plan. OQ393 SECTION Co. ORGUIZATIOK AND STAFFING OF THE AREA AGENCY • x 00x94 r tJ I CJ U C .. .. .. �. .. .. i wa Q , 4A C X ? N uj ` Q 03 V ` 4 e 41 �- 0 u as o i QI o o.I E 60 r ,t?' 4 w¢ o m ¢cs o i cc cc C? CA tJ 'G 43 - ut i • J r C. d 0 ip�'' +c L C) Ian o 0 In 41 ¢ CA C l Cv C) go o mQj s i4j aj r6 ml!"- -Ia C %A 'd �' o °- v S rn c � cs � edc v � t -%� � cn v 0 C) ..- W _ CA C1 ~ to Q1 goN1 V 0 �N C3 e0 G y �.r to L71 C C ' Otl3'�5 CL O` C. us t — t t t t r C O} > o — — c O0. 0 }q G M O E i p�p M R/ O �- O Y O u o as O a ID 0 u k- > us o ur C d t C O O i •o — of 0aCOLl U c � -C CA • t O d G t p t p� � O ti t C. • F<<- O t 20 v N < t > o a t �v C32 t L � L O O C c ca O < a i- • A C 1 7 a o u e m >— u v C C t+t c +- c M, o E u i o Oi tt ciO►° u c Of Q n o o a U C Y ? ' O ppo i O V n L CL oof L N c1 G O _ C to Q c ` c a a LNd 4. � a &UND SERVICE A?'.S:L Contra Costa County Area 07 ExHieis c-3 hUSSION STATESlENT OF THE AREA AGENCY ON AGING Set forth thst portion o!the formal mluion atatevmnt of the Are&:.,.ney which Is r:tsted to the achievement of the progr_m CSo3l of establiihirva a comprehensive and coordinated tervicn ivstcrn for older parsons in the planning and s_rvvice area. It is the purpose of the Office on Aging, in accordance with all state and federal regulations, to foster the development of a comprehensive and coordinated social service delivery system to enable older persons to live in their own homes or other places of residence as long as possible. The overall objectives of this system are to: a. Maintain to the maximum extent feasible the functioning, independence and dignity for older persons with provision of supportive services appro- priate to need. b. Reduce economic and personal barriers to" independence for older persons , including the provision of opportunities for employment and voluntary activities in the communities in which they live. The Area Agency (County Office on Aging) will : .. Provide a focal point of leadership and advocacy for older persons in Contra Costa County with special attention given to the needs of the low income and minority elderly. In pursuing this effort the AAA will capitalize on the experience and capability of the Advisory Council , which has a membership essentially the same as its long established predecessor, the Council on Aging, appointed in 1969 by the Board of Supervisors. The Office on Aging will collect, analyze, and provide information not only to the older persons of the County but also to the general public and service providers to assure a full understanding of a) the needs and problems of the elderly; b) resources available to them; and c) the duties, responsibilities and general activities of the Area Agency (County Office on Aging). Maintain.a continuous process of planning: assessment of service needs of the elderly, defining and redefining objectives, establishing priorities and developing a system desa gned to improve the delivery of services. It will evaluate and monitor activities performed by public and private agencies under its auspices. .. Develop an action program for the coordination of the delivery of existing services to older persons and the pooling of available but untapped resources from both the public and private sectors in order to strengthen existing or to initiate new services. Priority will be given to providing the maximum feasible access by older persons to available services by the establishment of information and referral sources assuring all older persons in local areas of reasonably convenient access to such sources. The objectives of the Area Plan contribute to the implementation of the major goals of comprehensive and coordinated service delivery system - the maximum functioning, independence and dignity of older persons, and reduction of economic and personal barriers to.their independence. fLo] 11Q7 0 ...,. T-1- * SMVIC�- MH % # 7 N• EXHJBJT C-7 Pa ge 2 MISSION STATEMENT OF THE AREA AGENCY ON AGING Sat fort's that portion of the format m4sion statermnt of the l re3 Ag-_nCy which t:ratatod to the schisvement of the p t S;am;oat of estahlishirr a comptchensive end coordinated tomice:rstam for oidar persons in the ptanning and service arta. Preventive health services receive high priority in the Area Plan, with special attention to geriatric screening and influenza vaccination programs. Basic nutrition, a closely related health factor, is addressed by the objective providing for expanding nutritional services to older people not currently living in art'as served by the Title VII Program. The paralegal services of the Area Agency will assist older persons participating in public programs to receive their full economic benefits under these programs. In the event of barriers raised by public service providers, paralegals will assist older persons in appealing such decisions and will represent them before referees and in administrative hearings. Paralegals will secure legal services necessary to help prevent exploitation of older people and guarantee their personal and Iegal rights. For older persons who are faced with deterioration of their homes and living in unsafe, substandard housing, the Area Plan's residential repair objective will enable them to stake fullest use of the benefits provided by the County program funded by the Housing and Community Development Act. The housing needs of low- income older persons are addressed by providing assistance in receiving HUD funding for a forty (40) unit rent subsidy housing development. A special shared housing resource file will provide additional opportunities for varied housing arrangements for older persons• seekiiig housing. The transportation objective will provide service to at least two con mnities with critical transportation needs. - Strengthening the Information & Referral System with an outreach component will enable the system to reach isolated, homebound older persons to provide new access to needed services. The priorities of older persons in Contra Costa County are represented by the Area Plan objectives. In the achievement of these objectives the Contra Costa Office on Aging will be taking actions which appropriately focus on the implementation of the major goals'of a comprehensive and coordinated service delivery system - the maximum functioning, independence and dignity of older persons, and 'reduction of economic and personal barriers to their independence. s . FJd[IBIT C-4 PI,u IIlcG KID SF!►V!C:. 41R •� hir7IMR][ COs,:-CIL . tach R�?:i so^,• . the Advisor� Counci.2 Council Cwc 'f1:atcr the a : - 044' L Cha.i2:aa.•' ly an- asteris.:. - _ t i Mrs. Agnes L. Bardin Mr. Pete Davis , 21 Inverness Court 40 Peatro ,Avepue - - San Ramon, CA 94583 Pittsburg, CA 94565 Telephone: 828-0214 Telephone: 432-6678 - Mr. Cleophas Brown Mrs. Pauline Doherty - 432 Clarence 342 Gloria Drive Richmond, CA 94801 " Pleasant Hill, CA 94523 Telephone: 232-1317` Telephone: 685-4606 Member at large Mrs. Patricia K. Brown Hr. Roy A. Foreman 3255 Sweet Drive 1231 Stafford Avenue Lafayette, CA 94549 - Concord, CA 94521 Telephone: 28340819 . -.Telephone: 682-8027 Member at large. • Mrs. Cora Burch 260..Sbuth 9th Street Mrs..Lofton Fowler Richmond, CA- 94804 - 167 S. Eighth Street Telephone: 323-B379 Richmond,_CA 94801- '- Community 4801 Community worker=--blind Telephone: 232-7479 Member at large. Mr., Edmund Burk 282 Zoe Court Mrs. Alice -E. Goldsberry- • Pinole, CA 94564 106 Ontarid Telephone: 758-2742 . Oakley, CA 94561 _Telephone: .625-2023 Mr.. Frank J. Cathcart 829 Stonehaven-Drive - Mr. H. H. (Bud) Harr Walnut Creek, CA 94598 - 1978 Lucille Lane Telephone: 933-3238 Pleasant.Hill, CA 94523 Member at large Telephone: 689-1414 Heanber at large . Mr. Clarence Craig • 130 Leanne Lane - Mrs. Hattie Harrison Concord Mobile Country Club . 523 Suisun Avenue Concord, CA 94520 Rodeo, CA 94572. Telephone: 825-0109 Telephone: 799-2190 Forum Rep: - ' Mrs. Thel ma Dahlin . Mrs. Beryl Crow 2603 Vargas Court 1301 Ulfinian Nay Concord, CA 94520 Martinez, CA 94553 Telephone: 685-8768 Telephone: 228-3459 Chairman, Leg. Review Member at large--Secretary Mrs. Josephine Haas 9565 Broadmore Drive San Ramon; CA 94583 Telephone: 828-6596 Forum President ..i �.' all (Attu_h cont i::uatioa !;hects n - - MOMQQ r i [[77�� ?? }T ♦ TT t Tr '1IMIT C-11 JLJYZ III? 1 SL'�✓ S+1i1LJ I.••� l� Page 2 ADVISa'T Cov:CIL „� i -..,�r Identify the Advisor,. Cou.-�ci2. Liter the iii m of cach A3:iso_ • CotL•�ci_ c�.�._. Ch�-.i.i;aa.Z bjr a:_ as'eris *Miss Zelia 11. Huffman Mrs. Lela K. Sater 3259 Camino Colorados 1928 Woodland. Drive Lafayette, CA 94549 Antioch, CA 94509 (Lafayette Planning Comm.) Telephone: 757-8710 Telephone: 283-0646 Member at large--President Mr. Art Schroeder 706 Seaview Drive Mr. Clayton A. Kempf, E1 Cerrito, CA 94530 = 1124 Larch Avenue Telephone: 525-0177 Moraga, CA 94556 "Plember at .large--Vice-President • 'Telephone: 376-6022 Mrs. John Selsey Mrs. Juanetta Lee Garden Estates 11 Holcomb Court Alamo, CA 94507 . Walnut Creek, CA • 94596 Telephoner 837-5764 Telephone: 933-3190 RSVP Chairman Mr. George Simmons - 2132-Golden Rain Road — - - Mrs.'M1 ry H..-McDonald - Walnut Creek, CA 94595. 1702 Estudilio Street Telephone-': .'939 b173` - Martinez, CA' 94553 - Member at large-Treasurer . . Telephone: 228-3243 - Mr. Roger Spaulding Mr. Francis Hefford 4662 Springwood Way " c/o Seniors Drop-In Center Concord, CA 94521 1020 Nevin Avenue _ - Telephone: 228-5330 Richmond, CA Member at large--Vice-President Nutrition Council Rep. ` Mrs. -Lucille Treat Mr. Carl B: Miller. - 100 Village Drive, =216 . 5260 Sunset Drive Brentwood, CA 94513 - El Sobrante, CA 94803 Telephone: 634-3271 Telephone: 223-2566 - - - • Mrs. Zola Williams . Mfrs. Della Moreno 185 "A" Madeline 341 - 20th Street Pittsburg, CA 94565 Richmond, CA 94801 Telephone: 432-7122 Member at large - Mrs. Beatrice Martil•la Mr- James S.•Nakashita 1548 Golden Rain 7 Skander Court Walnut Creek, CA 94595 Pleasant Hill, CA 94523 Member at large--Chairman, HIental Health Telephone: 825-1537 ' Task Force Member at large - Terms decided by lot (2 or 3 years). Two vacancies (tt.t•nch cn�:iixa`..in:� s`iccts as n^ceM:3='1) _ 00400 _ (Continued) AU IMR f COUXIL • Proz'idc the follot.rig Un_"a=ation: Number : Total. Advisory Comnci? Me--b--mh:.p 33 Adri stsry Ct�ir:ci3 r :s :tsare senting each Rmber Percentage of the fo?l=ing areas: of 'dotal. Advisa:—y Couz:it t mbersmip General Publ i c 3 Older Parsons (parsons cJ or olds_) 29 88 Older Constrer 8 24 , Clow Incnme Did r Person (see footnote) 7 21 • )`(IZttlr3.uy Pet son • 21 n' Minority Older Person - 6 Frivate A=,encV RZ:)r.3entzti Ire* 2 6 Public Aggenncy ;t~prase.-.tatis'e* 8 24 Nutrition Projiact Ccuncil Ra—presentative 2 6 Tne pe:.;elitage 0, nersons in the a A se:price area aged 60 or over w yh irc..:..es below the poser y level. 2 The percentage of perms a;;ed 60 or over ;r_ the vlarming and semice area 1^c'Z.-1i3._3ed as mi—mor;4y a:^.-zr merso.2s 2 The period of apFoi.ntr--ent of Advisory Cou;.^_ci? • T';_It NN .G AT 40 SEA vICC A ri;:i• -17 ' CXHtaaT Cfi StAXEIL 1=I;T CF RESPONSIBILITIES ASSIGNED T4 TIIE ADVIZI COUNCIL • A. Voting Rights A frill description of voting rights is set forth in the attached Constitution and ley-L'ar:s of the Advisory Council. ' B. Ivrea Plan - 1. Review, advise, and approve the Area Agency,Plan, and recommend its adoption to the Board of Supervisors. 2. Advise t1d�_'- Board of Supervisors and the Office on Aging on all matters of implementation of the Area Plan. . 3. Vor}: ::lth the staff of the Contra Costa Office on Aging to develop and implement the Area Plan, including the establishment: of appropriate con-mi ttees. 4. Appoint a task force to screen.based upon prior criteria, evaluate project proposals submitted by agencies and groups in the community and sub,.mit recoanmandations to the Advisory Council. S. - Review staff evaluations of all mrponents of the Area Plan, including the opinions of older p?rsons participating in such activities. C. Service Delivery System . • 1. Facilitate planning and development of a comprehensive and coordinated service system for the older residents of the County by the follo;ting actions:. a. Strengthen and coordinate the 16 Local Comittees on Aging tthich serve as forums for the expression of the needs of older persons in the coam.unity and implement action on a local level. b. Enlist interest and participation of such resources as agencies, business, public and voluntary associations, churches, clubs, hospitals, schools, physicians, dentists, and unions in the service areas of housing, health, leisure time, rehabilitation, employment, nutrition, social and volunteer services and RSVP, in ord^r to enhance the comprehensiveness and coordination of the services delivery syste.-a for older persons. - c. 1lori: co3peratively with the Senior Forum (representatives of 50 senior citi ears and retirewent groups) to strengthen and extend social , recreational, educational and volunteer services in local communities throughout the county. D. Advocacy and Public Relatians 1. Establish tasl: forces and ad hoc eomittees for.specific advocacy activities such as public hearings, legislative review, and public relations. 00402 E'L.,NNIUUAND SEIMC[JacsE !"0::t:--,a Co:,f.l F'! . Mr EXHI t'C3 ST1, Elf-T-14T OF Rc SPONS1a11<1TIES ASSIGNED 7pr TttS At3VtSORY COU►.CtE. 2: Provide the ieadership in advocating for older per—sons by conducting. public hearings (speak outs) on reads and priorities, and by reco:rx-ending • action to the Board'of Supervisors. 3. Provide information upon unmet and priority Needs and the views of Coatra Costa older persons to the Board of Supervisors. 4. Increase and exteed understanding of older persons and them- tree 5. i - '�. • 00403 ,/mow+... �•.. n ` ID to to to L .. _... a .. us /n _ to to • n - J3 c 1, Q L7 L' tj i . O -! Qy = v C3 .q u p r_ tl C cl � y N 1"1 " I� L.S ^` 3 D t! � b O X i S. O.Qi ♦ C L A H .-# .i O 9Q. t. a v Q t3 L U cri n y C o L t t'7 c'4 t� r-'1 th C O o n L 4 Q�.. v CO O O O O O O r' C V) tD to to w w tQ v+1 H� xC,J'.O. ;J r �. Sao O o o O O o a o O aony ° . arc t 7 n u 'c - o C Ot+ t.. C794 C4 •C Cj v - O r v H O St a V J q V p ftA w 0. i.J O o A H U .-1 U W O ri L. U O U ;' p :,I! S+ u R L+ O y OQ: o 04, h. d �tIL��Ca t? c G ►1Q PH4 a cn 6 [i. H N H I_ V ( t t t C� 14 9-1 0-1 r1 •-1 r1 -4 r-1 O OU � � 4csvaw PLANNING IMID SERVICE Contra Costa Co=uity #7 � EXHIBIT C-7 AFFIMRATIVE ACTION PLAN I Policy and Objectives A. Equal Employment Policy Statenert on Aging The Contra Costa County Office on Aging is committed to the goal of equal opportunity in employment without regard to race, color, religion, ser., age, national origin or physical handicap. Affirmative action and equal employment opportunity activities acre the responsibility of all staff members but most particularly the Director especially when involved in the selection, placement, transfer, promotion, training, and termination of personnel. All staff will be made aware of this equal opportunity policy and any staff person who knowingly fails to adhere to the intent of this policy will be subject to disciplinary action. The Office on Aging will take affirmative action not only to provide for equitable representation on agency staff of qualified minority and older persons but also to provide for full utilization of skills which employees bring to their work, opportunities for training and the development of new skills, and development of advancement potential. The Board of Supervisors has the ultimate responsibility for the policy, direction,and implementation of the Affirmative Action Plan. The Board of Supervisors will delegate to the Office on Aging Director through the Human Resources Director the responsibility and authority to implement the foregoing Affirmative Action Policy statement and the resulting Affirmative Action Program. It is the intention of the Office that the procedures outlined in this plan will insure achievement of the goal of non-discrimination and full equality in employment. B. Objectives 1. To remove artificial barriers or inequities in the personnel system which deny employment or advancement to qualified individuals. 2. Through positive, aggressive steps, to insure the utilization of qualified older and minority group individuals at all levels of staff. 3. To create within the Office on Aging an environment of human understanding which will allow employees to develop to their maximum potential. II Administrative Responsibilities of Office on Aging Staff A. Office on Aging Director The Office Director has primary responsibility for the Affirmative Action Plan. The Office Director shall: 1. Be responsible for the policy Idi^ection,and implementation of the Affirmative Action Plan to assure attainment of equal employment opportunities in the Office on Aging. 004M -2- • 2. Provide, within budgetary limits, the necessarf financial and staff support needed for the effective implementation of the plan. 3. Specify the procedures to be utilized in the establishment and administra- tion of the plan. 4. Create improved understanding of racial-ethnic minority cultures and older persons among office staff. 5. Insure that the Affirmative Action Plan is known and understood within the Office and within the Coam;unit),,. B. Office Affirmative Action Coordinator A staff member of the Office shall be designated Affirmative Action Coordinator who shall be responsible for the management, direction, and monitoring of the Affirmative Action Plan. The Coordinator shall.: 1. Assist the Office Director in the review and analysis of workforce data to determine the progress being, made toward goals. 2. Recommend to the Office Director policies and procedures to insure that the goals and objectives of the plan are achieved. 3. Maintain liaison with state and federal agencies, the county Affirmative Action Officer, and local community organizations. 4. Periodically review all personnel procedures and records of placement, promotions, and terminations in order to take steps to remove any obstacle to the Plants objectives. 5. Investigate complaints of discrimination at the Office level and coordinate such investigations with the County Affirmative Action Officer and the Civil Service Department. III Demographic Characteristics of Persons Aged 60 or Over in Contra Costa County A. Total Population in Area PERCFJITAGES 1. 1975 Countywide Special Census 582,829 B. Total hu-ber of Persons Age 60 or over in CCC 1. 1975 Countywide Special Census 67,943 11.7 C. Racial-Ethnic Composition 1. American Indian 248 .4 2. Blac3: 5,393 7.9 3. Spanish Language 2,355 3.5 4. Oriental 1,467 2.2 00406 • -3- IV Affirmative Action Plan for Staffing A. Goals 1. Minority Group Representation on Staff The Countywide Special Census of 1975 indicates that members of minority groups compose 14 percent of person: age 60 and over in Contra Costa County. The goal for recruitment of minority staff members for the staff of approximately twenty (20) is a minimum 20 percent, four (4) minority persons. 2. Persons Over Age 60 The Office on Aging will take positive steps to remove artificial barriers or inequities in the personnel system which deny employment or advancement to qualified persons age 60 or over. Because of the nature of the program administered by the Administration on Aging, significant efforts will be made to obtain full utilization of qualified older persons in staff positions subject to the Contra Costa County merit system and standards. B. Recruitment The Contra Costa County Civil Service Department has primary responsibility for the recruitment of qualified candidates for e=loyment. It is the objective of the Office to assist the Civil Service Department in assuring that all. segments of the older persons and minority older persons communities are reached in its recruitment efforts and that job candidates be invited to seek employment with the Office of Aging. Particular emphasis will be placed on reaching the Spanish speaking and Black: communities. The most severe restraint on expeditious hiring of staff is the time required by the processing of the County Civil Service Department, to whose standards and requirements the Office on Aging is subject, which requires a period of 75-90 days subsequent to job announcement. C. Selection and Appointments With the exception of final appointments, the primary responsibility For developing and implementing the methods and tools utilized in the selection process rests with the County Civil Service Department. It is the objective of the Agency to assist the Civil Service Department in its responsibilities in the selection process to assure that all barriers to the advancement of minorities and persons age 60 or over are removed. O0407 • 0 V Complaint Resolution Procedure A. An opportunity for an informal and confidential conference with the supervisor shall be ,provided for joint resolution of the complaint within a period of five (5) calendar days. B. If no resolution is reached, an opportunity for confidential and informal conference of the employee, supervisor and Director of the Office on Aging shall be provided for joint resolution of the complaint within a period of five (5) calendar days. C. If no resolution is reached, a request for hearing is filed with the Director of Social Service who shall issue notice of a hearing to be conducted within ten (10) calendar days. D. The Affirmative Action Coordinator working closely with the AAC of the Human Resources Agency shall investigate and report the complaint through the Director to the Social Service Director prior to the hearing. An interview will be con- ducted with the complainant to determine: 1. The reasons for the belief that discrimination occurred. 2. The specific action which the complainant believes was discriminating. 3. The dates these discrimination actions are said to have occurred. The report shall include information obtained from the complainant and a description of the investigation. A record of the hearing shall be kept and final determination put into writing. 4. The Civil Service Department is currently developing a machinery which will provide for an appeal to a higher county authority in the event of an adverse decision. 5. The Director shall issue a notice setting forth the grounds for any adverse action to be taken giving the affected employee an opportunity to respond. E. Every employee shall be given a copy of the Complaint Resolution Procedure. VI Program Evaluation The Affirmative Action Coordinator will be responsible for evaluating and monitoring the Affirmative Action Plan within the Office on Aging and for advising the Office Director on the impact his/her decisions have on the plan and the overall personnel program. In order to provide for continuous monitoring analysis and evaluation of the Affirmative Action Plan, the following steps will be taken: A. The Office Director shall hold quarterly meetings with staff carrying responsi- bilities within the Affirmative Action Program to identify problem areas and evaluate the progress of the program. The Affirmative Action Coordinator shall submit special reports in areas identified as requiring special efforts or corrective actions. *A06 • These reports shall include: 1. Office work force statistics and progress toward goals. 2. Progress of action items and evaluation of effectiveness in accomplishing goals. 3. Recommendations for correction and improvement based on examination of impact of action steps. C. Reasons why minority or older persons certified are not appointed into job classifications within the Office on Aging shall be reported to the Director by the Affirmative Action Coordinator within ten (10) calendar days after said appointmentsare made. 0040 PLINNII;s AND SERVIC:, AFi A , ` �,., EXfIIDIT C-7 (Con'Utiued) AFFIRMATIVE ACTION PL UN MAJOR ACTIOU STEPS Step Action Step AAA Position(s)� Estimated with Key Date of • Respons;.biuty Completion 1 Develop an .interview questionnaire to determine • Affirmative 7-2-76 the reasons for employee termination with parti- Action cular attention to identifying possible patterns Coordinator of discrimination 2 Develop. in-service training sessions on Affirma- Chief of Staff 7-16-76 tive Action and Office Affirmative Action Plan Development' Social Service Department . 3 Liaison meeting with Human Resource Agency Affirmative 8-2-76 Affirmative Action Officer Action Coordinator 4 Develop in-service training sessions on Chief of Staff 8-27-76 gerontological awareness Development Social Service Dipt. 5 Staff meeting to identify problem areas and oval-. Director 10-1-76 uate progress of the prgAram ' 6 Liaison meeting with HRA Affirr.�ative Action Affirmative 10-5-76 Coordinator Action Coordinator 7 Review of records of placement, promotions and Affirmative 12-1-76 terminations for obstacles to Affirmative Action Action Plan objectives Coordinator 8 Liaison meeting with HRA Affirmative Action Affimati ve 12-3-76 E Officer Action Coordinat r { 9 Staff meeting to identify problem areas and Director 1-7-77 evaluate progress of the progran. 10 Liaison r,:eeting with HRA Affirmative Action Affirmative 2-1-77 Officer Action Coordinat r 11 Starf meeting to identify problem areas and Director 4-4-77 evaluate progress of the program 12 Liaison Meeting with HRA Aff native fiction Affirmative 4-6-77 Officer Action Coordinat r 13 Liaison I.9eeting with HRA Affirmative Action ffirmative6-15-77 Officer - ction Coordinat r (Attached cozitinuation sheets as necesszu- PLANNING AND S:stYIC. A.� i? • FxfIiHIT C-7 Page 2 ' OontLiued) AFFIRMATIVE ACT=H FWI MAJOR ACTIOU SI'F-PS Step Action Sten AAA Position(s) Estimated with Ivey Date of Re-soonsibi.1ity Ccmp1et2-Zn 14 Review of records of placement, promotion and Iffirmative 6-30-77 terminatipns for obstacles to Affirmative Action Iction Coordinato Plan objectives (Attachcd continuation sheets as necessary) 00411 SECTION Dz CHARACTERISTICS" OF THE PLA1 MING AND 3ERYICE AREA Y 00412 + r ` ' • ` ✓ • �l C.) p r_.-N t0 •- C)Ca: an :V C1 Cil O !? ^� ^ O�4-01 cv c2—)--c a:sU Ax :zs •:- [u c: to '• 1 _ .--an r O••-- co r-M:t1 r r sr.-- CO.•-to O CV 1 ti pM n .7nlAcaatlo o [•tc% cgcl .-.anDCIA GCtc.", nnO 3 •� t �. ay _+ fa (A -•a a -T 44-1 Ll .-4 t- O t•- •S %3W. Cl DCI tq CIA Ot7 j ^ O In O --a M N M in 11 O •••a QD .1� N C% _ -•I 1 { O 413 C% 9- 4=0 C) to4 -tt/+ G1 �h •-tar aJ .. M ^t r. t- NNI� to -+ an .-a V U) -4 %: t --. an ♦? .•+ IA t•- CI aA Q n aA nl to to to to •? to IIIV G. V3O a•1 .-a Il) M v^. t` /- :A I %0 _t an"n O. J co N cl -a ./N In N CI ana 4c t- an N cc O N .-a C1 -! O J 1:1 an 4-! C] to --a an /- .-a t` •i t- --a P` � + y' -4 N O Il M .-a N .-a an .-a N tO t-1 't RT to .-a a d ~`C' V ra M N .•� . Ua - Mc- NpOaln V- C> ctr- MMA- t+ InrnMQ (no 4=1 M �;tS , a.7 .•� .-a .-a an N all .•a V• tt N -T M to all r. N Q} t- ra r♦ .-a _ .-a M i n Y a�� N _ •� ` t7 `rz a 11 M M .-a N O O .-a--a Its O czN t` a M an• --+ In In R! 4► O O 14 --1 to U N N .-a an .-a•M 14 4 _4%0 V t o In to • _ M . N Iu .a M Cl --a 1*- O O : r. G% O N t- t- .-a .-a M•N V' t� :O Ln,rf p Q !� � V X --a .-t .-a •-a In CI r♦ .-a (4 •.a v N 0 0 0 ( 14 s Ot r In n .. w t` %.-) o) M%3 -a IM m �x an o w o m m t•� a.[ . C ::tS -•+ N M IA .-a .-[tfi M C� to Ca M .-a In N O 111 C`2 M N V O t0 N i I co I� m 'J M 1.2 3-cc -4 rl •••�•»••�•• •.f•f C� �i . n .�••a . . . . _ . . . . . a� A .-. .a (`t N C? .t r M O M .-a N O S .-a O ­a C.[ C-a N N O an 1.1 N 10 M1�r M O M -4 t. Ir•.N M an .•a an t i -I G O t+ M 00 ••-.i � O n C/ 0. r N C `C .-a l t,7 tl; N In .4 14 .4 M { . 1 t7 CaMMM .t to to U _ M: - - --- -- - --- ---- -----------___..__ 19 .19 tV^O to a:) CC •-+ GI P- t^. In %0 ,4- O � N cS [ t»";rtQ N M t� ,-% `, • QO vs 0 N M C V --4CIS Ct- C, ell 00anIII ell M 'Ar ',�r r .•i �,► .� � j i. • M N p amN -raryl. Clt`� t.•IMratTN �4 .7G% C% C7.M K CiatnM• d d an cls an C%I-% a.'} -' t7 •Y N C7 q 0 C% tri •.7 an N tr a-} N ga 1- O e,%0 -• %n m to rj N N f a U �. �•t t� .-a a. t` v -a cv N .-+ N a!1 C% N Q V - al� r7 - ..c •. � U � 7•. C a/1 t.• � t.J Cz +� c7 M an M O O M .-a G —4 -- co N to --I N 1- P- co .a to C[ to ••t p a1 U, _ N G1 _ %? an Cl t- U; t:i N C4 PI f•. -4 IA an an ti C. t'1 17 O •z t7 O {.a •r C t*- %0CsG% .+N %0t` •1 --a CiM17IAraN1MC_ QO +/t-'I t- ..a �.� r c- Ci V M in .-a ;_c•1 N to c tt) C M I•"i at} C an O an I:I CI V Qa -� C O t7 N N M Ca N .-a.•a .-a. - U 0 • d �T • •r tn .�. , .1 • W t+0 O O 4. 4j 1p 44 csY ti u • :C O d J3 G js b Un a t� OCfaN N A O to •-a to a� 1 t1 Y f� c V is it .I 1-J[j a 1 :a G � n V U 1 5 N o r- I) " :t S. •-t 1: 0 a. 17 N n a n 0 0 U •3 � na `�' � O S ,t U'\a.= t♦ n J a• t. I• 0 .a" -t :t ..a •1--1 t� C+ •It .1 0 W (: 0 It. t1: :.S �V ii� ♦ 0 t4 t• !' I t' U '1 L! It tJ I• a•'1 � to 01 •1 1: U-11, a•J ,1- �� 1- p y •••/ ail 1• f? S. tl t: a7 $• t:Ita 1. S• .%: •-/ 1: 1► 0 lT •tt c 1: �4 o 3 tN C O .1 a• :» :�.t li S. .-1 40J ct d u •1 }.•,t•.I -[ •.1 a) 0 ay .y 43` V -3: wAll U V c� t•i :I: y. «l :. .: G [� n.•It. I1. 1.'. I1. v) N r. M N Cl- .� to a% tom. OQ to to t r O .-i N Co M L7 .� N U �� 0 LZ � civ a to -- M N x� r• .-� M N O ol to +/ SC O t-t r '.j x - ^ O t� + O � U . .y1 • 1 Ol N r"c n M O N a �. .. n 7 t7 y{ CJ C 0 V Q Q Tr to N to GO M ct N to O P ""+ Rt N Col N V P F. C3C7 LL C L] t:��, - - - v C) :� c:-at U r♦ �: F'+ C.r Ozo c >> ca • � -L1 � � ; � ?=v'fir-�.�:► � x- �� .-- Ca C% a C-i r4� �] o O _ 0 LP w ON 03 O i3 O4 'tf t� GO GOC co + + 4 Cl .M M M M N + + O Q01 O O t•:V2 0 o t- w NC3 M M N OM N .-t M M en O M �- t7 v0-� Om %0co eco O Q O O it H.•� •-'C N O N .-� O CO1.-S O o G to •rl O '•i Lfl t- Q + w • w M NS r-1 O. C%f +CV Ln to t� L� 0 C) N O •••t•y M 0 C en cc N cf O t-) M +� c V M M Qf M 'u r- M m GC co O M t� C _ w N MMM w •M Oi + .•t V O A Co -4 O . w N1-4 0 1-4 L) p + O N O O O .+ O Cl N K o O X111 U W. r- in000CIA M •r0 N QO .-t 00 Ln ON N t:v OMM MN MMe`MOO O GCt- O •� M .-► M e7 LO • U �O o o� s1 Oo r 06-4 o 0 o O r :� U 7 a. - •p v O !J tit ­4'-+ •.sus r{ i? .�, t0+ iOs N x.5 �) w i• p-A U r •.� i� V � a v O 'L3 t' o�s U f• Cid v u V �-: u t P. O vus � 00415 '¢ L7 N M L-4 GO C r- to l^- r_ r sn 4 Go .+ Cl Go Nc 0 zz t,�I r•i ii x .-t rri �. 0 �? C) 0 v il �cj, tpp to N O N 0 t� a V u r` 1.0 O co N w J SLS to N t- %0 ti t o y -r� o n clr t I N CSS Im 0 tY CSS u' C ^`1 T '1ui't3 %t t01a cam" ti"3 M OKr SS Lnn c -+ CHI cl; C {y a a P c3 ej e L} C* 14•.t V•H •rd :a C> n 0. 6r rx �j. 0 0 C3.0 0000 CO Ln Cl -a.� •-t O N O *.? O ti n O O tGn 'T to Go tn r^ 0 .-y M 'tt + O N w M %a M Cpp2 00 to ' '~ 0 .-d ri N O wI M + f. '� M MM M .4 -40w 0w COGO GNw t:; J = C w OOM4ttn O `t N C .-r O O + CA .-r GO n O to M %a N + +t- co •. .. to 0 N >, t•3..t 7 tri ,-r •4 N N 0 0 0 Co M C) ►'t M t7 tT � i M M %* M ` n M M M tr3 tm cn to) "T `Y + • M S LL t t T;. • •• + CA CSS C 00 .-1 - CS w xi C:3 V j +-� O C;.-4 O O •-+ + a t� tSiV' to C3 )< v CS 4 t2. G7 Cs NsS Nt.•3 00000OOOO in %CID -r CStt C� 4t t7 0 *y ri N N %D M to co Cl M 0, IT tri MM M MM orr 0 j23� M M N2 N3 M M M -► O c O C .. U r-0 o -091 n ei0v• '' - C-i In 41 1 or X 0 a u t i ce+ P • O O r- s4 La `�. .N rS O as v+. O O O r- C O t.4 (7 N 0 7S tT w 'O C± 6 v CT r� ci O i► O 41 G - .' .:� sn to v 00416 i� •� t r C _ 4Y 30IMAIR 03 • , 43 4 " IS t `C tr U@1. • .7,.•t.:l a U-)b �. tC ate . h m C7 N Ln Cl C7 Lc'f o Ln o O Ln O .0 fJC N M r M M N ct N M Sf r r N r LO cc G a U uanrJsny m' 301PV.IF.nQ3 i cr. E ' ;u�iu;+o; u+ 319"IVAVIin HOIIVMOJItI O o be . 2Q 21t.a o w to .o m o r Ca Cl C> is W C, e-. ('� p M Ki, N N .i'ir" r ¢ a yet=�H' - 3tIImv, o3 • �u rauR ae a: a. as a� a. ae bot ae ae Zr ae ae_7 o ae .-- M co 0% tLC) CO q C� N C� N C? .O r N r r•t;- t ut cc d r_ • t0 CG z Ln C> C7t C1t Ln fn Pa. r Cn N CT1 Cf1 C31 st C> w o m N ACA Cl M r r -%D Lo M *S Cil .1;::,C3 to to C? N cr tri N ct q LC) M LJ t•► mm I 0. ud N M N r- n N N N N r �» Nr• !!• t°- w ' o O F3 •, ea iCi •- E 4J r% he -rs r eo Cs 2 G Z d O rn v _� i•c -14 = S_ S_ t 4 o 0 • .� O S_ U .v Co N a s O O •.- L7 .- s- 4• Q. i-* r C! C r c S_ O ,,U O to 41 i-L •- c 4- S_ S_ G c C U C C•a y to O 90 O ou O Rf r RS to r •r •r Rf O W $ 93. U J Cl. Ca N t3J CC 0* NCL' 00' 4171 4 7 i 2'I.ti:til►':G JU:A S�it':I.z. h�'� ,`: • E(HIBIT D-3 (Continued) Q-11MMA USED TCa DM-44DIE T€E 11MMR i?ill YE 'd:E:T�:L I Or 1, IS 6u Vit OjE€i II: .1.Rr,,t dlTfi ID SiTIFIED 111 ED £ - r Need: INCOME _ Ilethodoloa and Cri tt.-ria Used: . The following data were used:. 1. 1973 Planning-Project* - 2'. . 1975 Countywide Special Census, Planning project information and 1973 (IAS statistics were applied to 1970 census data. Current SSI statistics are unavailable. - Based upon the merr-oda3oa F aid criteria used: - 10,191 u� .. the nI':.*ar of o?dw- na:so!; i�th ide:T'Lified need - . . .. - the pa- e_Itage o4 01-1 of d r ,per=ns 60+ u-ith identi.f ied need 15 11ced: HEALTH _ l•Iethodoloa and crit.t ria Used: 1. 1973 Planning' Project* ' 2. 1975 Countywide Special Census - -3. Health Department data • ~. . a. relational statistics ' - -, .- b: - HOAP Statistics (6eratric Screening in Senior Centers• countywide) . Health Department data dere applied to.countywide`census -figures: Individual jurisdiction figures not available. . National statistics corresponded exactly to current HOAP statistics. Based u,-.on the me"-hodaloa z-nd er ter-a used: the nu in_r of older perz;or•s 63+ with identiXied need 27,177 4O tho 1r;.-rcentare of -LU older per cons 6o+ Frith identified need- - (tttaclrcd continuation sheets as necessary) - 00418 PMI:NEX iL:O SE-EVE;E EXHIBIT D-3 (Continued) ID;n:-J TDCY r40I1) C.RITEM USED 70 DMETIME TF 111J:--R AHD PEMMITAGE OF Pis`M:1S 6u OR 03tM Ii: ARFA WITH MKITIFIED NEED Need: t I;ethod of o&r and Criteria Used: . 1. 1975 Countywide Special Census 2. Four Housing Authorities information ` 3. Retired Housing Authority Director's information 4. 1973 Planning Project* 5. 1973 OAS statistics q - - _ t .. Actual housing currently being supplied was measured against needs .kpressed in 1973 Planning Project results and OHS statistics. Based uaon the iaethodoloa and cats ria used:- the sed:the nmber of 6-der pers n's 60+ with identified need -62r . the percentaHe of all older persons 60+ with identified :seed 23.3 EMPLOYNiNT - Need: -- - Viethor oloM and C_i-tcria Used: Based upon the iaethocaloa and criteria used: the nu--b--r or older persons 60+ with identified need the percentage of all older persons 60+ with identified need' - (Attached continuation sheets as necessary) rMIUMM AND S RVISE A.R...A i EXHIBIT D-3 (Continued) }UrTd' 101OCT :sill CRII'EMA USED TO D-70TME VIE INIZI R AND PEMESTIZE OF I'i�ZlS 6U Cit OVER -M ARES WWI IDEITrFIED NEED i NUTRITION Mad: I tiethodoloar «ad Criteria Used: 1. 1975 Countywide Special Census 2. Health 'Departmeot--Nutritionist 3. Ilational Statistics . 4. 1973 Planning Project* Health DeAartnent flutrition-ist's , riformation was measured against 1973 Planning- Project. Aa,:ed upon the ihethodoloa• and criteria used: the numb r of ole x prrso z's 60+ with identified reed 15;526 - the psrcentage ofd olo:r persons 60+ %&th identi ied need �2_3 Need: .. " Uathodolo and Criteria Used: . 1. 1975 Countywide Special Census. . 2. 1973 Planning Project* 3. Estimates from eleven local Committees on Aging 3973 Planning* Project statistics were measured against local .Colimittee' s on Aging estimates and- 197O.census figures: Based upon the iaethodalogy and criteria used: the numb--r or oldt•r persons 60+ with identified need 16,306 the percentage of all older persons 60+ with identified need w 24 (Attached continuation sheets as necessary) - uu420 . -r :�� ter: r� •�� �• EXIIIBIT D- F7�'u.►I1:<G (Continued) y.::jj-.-jMIo y AND CR-i rRIn USED i0 DETEXTAI ITE TH—SE 11IMMR AND FEFiI,'ElTAGE OF I's:L .—IS 6u OR 0 r R Ii: AREA i�riti ID:iiTZFIED NEED 1 Beed: HQ'tE CARE t Hethocb off;• and Criteria Used: . 1. CCC Social Service statistics 2. Home Health and- Counseling statistics 3. Homemakers-Upjohn statistics - - 4. National statistics on hone care needs 5. 1975 Countywide Special Census Available statistics from (1), (2), (3). and (4) were measured against 1975 Countpvide Special Census figures. Based uaon the Eet'nodoi a and Criteria used: the n=:er of o?dar parson's 60+ with identi.ied need 11,550 the pc_-cent of �3 ol&r persons 60+ with identified need 17 - Need- Iiet:ioe6,,oMF a.-Id Crit.-ria Used: - • - 1la,:ed 1,,-Pon the iaet?:odoloZ7 and criteria used: the n::-n>:_r or old:r pa=ns 60+ %&,.h th identified need the percentage of all older ,pars:ns 60+ with identified need (Attached continuaLion sheets as necessary) - VV [ t 0 0 ESTIMATE OF IMPACT ON IDENTIFIED NEED Provide the following information. The total number of 60 and over persons in the planning and service area. 67,943' The total number of 60 and over persons with low incomes in 9,036 the planning and service area (PSA). The total number of 60 and over minority persons in the planning 9,463 and service area. In the space below set forth the percentage and number of persons 60 and over with identified need in the following categories (based on information provided in Exhibition D-3). PERCENTAGE NEWER OF OF PERSONS 60+ PERSONS 60t CATEGORY IN PSA WITH III PSA WITH OF NEED IDENTIFIED NEED IDENTIFIED NEED INCOME 15 10,191 HEALTH 40 27,177 HOUSING 23.3 15,626 EMPLOYMENT NUTRITION 23 15,626 TRASISPORTATION 24 16,306 OTHER: Home Care 17 11,550 ()()A9% r: t• r c• e� t►• a ti b t. S: •'. is S� ;a t, _ fi . i _ a o c:> v a t- t► s i.` v, C> ►t C) tv Cl t— :f C\ cl Utt?•u - - vnc/ p_ 14 x. 13 4-hq5 wi 'd 'Cf O CS • > •d+'r - - b to p C. h rz S.S4t R2 is SG" #GR) r J C3 a O r*+y .t/~V Ox t-- —j 0 to CS rS W•rI i3 i7�= :L' rt' 0 f. t•. Q+ ttl • C3 CJ t'. _,. 'Zt p U .r• L.J ' r,l 4i v St CS � rt ' X A It --i X-••t t N it L1 C}U•� �3 •- O f; LAS 0 C3 . t. Q) Si tt# •f- a > �f i'+i ;i j.,;•-•« r u. .` ..t .cf a CS ca N O v rS:r a a••{ L3 •.i -0 - L3 {,41 Jr. :t. •t1 t: u i:, s .+ 93 u d+ ` LU i' S,».! :: :+ >...; S• �7 - t S. tJ O -.t 0•.t •.t 6 .0.u. i <• r t`.• :.' ..'LS«,/ Li S♦ -L acs . tg►• t .•:C • t r s. to-rf .X f, fC t- I 1 t !� •* s;::;,Y / L: j t. 1-► 4.1 L, N -,4 GS O t: d� L1 4s` ►.._ }- C. L.rT .. x: /x•ri L'! -r t tx r r t I. n.•ri-rt f x CS.:S i• v i;•�i-J Cr •.1i: : :; i� t ►. .0 v t/ i• r.••t U fi/ to 11 {J t7 Levi 1+ u t4,z,, Cs to .-t U U 4 tJ .-t•ri r t •-t f: {+ N RJ•.t {-P V ••i ev �s t! .c r i-�zc, , t. = a t- r- a a a s.-,.t :s r_ >.4i v r: U It t V C�t► •5 U t¢ C1 U cS U «.i t/ C/ • d u u rt rt •c/ 93 t:i 0 - u t. W rI Cl 4;• W R. :/: C9 C) t•, U Cl d < U O ✓ - ii "a eta G• y.. • t3 - n to _ 44 4-0 7s t:z c tit • �' t) r-{ rt 'ri .jam 4A � r `as Ci +Y rt � »O p • C/` tt � C/ - � �G 1 t7 o to U 93 -A t ci O u ti to [3. d Q O tt » Lu rx • rt i,' • tS fieri tri ij C) Y at Is -ri r3 C c Ri r cn O 'LAS 44 i z�y CS p !/ a O t/ Cf C4 :: O to -P 5 ' 1 ti •C/ 'l7 Lx •C1 'V •LJ- Lr }}� ••'t -wtMt . Vt Nt �,} • j• S. - t A • `" i• 4-8 Y 4-0 4-* 4.0 O vs CS Ci Y U t�j' U U U • KpJ aN'- •ts�'. Rte. Q, t-I«= S uluu 423 • s. r. _sa s. 0 OC-) q c is ?.to s: as fa • a i? it L' i.•�is�a tJ v. S• p, 4A•U X) trt an c*l Q Os C7 CA t:; C> cv cn L- Ul) -i t0 tit N Qi••► .{ Cit Al r 1 r•i M C•t L- ti � • C► v «: >. i •� u •."4 7 u S o o C A C> • cc :1 Y go . CO U H to ¢ t -. . Itsf+• b fa •rt •C) A Si •d 0 {, Ct a eJ Za t) 0 0 c) C Cl) p •.d4 10 td: to Q • ` c .t'. ?• O u [moi. 'd -y �� {J 4{ Ta �J- •a-1 t7 - r; - {:� •1 Y ."1 r•i • .4�P.41 •rt` .0 - 0 W 9: Sa W ki .-{ r-t •. S O U m •St at: - ti 0 f a •.1'a3 a ti Z e rJ t: 4w -.{ Pa It fa .t it W• U w io v cJ sa V y . C. f14 W- . 9• v 4 U n tt) -W-1 "1 O S. O 4 O7 C► �:.i} -.1 'D C) {• U f- :3 Cs t: ---t •-t G•.t -AI 1 FJ Sa -.{%•{ U Vit. t� i-• O .`2 Pa r. CA ? $a 4-6 V Cl -.{ 4_0 G 0 0 O s) ci is .-t is •-i La f• a-.t L: L• •c) Sa .t .-t t U G St O V W S. d O C)rt O -rt 0 -1 ;f Q C) (a tG }: 0 > < L•a CA :� -C U ?: 0.4t to V) f a H a _- to LU ! �! rz Kct 4A r_9 to a i�; _ to to v v t:t :) t= v 0 ams tr •aa. ' ? �iS-• ?� � r t7 ..{ Sa y tr {� -.{ U t1a ►Z O - i a 0 0 t i ul f._ It l4- a O - •ri 0 .t O 0 j Q a U tJ eJ h :C: x OI r{. {� - - �• •O U a' 4 •Cf U• t!J O :3 l7 �} b 't3•r{ i s St tJ {� Y f. a ?s O 0 W 0 >s 4-A [� rJ O u r. U ' p 4-6 :t:-.{ 11. Ss i+ A, O X . O it V co O O a O O U to t) L4 0 Lt 7 U• to ••ij .94 ? ? P: U U U Oto d a O 0 t tJ is -1: La CL V t7 •.t. . t .0 �£ a vc�•,s -fit • _ .v - -� r4 N�l 10 > o x r� z r�i' L si Ct i, t t to r: Lt : v U :3 7s f. CJ -0 d C/ d 0 0 V cA •$ r. IL is :y b •q 10 •U i C� U rtl • YA, •c V 'L1 a-{ O L • t: • •' is oac' i ' • i yo ; $A ffZ '• i? to -4 s± L: C L' 0 v A 5 ' c' U z� .�• :J s s 3 •3 i 4r7 .-t U Q O O O O O 0 O r 1 V O a vJ < r4 O U U U C) V U A. U :__ S • -��315 .. 0U424 - .t` Cl C1 V 1— 0 -.1 t.1 .^� .y `. tpt .•� f• S• r3 �. ?. f • t , f c� t :: j• C►- CL CL ••t ry A M O ? �• U M CJ co O n t+ tt1 co P3 LO zi _3 CD 044 r! trt s • - t1 ;J �* 40 93 [L M H r3 0 - > f•t 4t 0 Us i• 1 t Its •.t St • - ci: w •,y ra :D • -t3 -d u Q V r: r• 0 0 - ;, ci C.Its to) - - ci ci fa 91 lu ft O 0 ` ts9 i-s•.t .i 0 f• tv .t :3 41 .-i CL. r 4.6 5tt :3 Sx fs O As . til {, itsIts St •rl U O L3 1 ft ••cs I to 0 u ..► G .y" f rt M 17 •►1 rJ f t - - fa 0 U•.t O rt tl'' -•rt tJ •-i U 41 t•i U u r: f t -3 9:4 60 cc - - � O L' •. •.{ U .fes O• ••t -*1 0 :5 c_z`_ x --4 :s: U O T< f. >~ i� tt O O t3 t7 O N f O t3 O vt -CS (1 U U • r: 41 0 i-A U U. ••-1 0 - C) C-3 iiao� � a ,no oo car, ►� c3 :,: U a:: u w cox a: :9 • �3� a � •�,1 ,:a • -e -moi. r t� t' ? U U U U U s •_ _ • . - 00425 r SECTION E: PROGRAMOBJECTIVES 00426 PLANNING AND SERVICE AREA x 7 EXHIBIT E-1 SU-%%'.ARY LISTING OF PROGRA14 OBJECTIVES I. To develop a special outreach component of the AAA Information and Referral system designed to encourage and assist older persons to use the services available to them , and to increase the publicizing of the I & R service. 1.1 To increase the number of older persons utilizing available health services, including the influenza shots and geriatric screening program. 1.2 To continue and strengthen the paralegal service component of the Information and Referral system. 1.3 To conduct a special outreach program to reach isolated older persons with special emphasis on the 5,000{ elderly, 70 and over, who live alone. 1 .4 Within each local Information 3 Referral center establish and maintain resource files of available private housing resources (shared homes, rooms for rent, apartments, etc.,) to assist persons needing housing. 1.5 To encourage and assist older persons to utilize the residential repair program funded by the Federal Housing and Community Development Act. 1.6 To increase the publicizing of the I & R service. 2. To promote activities for the planning and implementation of day center services in Central Contra Costa County. 3. To mobilize and pool local resources for establishing a minimum of two nutrition sites in areas of the county which are not currently receiving services from the County Nutrition Project funded under Title VII of the Older Americans Act, in cooperation with the the Title VII Project. 4. To mobilize and pool the resources of agencies providing nutrition education for the provision of new nutrition education courses for older persons, in accordance with an agreement of the County Nutrition Project funded by Title VII of the Older Americans Act. 5. To strengthen existing and develop new linkages among the Local Committees on Aging and the countywide enlarged Legislative Committee of the Advisory Council. 6. To utilize supplementary funds to increase the effectiveness of at least one major program serving a priority need of older persons by June 30, 1977. 7. To coordinate, pool untapped resources and assist in planning by Local Committees on Aging to provide special transportation to at least two communities with critical transportation needs. 8. To provide necessary support of the development of at least one proposal for the construction of a project for low-income persons age 60 or over, under Section 8 of the Housing Act of 1975. 9. To continue the negotiation of formal agreements with agencies serving older persons, with special attention given to agreements mandated by the Administration on Aing with the Social Security Administration, Community Services Administration (OEO}g, Retired Senior Volunteer Program (ACTION), and Title VII Nutrition Project. PLA.,!ND!G AND S11MVICE AREA 7 EXHIBIT E-2 EXPI.NATMN OF P.-Q=14 02- IVE tf 1 STAT :E,1T OF OB3r:CTtP # 1 To develop a special outreach component of the Information and Referral System de51gned to encourage and assist-older persons to use the services in the County available to them, and to increase the publicizing of the I & R service. RATIONALE FOR SELECTING OBJECTIVE There are services and programs in the County which are underutilized by older -persons and new programs which require direct guid- ance and assistance in their utilization. A finding of a study of the Mental Health Task Force indicates an underutilization of health services by the elderly. For example, out of a population of 68,000 age 60 and over, only 2,600 participated in the geriatric screening program of the Health Department. Many older persons presently on gaiting lists for low and moderate income housing could be linked to private housing resources--shared homes, rooms for rent, and apartments. The County is currently developing a residential repair program. Information on the availability of the pro- gram and counseling on how to take advantage of the program should be provided.Special outreach measures must-be taken to encourage and assist older persons, especially the 5',000+ isolated elderly over 70 who live alone, to use the facilities and services available to than. In reaching out to contact older persons, Senior Aides and vol- unteers have the unique opportunity to elicit first hand information regarding the unmet needs of older persons in the County. These special activities will supplement the overall publicizing of the I & R service to oldgr persons in the County. IL'.I ,CT:J !Y-FACT OF 0aj3:Trrz Special components of the I & ,R system to facilitate the utilization of older persons in the specific need areas of preventive health, legal"'' services, housing and residential repair. Low-income and minority persons would be especially affected by I & R activities in the specialized heed areas, as they are generally the target population for public agencies mandated with responsibility for providing public services in these areas of need. I & R activities should be effec- tive in substantially increasing low-income and minority participation in these pro- grams. It is estimated that 5,000 older persons will be affected by I & R activities in these need areas, of whom thirty percent (30%) are estimated as low-income and twenty percent (20 ) minority. Another special objective is to identify the isolated elderly who live alone. An estimated 6,000 persons will be contacted in its imple- mentation. More detailed discussion of these special outreach objectives follow in th explanation of the outreach sub-objectives. It is estimated that publicizing of the service will reach approximately thirty percent (309) of the older.population. SV•.M AiY OF L`XF CTED INPAC:' i;t1FXLLY BWEED Rul- sOFOLD-!;--I �:001S iZD53) : = HILI. D DIF? C:LY NPAC',TED ff ACHIEVE422:T O Information & Referral 7111S OBJECTIVE ZUTAL 60 t See following sub-objectives 31,640 60+ tiFti: W'..—BiCkXiE;* 4,720 60+ r_L;3i11Y 3,670 (Use coI tinuaLlon r4heets as necessa,-7) 428 ■ PL.A.`..JD:G AND S=-3tlIC_. AR&A .=` 7 EGHIBIT E-2 EXPL:SAEMN OF Pr!:)Gt 4 OWB TIVE STAT'iT OF O3J_'XTIVE T1_l To increase the number of older persons utilizing available health services, including the influenza shots and geriatric screening program. J - RATMITAIS FOL SZ.I."'CTI?c 03-j__rt There i s an underuti 1 i zati on of avai 1 abl a heal th services by Contra Costa County citizens including older persons. This is a finding of a current study by a Mental Health Task Force of Contra Costa County: The geriatric screening program (Healthier Older Americans Program) of the County Health Department served only 2,600 older persons out of approximately 67,000 older persons in the county in 1975. East County, where the population is sparse and scattered is the only county area which has no waiting list for HOAP services. This indicates an inadequacy of communication and information regarding this key health service. The HOAP program has decisive importance as its preventive character decreases the need for crisis intervention services and the number of persons needing long term institutional care. DIRE.CTrD T PA4 OF 03J—=,Gi?l3, A one-third increase in the number of persons participating in the HOAP program is estimated as a result of this effort. It is estimated there will be a 20% increase in the number of participants in the flu shot program, increasin the number of persons served in the 1975-76 program, 8,000 to an estimated 10,000 in the 1976-77 program year. Other programs of the Health Department and those of private health service providers will be reviewed to determine how many older persons are presently receiving services and to arrive at an estimate of how many need to be informed of their availability. It is anticipated that during 1976-77 there will be additional available health services for the elderly that will be included under the objective. SUNNARY OF L.?aCi Increase utilization of preventive health services by .at least 2,900 older -persons CALIZVO Y 0: NES—>: ESTMATED KUf L- ;l OF OLDER P-22SONS thDSE NFEDS HILI. IE DIRECTLY DIPACTED SY ACHIEVE~E T OF Information & Referral MKS OBJECTIVE SPrCL IC I EED: TOTAL 60i- Preventive Health Services 3190 60+ WITH 10:1- 1C0►4E 1275 60+ [IMRFTY 638 (Use continuation sheets as necessary) 00429 PI .G ;.:1D SS!tVICE Ai l ` 7 F !�IILSZT E-2 ' EXPUMIATIOX OF P:3JGP.94 OBur-G i Nz. It].2 OF CSB-:SCTRTE ; 1.2 To continue and 'strengthen the paralegal service component of the Information and Referral system. X1rj:LQ;;d; FOR S?.�.r'"'?'I�:G OBjL',TM There is only one legal assistance office in the entire county for all age groups, the Contra Costa legal Foundation, with a main office in Richmond and a smaller branch office in Pittsburg. These offices are constantly occupied with critical cases involving the younger population leaving very little time for assistance to older persons. A service is needed to provide counseling to older people concerning their legal rights. A paralegal component of the I & R system appears an appropriate and effective means of providing this counseling or representation if appropriate. 3X.Ir-.CT=,D, 3 I'�;3 ,OF G'W37TM Two aides specially trained in paralegal services would train volunteers. It is estimated that over the course of a year, there would be 1,000 persons contacted is either screening and.referral or for actual legal advice and/or representation. S wLI1RY' OF �.L£ECTM- ) rrx'�•T One thousand (1,000) older persons will receive either legal referrals or legal advice and/or representation. -�_ iSrj.*•'U1'j;D j!LNB`� OF OLDZ PrsPX IS c FO'i'-:: ::::0S Vnix BE Dm:zny LmPACTED BY ACtoBvi rr,►lT 0^ Information & Referral THIS OBJECTIVE 5}'c:LAIC i< s7: MAL 60 1.000 Legal Counseling 60*. k.Iiif k'I :-ZIC.� :S 250 bot- }ir.OKI TY 140 (BSC co.ntinua"Wion ::hcet.s z'S IlecesS3ty) 400 0 r.. Z.z.'I•CS' ARF-0 r 7 k�CFIIBIT E-2 D S EXP=NK1I0:3 OF M. C-TTW4 02JTIVE ,{f .3 STm—,,=T OF oB_jmTrrr. 1.3 •To conduct a 'special outreach program to reach isolated older persons with special emphasis on the 5,000+ elderly, 70 and over, who live alone. RATjn. :; {,:, _�R OB-F- in Contra Costa County 10% of the elderly are in institutions; less than 10% participate in senior centers or retirement groups; about 15 percent (15;) receive health and social services. An estimated 20 percent (20%) of the elderly are living in circumstances where they have sufficient interests and con- tacts for satisfactory living. Thus, the interests, activities, and state of health of over 45% (45%) of the older people are unknown. Over one third of 5,114* persons are over 70. The last group includes those at greatest risk--those most likely to have an accident• or become ill. Special outreach activities are needed to locate these at-risk persons. *Statistics from rental Health Task Force on Aging. (Attached) Of the 45% of older persons age 60 and over whose health status is unknown, over 15,000 live alone. High risk persons in the group will be - located and provision of services facilitated to_bring about a reduction in accidents, crises or illness caused by neglect and isolation. Minority persons will be less affected as they have been the target population for continuing public health outreach programs, e.g., Health Department, OEO, and Model Cities. OF iii'::="ice I;TyCa^ OF 0I3 2?. P.P,O:•t:i WPOSE ;:,:_-Dj- j)jj,"iI L I P CTr.D BYlw^:I i�.� �.:'.i OF Information & Referral TFrIS O'B&Z"1IVE 10TAL W t 6,000 Outreach to Isolated 60;- WITH ID::-EiG?.f:: 840 JL 60+ P..E.01UT 500 (Use continnu tuion sheet-:; 1s nacess,-UY) 4� W �, OBJECTIVE 1.3 - EXHIBIT MITRA COSTA COG>`+1TY MENTAL HEALTH PUJi 1976-77 AGING.. Introduction - - • Last year the Mental Health Task Force on Aqino defined :cental Health for the Aging as Laving sufficient resources, bath internal and external for a meaningful life, characterised by the follo:•ring: 1. " A sense of self-worth based upon who one is as a person in contrast to Oat ane produces, and a consequent co -titnent to continuing self-dayelo7.ent. 2. The ability to assess realistically one's situation in relation to personal goals and to exnecta tions of society. 3. The freedom to express apnronriate `eelincs. C The ability to make and irole7--ent decisions. S. The ability to relate with oto:^r persons and to respond reasonably to mutual needs, thereby achieving a balance between self-autoro-mv and dependence. - The Task Fnrce pointed oqt that the aging are a potential asset to their com-minities, b:;t too often then are looked upon as a burden on societv's resc:irces. There are b;rriers to the nental health of the aging as all older persons canrront one or m ure of the fol lowinq: 1. SocieWs negative attitude tmiard aginq, 2. The increasinq difficulty of coning with losses as the person gros. older, 3. The lack of accessible information and resources when problems', occur, particularly •:hen the older person is alone without caring friends or - relatives. In its second year the ':ental health Task Force on Aging was connosed of 13 o_rsons: two retired older persons, einht social workers from t.e County Health Denart.:jer.., County 'tledical Services, and the Social Service Ceoartnent (.:i►o wort; in behalf of services for the elderly), a residential care hose administra ter, a stude : in Gerontolov, a firector of Special Services (social worker) at Ross-mor, Director of Deaartment on uinn for Catholic Ch-arities, Coordinator of .':dul t Education at Dia*Mo `.'alley College, Teacher (*1aster's in Gerontology), ;partially retired Medical Doctor, and t-he Interin Director of the County Office on Aginq. • The committee has ret ronthly in eight meetings after• a three month su,.mer recess. In addition b neetings of the total groun, there have beer:- three su!).- .zittecs. The three subcomittees have net to collect data on resources, to make needs 'ro c-s such as: Inadequate 2rcc:^_ for basic necessities, housing costs they cannot afford, health care costs teat are prohibitive to nood health, lack of transportation. unavaileble care vzen it is needed, little or no involve-next in co.-mmunity, no neaning or satisfaction in life. 10432 x nl d i c tors 1 . Innaired older Persons, livinn alone, socially isolated, without caring friends or re atives, wlia are unable to neer V►ieir own daily needs. T,')ese persons are at highest risk frequently with inconsistent abilities to function*. It is generally acknowledged by gerontologists and menhers of helpina orofessions that older persons, living alone -:ith fetor social contacts, eventually reject r..ost suggestions for assistance because of the fear of losing their indenenderce or being forced into an institution. This is based upon the fact that freeuent1v r2ny relatives, attorne::s, doctors, (t`.edicare policies. which provide f:tnds for h3s3it!f- ization) focus on pla;inn the Iverson Where he or she will be "safe" (and under control ); ::pus rel ievinn the caretaker of the resronsihil ity by place tent in an institution. This eau be inappropriate to the older person's best interests. Rased upon the fact taat older oeonle cannot obtain the appropriate help they need '(housekeenina, oersonal care, legal counselina, health services) they resist ager offers of assistance. The following are recent exariples of Contra Costa i^naired older residents living alone and neglected: A 75 year old widow depressed and having severe physical problems (osoriasis) As living alone. She is intelligent, and usually was able to cone --lith probl e-is. With tete death of her husband Sze has derel oned dri nk i na pr.-bl e:is. Althounh she talks path relatives by teleoh.cne frequentlY, she avoids .heir visiting on the basis of her not feeling .-!ell enough. %`brcmen in the •r'cini_y found her- hoaA co.;nl ctel v neglected with snoi 1 ed food, filth, 93r5ace, etc. She was ill-nouri;'i4d and nersonally in a serious physical condi tion. Per moderate income makes her _incl igibl:: for services despite her need. An isolated older widow appears at tines to be mentally ill , paranoid, has' had na nedical care and no relative contact. Friends and neig`.5ors have felt helpless to aid her because of her inabilit'r to accept suggestions and to care for herself. She is in need of a con' sertator because of 'per inability to r'anagL her ot:•n affairs and to care for herself. Reich; - ors wonder if she will receive help only after a serious accident (broken hip) and/or a loss of all of her own funds. It is ei-ident that cost referrals to board S care hones result when the elderly . . live aloha and becone nealected and socially isolated. Older persons re`erred to residential care homes in Contra Costa Countv: the-majority are in the over- 70 aqe nroun. Estinates indicate 70:>' to &Z fornerly lived alone; 51" prem al- coholic, according to an infornal survey made by a residential care nanager ar.Dnq oVier residential care managers in Contra Costa Counts. There are 4100 persons in these h-.-.nes in the county. 2. Older persons unable to secure assistance ::hen it is needed The najority or older parsons (atleast i:):, of the poculation) :.ho are on 's.'aall fixed incorvvs are unable to afford helo or care in their hones when it is needed. Many do nat have relatives or friends who can be responsible for consistent 7� _se Wider persons in need of protection are described bv: blenkner, "a- rearet it Associates: Research A. h_-:onstration on Protective Services far the f•lderly (1975), Cleveland, Ohin; (fall , Gertrude H.,: A Guide far the Development of Protective Services for Older People, (1973), Springfield, Illinois; Burr, James: Protective Services 1104 (1968) 004M OBJECTIVE 3.3 - EXHIBIT CMITRA COSTA Comm MEMAL HEALTH PLAN 1976-77 AGING-- ' Introduction ' Last year the Mental Realth Task Force on Aqino defined :cental Health for the Aging as having sufficient resources, both internal and external for a meaningful life, characterized by the following: 1. A sense of self-worth based uron who one is as a person in contrast to ghat one produces, and a consequent comitment to continuing self-ce.•elo!xnent. 2. The ability to assess realistically one's situation in relation to personal goals and to expectations of society. 3. The free-don to express apnronriate `ee-lings. 4, The ability to mime and inolement decisio_ As. 5, The ability to relate with other persons and to respand reasorbly to r»utlal heeds, thereby achieving a balance be' een self-autonomv and dependence. - The Task Force pointed out that the aging are a potential asset to their comiunities, belt too often thee' are loaked upon as a burden on society's resclrces. There are bzirriers to the nentai health o tthe aging as all older persons confront one or rare of the following: 1. Society's negative attitude tmiar-d aging, - 2. The increasinq difficulty of coning with losses as the person ara:•:s alder, 3. The lack of accessible iofor-i tion and resources when probless* occur, particularly uffiQn the older person is alone without caring friends or - relatives. In its second Mbar the Mental Health Task Force on Aging was comased of 13 oersans: Um retired older persons, einat social :workers from the County Health Deeart..�prt, County 'Helical Services, and the Sacral Service Deoartrent (::iso work in behalf c: services for the elderly), a residential care home adminis:ra ar, a student in Gerontology, a Director of Special Services (social Corker) at Qossnoor, Director of Deoartneat on Minn for Cathil is Charities, Coordinator of Adult Education at Diaalo Vallev College, Teacher ("..aster's in Gerontalogy), partially retired _ Medical Doctor, and the Interin Director of the County Office on Aging. The coz ittee has net ronthly in eight meetims after•a three month summr recess. . In addition to neetinas of the total group. them have beer.• three- subcc-riitteas. The three subcomittees have met to collect data on resources. to make needs Prop c•-s such as: Inadequate inmr,:! for basic necessities, Fousinq costs they cannot afford, health care costs t^3t are prohibitive to nood Health, lack of _ transportation, unavailable 1:c-e care when it is needed, 1itele or no involvement in comr.unity, no meaning or satisfaction in life. - ri.- -71- • 0032 . K%10 ' :t assessment, and to exam 4 assess and relate these maters provided by the small groups. All such iindin_, , have been reviowed and considered by fhe total -coram ttee. It has re.-3ined a eontinuir,3 problen to obtain conoarable data; however, agencies and institutions, resid^ntial care homes, rtolice and, fire departments have expressed interest in cellectirg additional data, especially regarding older persons who are living alone which night be utilized effectively in future reports. In analyzing last year's lace: of progress or chanae in mental health •services for the aging, and based on the service needs of the elderltr, the Task Force on Aaing has decieed to focus its attention on the orouo of older persons who are the r.-.ost neglected and isolated: the elderly who live alone. Evident by the following report is :".n fact that this high nisi: group, without preventive support services., is most vulnerable to accident and long-term illness which often results in high cost medical care in an institution* paid for out of public funds. Recop ien3Ltions %-.-ill be nide for the inclusion or extension of specific rental health services for older persons in 19706 proerasis: " Counter Mental Health Services, Social Services Department and the new Area Agency on Aging. Long Terra Coal To extend,—i^tprove-and'initiate services tAich drill contribute to the mental health of ole-Or persons so that thev are enabled to 1 ; :tinction at their maximun capacities; 2 live in their of-mon hes as long as pps:ibl e; ' 3) receive appropriate supportive protective or rehabilitative ' help re it is needed. Target Sraua Persons over 69 t:ho need services in order to function at maximum capacity and protect their r!ell being (physical and mental health). Sue & Location or fareet Group - .1) 1975 census lists 67,840 persons 63+; 22,700 persons 70+ 2) 60+ population not living independently (ill or convalescent) Convalescent t:psuitais . . . . 2,535 Residential pazrd & Care fbmes 490 State Hospital . . . . . . ' 9 tiental Health County tbsnital . • 733 Other County Posnital. 133 Other foscitals (acute) . . . . 2,564 - 3) 60+ population "at rise:" ]:ring in the eo=nunity 60+ live alone . . . .16,950 60+ live alone and not involved in . senior activities . . . . . .15,265 ; . • 70+ live alone . . . 5,632 70+ live alone and not involved in senior activities . . . . . . 5,114 The pri:i3ry goal of tiie nlder Americans Act requires Area Agencies on Aging mandate al cpardinated service systcn which airs to assist older persons to remaip i it.ing in their own hories or eorrrin7i2ties as long as feasible. W433 -I nd i tors _ • 1 . Innaired older Persons. livinn alone, socially isolated, without caring fl�ien S or relatives, who are u► to ricer p•_ir own daily needs. These persons are at hinhast risk frequently with inconsistent abilities to function*. It is generally acknowledged by Gerontologists and Me^5ers of helpina professions that older persons, l ii inv aloe_ -pith few social contacts, eventually.reject rose suggestions for assistance because of the fear of losinn their independence or being forced into an institution. This is based upon the fact that frecuently r!ny relatives, attorneys, doctors, (f'edieare policies. t:hich provide fir.{s for '.asoital- ization) focus on placira the p--rson where he or she will be "safe" (and under control ); thus rel ievinn the caretaker of the resronsibil it•r by glace-:ent in an institution. This c;ay be inaparo,^.riate to the older nerson's best interests. Based unan the fact "hat older pe^nle cannot obtain the appropriate help tray need (housei;eJnina, oersonal care, legal counselina, health services) they resist fltF'r offers of assistance. Tile following are recent ex'Imples of Contra Costa in3aired older residents living alone and neglected: A 75 year old widot: depressed and having severe physical problems (osoriasis) . is livinn alone. She is intelligent, and usually upas able to cooe ::ith proble-is. With the death of h=r husband she has de;reloned drinkina orzblens. 7,l thounh she talks s;i th relatives b.+ tel eo cne froquentl r, she avoids .heir visiting on the basis of her not feeling :-:ell 'enough. -arkmen in the vicinity y with 53�i1d f03�, `iltt, c13rJaGe, etC.found tier• home 'co.mletel She was ill-nouris` z!d and aerscnally in a serious physical condition. Per madcrate inco:ae makes her .inel igibl;; for services despite her no-3j. - An isolated older widow appears at tires to be mentally ill , paranoid, has' had n:► r►edical care and no relative contact. friends and neigi:bors have felt helpless to aid 'Perbecause of her inabilit-r to accept suggestions and to care for herself. She is in need of a con' serva*or because of 'per inability to manage her o n af;airs and to care for herself. fteW� ors wonder if she will receive help only after a serious accident (broken hip) and/or a loss of all of her own funds. It is e.;i dent that nos t referrals to board care hones result when the elderly . live aloha and' becona nealected and socially isolated. Older persons referred _ to residential care !tomes in Contra Costa Countv: the-majority are in the over- 70 aqe groun. Esti:natles indicate 70;' to EY: fom.erly lived alone. 5g`1 stere al- coholic, according to an inforn3l survey made by a residential care nanager am--►ng other residential care Tanagers in Contra Costa County. There are 490 persons in these hrves in the county. 2. Ol& r nersons _unable to secure assistance when it is needed The r,:�aorlty of older tlarspns atleast c:X-P o: the poeulation) t.no are on 's-mall fixed incor:rys are unable to afford helo or care in their horses when it is needed. Many do nat have relatives or friends who can be responsible for consistent *T ►-1 ese older pea-sons is need of protection are described bv: . blenkner, ':argaret : Associates: :^.esearch A, D ^.onstration on Protective Services for the Elderly (1975), Cleveland, Ohin; !fall, Gertrude H.,: A Guide for the Develop-.ent of Protective Services for Older People, (1973), Springfield, Illinois; Curr, James: Protective Services HEU (1968) 004ZT4 assistance tiIhen it is needed for several weeks or r..onths. Only those uft are sufficiently affluent (M, of population) are able to afford to pAv for iomz care services, or those wla are on SSi (about-3.:) are eligible for home care and chore services from the Social Service Departnent. If they live alone, that is double jeopardy as they become fearful of losing their independence. Accarding to a sarole surrey made by Ric"" nd *=odel Cities Project, the older 'lie person is, the riore help is needed ar-d the more isolated he bec=as. Statistics indicate that those over 33 no out of their homes less than t-Ace a week. Eighty-four percent stated that thev needed house!iald assistance. 'ffithout supportive services, hospitalisation becaae the only alternative. Those with little or no contact with others. rho offer emtiona7 , social or physical support, becone isolated; the-1 are unable to cone ::ith critical etneraency, rajor changes in life .roles, crisis or losses as they reach their 70's or 81's. Usually they are unr:are G`, or they are poorly rativated to use needed serrices. Without available preventive or suDoortive holo, older persons living alone are r..ore vul- nerable to accident, illpess, neglect and exploitation. Often inadequate diet results in malnutrition, alcoholism, and increasing inability to function. Isolation, lac); of trust ircreases fears and anxieties, often cul- minatirg in depression, withdrawal, paranoia, premature death. ' •--- Recent examples in Contra Costa County of persons unable -to secure assistance � . include: _ 1'; daughter, forty-eight, tonin, ..th the loss through dea-t1h of her own husband, could not. norl: at her job because her 78 year old father, a wido:mer, imps becoming so depressed that she feared he would take his ozm life. . A son r:as vmrried that his rprriage would end and the farrily would Fe, separated because his mother could not.find housing she could afford except at his home. A•npoical-ioctor's receptionist as►e3 tchere help mioht be 'found for one • - ••- of their patients, a recent uido:•► at sixty-eight, who was becomina so depressed *that her physical health was rapidly deciinipg_ A widower at einhty-one, wished to continue to live in his oven home, needed household assistance but could not afford it. His Inco..^A, S-13,00. barely covered his expenses, but he uas ineligible for these needed services. 3. Hospital cischarae nianninn for Persons livinn alone bece--Cs place:z_nt in as deenenn'ent f aei t i tie Oischarce nurses and social workers in several acute hospitals in the county report that those persons for whon disch3rc:_ nlanninq r-.ust be done, are frequen.ly elderly over 70, t:!:o live alone a::d cannot be discharged safely to their o,.n ho^as. fiften the illness or accident :rich brae:ht them to the hosDital occurred as a result of ner�lect and resistance to help. Thev are usually placed in inter^edi:te care, board and care. or conralescent -f:osnitals. Often without rehabilitative service and the encourace...ent that it offers, the patients becone less and less able, to function independently. - j 4. Older persons, livin^ in a facility inannronriate or inadenuate to their neees deteriorate an: become increasinnly dependent: Convalescent hOSoitals, in_ermea ate � care facilities and other health care institutions which are nrinaril�r res^3nsibie - for physical care often do not offer rehabilitative or other social services. Patients become increasingly dependent and le_tharnic. - t Objectives 1 . To red;.•ce ne:Ilect, crisis, and institutionalization of isolated, impaired older persons, by de:•elopinn nrograas v-Mch locate, reach, orotect and serve ' thaw :::o livY alone. (or :with another also impaired), who are without caring relatives and' -,'riends. 2.' To contribute to the :•:ell being (mental health) of all older people through the develor.:zent of: (a)' An aggressive co..:unications nlan which aims to change the negative attitude96—G—rd aoirg, retirement and being old and improves the feeling of self forth of older persons. ' , (b) An accessible Information & Werral service, soecif?cally geared to assisting older pernle to continue independent living, functioning at their n-1xim m capacities. (c) Mental -health resources which provide vre•.entive-supportive services appropriate to the individual need. _ Current- ite-sources in Agin- to ''ent, ::eat Ser chs �• Most mental health services for the elderly are for acute care as a result of crisis intervention rental health services (Short-Doyle funded) for persons )ver 65: - Psychiatric Admissions County Pasoital - J Mard 1973-1974 6.4% 65 and over 1974-1975 4.5, 65 and over - All Out-PAen"- Clinics 1973-1974 2.14% visits from those 65 and over 1974-1975 1.7p visits from those 65 and over � w : r 00436 - Rith 45,45 persons over 55 in Contra Costa County, it is evident that fest Wain needed. rental health services. From this data it could be assumed • that services are not accessible to host older aeople• ttithout an outreach program, only those in or near crisis receive these services as a last resort. Other Reso::rces Related to dental Health - 1. County Denartnent o; Health (a) Public Health 'Iursinq Service - thousands of visits Wade; however, statistics are not-recorded by age (b} •Hr:e Health Services - thousands of visits mde; however, as above, statistics are not recorded by age (c) EMT, Healthier Older Adults Proera& - -(Project: Geriatric Screening) - January 1, 1975 to September 30, 1975 - 2,000 persons over 69 in forty centers _ . '.� • • ; (d) !int deals for the Elderly - serving 400 meals daily at 12 locations (e) Co:�;zl escent Posoi tal s (licensed by the State Department of Health) - 2,535 patients (average age 78) 2, Ileal s on Wheels . Fifty to sixty older persons served in central county; twenty-five to thirty-rive served in west county; ten to fifteen served in Antioch - !� services provided by volunteers with coordination assistance (except - - �- in Antioch) from Social Service Departrent• (Coordination assistance may be withdrawn depending upon Social Service reductions in 1976.) 3. Other Hale Care " .a) Home, Health & Counselling Services - in 1975, 4.0.5 older persons had hcnemaking services. Homs Nursing Patients - 1104 patients received hole health services. " b) I,o::e.nakers Upjohn - serves about 150 persons over 60 eaci► month or a total of 2,300 during 1975 (those who can afford the service). 4. Telerare ' Feassurance telephone service has been developed by several voluntary agencies A-rhich covers the county. Service is open- to all elderly or handicapped adults who live alone. _76- M 004 _ 5, Friendly Visitors Servo _ . Available in West County only. Funding has discontinued because of Social Service cuts two years ago. Formerly 300 isolated elderly were served by 300 trained volunteers through the Volunteer Bureau. 6. Social Services for the Elderly a) Board & Care - 76 homes serve a total of 490 persons over 60 in 1974 in residential care ho..:es licensed by the Social Service Department and the State Health Department. b) Chore Services & Attendant: Care - 1,850 SSI clients served in 1974 (only the destitute are eligible for this service)_ 'c) Guardianship & Conservatorship Services - _74 persons over 65 served in 1974. 7."The'Area Acenc:,► on Acing _ Coordination of a comprehensive service plan for older people is its chief focus. The Area Agency on Aging is responsible for establishing an Office on Aging and an Area Flan which is based upon the priority needs of older people in Contra Costa Ccunty. Through the Countywide Advisory Council on Aging (and urith the assistance of the16Local Ce..0 ittee-s on Aging and task oriented conaittees), reco:=endations are made- to the Beard of Supervisors which is responsible for the ultimate implementation'of the Plan. In its first 10 r•ontiis (Septe.miber 1375 to July 1, 1976) there are no funds for contracting direct services. In the second year (July 1, 1976 to July 1, 1977) there will be "one tiare" funds ($33,040) which will be utilized accord;ng to priorities of the Advisory Council. The Office an Aging's relation to mental health services is to supply technical assistance to the Mental Health Task Force on Aging in order to extend or improve current mental health services. 8. Information Pt Referral for Older People . The one direct service ::hich the Contra Costa Office on Aging is required to develop is an Inforration-Referral Service to older persons. Utilizing three social r:orkers as coordinators in East, (Fast and Central County tete I & R senior aides, efforts will be directed toward taking information and referral services available and accessible to all per,cns over 60 in need of service or assistance. (It is evident that preventive rental health counsel- ling will beccr:e a high priority need as this Infor.ratien-Pe erral Service is being establi0ed early in 1976). Additioaai resources are needed if I & R Services are to be effective. 9. Senior Centers & Retirement Groups Cline full tir-- Senior Centers in the county are administered by local co -unities. (Recreation ecpartirtnts or City Managers' Offices.). hire part time centers are operated Ey older volunteers and/or with the assistance of adult education services. Approximately 30 additional groups creel weekly, :;pile five others weet monthly. These social , educational, and recreatiorai activities and groups contribute varying degrees of effectiveness to the :,--alto and well being of the participants. It is. estir;3ted that 7,000 to B.OM older persons (10 per- cent to 12 percent of county population) presently participate in these centers and programs. The majority of these participants are the older- persons who become aware of and use preventive services and, thus, the majority remain independent and living in their aan homes. r > ; -77- _... _ _ W438 _ Pry b 1 f:res or ��s c es _ _.-__.. . _-•• "-- - . •- 1. Most of the present trental health services for the elderly (4ounty M-edical Services) are available only to those acutely ill, in crisis -and who are generally poor). - Other psychiatric services are available to only the small percentage (perhaps 10 percent) of older people who are sufficiently affluent to obtain private therapy--provided someone has helped them to seek the service. There Mre virtually no protective services for the impaired older persons wtho live alone ~ilio are without caring relatives, are socially isolated, and unable to tare for their o:.'n daily living. .A•co:tiprehensive system of coordinated services is needed to provide protection for roughly 2,000 (2 pat-cent to 3 percent) of the populatirrn of elderly impaired persons who require varying kinds, degrees, and combinations of services which • prevent neglect, and exploitation. To offer adequate protection, a social Iforker coordinates one or more of the following services: casework counsel- ling, home care, visiting nursing, madical or psychiatric diagnosis and treatment, friendly visiting, Meals on Wheels, Telecare, assistance t,-ith fiscal ranagenent, conservatorship, guardianship and other legal assistance_ J • The new social service progran under Title XX reco.�:wnds 'within the limits or its allocation, the Conty Eelfare Depart:ent 'shall engage a sufficient number of adequately trained staff to provide effective services ,to adults in reed of protection." Pith the reductions in service tirorrers in the Social Service Department, required in 1976, i sseems highly unlikely that this Protective Service Program for adults will be implemented this year- 2. Most preVentive supportive services are unavailable or under-utilized by over 75 percent of the elderly population. . a) The destitute (those on SSI, about 7,000) are eligible and the most effluent (possibly 3,000 or 9,000) can afford to pay for: nursing, home care and other health, social or legal services. At least fico-thirds of the older population are unable to pay for these supportive services; thus, they are unavailable. b) Many older persons reject help because they fear institutionalization. As it is a co.^ron practice to "place" persons in need of assistance in nursing, residential care h--v.es or haemes for the elderly,, older people in need of assistance fain independence-and resist help_ f:or example, persons living alone frequently resist telecare even though it is a free service. c)_ Friendly Visitors Services has become less and less available. This program provides outreach to the honnebound elderly viiia live alone or who are in a convalescent hospital and who are without relatives or friends. Often these services have supplied the only 'support to the older person and referral to other services then they were needed. This ser:-ice has been unavailable except in rest County for two and a half years because of cuts and changes in funding by public and private agencies- P reviou;ly, a budget _ of $17,000 provided training, coordination, and supervision to over 300 volunteers %:ho gave an average of three hours weekly to visit their older assignees, referred by agencies or health professionals. - -78- 0043 d) Some older persons resist "senior citizens" centers or programs because they reject senior citizen centers stereotyping them as "time wasters", card players, etc. In most co:nunities, 12 percent or less of the older people participate in centers or retirement groups. This is esticrated to be 7,000 or 8,000 of the 67,030 over 60 in Contra Costa County: Reasons for the non-participation -include: The center or group is inaccessible because the person daes not have' _ transportation, or the older person has inadequate information about the senior pro;rar►--the person does not knots what services are available, or the older person may be unable to cake the effort to visit the program; he may feel isolated, unwanted. lonely or depressed. 3. Persona who live alone, on being discharged from an acute' hospital , have no alternative but to go to a convalesent hospiial. There are no intermediate housing facilities in Contra Costa County. The majority of older people cannot afford home care or part-tire or "live in" attendants. Fedi-Care services do net include sufficient- Yo::ze care services so that persons can return to heir o::n ho^es. Frequently con7alescent patients without rehabilitation and a ^inir.m.•.n of hope, beco:a_- increasingly dependent. Without motivation, convalescent patients beco:ze more docile and .apathetic. . deco ,e^� _io:�s - - - • To iin-ple.zenr the objectives, the Task Force on Aging reco=ends the following: A Public Inf^rr.:atiun Service be instituted by the Office on Aging early ir. 1470'. This will air. to :reap to dissipate the myths abort aging and develop an understanding of the reeds, c4harzcteris`.:ics and potential of the older population so th t alder persons w=ill be encouraged to use their experience and talents in volunteer and part ti:-,.e paid jobs. An Informaticn-^zferral Service for the Elderly r.•ill be established by the, Office on Aging, as marivatea a;; the Older Aziericans -_t. early in 19705 in 16 loca:io;;; throughout the county. . As these above progremis will require additional resources, the Task Force on Aging reco-,=enes the folloting services be develope=d: 1. CoLonselliry services become available to older persons through. mental Health Clinics (Snort-Do}•le funds) in Richmond, Concerd and Pittsburg. It is propospu that social vorkers, trained in gerontology, be available at each clinic who will be available to make hoxte calls where this is necessary. 2. men l;, Visitors cervices be reinstated b, hiring a coordinator to organize the program :wilco :could include training and supervision of volunteers. This service i.Ould provide contact plus referral-information services to tha home- bound elderly. 3. •Protective Services for Adults be developed utilizing Title XX of the Social Security ACL unich Id provide assistan:.e to older persons who are unable to meet their o,.%n needs. - - -79, . . 0(1440 ..�...___.. ost avings ] - - - As data* relevant to rental health of older people is presently incomplete and unavailable, the Task Force on Aging bases the following on its rn:n estimate. Without preventive supportive, protective services available to at least two-thirds of the elderly, it is clear that "too little, too late" results in: rare crisis intervention, Niich often results in acute and long tem care; more institutional- ization and higher costs, in addition to more neglect and suffering by the older persons- _ It is also clear that the r:antal health of nearly every older person is affected by the fear of institUt-ioralization and the dread o: high costs for care (which has literally wiped out all of the resources of many older persons in a comparatively short tire. - If. this year's objectives could- be implemented, the-Task Force is agreed that these preventive measures could help reduce costs, neglect and suffering. 1np3Ct -, - - _ - • As the Count: Office on Aeine develops Informtion-Referral services for older people, accessible throunhout the counts,- it is evident that sore of the isolated, impaired elderly will be located who will be in need of protective services. This will require that pians be aide to obtain counselling services _ so that these older persons obtain appropriate help before neglect resulsL-.s in a crisis. _ The Menta fi2a'1 h MI. force on Ayirg this year attempted to co ect data frac 'hospitals, police, fire, convalescent hospitals, residential home care homes. As a result, they hope to set up a plan to have this done this coming year on a standard basis. � t .. • - 0U441 7 I .MIT E-2 �...1='1:YriR11��:i (�' Y: C?r'.:•Z d2.ftjC i a.�lr, if 1.4 AT 1.4�•,; 0 :9= ;�•;��;;, ,f 1.4 To establish and maintain resource files of available ST private housing resources(e.g. , shared homes, rooms and apartments for rent) within each local Information & Referral Center, to assist persons needing housing. :'A DI:'' DO --=I —1 T?;.� C .F::�?:v Shortage of adequate housing older people can afford t � -is critical throughout Contra Costa County. All public, non-profit and rent subsidy housing for older people have long waiting lists. Although some local housing resourc fi 1 es exist, maintained by Local Committees on-Aging, .the I & R service will develop "countywide a file of :older persons needing housing -or wishing to share- housing. Among resources tapped' for this purpose,•the_AAA will - utilize fully the Local Committees on Aging,. sQme•.of whom have•well developed local housing resource files. Persons affected will.'be (a) those "persons living alone who wish to share their homes," and :(b) those who abed housing will .6e assisted'with a choice of various- kinds of housing. IINPACT...� A proximately' 50 ol=der Persons "will benefit from t- i s. :bjectve. ' � ',�.:..r.,:l.. �•• i�--lY.. t t• ^_'.:L` ✓:.'J:f t�-^..:L`J�.: i1 G:J:.I'. :l✓:�L 1: :. . I I1T_KMTI_ 1:c4P;IGTFJ3 BC fV;.Tc.-t'r:a:i• OF Housing ' `.:iA 0T;Jz.:;:i► E 0"f ~+~ _•.. - Shared housing Location ._ Assistance 601- H.i i Ii 10,;I-Ii:CO3%!-- E 75 5-7 L 70 1.1 .�-- i' r .-.�.ts ess (ilse caz.._:._.i..io•._ ::?z:. .... as n c �..a.ry M442 } r a Jn �- ter_-_ c,.:, a:'.l. x: j: � 1.5 To encourage and assist older persons to utilize the County residential repair program funded under the Federal Housing and Community Development Act. Housing is a high priority need of older persons in ,Contra Costa County. Many older persons are unable to afford repairs which are . necessary ,to prevent their homes from falling: into a dilapidated condition. • The availability of housing rehabilitation assistance under the CHDA will benefit-ma ny older persons who are finding it increasingly difficult to maintain-their properties in a decent, safe condition. The grant of 'Funds to Contra Costa County under the Housing and Community Development Act offers a timely opportunity- for older persons to-obtain assistande for residential repair. The County is planning to establish- a Task force. to design a Housing Counsel- ling and Training Program for homeowners on.ha,4 to best participate in the residential repair program. Participation on. this.Task Force-will -provide the AAA with air oppor- tunity to develop and promote a special- counselling and training component for. older people who participate in the.-program.-and facil-itate.informing.the greatest number of ` _older homeowners of theav_ailabilit� of the residential repair assistance_program._�___ f^ 0 -... ,��.,. The County Pr r - 1..vy..: u y act am.Is required by-the Housing and t Community Act guidelines to provide, its'benefits in concentrated local areas.. The target areas selected for _the program- in 197&77 .include approximatety 'l 500 persons who own their own homes: OI DED E i its WIS :ic..3.:_, - tt�(�- j 7, ' ♦ �{� {�.•J^'- (� v ( a.-., -fit J IIILL I_J DIRDt" '=,, M f�GTED DZ ACHR-;y 2!'_N T of }sousing � - - irIIS OIiJ •:Ci i!E - • tF 1 ,200 Residential Repair bOf 'VITM IO::-1�:GO.E: _ 156 167= (Use c0:L2Z:L..tion sheets as uecc:s sax- P1J.'! D.'G MID SSMVICE AREA # 7 ErJEESIT E-2 IXPLANATIMI OF P-MCIRM-i ONEECTIVE # 1.6 STATOF 03J N.-TIVE 7.6 To increase the publicizing of the Information and Referral service. R.WjD::{.IZ FOR SEEMS.'TEu OBJECTIVE As of this date the I & R service has not been fully staffed, as the ten (10) I & R Aides have not as yet been hired. It is estimated they will not join AAA staff before the end of the program year. For this reason the availability of the I & R service has yet to be publicized and group contacts made on an effective basis. MECT.D JXPACT Or O%-.t ..�TIVas It is estimated that older persons attending senior centers and clubs, and retirement groups number almost 8,000. Publicizing the service through flyers, media and other methods will reach an estimated thirty percent (30%) of the older population. Probably low-income and-minority will*be affected at a slower rate than the overall population by this activity. • SU"24.41PLY Or EMECTM I3 PACT CATFZ3:1Y O is s.I1: ISM-WI-ED NEIMER 0:� OLD-M- P'�L0i:S WiDSE, ii-wr;IAS ML M D-LIWTLY DIPACiED BY ACHME-22+T O Information & Referral THIS OBJECTIVE SPJ�1FIC NEED: 10TAL 601- 1 I 2 All needs 60+ WITH FU:t-INCOrcE 2,165 60+ FMORITY 2,195 (Use continuation sheets as necessary) 00444 0= F':'J�:. »: J.�Jt.C1F:�E • OF is 2 To promote activities for the planning and implementation of senior day center ser=v`ices in Contra Costa County. (,':U,-ZTrvS Many requests have come in from all over the County 'for day center services for impaired older persons. The greatest concern has been indicated .in Central County, which has preponderance of older'persans in the county. An ad hoc committee has been working actively for the provision of the service" in 'Central County, Frith .an eventual expansion -to gest County. It has identified an agency which has the necessary resources to provide the serLice: a facility, ancillary means of transportation, physiotherapy availability, social work•servites and a medical director. The committee :•equires technical assistance for the developtdent of a funding proposal , which the Offite- on Aging gill, provider The.objective should be o major importance in helping- to keep impaired, high risk and vulnerable older'persons. ' out of institutions and in their own homes. C' .r_='C"L D5:, The f a c i i i ty, woui d .serve 25'of der persons daily. Follow- ing ollow- ing the establishment of .the-Central County facility, the, ad.hoc committee will devote its efforts to the provision of.day center services in Hest -County. .The :number of- individuals f•individuals served may go as hiigh as '100, as the:persons -served.will change from day to day and week to week. The program shout d reduce the .i nci dense 'of •admissi ons •of persons to institutions because.-of impaired faculties. O:' =LGIT::J M24t;'T Serve up to 100 impaired elderly in 'Central: CbuntSi. and help reduce_ admissions of the impaired to institutions. - L t -. t_ l:_...?: _.���_ �J?L:r".1'L') 1.�3.i;✓.L OF �s�`. .i t'i� .1 /IiJJ i Nl_.:t ; OF Heal th75 Day Care - ff1� `►illii 1v::-iii:j)'.'� ! 10 60t- Imapa—L;: 3 ' (UJL' con' slwet5 as necessZa.ty) { ., ?7 EXH MIT E-2 rL.I.'J;IDa,r x�iB sEn- icE 1,�A EXP 1A-LMU OF Pi JC:RAM OBJECTIVE ST�1Tj a' OF OBJ-�� jr"3 To mobilize and pool local resources for establishing a minimum of two nutrition sites in areas which are not currently receiving services I from the Nutrition Project funded under Title VII of the Older Americans Act, in cooperation with the Title VII Project. FOR SF=- 114%i OBJECTIVE. The Special Countywide Census of 1975 indicates approximately 68,000 persons in Contra Costa County. The nutrition program providing hot meals at congregate nutrition sites under Title VII of the Older' Americans.Act served 286 meals in 1975 and plans to serve 425 in 1976. It is evident other arrange- are needed to extend the service beyond the Title Vll .program. ' Current operating nutrition sites providing congregate meals are located only .in specific geographic high priority target areas designated under guidelines to' Title VII guidelines. Other areas of the_ county must wait for additional funds under'Ti tl a VII for participation in the older Americans Act program. It is the intent of this objec- tive to provide to some degree hot meal nutrition sites for areas not currently provided with Title VII nutrition sites. OiED I»:nm O^ Oa.►�i1VB It is estimated that over 200 older persons will benefit from the additional hot meals that will be served in consequence of the resource mobilization stimulated by -efforts of Office on Aging staff. SU�t`!ARy Or EKrEcm r-Lp,CT Serve hot meals to over 200 persons not currently parti- cipating in congregate meals programs. CA'i'3DRY 0;-` NEED: ESEMA r' lar R or OIm:.:Z VILE I~: UZt'IEGTLy E'IpACTED By AOIIMM*�d i 0Z Nutrition THIS OBJELTIVE aI'r: 'IC is ll: 1UTAL W 200 Congregate Heals 601. DTII I.C1:-I-ulcams- 67 601- MIZOUTY 20 (use continuation sheets as necesSZ, Y) W`446 :.':3 S ..:'jICr A'?-F.i�:' 7 MI:7BIT E72 0 2 C i I V.:. jr 4 C'-F 033EC:TI;:r. t- 4 To mobilize and pool the resources of agencies providing nutrition education for the provision of new nutrition education courses for older persons, in accordance with an agreement with the Title ILII Nutrition Project. The need for improved nutrition for older persons iias been well documented. For example, 60% of persons over age 65 hospitalized from accident and illness also suffer -from malnutrition. It has been well documented that . many older persons have poor eating habits resulting in high carbohydrate and low .-protein intake. Senior Centers often contribute to these poor nutrition habits. A program is needed to inform older people on the value of adequate nutrition.and about effective food purchasing -and- preparation measures. -Through the cooperation of.the Health Department and the - County Nutritionist members of:the Nutrition COMmi ttee, the Advisory .Council will be trained to present informational._talks; films.,--etc. , to senior groups,_ throughout the County. It is estimated this.program'wi11 reach.,3,000 older persons, in the-.County. . (IF F z;C7 3,000 older persons-wall be educated on the benefits of ,__good nutrition Practices in diet and food pre_paration.— • ':t .:1: `.+: ,:_. �. t;: r:�i '�3 i:;�- ..._:zL U`r :fLSl .•£ s;.�.:�:•:S iic23:i~. ..:,t�i 1:3 L JI : .;`i E.'f U',i::Tk.:� EX E.Cfi EVF-% :7 OE " Nutri tion We 3�ooc� Nutrition Education to;. 'Wuna low-1,LA_s'•:.w. 360 601- mL-,:ai:IT't 240 (Use cu_::S z.ua1iva sheats as »ecessary) r} 7 L•".0 UBIT E-2 O; T JQ: I OWE IVE , 5 ;' 5 To strengthen existing and develop new linkages among the Local Committees on Aging and the enlarged Countywide Legislative Review Committee of the Advisory Council. ?';='';u:;:=,lyyJ �`�~ +-��-•�� I�.i; L-�; ;:a`i'm An effective legislative campaign is required to Influence state and fedaral programs in areas of priority needs of older -persons. ii Objectives. of a legislative campaign-are a Compr=.hensive National Health Flan, i. provision of additional home care services- for. the .elderly, particularly those. on- marginal -income who areneither destitute nor affluent, simplification of regulations which implement current housing legislation,-.and residential repair and rehabilitationI for older persons on low and moderate incomes: x, 0 The advocacy efforts of'the Local Committees on Aging'r and the Advisory Council will influence city. councils, Board of Supervisors, public, private and voluntary agencies; and the general public to become more aware of the needs and probleirs of older people including-_the priority issues stated in the objective. An increasingly -effective advocacy.effort will affect the general public throughout the County. The. policy of the Local Comaittees.emphasizes,.full represen tation of ethnic-racial and low-income groups, so.that,there will be a. max-.!ium•impact upon their needs., :._ -"At, Ingrroved coordination-and effectiveness of:advocacy for the elderly_ in Contra Costa Count. �s..)::S UiDS3 t:: VILL Capacity Building Tc *: t. ,^ To be determined by . _ _ - effectiveness of effort. II It'.YAL 60f Advocacy 601- UITH (U5a conti::uation :as nacessary) . _-__--___ t VGVUIUTRM OF, P.M. , 6 OF zV 6 To utilize supplementary funds to increase the effec- tiveness of at least one major program serving a priority need of older persons. -O 5_2�1 z!._ 0 :i .iT Federal transitional funds have been made available •for the 1976-77 program year for.use on a. one-time.only basis. Guidelines require that these. funds be used to_assist programs.addressed to the priority needs .of older persons -in the County. . The process for awarding the one-time only monies is _ developed under this objective-.so that the- c6wn ikty agencies using_the- transitional funds are yet .to be determined. Tiie:number o_f• older.persons affected will depend on the type of projects selected for support by these funds: UZI .r. -�l•'a--'�` }w.r IJY:z�'L.l� F.�f:•a:.:�.CL U��+� e�f..��_� I.�...ti�..5 :i C:J.�.'.i t::.....�+ i� .y. : i�i1:...i.l4.l To be determined _ - To be determined 60t .di i e: 60 P EF �i FiY - ..______. --0"49 Y: r PLA:Z1r:G 4s1D SE37I'CE 110HEA 7 EXMIT E-2 EXPL:II ATIM.-I OF pR0Cp2,:4 OEj-.Ci'ITIE t 7 STAT ?=:j^ 0: 03JECTIIr # 7 To coordinate, pool untapped resources and assist in planning by Local- Committees on Aging to provide special transportation to at least t two communities with critical transportation needs. RA 3D_?I zo- S ._I:IC O3Jr' TI<r Findings of the report of the Contra Costa Area Planning Project on Aging of March 30, 1974 stated "50% or more of the older people in most corsrunities have no transportation." Minimum transportation is available through taxi subsidies in Lafayette and Pleasant Hill. -Among the co=nities with critical transportation need, Rodeo, Crockett, Brentwood, Oakley, Byron, Knightsen, Alamo, Danville, El Sobrante and Pinole may have some transportation service prior to July* l , 1976. Pittsburg, West Pittsburg,-Antioch, San Ramon, Moraga, Orinda and Clayton at this point have little or no transportation and little prospects for transportation services in 1976-77. QCT--D I:_T.=CT OF OS-s.�T1'VE Resources of service groups, Title VII Nutrition Project voluntary and public agencies will be _corrdinated in securing. transportation 'adequate and appropriate to the local need; i.e., shopping, errands, visiting, senior activities, medical appointments. In some cases several smaller•eommunities maybe coordinated in developing a district plan. Older persons Mill be enabled to visit friends and 'rela- tives in residential board-and-care homes and convalescent hospitals_by new.transporta- tion arrangements. Impact on the well-being of lo-d-income and isolated older persons will be particularly significant in communities presentlywithout transportation. There is a good probability that some of these commmnities_inay _have transportation by July 1 , 1976, so that it is too early to estimate the impact after July .l . SM.-,iA. fl; To be determined GAT,-:,'R i? NEZ31 : kS'TDIF kED NIC-12-741 OF OLD_--2 PERM1,1S I-&i !S NEEDS WM M- DIF-EC£LY DIPAICTIM b"f ACiIMM-rc►iT OF THIS OW_EZTIt� Transportation ' 1OTAL fAt Special Transportation 60t WITH IOW-I"COMS O1JT t1ii. Cil I (Use caztiruation sheets as necess ^y) Q 7 EXILIBI E-2 '- ••'• C.• OF Yr'J:F.:,:I 0 .I.:.nen' . 8 5ii► _: ":i 0:' Oi,.I: Ti-r:, ----8 To provide necessary support for the development of at at least one proposal far the construction of a project for low-income- persons age 60 or over under Section 8 of the Housing Act of- 1975. MR S?_T_7Z'C7L--' : Ojj_zD 'r,,/3 There is a great unmet need for this type of 'housing in the County as evidenced. by over 1 ,000 eligible low-income older persons on the waiting list of the County Housing Authority.. tion-profit and rent subsidy housing -for the elderly have long waiting lists. Demonstration of a successful -project will encourage utilization of low-rent-construction for the• elderly under Section 8 in other parts ,of. the county. - E.-MACT OF O"::ECTITZ The exact number of- Ariel l i ng uni ts. for low-income older ! _ persons to be developed under this objective "is--not•kndvm at this- time.- The plans of one project• in Lentral County_iiaye-been"finalised to provide for the basic housing needs of at least fifty (50) lois-income 61der.'persons immediately upon construction of its fDrty (40) units. Additi�onal -persons-would.be served as turnover occurs. The preliminary plans of another.'non-profit group in West.County cal-1 for..the -development of a similar number of -units, The. grants would demonstrate" the feasibility of-the development -of similar proje' ,ts •throughout the County;-there are a half-dozen churches with excess land available that -would be'encouraged-to -construct additional" housing for the el derly. ' One7 pro ject -includes an Affirmative.-Action marketing program for .-initiation and ongoing operation of-the project to'assure 'equitable•service_to minorities. All loss-income persons throughout. the`-county .v1ho have certificates of eligibility for the 251. income. rent. subsidy wi -1 be eligible for these housing units.. 0: } ; C_r. T U'3.i Provision of low rent .housing to 130. persons •each.year and a facility for health, education and recreation programs for all seniors. it Ue U1.11.::? i' i:sXN:i Housing la-M BE IYCRPTll SAPACTED B`1 Ar;1 1iXEZ i 0? THIS OBJECTIVE 5I 01 .I Ii:: .7: 10TALT 60 1- 130 Rental Housing @ 25% Income 601- WITH 130 661- I-sII:Oiwin 18 (Use Continuation sheets as necessary) nn r PLA':::r:G klD SERVICE AFEA0 n EKFiFfiIT E--2 E30'I NA-1 .1 OF P:33CFt 4 02JXETIVE 9 STATE=- JT OF OB=- T=z. 2 9 To continue the negotiation of formal agreements with agencies serving older persons, with special attention given to acreements mandated by the Administration on Aging with the Social Security Administration, Community Services Administration (OEO), Retired Senior Volunteer Program (ACTION) 'and Title VII Nutrition Project. RAT�3:;.�. FO8 S, - Tn,,G 03�-.re=z Formal agreements wi 1 i het p implement the overall objective of the Title III Program-=to strengthen or develop at the area level a system of coordinated and comprehensive services' for older persons. Negotiation of formal agreements will serve to develop commitments of agencies in such areas as information and referral, coordination and expansion of services, sharing of planning data, development of linkages such as information sharing, participation on technical and other advisory bodies and interagency staff contacts. All agencies serving the elderly have cooperated with the County Council. on'Aging, appointed by the Board of Superyisorys and the forerunner of the current Advisory'Council. Formalizing these relationships- into practical working agreements will result in improved coordination of services and pooling of available but untapped resources Jor older persons in Contra Costa County. EKESCMD 322ACT OF OBJ...TI:3 All older persons in the county would be affected by these agreements, with the possible exception of some portion of the age 60+ popu- lation not in Medicare or SSI-. Low-income and minority persons will be especially affected by these agreements. In addition to the mandated agreements listed in the objective statement, the clients of County ,human services departments--Stealth, .Medical Services, Mental Health, Social Service--are primarily lows-income and minority. Agree- ments with these agencies will also receive special attention. Overall , agreements. ' . with a variety of agencies serving older persons help implement the goal of a coordin- ated and comprehensive service system and this indirectly will affect all older persons in the County. SLZMARY OF y.'�ECTM RUFACT- Coordination and strengthening of servi ce del i very system affecting all older persons, es eciall low-income and minority. CATs.:�ORY 0r V^,4 : )vr1`i.'Tk'i� cFtr=. .� OF OLDE:1 FEE-O :S It"iDS" I:S!.-D MILL Is DIRECTLY DIPACTED Iff AGKMVr-_'1--1T OF THIS OBJECTIVE All Categories - ' SF'i 7;1F.1C :: F.D: 10TAL 60+ • 58,000 60+ WITH IDW-INC O.t : 9,000 60+ Knio tiTt 9,500 (Use canLinuaLion .Beets as necessary) t FUNNING IIID SERVICS =-A � � EGFIBIT E-2 (Continued) EtPI.��.":A1IO:I Or PI=iW4 OP.T...CTZVE #I.1 I;G: CIES TIVc?LV� Health Department, American Cancer Society, Suicide Prevention, Alcoholic Rehabilitation Services, Title VII Nutrition Project, Meals on Wheels, CCC Dental Society, Alameda-Contra Costa Medical Association, Home, Health and Counseling Services. (OGP�LFHIC ARZE A AFFEC2:0 (Id.^.rtify specific area uithin planning and service a_rrea and indicate if this is a target area) Countywide !U-JD?, ACTION Si..n MT ACHIETIE, OB.IHGT E . Stec i Action Stem ! AIiA Positions)E Estimate Tr w trlth Key ! Dine of •Responsibility Completion l 1. Establish countywide enlarged Health Committee of the Advisory Council to increase utilization Director 6-30-76 of available preventive health services. ` 2. -!Measure progress of Flu Shots and HOAP programs1I & R Coords. 7-1-76 from 1975 to 1576 program experience 3. Report findings of progress of Flu Shot-and HOAP (Geriatric Screening). programs to Health I & R Coords. 7-15-76 Committee, and identify communities making' unsatisfactory progress.- 4. Organize Local Committee-on Aging subcommittees in communities with- unsatisfactory participa- I & R Coords. 8-6-76 tion •in programs to plan outreach activities for improved participation: _ - 5. Preventive Health Local subcommittees plan and initiate outreach programs. I & R Coords. 12-3-76 6. Report of Health Committee on underutilization I & R Coords. I-5-77 of preventive health services. 7. Quarterly evaluation of Health Outreach Program Eva]. Technician 4-1-77 B. Modification of Health Outreach Program I & R Coords. 5-1-77 9. Quarterly evaluation of Health Outreach Program Eva]. Technician 6-30-77 00453 7 E CHI:BIT E--2 PWIT11M.-G AND 3-.R%!IC_='UV-;A if . (Continued) =101 A71 ION, O: rMC..'ti't:4 OBJrCTI.E Z 47 1.2 S I::MLzF._ Contra Costa legal Services Foundation, Bar Association, Social Security . Administration, Health Department, Social Service Department. GEOG?p:�C "�.� .tom i'r -IM (lt cr�`�;� snati fic -•ea wPit:^.�ca pl ^..-ink ar_ci ser ce area. • •� and indic,-a iE this is a target area) Contra Costa County - Target Areas: Richmond - San Pablo,, 1 Paralegal - Pittsburg - Concord, 1 Paralegal St: #AU rosi.`ioa(sIdth Key ) Edi..4,e3 Wr • i . - Responsibility COMM etioz i 1. Develop specific plans for beginning parjolegal t - services with paralegals, legal advisors, and Director -7-12-76 I & R CooMinators - - 2. 'Informal agreement with Bar Association for Legal Panels to accept-appropriate--referrals ' with special reference-to wills. Director 7-12-76 3. Establish local paralegal- office and,-office Director 7-30-76 hours. 4. Publicize paralegal program_- flyers distributed . to senior centers, libraries, and utilizing I VR Coords. 7-30-76 Local Committees on Aging.. 5. Conduct group meetings with I & R Aides, at senior centers, with 'senior clubs, etc., to Paralegals 8-30-76 explain paralegal functions and how to obtain legal services. 6. Evaluate first quarter of paralegal service Eval. Technician 9-11-76 7. instifute changes on recomrendations of evalua- Paralegals 9-25-76 tion. 8. Continue to evalu to pro am quarterly .& insti- Eval. Technician 6-30-77 tute changes base on ev uation and needs. QQ454 ,.,. ; �7 PLA:.a..ri.,G IND S..._..,,..ICE fit A r. FXHOIs 72 (Contioutd) F�CP=IIMTM:1 OF P "P.;LI OBJECTftE ,71.3 Social Service Department, Health Department, Home, Health and Counseling Services, Upjohn Homemakers, Medical Services, Red Cross, Recreation DRpartment, Senior Centers, local •I & R services, Community Resource Center, We Care Center, United Council of Spanish Speaking Organizations. 0ED- -''r:?C r.�`i :_�:i� (Idem:-1_y =ecifllc area w t:':.Z pLr-Eng grid ser-.-ice area. and indicate aS t;--is is a target area) 'Countywide Stem i Action. Step AA1'. Posi.tioa(s); Est=-: ed Ir t taitIt Key ' Date o Respor_si.tr►'z it;; Comale L,ia � t � 1. 1 Develop special outreach-techniques to estab- I &-R Coords./ 7-12-76 lish contact with isolated-individuals- in areast Senior Aides of high density older persons. -. 2. Establish record system on contacted older . I & R Coords, 7-12-76 persons. . 3. Recruit, train and utilize older-I .&-R Vol-un- start 7,-1-76 teers in outreach programs at local levels I &.R Coords 6-30-77 utilizing (leadership-from) -local Committees on Aging and Senior Centers, 4. Develop quarterly reports on gaps in service fo submission to Local Committees .on Aging and I •& R Coords. 6-30-77 Advisory Council for action: 5. Release public relations. flyers and utilize start 8.1-76 media to promote outreach plans in each local Director' 6-30-77 community. - 6. - Evaluate outreach program quarterly - codify according to findings. - Evaluation Tech. 6-30-77 PIJ,:NZG IIID SERVICE 0ZA r. WfIBIT E-2 (Conti:ued) EYPI NA T IO:i OF Pr?.' RX-1 OEJECTIVE ;7. 1.4 hG ;CI=S INIMMED Housing Authorities of Contra Costa County, Richmond,, San Pablo and Pittsburg; Churches, Senior Centers. A�-rr sM (T_cszt;.fr s •i;is area within pZar_-dng azd Berri ce arca rnd indicate if this is a target area) Total County ' F-IT-AiXt PCTMIl SMI- 7D ACHIEVE OB -EGIIVE ; sten i Action- step !AAA Fosi�ion(s), est=..-r.c:: ► Fti:.h hef ' Date of E .. .Responsibility CcuipietlIon i � t i 1 . Organize local housing directories' of Local 1 I &. R Coords i 10=1-76 Committees on Aging - 2. Recruit and orient a -volunteer -in-each Local Committee to •act.as a. special Housing Coordin- I &.R Coords. 12-5-76 ator and work with I &- R Aides: 3. Contact churches to announce the -service and collect names of interested persons-. I .& "R Coords. 12-15-76 4. Obtain lists of older persons needing housing from Housing Authorities. I & R Coords. 12-20-76 5. Update local-housing directories I & R Coords.' 1-23-77• 6. Conduct small local meetings in each. community of those interested in shared housing. I & R-Aides 3-1-77 00456 A - 17 0 FM3►IINs lL EXHIBIT F,2 (Contirued) WI.&ATIO:: OF rarm:i oarr u- AGEICI£S I:3,,DL1j—z3, County Planning Department,- Citizen's Advisory Council-Housing and Community Development Act, Building Inspection Department, Information & Referral System. G.��ia�.sLt AZ�i r�i_�.:�i r '^ T n tit' �i f- ax-ea =nn` 00 are AFF J (_c..n�-y specific a_ a tri..hrr_ pL � and service �.ea. and indicate if this is a tar.-pt areal • Target areas: Rodeo, Martinez, Montalvan Manor -' high percentage.BPL 'KAjOR nrmzi S:yT'J 1D nG.H_._.r_- OBJECTIVE. Step i Jctio:. Step AAA Positi wi(s); E st:L=ated ; Tr i - Y21t.I1 he.7 ! Data of ! Respor_si l i1it f Compl.e- on f 1. Negotiate merafiership inCounty'CHDA Housing ( Director 11-5-76 Counseling and Training-Task Force 2. Report to Local Committees• on aging or Aral- I & R Coords. 12-12-76 ability of housing rehabilitation assistance' 3t Prepare information material on availability Prog. Coord. "- 12-15-76 and requirements of residential repair assis- tance for older target area residents - 4. Dissemination of information material by Rodeo and Martinez Local Committees on Aging - I & R Aide 1-15-77 5. Develop Counseling and training component for the elderly Counseling and Tra-ining Task Force Planner 2-14-77 6. Expedite participation of older applicants in County Housing, Counseling and Training Progrart I & R Aides 3-1-77 7. Assist Task Force in dissemination of informa- • _ tiohal material to older persons in the target I & R Aide 5-24-77 areas 8. Assist older applicants in processing necessary I & R Aides/ 5-31-77 forms Paralegal Aides 004D 1 PiXiM M 9.'D S 7.110E lu?.A r y F.� 11BIT E-2 . (Cantiriut:d) EXPtARATION OF PROGRAM OBJECTIVE # 1.6 :i STEPSi:���O:, rte_.:a i i Step Action Step AtA rost ition(s) Esimated with Key � Date of 1. Utilize a variety of media in informing and start7/l/76 reminding the general public of the availability I & R Coords. ongoing of the Information & Referral service. 6-30-77 2. Distribute Resource Guide for Retirement Years t) all agencies and physicians serving elderly I & R Coords. 10-1-76 i:e. , senior centers, libraries, senior groups, city halls, Chambers of Commerce, etc. 3. Contact all senior retirement groups and center's to inform and recruit volunteers for- I & R. I & R Coords. 4-30-77 (11tuch-ci c.ontiauation shccL: res :ecce rsury) 00458 FI.1+2INING i_:D a R':ZCZ AREA n 7 EMIMIT c,-2 (Continued) ECP'"' NATIO:S 0? PEM—MA 10?afzZTit Z tr 2 AGENCIES i rD-T: Diablo Rehabi l i tc ti on Center, Health Veparts.Ant, County ::edi cal Services, Red Cross, HGM2 Health Counseling, Upjohn Homemakers, Easter Seal Society, Cancer Society. - - • G G``�i_F. //++ L'�.�4 .T��viED {lana i� _r�_..i T ar-a wit- '� p�izz n.� 9•s s e _► . . and indica-Le if t:his is a. ttzrztr, area) • Concord, Pleasant Hill , Walnut Creek, Lafayette, Ala;-o-Danville.• - MAJOR AC 0,11 S3F3- ME :CRT 03JEMIT E - step i c:.io:: step ( }c :_� •__`r }AAA Positions ..•,„�,.4,.,d V -V Bey !" 'late o Respons b_sty Oomplet.1O:L tit 1 � 1 i prganizeDay Center Co.:mittee including profession- Director " 8-1-76 f als to study need and plan for escabiishment of Day Center. 2. ,Identify sponsoring agency. Director 9-1-76 3 Provide technical assistance in locating Program 11-30-76 source of funding and preparing project Coordinator/ proposal . Planner 4 Submit Agency proposal for funding. Programs 12-15-76 Coordinator/ • 5 Assist sponsoring agency in selection of members Planner of Board of Directors. _ Oirector 4-1-77 00459* EXHIBIT E-2 (Continued) E'CPLMA 7LM'V Oi` rpmo m 0!! ---=1LS ls,- ,AG5:,Ci;S ?` MI," r.• Churches, Senior Clubs, Senior Centers, Service Clubs, Title VII Nutrition Project ?=-I �--—GT J (T+�n`�y :rpeci.:ic ami u't•�`=re pl r .ng and service area. and indicate if this is a target area) To be determined in cooperation with Title VII Project . IL,,jo ;,rTIO I S: s iU :ACHWE OBJ C`H'IV:� Seep i Evia:. Step - AA.4 Yosition(s}; E.stir atcct x E with Key $- Date CT Ae spor f Comvietion i s'!bi?.t r 1 I. Develop agreement with Title VII Project on additional sites. ! Director 7-15-76 2. Identify churches, Senior Centers and other ` groups interested in providing meals, utilizing* Local Committees on Aging Prog. Coord. 9-15776. 3. Organize in+each selected community a committee of interested organizations Prog. Coord. 10-15-76 4. Determine service-providing group and locate nutrition sites Prog. Coord. 12-15-76 5. Provide technical assistance in operational- izing service Prog. Coord. 1-5-77 00460 FIA11NUIG MID SE--MMICE IdtFA rr 7 � EXHIBIT E-2 (Conti.nued) EXPLfu'M' ,3 Or PROGfBt.'-1 OBJELTIVE # 4 AGE:,-,CMS I:IT,OTI E Nutrition Council , Association of Nutrition and Home Economists, Community Colleges, Agricultural Extension, Title VII Nutrition Project G GPi?IC : r r�.ii,] (Ie_-ziti*',; Sp is arra vriithia plmrzng wid service area. and indicate if t.4 s is a target area) Countywide iKAJOR ACiT3�3 ST-M 70 nMUZ-?E O Step i Actio Step .AAA Position(s),1 Estiaated 1 F Vdth Iter E Date of Respors W.Utf O'omuletion i 1. ; Develop agreement with Title VII Project in coordination of Nutrition Education Programs I Director 7-15-76 2. Organize a countywide Nutrition Education Director/Retire -Committee to identify needed programs PhD in Nutrition 8-1-76 3. Negotiate with Health Department for presenting programs in 'Senior Centers and local communiti Director 9-3-76 4. Provide technical assistance to Health Dept Educators in preparing programs. Director/Retired PhD in Nutrition 12-15-76 5. negotiate with Community Colleges_ and other agencies (listed above) interested in nutrition Director 2-18-77 to conduct workshops and other mini-courses and events 6. - Prepare report of effectiveness of nutrition Evaluation Tech. 5-4-77 education programs 00461- PIA11.1IL:G AND JaaV'H--E LC-A #j_ EYMBIT E--Z (Continued) EMASAiIO;I OF 1FMGfW-1 OBJECTIVE # 5 AGE:yCIrS VIMVEB State Joint Legislative Committees on Aging, California Legislative Council , California Commission on Aging, AFL-CIO Legislative Council , National Council of Senior Citizens,,.Ameri can Association of-Retired Persons, - :ED (IdentsfS spec. fic area trititin. p0lan n� and service area. . and inclr.ca:e if tis is a target area) Total County •t•JAMP, ACsIo:l SIMSM TO ACHrz. oi: I=r Step i Actio. Step !AEI Position(s); E.;tiz-:oat 2d i trith Key !, Date o`' i Responsibility � Completion 1 orientation of new members of Legislative - oirector/State IStart 5-1-76 omnittee of Advisory Council on Leg. process a islative Aida An oina 2 recruitment of representativesof'Local irector 7-1-76 �omplete ommittees on Advisory Le islative Committee 3 Assignment of members of Legislative Committee Director 7-15-76 to study issue areas of State Legislation; assignment of member to federal legislation on National Health Plan, home care services for the aged, and housing rehabilitation " 4 [Report and recemkondations to Advisory Council irector/Legis- 1-5-77 f bills introduced in legislature and Congress ative Committee 5 Alerting of Local Committees on Aging. of State irector/Legis- 5-8-77 Committee hearings lative Committee 00462 pace 1 of 2 07 PI.E 4-,14':G ZI-ND J?..R IC?. AIEA ' F.MBIT E-2 (Continued) EXPUNATMN OF OarzL IY:, # 6 AOT---:CMS !::`V0VJM To be determined by response to Request for Proposals ter_ (T_dentilry speciIric area vit'hir_ p3.a.^.Hing and service area and indicate If tis is a target a;-ea) Total. County - •tf&J3 rC� :. SjSPS �jD ACHIEVE- OBJEMME Str.•p Acti:: Step _ !AML Position(s)E Est-ima`ed Tr i trith Key ! Date of E :Re porsibLdty loc�u2etion i 1 Prepare report on Area Plan Objectives for Planner 1-4-76 Plannino Committee of Advisory Council t . 2 Establishment of objectives by Planning C6m- Planner 1-5-76 , mittee for recommendation to Advisory Council 3 Adoption by Advisory Council of Area Plan Director 2-10-76 Objectives 4 Development.of criteria for screening and eval- uating proposals for use of one-time only tran- Planner 6-30-76 sitional funds 5 Advertise for project applications Prog. Coordin. 7-15-76 6 Screening and approval of proposals for grantin Director/Advis- of one-time only funds ory Council Sub 8-15-76 committee 7 ?degotiate contractual terms with approved Prog: Coordin. 9-7-76 applicants 8. Request of contract administration services sub- mitted to Contract Administration Unit, Human Prog. Coordin. 9-10-76 Resources Agency 9 Contract signed with approved agency Prog. Coordin./ Contracts Admin. 9-24-76 Unit/HRA + - 00463 2U f 2 A C'Pi0:3 Si�S .TJ ACHIEVE OBJECTI1°E 2.L• 01 .risC:i Si?'S AAA STAFF FSi!:-L-Iii • - - - I--WIT10a(S) D A 1 Z 0r' WTH KEY C0172-T, Mot RESMISIBILITY • FOR SSP SM? 10 Contract approved by Board.of Supervisors Program 10-5-76 = Coordinator ' ST•'s.P 11 - - Submission of- project quarterly' report -Evaluation 1-4-77 Technician- - 12 - Assessment of project quarterly-'report Evaluation 2-4-17 Technician - S3r.D 13 - Submission of project quarteriy'.report Evaluation 4.74-77 ' Technician . S'l? 14 Quarterly program assessment - Evaluation - 5-3-77 - Technician . Annual Assessment. - Evaluation - -6-28-77 - • Technician slap . �:D) - 00464- FU'-+,IL:G AND S :YME MEE.10 7 EXHIBIT E-2 (Continued) E aV..,NATMU OF Pi=?- C'4 OBJECTItr # 7 1►G�:CIES I:1VOIXr - Cal-Trans, Service Clubs (e.g. , Kiwanis, Soroptimist, Rotary), School Bus Systems, San Pablo Mobile Senior Outreach Program, Title VII Nutrition Project GG lz*H:C `?:�; AT----MTM- (Identify specific area Fritlzhin pIng, and service area. . and indicate if tiers i s a taros:. area) To be determined - Stepi Action Step !RA Posztion(s) ,i Erti.a:as _ F trUh Key !_ Date of E .: t RespansibLlity ..ogp1::..ion I � I i 1 yet to be specified are the communities to be f provided with technical _assistance. Their selection is dependent upon the results of transportation planning presently in process by . regional transportation planning and operation- al agencies in various parts of the County. There is good probability some of these comrun- ities may have transportation by July 1 , 1976. . At that time the identity of communities with . continuing transportation problems will become apparent. 1 Develop local transportation committees in Program identified communities or joint committees Coordinator 8-12-76 in adjacent comities . • Planner/ .' 2 Explore local and state (Cal-Trans) resources Committees 9-2-76 3 - Provide technical assistance in preparing grant Planner 10-14-76 proposals 4 Assist Local Carnittees to secure matching fund Program 10-14-76 Coordinator 5 Provide technical assistance to local groups• in initiating operation of special transportation Program for older persons Coordinator 5-15-77 004165 tel of2 1`I.I. IIIIG IND SERIIIC7- kr. .k 7 EMET_T L-2 (Continued) EXPAI :Ai10:1 OF ?'z'.flC:LIM O3TC I R 3 f;8 AGE;;CIES r:yOLVEM, To be determined by response to Request for Proposals C uF.A�'::iC Ra-"' t�:�iS3 (Identify ��-3f is area k2L:' n p2�.^^�r.� a-:d ser-rice area. a_zd indicate if the s is a tarp et area) To be determined by response'to RFP's •i3AJG? s2..� 1`� rC:.::.:S 03iml- :E - Stca _"-.ct_c: Step IAA Fos t on(s); E;zt,:L..�.c3 •`, :t with Key � 'Date of � 1. Prepare report on Area Pian-Objectives far _ IPlanning Committee of Advisory Council Planner. 1-4-76 2. Establishment of objectives-by Planning Commitee -for recommendation to -Advisory .Council Planner 1-5-76 3: Adoption by Advisory Council -of Area Plan Obiectives Director, . .. 2-10-76 4. Development of criteria for- screening_ and �eval- uating proposals for use -of one-time only transitional funds Planner 6-30=76 -5. Advertise for project applications - Prog. Coordin. 7-15-76 - 6. Screening and approval of'proposals for granting Director/Advis- of one-time only funds - - ory Council Sub- 8-16-76 committee 7, Negotiate contractual terms with approved applicants Prog. Coordin_ 9-7-76 8. Request of contract administration services submitted to Contract Administration Unit, Prog. Coordin. 9-10-76 Human .Resources Agency 9. Contract signed with approved agency Prog. Coordin/ Contracts Admin. 9-24-76 Uni t/HRA 00466 Page 2 of 2 SERVICE 7 PIANNDIG AND SER ICE MTEA h ECHIBIT E-2 (Continued) MU."A O:: Or PIMMIM OBIECTII Irl- 8 AGENCIES rFUM E D . See page 1 GMGrAPh'IC AM, t�r'�T� (?csn..if;� spsc, c area �it:�in pla.�►L.n; �d service area. . and indicate if this is a target area) ` See page 1 - MAJOR ACMI ST---TIS 110 ALHM7E oBJ--=-� Step i Act+c:. Step : AAAI Position(s); Esti=a.ed i i frith Fey ! Date of • .. Responsilnr-2i ty Completion i 10.' Contract approved by-.Boar-d of.'Supervisors . �Prog.-Coordin' 10=5-76 11. Submission of Project-Report .- . Evaluation Tech. 1-4-77 - � 12. Assessment of Project Report Evaluation Tech. 2-4-77 00467 PLA%Ytdli:G X41D S—ERVIC£ ARFA n 7 lipCHIDIT E-2 SUPPLEMENT MAJOR ACTION STEPS TO ACHIEVE OBJECTIVE (1 9 ) MAJOR ACT3DN STLPS _ Step Action Step AAA Poaition(s) Estimated with Key Date of Responsibility Completio 1. Recruit agencies providing assistance to start 6-1-76 Advisory Council for membership on Technical Director 6-30-76 Advisory Committee 2. Conduct orientation session-on AAA of all agencies providing services to the elderly inviting suggestions on how they can coordinate Director 7-15-76 their activities to help implement Area Plan objectives. 3. Conduct meetings of agencies involved in specific service areas, e.g., health, education start 8-3-76 as AAA initiates activities in these areas. Director 6-30-77 4. Negotiate agreements with cooperating agenties. Prog. Coord. 6-30-77 UU1 468 • • (Attached continuation sleets as necessary) PWIN-MG AND SMME AREA EXHIBFT F-1 ACTIDN PLAU FOR PLA TRIG Set forth the plan developed by the Area Agency for curvirvi out an on-going proceu of planning.including the methods by which the area agency intends to: (a)establish and redefine obiecdv*s and priorities;(b)develop action programs to achieve the objectives;and(c)conduct on-Wrig data gathsrtr►g end eiealyals activities related to the needs of the elderly and the resources available to meet such needs.In addition.tat forth the steps proposed to improve the operations: efficiency.increase the gpxitY.end integrate,to the extent faasble.the components of the service delivery system in the planning end service area. The PAA Planning staff trill conduct a continuing planning process in preparation for zhe third program year. Collection, updating and analysis of new data will be done in an ongoing basis. It will update the need assessment section of the Area Plan, ,nake needed modifications or additions to the Area Plan objectives, and conduct a review of priorities. Based on this planning effort, it will develop program strategies for tweeting priorities and devise criteria for approval of program proposals designed to tweet Area Plan objectives. t It will utilize the work of the Evaluation Technician in the development of an ; evaluation plan for assessing implementation of AAA objectives and those of pro- gra-ma conducted under the auspices of the A.M. The resulting feedback will be utilized its a continuing process of redefinition of AAA objectives and modification of program strategies for their achievement. In addition to the Spgcial Census, other sources of new data will include the � following: . County Planning •Department City Planning Departments Housing Authorities: Contra.Costa, Richmond, San Pablo and Pittsburg Comprehensive Health Planning Association County Human Services Departments: • Health Department Medical Services Social Service Department 0£0 Community Action Ageticy In order to assure effective older citizen inp=ut into the AAA planning process, the AAA will conti.rus'tom use of-the P>irry ng Group com^csed of ambers of the Advisory Council and representatives of the. Local Cotatnittees on Aging covering all sections of the County which was involved in the development-of the first year Area Plan. For v_uality of planning-input, the AAA will assure that the Planning Group will continue to include members who have professional experience in a human services field and knowledge in the field of gerontology. In addition to providing AAA planning, with direct input by knarledgeable members of the 69t population, involvement of Advisory Council and Local Committee members will provide assurance to the Advisory Council and older persons in Contra Costa County that they have significant input into the planning and programs of the A.AA and will serve to mobilize their support for the AAA Program in Contra Costa County. (Atbch Continveda+Shnu es N--%d) 00469 t EXHIBIT F 1 PI.1.i�IT':G A.3D S MCE A:tEA 4` (Continued) ACTION PLAN FOR PLAM I NG L1A.A� F.CiJiI ST=_P . Step AAA Position(s)� Estiaated Action Ser) with Key Date of Responsibility E Completion 1. Preparation of Need Assessment report -for Plan- ning Group Planner Dec 15, 1975 2. Updating of deed Assessment -by Planning Group & . Setting of Priority Needs Planner Dec 19, 1975 3. Setting of Objectives by Planning Group for• _ neco-, rendation to Advisory Council Planner_ Jan-5, 1976 4. Meeting of Joint Planning-Technical Advisory Group r^erbers for use of one-time only- supple- mental -funds upple- rental funds Planner Jan 23, 1976 5. Update demographic data upon Special Countywide Census - Planner Feb .6, 3976 6. Complete draft of 1976-J.7 Area.Plan_for consider- ation by the Advisory Council Planner Feb 16, 1976 7. Action by Advisory. Council on Draft of Area Plan Planner Feb. 18, 1976. 8. Three sectional public hearsings on Area Plan Director "star 1 , 2, & 4 - 1976 9. Preparation of.-final', draft of Area Plan Planner rtar•5, 1976 10. Submission of Area Plan for Social Service- Director for Approval Planner . Mar 8'3- 1976 11. Submission of Area Plan for approval of Human Resources Director Soc. Serv. Dir. :lar 9,.1976 12. Submission of Area Plan to-County Administrator HRA Director Mar 10, 1976 13. Approval by Board of Supervisors of Area Plan County Admin. liar 16, 1976 ' 14. Submission of Area Plan to State Office on Aging Planner ;far 18, 1976 15. Develop criteria for screening & evaluating proposals for grant awardsPlanner/Planning Jun 30, 1976 Committee if roam 16. Data gathering & analyses of neer data, utilizing alannino bodies such as County & City Planning Planner/ Depts. , Health.Dept. , Comprehensive Health Plan- Evaluation Tech. July 15, 1976 ning Assn. • . 004-70 (Attached continuation ;,:Teets as necessary) i F'I.AD EMG AND tIIC A.�' r�#^L - EXHIBIT F-1 (Continued) ACTID:1 PLAU FOR PLA.%Plr!G Step Action Step AAA Position(s) Estinated. - with Key Dateof ResponsiaiUtf Camp?et_:,z 17• Update Need Assessments with involvement of Planning Group Planner dug 30, 1976 (� 18. Redefine objectives and review priorities with planner Oct. 19, 1976 Planning group 19. Collectionofdata required -for evaluation of Evaulation Nov. 1, 1976 objective achievement Technician/ Planner 20. Development of Program Approaches with -Planning Group planner- Dec.. 31 ; 1976 - _ . . 21• Complete draft of 77-78 -Plan"f•or- consideration by . planner Jan. 19, 1977 Advisory Council . •- - 22.• Complete draft of 1976-77•Area Plan for considera tion by Advisory' Counci 1 planner. Jan: 21 ,. 1977 '3• Action-by Advisory Council- in draft of Area Plan_ Planner Jan*. 27, 1977 24. Three sectional Public •Hearings•on Area Plan Director , Jan. 1, Feb. 1 . . - -2, 1977 _ 25. Complete final draft of Area-.Plan Planner Feb. 11 , 1977 ?6- Submission of Area Plan to _Social Service Directo for approval planner Feb. 14, 1977 27. Submission of Area Plan to County Administrator Human Res. Feb. 16, 1977 Director 28. Approval of Area Plan by Bo.ard of-Supervisors • Planner Feb. 22, 1977 29• Submission of Area Plan to State Office on Aging Planner, Mar. 1, 1977 30. Revision of Area Plan-negotiate with State . PlannerZDir. Apr. 1, 1977 31. Plan optimum courses of action iprogram strategy) -- involvement of pianning group Planner Jun. 1 , 1977 32, evise and update criteria for screening and valuating proposals for grant awards.. Planner Jun. 30, 1977 IL (Attached co.nti.-rsation sheets as recassa-ry) r '004'71 ; page 1 of 2 . PLA:Nr.G AND SEMVIC£ KC_A # y E CHIHIT F-2 ACTIOi3 PUI FOR CCORDIiIATI IG TEE DEMUIr OF EXISTEZ S RVICES. Set Torah lye plan developed by the Area ACency for provlQln2 for coordlnati-2 the delivery of existing services stf ecting 1he elderly.1ncluCe the"ncy(set)to be involved.wh9:her the Area A..r.;y or another", ncy will have lead respon►i. bility Tor such eetivityties),and the yeo;raphie area within the plennin2 a:xoi ta►vice ere&to ba affected. The AAA will systematically develop increased communication and linkages.among agencies providing services to older persons in Contra Costa County to increase coordination of the delivery system. As the AAA implements its objectives in the various need areas, it will involve the appropriate service providors and develop specific linkages among them towards the goals of expanded access to and increased utilization of available services. To enhance coordination among these agencies, the Ann, and the Advisory Council , the AAA will assist their recruitment on the Technical Advisory Committee, which offers specialized program consultation to the AAA and Advisory Council. Activities undertaken by the AAA to implement its Action Plans for achieving program objectives contribute to the goal of coordination. The activities of the AAA in implementing its prooram objectives will'utilize functional areas such as planning, provra-rzing, personnel practices and information and referral to develop increased linkages for coordination of the service delivery system. A spectrum of health and nutrition agencies will be involved in joint planning activities. In the course of this activity thio AAA will facilitate the exploration of gays of working together for more effective service-delivery. In the case of the closely -related activities Title VII Nutrition Project, the AAA Kill -negotiate a Memorandum of Agreement -• setting forth•colmplementary activities that.Will mutually support the achievement of program'objectives'. Coordination will be facilitated among health service 'providors by the establishment and functioning of a countywide Preventive Health Services Committee, ,for the pur- pose of increased utilization of available services and identification of .preventive health needs. Public and private health and nutrition agencies in Contra Costa County to be involved in this joint planning effort are the Health Department; American Cancer Society, Alcoholic Rehabilitation Services, Homemakers Upjohn, Social Service ?Department (l;censing), tot. Diablo Therapy Center,.Suicide Preventioni 1.1-eats on Wheels, Title VII Nutrition Project, CCC Dental Society, and Alameda-Contraf Costa ?'4dicai Association. The action plan for the development of day center ser- vices will involve the joint planning efforts -of the major service providors for rehabilitation,and for the handicapped-County Medical Services, Diablo Rehabilitatio�l Center, health Department, Red Cross, Home Health Counseling, Upjohn Homemakers, : Cancer Society, and the Easter Seal Society. The objective for securinq at least two additional nutrition sites through mobiliz- ing local resources will involve joint planninq of local groups interested in services for older persons - churches, senior centers, senior clubs, and service clubs. The AAA will take a similar role in imple-menting its transportation objec- tive b, involving local groups and -Cal-Trans in joint planning to alleviate critical transportation needs in local cos^-wnities. The residential repair Area Plan objec- tive ti:ill enable the AAA to participate in a ioint planning effort with the County Housing and Community Development Act Program that Trill result in an optimum flog ! of services to older homeowners. i• - (Attach contmnue6on Sham as Needed) 004'72 page 2of 2 PLANNING AND SERVICE AREA t 7 • BX MIT r-2 . ACTION PI.AUN FOR COORDINATING Tf W • DELUME Y OF M=Ia:G SMVICES Set forth the plan developed by the Area Atency for providing for coordinatln2 the delivery of existing services offecti-Nthe elderly.Include the agancyliezl to be involved.whither the Area Ac:rccy or another a;•:ncy will have lead respons,- bility for such tctivitytiesl•and the scccrtphie area vnthin the plennirtg and wrvice area to be affected. Information and Referral activities in the county are presently carried on in a fragmented manner. The AAA will utilize its Information and Referral system as the major means of coordination of existing I- & R services in the County. The AAA will coordinate the disparate efforts of existing local information and referral services provided by senior centers and other sources. It will promote the redirection of inquiries of older persons from the dispersed local sources through a telephone system providing convenient access in all areas of the County to centralized sources This will enable the I & R system to present itself in a highly visible and publi- cized manner to the comrvnity. The AAA through the sharing of information will integrate the existing resource files of the various local. I & R sources into its centralized countywide I & R system. , Because of the serious state of franmentation of existing I & R services the AAA will take special steps by utilizing the services of three (3) I & R Coordinators in the West, Central and East Counties to coordinate the activities of twelve (12) Senior Aides includinq two paralegals. Neavy.emphasis is placed on the maximum coordination possible for the initial and critical phase of the I & R operation. The paralegal service in Contra Costa will be a component of the I & R system. The AAA will arranae for coordination of administrative and functional supervision, and for training, amonq the attorneys respectively of7the Social Service Department and the Contra Costa Leoal Services Foundation who will provide the professional coin- ponent, and the I & R Coordinators. Coordination is critical with respect to the largest existing provider of- I & R services in the `county, the Social Service Department, with the objective of elim- inatinq duplication of services. To implement this objective the AAA has "reached agreement with Social Service to (a) outstation I & R Coordinators in Social Services : offices and co-locate them with Social Service I & R -staff, and (b) a policy pro- for close consultation on a daily operational basis between I & R division f supeervisors And AAA I & R Coordinators." These two agreemeirts should provide for a continuous sharina of information between the two I & R staffs and a process of gradual intearation of these two .major I & R services. This strategy will open the ; door to the commitment of increasinq staff resources of the Social Service I & R system to services for older persons; social Service I & R is funded by Title XX; this strategy is also directed towards the eventual release of Titlem dollars from the AAA I & R program to other ARA programs, as/and if additional Title XX funds i become available to Social Service department for information and referral service. 1Attach Contin„�tion shwa..a..a.nl roc Page 1 of 3 0 I'I.r z,ilT:G AND SafICE ARZ:t hl 7 EXHIBIT F-2 (Continued) ACTIQII PLAN FOR COORDINATING THE DELIVERY OF EXISTING SERVICES M.2"W0 ACT_TJ ' c S:.eg rction Seep AAA Position(s) Estimated Frith Ivey Date of ResgonsihLli.ty Co;ng?eUon I. Interview and hire three I & R Coordinators from Director 3-1-76 Social Service Department. 2. Develop program of coordination of I & R staff Director 4-9-76 with I & R Coordinators. 3. Consult with local I & R groups and agencies on I & R Coords. 4-9-76 I & R locations. 4. Plan for coordination of Legal Services Founda- tion attorneys and I & R Coordinators and Para- Director 5-15-76 legal Aides. 5. Establish countywide enlarged Health Committee of the Advisory Council for utilization of avail Director 6-30-76 able preventive health services. ` 6. Recruit agencies providing assistance to Advisor Council for membership on Technical Advisory Prog. Coord. 7-1-76 Committee. 7. Informal agreement with Bar Association to pro- Director 7-9-76 , vide legal panels to handle problems of the elderly including wills. 8. Measure progress of Flu Shots and HOAP programs I & R Coords. 7-9-76 from 1975 to 1976 program experience. 9. Evaluate I & R activities to 6-30-76. Director 7-15-76 10. Report findings of progress of Flu Shot and HOAP (Geriatric Screening) programs to Health Com- I & R Coords. 7-15-76 mittee, and identify communities making unsatis- factory progress. 11. Evaluation of lst quarter of Paralegel I & R Eval. Technician 8-1-76 component. 12. Organize nutrition education agencies into CountyDirector/Retired 8-1-76 wide Nutrition Education Committee. PhD in Nutrition 13. 3rganize Local Committees on Aging subcommittees in communities with unsatisfactory participation I & R Coords. 8-6-76 in programs to plan outreach activities for improved participation. 14. Revise programs of coordination of I & R staff_ Director/I & P. 8-10-76 Coordinators (Attac2.cd cantinuation sileeLs as necessary) IMQ, Paqe 2 of 3 PL;LMIIIIS t ID S iVIC£ 7+?{EA V 7 EXHIBIT F—2 (Continued) ACTIO:: PLO IDR COORDIHATIHG THE DELIVERY OF EXISTING.SERVICES KAJOR FCTIO.: ST: Step Action Step AAA Position(s) Estimated ` /r with Key Bate o: r Responsibility Corrpletion 15. Assist Mental Health Task Force on Aging invol- ving agencies serving the elderly, e.g., Police Director/I & R B-14-76 and Fire Departments, hospitals and social Coordinators agencies in a survey of emergency services. 16. Conduct orientation session of AAA of all agen- cies providing services to the elderly inviting Director 8-14-76 suggestions on how they can coordinate their activities to help implement Area Plan Objec- tives. 17. Conduct meetings of agencies involved in specifi Prog. Coord. 8-30-76 service areas, e.g., health, education, as AAA - initiates activities in these areas. 18. Establish Day Center Committee of health service Director 9-1-76 agencies. 19. Negotiate working agreements with cooperating Prog. Coord. 9-1-76 agencies. 20. Organize local housing directories of Local I & R Coords. 10-1-76 Committees on Aging. 21 . Establish Community Committee of Churches, senio centers and other groups interested in providing Prog. Coord. 10-15-76 meals. 22. Negotiate membership in County CDHA Housing Director 11-5-76 Counseling and Training Task Force. 23. Report to Local Committees on Aging availability I & R Coords. 11-12-76 of housing rehabilitation assistance. 24. Preventive Health local subcommittees plan and 1 & R Coords. 12-3-76 initiate outreach programs. 25. Recruit and orient a volunteer in each Local Committee to act as a special Housing Coordinator I & R Coords. 12-5-76 and work with I & R Aides. 26. Contact churches to announce the service and I & R Coords. 12-15-76 collect names of interested persons. 27. Prepare informational material on availability and requirements of residential repair.assistance Prog. Coord. 12-15-76 for older target area residents. • (Attached continuation s!icets tis necessary) 006, 75 Page 3 of 3 f 0 PLIC r.'Gz k1D S-F-71'.►ICE 7 EiCEEIEIT F— 2 (Continued) s ACTI(Xi PLAIJ FOR COORDINATING THE DELIVERY OF EXISTING SERVICES 2•IAJ0E1 ACTMiI STEPS z Step Action Sten AAA Position(s) EstiLmated with Key Date of . Responsibility Cono?etion 28. Obtain lists of older persons needing housing from Housing Authorities. I & R Coords. 12-20-76 29. Report of Health Ccgmittee on underutilization o preventive health services. - I & R Coords. 1-5-77 30. Dissemination of informational material by Rodeo and Martinez Local Committees on Aging. I & R Aides 1-5-77 31. Update local housing directories. I & R Coords. 1-23-77 32. Develop counseling and training component for the elderly by Counseling and Training Task Force. Planner 2-4-77 33. Conduct small local meetings in each community of those interested in shared housing. I & R aides 3-1-77 34. Quarterly evaluation- of Health Outreach Program Eval. Technician 4-1-77 35. Modification of Health Outreach Program ' I & R Coords. 5-1-77 36. Prepare and distribute assessment of nutrition Eval_ Technician 5-21-76 education program. 37. Assist Task Force in dissemination of informa- tional material to older persons in target areas. I & R Aides 5-24-77 38. Assist older applicants in processing necessary I & R Aides/ 5-31-77 forms. Paralegal Aides 39. Ouarterly evaluation of Health Outreach Program. Eval. Technician 6-30-77 40. Negotiation of formal agreements. Prog. Coord: 6-30-77 (Attached continuation --hects as necessary) pane 1 of 2 PLWIING ASID SERVICE Air�-A itL EXHIBIT F-2 ACTI©?I PLArl FOR COORDIIIATING THE ' Dr' .I FE-32{ Os EXI=.'G SERVICES Sat forth the titan developed by the Area A2w"for providinc1 for coordlnati-g the delivery of existing ser vices affecting the elderly.Include the agancybez)to be Inv-Jvrd.whether the Area A= cy or another agency wilt have lead responsi- bility•or such activityVes).and the geogra>hie area within the plenni V and service area to be affected. The AAA will systematically develop increased communication and linkages among agencies providing services to older persons in Contra Costa County to increase coordination of the delivery system. As the AAA implements its objectives in the various need areas, it will involve the appropriate service providors and develop specific linkages among them towards the goals of expanded access to and increased utilization of available services. To enhance coordination among these agencies, the AAA, and the Advisory Council , the AAA will assist their recruitment on the Technical Advisory Committee, which offers specialized program consultation to the AAA and Advisory Council. Activities undertaken by the AAA to implement its Action Plans for achieving program objectives contribute to the goal of coordination. The activities of the AAA in implementing its program objectives will'utilize functional areas such as planning, programming, personnel practices and inforriation and referral to develop increased linkages for coordination of the service delivery systema A spectrum of health and nutrition agencies will be involved in joint planning activities. In the course of, this activity the AAA will .facilitate the explot-ation of ways of working together for more effective service. delivery. In the case of the closely related activities Title VII Nutrition Project, the AAA will •n.2gotiate a Memorandum of Agreement setting forth complementary activities that will mutually support the achievement of program objectives. . Coordination will be facilitated among health service providors by the establishment and functioning of a countywide Preventive Health Services Committee, for the pur- pose of increased utilization of available services and identification of preventive health needs. Public and private health and nutrition agencies in Contra Costa County to be involved in this joint planning effort are the Health Department," American Cancer Society, Alcoholic Rehabilitation Services, Homemakers Upjohn, Social Service Department (Licensing), Wt. Diablo Therapy Center, Suicide Prevention[ Meals on Wheels, Title VII Nutrition Project, CCC Dental Society, and Alameda-Contra Costa Mddicai Association. The action plan for the development of day center ser- vices will involve the joint plannina efforts .of the major service providors for rehabilitation and for the handicapped-County iledical Services, Diablo Rehabilitatio Center, Health Department, Red Cross, Houle Health Counseling, Upjohn Homemakers, Cancer Society, and the Easter Seal Society. The objective for securing at least two additional nutrition sites through mobiliz- ino local resources will involve _joint planninq of local groups interested in services for older persons - churches, senior centers, senior clubs, and service clubs. The AAA will take a similar role in implementing its transportation objec- tive by involving local groups and Cal-Trans in joint planning to alleviate critical transportation needs in local coma unities. The residential repair Area Plan objec- tive will enable the AAA to participate in a joint planning effort with the County Housing and Community Development Act Program that will result in an optimum flow of services to older homeawners. Matdi CantirmtWn Shown se Nvs*d) - V!! 0 page 2of 2 PL;L TIrM .-ID SERVICE A.�.ri EXHIBIT F-2 ACTIO:i PLAN FOR COORDBIATIgIG TETE DEMVE. r OF EX=Ll::G SERVICES Set forth the plan developed by the Area Atency for providin3 for coordinstin2 the delivery of existing servievs affecting the elderly,lndude the egincylies)to be invo:vrd,whether the Area Ac_r..-y or another agency will have toad responsi- bility for such activityves).and the seograahie area within the piemft and service area to t;e if fected. Information and Referral activities in the county are presently carried on in a fragmented manner. The AAA will utilize its Information and Referral system as the major mans of coordination of existing I. & R services in the County. The AAA will coordinate the disparate efforts of existing local information and referral services provided by senior centers and other sources. It will promote the redirection of inquiries of older persons from the dispersed local sources through a telephone system providina convenient access in all areas of the County to centralized sources This will enable the I & R system to present itself in a hi mughly visible and publi- cized manner to the community. The AAA through the sharing of information will integrate the existing resource files of the various local. I & R sources into its centralized countywide I & R system. Because of the serious state of fragmentation of existing I & R services the AAA will take special steps by utilizing the services of three (3) I & R Coordinators in the Lest, Central and East Counties to coordinate the activities of twelve (12) Senior Aides including two paralegals. Heavy emphasis is placed on the maximum coordination possible for the initial and critical phase of the I & R operation. The paralegal service in Contra Costa will be a component of the I & R system. The AAA will arranne for coordination of administrative and functional supervision, and for training, among the attorneys respectively of'the Social Service Department and the Contra Costa Leoal Services Foundation who will provide the professional com- ponent, and the I & R Coordinators. Coordination is critical with respect to the largest existing,provider of• I & R services in the county, the Social Service Department, with the objective of elim- inatina duplication of services. To implement this objective the AAA has reached agreement with Social Service to (a) outstation I & R Coordinators in Social Service offices and co-locate them with Social Service I & R staff, and (b) a policy pro- f Ming for close consultation on a daily operational basis between I & R division supervisors and AAA I & R Coordinators. These two agreements should provide for a continuous sharina of information between the two I & R staffs and a process of gradual inteoration of these two.maior I & R services. This strategy will open the door to the commitment of increasing staff resources of the Social Service I & R system to services for older persons. Social Service I & R is funded by Title XX; this strategy is also directed towards the eventual release of Title1M dollars fromt the AAA I & R program to other AAA programs, as/and if additional Title XX funds become available to Social Service department for information and referral service. !Attach Continuation Shy as Novo wl 00478 Page 1 of 2 PL:::I21L:G AND S£.UCE ARE—Ek l� • EMIBIT F-3 ACTION PLAII FOR PQOI.I IG OF AVAIL BLE uf8 MITAPPSD REUFCSS Set forth the plan devt:aped by the Area A ancy to. the pooling of availaWe but untappW resources.Include the .geneytiez)to be involved,whether the area t;as+ty or wmihsr tcsnry will flava lead responsibility for such activitytirs)."the c:ocrsptiic ares within tie p1snning aa.:service area which will be affected.The plan should Give sp-tcial emphasis to, (a)tare Adult Sccial Swvic!!and Mtdi 3l Sarvices Prcgrams urrfer the Social Security Act;(b)programs under Tiil:s VI and V11 of th-v Older Am-riuns Act;(c)GLneral Revenue Sharing funds;and (d) the information and referral services availebi»in the District of the Social Security Administration. The AAA will undertake responsibility for pooling available but untapped resources at the=fede ral, state and local levels in Contra Costa County. Federal Resources major source of federal funds that may be utilized for these sources is. Revenue Sharing. The policy of Revenue Sharing allowing local jurisdictions to plan• and administer their own programs offer older persons the opportunity 'to makie direct contact with their local governments for the support of facilities -4nd services. The organization of older-persons in the County into 16 Local Committees on Aging given them an organized, collective voice-in expressing their opinion. This ' places each Local Committee on Aging in a strategic position to -exert maximum influence of senior citizens in contact Mayors, City Managers, City Councilmen, and City Staff for input into local planning for the use of Revenue Sharing Funds. AAA staff will provide the technical assistance required for the success of these efforts. 'The County program under the Federal -Housing and Community'Development Act allows for similar local authority and the AAA will utilize a similar strategy ] to obtain use of these funds. In implementing the Area Plan Information and Referral objective the -AAA will negotiate an agreement with the .two District Offices of the Social Security Administration for utilization of its Informittion and Referral services. It-will negotiate with the Title NII project for sharing its 'transportati on" and nutrition- education services..- Title XX funds for the County Social Service Department have suffered a severe reduction this year under the current allocation formula of,the state agency administering these funds, the Health Department. As rioted el$ewhere the AAA will nevertheless pursue a strategy of integrating its I •& R services : with those of the Social Service Department. The pooling objective is to gain ar ever-increasing committment of Title XX funded I & R staff resources to a joint I & R system for older persons that will eventually result in the release of : Title III funds noir used for I & R into the other areas of service for older persons. State Resources A state source of funding that can be utilized for the mental health needs of older persons is the Short-Doyle Act. The AAA has been participating in the County Mental Health Task Force in the development of an aging component of the County Mental Health Plan. It will utilize this activity for the allocation of a greater share of the County Short-Doyle funds for services to older persons. In implementing the Area Plan transportation objective, the AAA Trill facilitate access of Local Communities to state transportation funds by providing technical assistance in preparing grant proposals to the state Cal-Trans agency. (�►ttKr CDttlAr�NM s...n N ttiMd�Ql 00479 1 - Page 2 of 2 PLANNI?:'G AND SMVIC£ Ar F #_L EMBIT F-3 ACTMN PLM FOR. FGOIMG 0- AVA.II ABM- EUT MITAPPEEa FIESOcti?CES Set for th the plan dcvoloped by the Area A:ancy for the pooling of aysilab►e but untapped resources.Include the agency(im)to be involved.whether the area agency or another c9c"will have lead responsibility for such attivity(its).and the peWa;)Wc area within the planning and sarvice area which will be affected.The plan should give special emphasis to: (a)the Adult Social Services end Medical Services PreStams urrler the Social Security Act;(b)programs under Titles VI awJ VI(of the Older Ameruns Act;(c)General Revenue Sharing fund;,and (d) the information and referral services available in the District Offices of the Social Security Administration. Local Resources The AAA will utilize local resources in implementation of.-Area Plan objectives. Implementing the nutrition objective will require new resources to be provided by churches, senior clubs, senior centers and service clubs. The Nutrition.' . Education objective will tap resources of local educational institutions.. 'The. transportation objective will develop special transportation service by,involving churches, civic clubs, school bus systems, and service-providing agencies. who may share transportation resources. . (Attach Contlnu.Nan Shnn a 29"deal - 00480 FL.�'`I BIG IIID SMVICS ARRA r 7 M[ID-TT F-3 (Continued) ACT103 PIM FOR POOLInG OF AVAILJI8LE BUT UNTAPPED RESOURCES '•`WOR ACTION Si a Step Action Step AAA Position(n) Est-;gated vi.th Key Date of Responsib1li.ty Com-01C4, On 1 . Negotiate agreement with Social Security Admin- istration for utilization of Information and I & R Coordin. 7-15-76 Referral services. 2. Negotiate agreement with Title VII Project for joint use of Title VII Project transportation- Prog. Coordin. 7-15-76 resources. 3. Develop local transportation committees in identified communities or joint committees in Prog. Coordin. 8-12-76 adjacent communities, 4. Explore local and state (Cal-Trans) resources_ Planner/Trans- 9-2-76' portation Comm. 5, Negotiate with Health Department for presenting nutrition/education programs in Senior Centers Director 9-3-76 and local communities. 6. Identify churches, senior centers and other groups interested in providing hot meals, utiliz Prog. Coordin. 9-15-76 ing Local Committees on Aging. - 7. Provide technical assistance in preparing grant Planner 10-14-76 proposals for Cal-Trans funding. 8. Assist Local Committees to secure matching funds rog. Coordin'. 10-14-76 for transportation proposals. 9. Organize in each community a committee of organ- izations interested in providing hot meal. Prog. Coordin. 10-15-76 10. Assist Local Committees on Aging to generate input into Housing and Community Development Act Prog. Coordin./ 10-30-76 funding of cities and County and in developing Planner proposals as necessary 11 . Determine providing hot •meals groups and locate Prog. Coordin. 12-15-76 nutrition sites. 12. Assist Local Committees to generate input into Revenue Sharing plans of cities and county. Prog. Coordin. 12-15-76 13. Assist in developing proposals for Revenue Sharing funds as- necessary. Planner 1-15-76 14. Negotiate with Community Colleges and other agencies (listed above) interested in nutrition Director 2-18-77 to conduct workshops and other mini-courses and . events. • . QQ (Attached continuation sheets as iiecessav ) nnVO4`J1 Page 1 of 2 PIX-- a IIIIG 'D SERVICE lu2.A , 7 . IXHIDIT F-4 ACTIOII FUN FOR TRA191BIG Set forth the plan 6avrlopvd by the Area Ager_cy for carrying out an ongoing process of trainrd g by which the Area Agency intends to: pro jide for staff development of Area Agency per son--_1; protiZd✓ ongoi.� t-c udcal assistance to subcontractors and other co=unty groups and organizations; raise the level of awareness of the larger ca=unity to the philosop:rr of the Older Lmaricans Act, the needs of older persons within the P.S.A. and the availabi?ity of resources for older persons. The plan for training in 1976-77 is based upon the needs of the several .categories of persons locally involved in the AAA Program--staff, advisory and planning group members, volunteers, and community groups. The general objectives, of the plan are to -(a) develop an understanding of the purpose and objectives of the Title III Program and the AAA, and (b) develop the skills necessary to enable the various groups involved to. more effec- tively discharge their responsibilities in implementing the AAA Program. Specific groups -of implementors involved -are members of the Advisory Council on Aging, Council Standing Committees on Health, Planning, Grants and Contracts, and Local Committees on Aging; Title III and Title VII staff; Information & Referral Aides and Paralegals; direct service volunteers; direct service providers and the general. public _(public hearings). _ Objectives of the training plan are as follows: OBJECTIVE � Strengthen and improve skills in .admi.nistration, planning and advocacy for the AAA S _ Iff and Advisory Council Members. RATIO14ALE Training is planned in the following areas: 1) Objective setting and imple- mentation: building the capacity for more participation by the Cbuncil' and Local Com- mittees on Aging (representative groups of older persons) throughout the county. The training sessions will be directed toward increasing the 'level of involvement in the decision making process. Training will focus on goal and priority setting and imple- mentation of action utilizing untapped resources. 2) Greater utilization of inter- agency agreements re extension and enhancement of services and programs for the elderly. 3) Improved coordination of services including Title VII Project. METHODS FOR IMPLEMEKTATING OPERATION 1. Provide training for administrative and planning staff (Bay Area Agencies; Contra Costa Area Agency on Aging or State sponsored). 2. Schedule training for Advisory Council on Aging on a monthly basis in relation to their needs. Provide for 2 or 3 day training retreat. 3. Assist Local Community Committees on Aging to assess their needs and schedule training to strengthen participation of chairpersons and total committee. 4. Training for service providers. OBJECTIVE = 2 Develop the capacities of the Area Agency Staff members in working moreeffectively with the community and service providors. RATIONALE In carrying out the Area Agency Objectives: Foster coordination, strengthen and improve the quality of a full range of skills required to set and meet standards•of performance in the provision of information referral/outreach services, nutrition pro- grams (Title VII and others), paralegal services, technical assistance re housing, transportation, preventive-supportive health services. ' o (continued) 00404 PLANNING AND SERVICE AREAE Page 2 of 2 EXHIBIT F-4 • (continued) ACTION PLAtI FOR TRAINING METHODS FOR IMPLEMENTATION OF OBJECTIVE a. Meet with Nutrition Director of Title VII Program to pian training session which might be joint arrangements in relation to common needs. 2. Provide orientation on Older Americans Act, AAA Objectives and Functions, under- standing older persons, priority needs, utilizing resources in Contra Costa County for all AAA staff & Nutrition. 3. Plan additional training according to needs of central staff, I & R staff, nutrition staff. OBJECTIVE I 3 To provide training to volunteers who: 1) deliver services to the elderly Information & Referral, outreach or, 2) serve in advisory capacities in relation to planning or administering. RATIONALE Utilizing the skills of trained volunteers will enhance and expand information-referral outreach services and Title VII Program. Providing training to those volunteers who are implementing objectives or providing recommendations on the Area Plan will increase input by volunteers. METHODS FOR IMPLEMENTATION OF OBJECTIVE 1. Orientation for all volunteers. 2. Specific training for I & R--outreach volunteers. 3. Specific training for volunteers who serve on Standing, Task Force or Ad Hoc Committees. Specific activities to be scheduled to operationalize the methods of implementing the training objectives are dependent upon the resources to be allocated to training. Title III funds are budgeted for training in the Area Plan. The AAA is eligible to receive Title IV-A funds which are almost three times as large as the Title III amount, and will hear shortly if it has been granted these funds. In either case, a program of specific scheduled activities will be developed based on the amount of funds available. Title IV-A guidelines prescribe a fully developed plan by June 30, 1976. 00483 SECTION 6: PLAN FOR THE DELIVERY OF SERVICES (The area agency understands that all the activities proposed in this Section must be carried out in close conformance with the provisions prescribed in Section B of this pian) 00484 PLANNING & SERVICE AREA Page 1 of 2 EXHIBIT G-1 A ION PLAN FOR SUPPORTING SERVICO Within each of the follo:aing SUPPORTING SERVICE categories provide the following information for each project for which Title III funds will be utilized. (Enter an X in the appropriate box to indicate the applicable service category) XX INFORMATION & REFERRAL a TRANSPORTATION {� OUTREACH ESCORT MAJOR OBJECTIVES OF SERVICE PROVISION To establish a comprehensive and coordinated Information Referral & Outreach Service providing the greatest possible accessibility to older persons in Contra Costa County. RATIONALE FOR PROVIDING SERVICE Less than one tenth of the older population is presently participating in Senior Centers or retirement groups which can provide information in needed services. The majority of older persons seem unaware of how or where to ask for assistance. A finding of a County Mental Health Task Force indicates an underutilization of heath ser- vices by older persons. For example, of a population age 60 and over of 68,000, only 2,600 participated in the geriatric screening program of the Health Department. The situation is more critical in the smaller towns and rural areas of the County where there are more limited channels of communication. This is similarly the case with the over 5,000 elderly over 70 who typically live alone in an isolated situation. The provision of I & R services will serve to implement significantly the mission of the AAA to enable older persons to live in their own homes or other places of residence. EXPECTED IMPACT OF SERVICE PROVISION The publicizing of the I & R system to older persons through use of flyers and news media and contact with senior groups will be supplemented by the development of special components of the I & R system to facilitate the utilization by older persons of services in the specific need areas of preventive health, legal services, housing and residential repair. Another activity will focus special attention to the pop- ulation age 70 and over who live alone. Low-income and minority persons would be espec- ially affected by I & R activities in the specialized need areas, as they are generally the target populations for public agencies mandated with responsibility for providing public services in these need areas. It is estimated that 5,600 older persons will be affected by activities in these need areas of whom 30 percent are estimated as low-income and 20 percent minority. Older persons attending senior centers numbering about 7,500 will be contacted. It is estimated that about two-thirds or 5000 persons , will be new I & R contacts. It is estimated that publicizing the service through flyers, news media and other methods will reach about thirty percent of the older population or approximately 15,000 persons. Probably low-income and minority will be affected at a slower rate than the overall older population by this activity. (continued) 0048"' Page 2 of 2 EXHIBIT G-1 PLANNING & SERVICE AREA f 7 10 0 (continued) ACTION PLA14 FOR SUPPORTING SERVICES Estimated Number of Persons Served Number of Persons Low Income Minority A. I & R Specialized Objectives 1.1 3,190 1,275 638 1.2 1,000 240 140 1.3 6,000 840 500 1.4 250 35 40 1.5 1,200 156 157 11,640 2,556 1,475 B. Contact with senior groups, e.g., centers & clubs (estimated unduplicated count 5,000 665 695 C. Publicizing of service - estimated (30%) two percent of age 60 + 15,000 11500 1,500- TOTALS 31,640 4,721 3,670 00486 PLANNING AND SERVICE AREA EXHIBIT G-2 ACTION PLAN FOR GAP-FILLING SERVICES There are no gap-filling services in the 1976-77 Area Plan. 0048`7 PL.MMING JUID SERVICE ARFJ, fir` 7 Eam, -C-3 ACTIM PIXI FOR THE FICLUSIO'3 OF IlLIORITY INDIVIDUALS III GRMIT3 AMD WNTRACT. Proroide t1m fo?lrsai,n-: A, The number of total popal.ation in the PSA; E. Th rna=bar of total mkiority population in the PSA; 76.534 C. The perc wnta;e of minority ir—li tizdua?s the plzrmzng and sevrice area; 13.1% D, The total, resources to be allocated to gams =d contracts under the area plan; $ 17,000 F+e he rrd,_n:J'"tl.'1 pr000rtl^.."1 of resources to be allecated for `11L'.iri.`ity operated grznts or c=tr'•":cts (i.e.,, C x D above); $ 2,227 F. The resources presently allocated to grants and ccntracts u.^cer the area plan; - 0 - G. The proportieZ o,' :esor=es presently cUco-cated. for rzinm-.ty 0.t1:,-:e t1he Met.:0i AAA «i-1 e,';Ze to asrare thct Mffic?',:.^_t a=cor'.d ate z_a*I_ rU' it ,b= h ij r&a .sv • R .r r att".- Or C0. '►.I'F:^.t =7�"C�3„rc....., k1-,. Dr �1..�,...�%� :.fit 2. o£_�y C.�• .c2Zc[.-.C. ..ZG SL:�G... mea-t rcgul2ti�s. . . 1. Identify all minority organizations providing Prog. Coord, 6-15-76 human services 2. Inform eligible minority organizations of Prog. Coord. 6-30-76 availability of service funds 3. Conduct information workshop with eligible 7-15-76 organizations on funding availablity and guidelines 4. Solicit proposals from minority organizations Director 7722-76 5. Assist minority organizations to develop Planner 8-15-76 proposals 6. Review grant awards for proportional Director/ representation of minority sub-contracts Advisory Council: 9-14-76 0048" r xo L1 r rn W V In 7 M • r d1 W r M M a d. rt ¢o to 0o Ry C- M M cl M M i Q M M ct f\ r M i r to tD to U, N N M r r M » Qi O to t!1 N t!1 tT Q.r W O N O M M f0 m t0 to r r r �' M .�_ 7 r r CA r r- O 0 N M U `� " N Lt)1� Q O p CO t17 �t t'7 �t ct c! N N w Q y� • �'t0 co M N N N N l0 to ^ M Z Ql > N J r Z w N w r N Z r O ¢ j O 01 Clw 0 N M O O O w 7 tt� r r M N O cn l3J cx � n Ow to O N y to N N M co N t0 co p U N t1't0 (n > "" r r N M t.7 r to M w w O s7 Ln 'n r M t[)1-. M W O M rrrr F- O� N 'U n M M �' r. w M Q1 N N N r r r N to N w 7 w w (V w w w O N ! r 11r r S H 1�( O ¢ W � tY O Q 4i tWj r r N M tf t1) t0 N M ►-a Q . . . . . 1 1 IP) t0 r. O 01 LL IL O W t) to � p t/1 O sn 0. O 0. 4J N S R Z O O Z H Q " +'r to U u 00489 U 1 tL Q V W Q In the Board of Supervisors of Contra Costa County, State of Colifomia AS EX OFFICIO THE GOVERNING: BOARD OF CONTRA COSTA COUN'T'Y STORM DRAINAGE DISTRICT ZONE 10 In the Matter of Appointment to the Contra Costa County Storm Drainage Diatrict Zone No. 10 Advisory Board. The Board having received a memorandum from POs. J. E. Taylor, Deputy Public works Director, Operations and Flood Control, advising that Mr. Duane W. Spencer has submitted his resignation as a member o* the Contra Costa County Storm Drainage District Zone Pio. 10 Advisory Board; 5 On the recommendation of Supervisor E. A. Linscheid, IT IS BY THE BOARD ORDERED that the aforesaid resignation of Mr. Spencer is accepted and Mr. Manfred Lindner, 32 Corte Mogal, Danville 94526, is appointed to replace Mr. Spencer. PASSED by the Board on May 25, 1976. 1 hereby cer ify that the fcrepoinp Is a true and corred copy of an order ---wod on the minutes of said Board of Supervisors on the dale aforesaid. Whness my hand and the Seel of the Board of cc: Mr. Manfred Lindner supwvkors Public Works Director affixed this 2r_day of May 1976 Flood Control County Administrator Public Information J. R. OLSSON, Clerk Officer �.� l /` Deputy Clerk Bonnie Boaz H-24 3/76 ISm 00490 In the Board of Supervisors of Contra Costa County, State of California 'may 25 . 19 76 In the Matter of Proposed Acquisition of Property on Oak %odd, Walnut Creek Area, for County Service Area R-8. T'ie Board on 'Tay 4, 1976 having referred to County Counsel for review and report a letter from Mr. David E. MacLellan, Executive trice President, Vermillion Development Corporation pertaining to possible legal problems in connection with acquisition of park land in the Walden area; and County Counsel having submitted a May 18, 1976 memorandum to rhe Board advising that County Service Area R-8 can establish a neighborhood part: and that available park dedication funds can be used for said purpose; IT IS BY T1G: BOARD ORDERED that receipt of the aforesaid memorandum is ACKNOWLEDGED. PASSED by the Board on May 259 1976• 1 hereby certify that the foregoing Is a true and corred copy of an order erMered on the minuhs of said Board of Supervisors on the doh aforesaid. cc: County Counsel Witness my hand and the Sed of the Board of Public 'Works Director Supef,,kors County Auditor-Controller affixed thb 25 day of May 19 76 County Administrator — J. R. OLSSON, Clerk By, Deputy Clerk Bonnie Boaz H-24 3P6 15m 00491 s` In the Board of Supervisors I of Contra Costa County, State of California ' May 25 : 19 76 i In the Matter of Authorization to Execute Head Start Application for PYJ (1975) Carry Over Balance IT IS BY THE BOARD ORDERED that the Chairman is authorized to execute a Head Start application for 1975 Carry Over Balance funds in the amount of $13,374 Federal Share (No Non-Federal share is required) for submission to the U.S. Department of Health, Education and Welfare. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Ori g Dept: OEO (2) mon cc: Auditor Controller affixed this 25th day of May 19 76 County Administrator J. R. OLSSON. Clerk By Deputy Clerk M y Crai H 24 8175 10M 00492 APPLICATION FOR FEDERAL ASSISTANCE 1. S.«.Cirri., -so u«»ui" (NONCONSTRUCTION PROGRAUS) 74070863 I. AM1Lcr+'.Applic.ti..No. PART 1 H0375 K ]. F.detel Grauer Ay.scy A. AWie.et N... Department of Health, Educatibn, and Welfare CONTRA COSTA COUNTY BD OF SUPERVISORS a,eelesei.ws)us8 Depe lower Di.isie. Office of Human Development AdaWsowi.e Wke Stre..Aldr.sa—P.Q.h3.e 50 Fulton Street Martinez Contra Costa Street Addtes%—P.O.See City Gorey San Francisco, CA 94102 California 94553 city St'"` Zip CeAs s...Ezia Cade IN # 94-6000.509W S. D.eeriP i"Neft..i th»Prefect HEAD START FULL YEAR PART DAY G. Fede.el C.t.f.p tie. T. F.derel F..dby R.tpreOed 13.600 S13,374 �. Greg***Type Sts•., X Ce+wy. Citi db.r l it 1 o. Ty»e1 bPliesr...n sr ResrsO No.Cwewt. eereir.r.►iee, Syp{er.er� Odie ebrtaes(Specify) 10.Type of Aesi►tt.¢e --01 (Spec ily) 14.PePal.tiett Directly hS..t.liti p).e..the Projee )3.R.-WI6 d P..j.ct 350 INDEFINITE 12.c ryr.sei"District )a.Eyb.ti.y D.O. 08 b, IS.Do"of Application 17 May 1976 N,.Tie epAk-eat eeo;hes that to tim btu al We'- imad boli.!Ae dr.In Obis spoicatien as rrw and correct,end thew he will eo"Ir wid%tie a»ectad.ebweeces ii b.vote"*tb.we". Typed wets TrM e T.l.Pbon.N.r.b.. James P. Kenny Chairman As[A CC= eu"Oln 9XI. Sior+aty}et Awiw+i:.d it.p....wt.t:.. -g gei F4W:rood, f t e . HEW 608 T Mi«ofi4msd with board order .. 00493 �= PART If ous►w,sono res PROJECT APPROVAL INFORMATION ' Item 1. Does this assistance request require State, local, Naw of Governing Body regional,or other priority rating? Priority Rating Yes _X__N0 Item 7- Does Does this assistance request require State,or local Name of Agency or advisory,educational or health clearances? Board Yes 8 No (Attoch Documentation) Item 3. Does this assistance request require clearinghouse (Attach Cowswts) review in accordance with OMB Circular A-95? Yes No Item d. Does this assistance request require State, local, Noire of Approving AgeoW regional or other planning approval? X N.. Dote Ye: Item 5. is the proposed project covered by on approved compre- Check one•. State 0 hensive plan? Local Q Regional Q Yes X No Location of Plan Item 6. Will the assistance requested serve o Federal Nan of Federal Instellotiom installation? Yes--!--NoFederal Population benefiting from Project Item 7. Will the assistance requested be on Federal land at Nose of Federal Installation installation? Location of Federal Land Yes X No Percent of Project Item 8. Will the assistance requested have on impact or effect Sae instructions for additional information to be on the environment? provided. Yes No ' Item 9. Number of: , - Will the assistance requested cause the displacement Individuals of individuals, families, businesses,or fames? Families Businesses Yes X No Forms Item 10, Is there other related assistance on this project previous, See instructions for additional information to be pending,or anticipated? provided. Yes X No • 1 00494 L1F c°- oo t... r t � r ,r„ o • � s .► • o "• fto. 610 • fL i r► x .0b s y' Q i t .. {f• YL r' a � 40ft � f � b 600 2 c5 � n•. t � d A Z p `.0 �' • N N •0 1 N � v v v JA � � Q 06- C4 N N o ooV CONTRA COSTA COUNTY HEAD START JUSTIFICATION FOR PROGRAM YEAR K BUDGET AMENDMENT (USE OF PROGRAM YEAR J CARRY-OVER BALANCE OF $13,374) The attached Grant forms (608 T and support documents) are submitted in request of the use of $13,374 Carry-over Balances from our Grant Year J (1975). The County Head Start Policy Council, in considering the Agency request for the use of the money, set the following priorities and fund allocation: Additional time allocated Nurses at beginning of school $6,600 Health (Medical and Dental) Care for enrollees 3,974 (Not covered by Medical or Other Health Plans) One Spanish Speaking Community Worker -Four months 1,$00 Summer work (Recruitment and Parent Organization) Supplies: Printing of forms and materials for use in Program Activities 1,000 The Policy Council and Staff considered all of the items listed as crucial to the continued operation of the Head Start Program in. this County if we are to maintain compliance with Performance Standards expectations. I. In order to do an adequate job in all components of the program, it becomes increasingly necessary to have as much of the Health related work completed or organized for completion no later than the end of the month following enrollment of children. This requires a greater amount of nursing services prior to and immediately following the opening of school than at any other time during the year. Currently, the Nursing Staff is budgeted to come back to work the day school opens, thus the need for additional Nursing Staff time. II. A recent announcement by our County Medical' Services stated that they would no longer be able to give routine physical and dental exams. This cut in service will severely affect our ability to provide Health Services to our children as we had previously depended on County Medical Services for a resource as well as a good deal of In-kind work. Also, since Medi- Cal no longer covers Fluoride applications and our County water is not completely fluoridated, we must provide this service in some other manner. The above stated reasons are the basis for the request for additional health funds. III. The West County (Richmond) Program, in keeping with Affirmative Action recruitment and Staffing guidelines, is making a serious effort during the current pre-registration period to recruit families from the Spanish- speaking Community. To this end they have already hired a Spanish- speaking Community Coordinator who has begun recruiting activities. In an attempt to recruit as many children as possible and to organize the families into the Head Start Coc=unity they wish to employ the Coordinator during the summer months. The Coordinator will also assist in the development of training for both Parents and Staff to begin the 004M process of making the Program truly malti-cultural. Without continued assistance, the recruitment program will come to a halt at the end of May - not to pick up again until late September. A proposal for additional multi-cultural activities will be submitted in an additional request. IV. The Central Administrative Office has assumed the responsibility of designing, printing, and distributing all of the forms in use, by the Delegate Agencies. This metbod permits a nearly uniform 'system for the collection of the required data: Medical, Dental, Vision, Speech, Nutrition, Parent Contact, Pre-registration, etc. This procedure is expensive and Delegate Agency budgets will not provide for securing the forms by other means. To obtain a yearly supply of all the required forms will cost approximately $1,000. The Policy Council felt this function was a priority item. Granting the use of the Carry-over funds will enable the Program to continue to provide the services which we are required by regulation to provide. E t:cc p-2 (Use of Program Year "J" Carry-over Balance of $13,374) 00497 ►+0 7 �r - + 8 - y P F a g v L1 '3 6 •'• �, •' S s c t, �' _ 3 0 s 'a 't3 to i > W rt la 0 pa • •• • .t_ ggb sa CA 0 f (' • � 8 � � Cn n C. C • SW ct 0 m s cn O - C � • 1 �t7 O t t 1 tC� t l7 1 t 1 p < O O O O O O O C% Cl O O 01 W / to to / / 1 to / W 1 t / t1f w to - • 0 W - ••+ 1-4 .7. - O V V V N N A � f•+s z ' '-- - - _ F, i �/ LA On t / • co t OD 00 1 O 'V rI - 4 to V O O O V Co V O O Go 00 1 r+ to - iQ O 1-+ 1 1 t w t N I t!1 1 to Q► Ni .> 00 I Ln C3, T O V G% V A W W O t0 s V fT O �- 1 0% V W Ln I tit co ?f ., •' W O 1 / O tJ t7 O t GA W ` ; a a Cl O Nt •to G% C% t7 NF r --• O a IC• W W ' • T ',-, c V t7 ! t O 1 1 / 0/ t 1 t 1 1 f n N O On p 0 0 0 0 0 0 0 W / 1 1 t t / t t t t t N t MA i Y -p S �;, n ` �� ► r to t t �• Q C-0 o O ' tf/ i a ^' Tl n a W e ' er 'rz \ — v - o N tf• A A r t7► ►► ►+ N �. f r 0o = tot; ;• ytJ• N V V V UI W W ►-� r \ r V; O Q+ 1 • 1 O to V L do 1 co to - i - s •• V ! tV •, O O O O „� t '� V t0 / l t GO tJ J V L t N N • O N i ✓ C% L+ LJf ►+ ►+ `O s 0 x � . N 00498 4 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Authorizing Chairman to Execute 1976 Supplemental Head Start Grant Application IT IS BY THIS BOARD ORDERED that the Chairman is authorized to execute the 1976 Supplemental Head Start Application in the amount of $43,123 ($34,498 Federal Share and $8,625 local share) for submission to the U.S. Department of Health, Education and Welfare. PASSED by the Board on May 25, 1976. 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 Ori g Dept: OEO (2) Supervisors cc: Auditor Controller affixed this 25th day of May . 191 County Administrator _ J. R. OLSSON, Clerk By s _, Deputy Clerk VXr y,' Cr H 24 e!75 10M 004f I o..r►.�, sawotte APPLICATION FOR FEDERAL ASSISTANCE (NONCONSTRUCTION PROGRAMS) 75082862 2. A"l:csnw%Applicst:.+fie. PART H0375 R 7. Foderel Growror Av~r d, A,ri:ce a Kew.. Department of Health, Educatiba, and welfare ntra Costa County Board of Supervisors Orpowlset:ew.el Uwit - O.t..t..r D:.:eies Office of Human Development Aiwtwt•trwi+•(Nike Sr.q Adi..&s—P.O.Bow 50 Fulton Street Martinez, CA 94553 Street Add.o•s_P.O.Bea CRy C.wwr San Francisco, CA 94102 . City Sh" zip cede stere EINE 94-6000509W zi,cede S. Oeseriptiw New.•of tN'e Prej.d .Head Start Full Year Part Day 6. Fed"Cetele,t w T. Fd-vel Fv.di.y Re"aad 13.600 S 34,498 i. G..wr..7yp. • St W.W. Comer. C:►y other( .Y) 9. Type,of A?A:ee.iew at Reewsl .lir.Grew►, Cewtbww; X • W.Tyre.(Assisr«me X G•a.+, t eew<, —orh.w(SperAT) 11.Pervistiew Oi..ctlr ae..slitz"f...-the Project B.4.rgth d Project 353 Indefinite 12.Cewpreaa:owel Diatrkt 1e.8.9irwi..y Oat. .. 08 January 1 1976 U- 07 13.Date of Apoicat:en ?S May. 1926 16.TN's.poicewt e-rtifies lhot to the►eat of bis 16ft".49e esd hei:ef the deft to this e»l:ce►ien we trw end cerrsd,sd lhet he..i11 cowglr r8h Nes oresched oaawowc.■a hs rscsi..s the vein. Tyr"wewr Tb1. _ T.le�how.PI.r.S.► James P. Tenn• Chairman .�c.coac tw►aeu s:y_ SI • e of Awher:t.d R. is Few F.dsre!Ube Onlj Hu 7 DOJ T 00500 Microfilmcd .'Ath board order PART 11 oars,+o.ea.wo tee PROJECT APPROVAL INFORMATION ' Item 1. Does this assistance request«quire State, local, Nome of Governing Body - reglorrel,or other priority rating? Privity Rating Yes x W— Item 2 Does this assistance,request require State,or local Nome of Al.eq or advisory,educational or health cleoea ccs? Baord X Yea No (Attach Docuweetotion) Item 3. Dots thii assistance request require clearinghouse (Attoch Cows«rts) review in accordance with OMB Circular A-93? Yes % N� Iters d. .Dots this assistance request requ"State, local, Mowers of Approving Agency regional or other pleating approval? Date Yes x . Iters S. Is the proposed proiact covered by an approved eawpre- Check one: State Q honsive plan? Local 0 Yes % Regional 0 Location of Plan Item b. Will the assistance requested serve a Federal $ Name of Federal Installation installation? Yrs Federal Population bonefitimg from Pro act Item 7. Will the assistance requested be on Federal land at Name of Federal Installation installation? Location of Federal Land - Yes Na Percent of Project Item 8. Will the assistance requested have are ingxct or effect See instructions far additional information to be on the environmem provided. Yes $ No Item 9. Nuwbar of: Will the assistance requested cause the displacewsnt Individuals of individuals, families,businesses,or forms? Families g Business** Yes No Fors Item 10. t Is there other related assistance on this project previous, See instructions for additional information to bap pending,or anticipated? provided. } Yes A Na i 00501 � pF S1S���150� '� Cpm' pp • N N M . • � r i N o � • s r N 0 p • .3 N 1 • N M � 0 • N r � � C4 co c • tir .4 N • d YCko � N N N Z � i co d 0% s O J r . d r.4 N Y N Y N i VA 40 co co O � s Vu! � T'•• • � N cn i V ! w O a V.1, ► a N � N R i7 O v � r i i � r► o p o 6 0 VR P V C G in o v S ic G d ec- c it .• • i` QV�}QN i - ARD Of cougri vomd goRS co iaou0375 f r d ' • r W s S oc o p o cc M Q d t.► Ni Oft .n V W r r � 2 rr, d► � � SA y " ce. S .4 W y1 ► S tL r M - • i ` t r a Z o u s ca Sp r w O 00503 �� • r♦ j 1� • N iG 11 .'•. - tJ >s O sa r•1 � s +-1 o - a b i1 L 0 s. N o sd. C) �. eti - a c+f Cl u 34 v H N r-e O O- - � a o u p' r- a. ,+ cn Q H l3, • E tl .ri n C ca N m .-1 Q .T O tl U U 0. N •- tl R r► : to o p a uj N r.-d G. O - U O .-i ja - c3 N v1 y O 2: N C .9 O ra .-1 -O r-i m co Q U3 N O G d U m em V4y 0 ur E E v ri -re u3- a O > M .-- C 3. O c1 z O O O 41 cA L U i a 1+ O O s. G O O O N d 41 [,' 41 1-4 a .ri U Gl v i .-i 0 34 3.4 e0 O f+ •►i -r1 O U as 7 .-i O to Ct a 41 "+i 44 L t) Q a to r3 tl 0 r to m -ri i.3 H � O tl 1 3+ a a+ C .4 q .0 +1 e3 ca U•e -re.-% e0 X tl La .-1 0 3=4 1~ 0 M .-1 r♦ 0 ra&f% 1~ C R � W en 31 v -r•i en 7 N :r+ U U G -ri C tin 0 -ri >+ N 3: i a > -N 0 0 "to N-ri E -ri H w • tl R 34 a • U - to .- q > - H . 43 -0 0 -O O N U a O 0 0 C ti0 CN a N d C ves 7-4 G en -ri tIT. r-i U 4070.4070. - C ClO - O 0 ---vt r-s > tl V O 0 +i e•3 N O CC O f4 -o ri O s+ X o -o r•1 a:a 'a > sr -a> WA- t~ o •a CAE r: sa q a H o 41 a o CO 0 ♦0 a> +{ r•i to o d d .t: w = r4 0 a tl us X v H tl G z 024 C3 $+ e3 a .1 - 3. • $+ G+ -,ri $+ 41 &a O a o ff o : 0 0 0 0 N 0 sa tl •a vs e3 as o o r-1 d co i] x O .-1 O = W to :I r-i 0 .G d 41 0,0 a3a v0 34 9: ++ O 0 �. u -rl 3+ 0 r-s -ri 0 34 O eJ to ,re .0 o 0%o 0 }+ x >b s+ O s. r-1 w O -ri 0 3+ d %0 v ca r t u o O a7 -ri c3 0 a 0 :3 m C3 in tl C3 d P.- O .Y' a c3 .0 cs,N n a .-e Cl -r1 V4 C3 N R. ai a% T C r•i w-1 0 34 - o. reo r-1 - - r1 Q o u 0 R. tl r-i -.0 o cs P+ Cn ca U c-. i3. U r-1 r-1 > o2r. H o 0 CO U r-I 04 U U3 ;.% u ea }da '° tl sem+♦ si ,-re x V G A su+ u co x' w a3 a r>..a -r1 >.C3 0 - eo to • . to c0 CO -ri to a 3+ .z+ tl >. > 41 sa U A 3a U - A 3+ .0 s a s+ > ++ v O 0 4.1 sa v $r $a ri 0 , 0 0 H 41 tlaL LN43 si C = r4 s+ N o 43 V N y .J CO3 p '4 C c3 s ,O JD S ri C . - f» :3 G m i1 9: e3H O. V to r4 =1 -rt + :3 > - :3 C• :3 -ri 43 :3 ri . ::3 A o r-1 C `J d P+ 64 a tl r4 s+ ::I r--i r-1 O O r-i ss -ri r-1 d U 3-e > a bxb b V4 E > utl3 � > > .0 ..0 > 9� >,i 0 >� tl 42 tl tl eu N O O >r s+ 3r -0 to tl a dm W -tis -r-i o p .o s1 0 o c3 0 o tl G r♦ , G C A Q C s.3 0 R ti 0 . .tr x -rt -- E 4 :.. e a a U q 0 a .1C r-1 .0 S.. .ri {t -.+ iJt - eR >► en .0 -r1 3+ V .t3 0 0 C =13+ 0 " H » k $4 sa u $4 - y 0 C3 O ti =5 vi -W4 a O O a O 93 C3 c0 41 s1 ea -ri -ri d O d 0 : G. U od 3:. C: cd U 1=. en F 4. R•r ti F L•. U F U U O O -T O O Q► U'3 r y .7 H 1 t� N r-1 a0 to r-i •7 �O �T N F N v> V> O an O O - G O N N 3n O . . H 3 1 O O ext d O 3+ 3� r 1 O• co 01 r0.1 r-1 O� O► es► N tin V> > i 0 z N 0 00% Co 0 N 0coo en G% � r�- .-4 H en eV �O e7 n W H en• *>es+ N O s• N i - tir. U �! N N U �T O tl H V Q1 ij N V N �N -i0 U0 E --T O La O N b n H O CO ON O cn 3.3 N co C14r I C, Go wt eh e) .. r{ :w O O7- U co O N a N rS V +1 t� d !O N 1 a •'] -3 1 C .-1 es cq CI r-i r•1 r1 S i .T. .'co S { aur �u c: �' `� 30 --- cs tU r��-� In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 In the Matter of Foster Home Development Training Contracts for the Social Service Department IT IS BY TEE BOARD ORDER BD that its Chairman is AUTHORIZED to execute the following contracts for provision of training in Foster Rome Development for Foster Parents under terms and conditions as more particularly set forth in said contracts. Number Contractor Term Payment Limit 20-056-1 Margaret W. Burnett 3/22/76 to 6/30/76 $ 20.00 20-056-2 Margaret W. Burnett 5/27/76 to 6/30/76 $ 30.00 20-063-1 Connie Wimple 5/27/76 to 6/30/76 $ 30.00 20-092 Bertha A. Lias 5/24/76 to 6/1/76 $ 20.00 PASSED BY THE BOARD on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of- Orig: Human Resources Agency Supervisor Attn: Contracts A Grants Unit cNixed this25th day of May 19 76 cc: County Administrator J. R. OLSSON, Clerk County Auditor-Controller �,� Social Service Department By !/ Deputy Clerk Contractors Maxine N. N e1d BEJ:dg H:-% aT•5 ;om 00505 L Cop tra Costa County Standard Form 1. Contract Identification. Number 2 0 5 6 " 1 Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: MARGARET W. BURNETP Capacity: Self-employed individual (Training Consultant) Address: 5944 Monterey Avenue, Richmond, California 94805 3. Term. The effective date of this Contract is March 22, 1976 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 20.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE HATE: $ 5.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of four (4) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in General Orientation to Foster Care for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such services. 8. Independent Contractor Status, This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA: CALIFORNIA CONTRACTOR P. Kenny By B Wiolrmcln, $ cj o spervisors Designee Recommended by Dep Went (Designate.- official capacity) By (Form approved by County Counsel) Des--ee M (A-4620 10/75) A iaofilmed with boord ord� W O5 Contra Costa County Standard Form SHORT FORM SERVICE WNTRACT 1. Contract Identification. Number 2 " 0 Department: Social Service Subject: Foster Home Development (Training program for Foster Parents7: General Orientation to Foster Care 2. Parties, The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: MARS W. BURNETT Capacity: Self-employed individual (Training Consultant) Address: 5944 Monterey Avenue, Richmond, California 94805 3. Term. The effective date of this Contract is May 27, 1976 and it terminates June 30. 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of three 3 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in'General Orientation to Foster Care for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such service. ' 8. Independent Contractor Status_ This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR B /19�1� r 06 Ps K&M- B ( n y aoirman, Boar pervisNsignee Recommended by Department (Designate official capacity) 41 by (Form approved by County Counsel) Designee 00507 (A-4620 10175) Microfilmed with board order . Contra Costa County Standard Form SHORT FORM SERVICE C(XVMCT � 1. Contract Identification. Number 2 0 — O "j 3 — Department: Social Service Subject: Foster Rome Development (Training program for licensing foster parents) 2. Parties. The County of Contra Costa, California (County), for its Department named above, and' the following named Contractor mutually agree and promise as follows: Contractor: CONNIE WIliPLE Capacity: Self-employed individual (Training Consultant) Address: 7522 Leviston Avenue, E1 Cerrito, California 94530 3. Term. The effective date of this Contract is May 27, 1976 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 30.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of three (3)service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in Foster Home Development for County-selected persons between Hay 27, 1976 and June 30, 1976 in the time, place, and manner required by the County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CO:I'TRACTOR sy J, P KOMY. By -C tga� GVirmar Designee /? supervisors C Recommended by Departme (Designate stficial capacity) By (Forts approved by County Counsel) Designee nen p Nuaonud with board order, 00508 (A-4620 10/75) Lantra i', unLv :frac:.i:e:d :or= -_ 1. Concracz 1".e n t i-,;-i c a t ia n !-umber 2 0 + U 92 Department: Social Service ,.�1;1 jL C Foster1j:�::�.- �2Yr•iJ�a^...a.�tl( (Training Pro;,ram For F:Y.,;:,,r Pirenrs0 2. Parties_ The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: BERTUA A. LIAS Capacity: Self-employed individual (Training Consultant) Address: 4179 Bell Avenue, Richmond, California 94804 3. Tera. The effective date of this Contract is May 24, 1976 and it terminates June 1, 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. 5. Payment Limit. County's total palments to Contractor under this Contract shall not exceed $ 20.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE BATE: $ 10.00 per service unit: C) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of two 2 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in General Orientation to Foster Care for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Inde-reification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. S ,natures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFOWNIA CONTRACTOR JA L Kenny, L By By Designee Chairman, Supervisors i�tV'+1''I R^• j1+-i+,�; ,...-:t' ({"..•,, al,::-.`_+ r A; c::f.cC_,l B (Fora approved by County Counsel) (A-46-2: : . : • Mitrotiimed with board ordtY 0509 In the Board of Supervisors of Contra Costa County, State of California May 25 ' 19 -76 In the Matter of Foster Home Development Training Contract for the Social Service Department IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contract for provision of training in Foster Home Development for Foster Parents under terms and conditions as more particularly set for in said contract. Number Contractor Term Payment Limit 20-091 Mary K. Jones 5/12/76, one day only $ 30.00 PASSED BY THE BOARD on May 25 v 1976. 1 hereby certify that the forepoino is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote oforesoid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Super Attn: Contracts A Grants Unit affixed this 25th day of—Eu 19 76 cc: County Administrator ay J. R. OLSSON Clerk County Auditor-Controller Social Service Departmentar L Deputy C6& Contractor Maxine M. Netlf&fd BEJ:dg H24 8/75 IOU 00510 Contra Costa County Standard Form I� � iHOK7 F0W4 wR1;.rCE f:;h1V1_AC% 1. Contract Identification. Number 20 - 091 Department: Social Service Subject: Foster Home Development (Training Program for Foster Parents) 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: MART K. JONES Capacity: Self-employed Individual (Training Consultant) Address: 1889 Broadway, San Francisco, California 94109 3. Term. The effective date of this Contract is Hay 12, 1976 and it terminates May 12, 1976 unless sooner terminated as provided herein. 4, Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. S. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ in-on 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 30.00 per service unit: ({) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). 7. Contractor's Obligations, Contractor shall provide the following described services: Consultation, specialized instruction and training in Understanding Foster Children-- Problems and How to Cope for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CWTRACTOR Us Pa �nYB I tr1A; By y , i Designee Recommar.'ed by Departm .r ( esign e offiq al c• pacity) 110fM By (Form approved by CountyCounsel) Des_cee (0 11 (A-4620 10/75) Microfilmed with board DrdRr. i 0 In the Board of Supervisors of Contra Costa County, State of California May 25 ` 19 76 In the#Adler of Consumer Representative for Contra Costa County Solid waste Management Interim Policy Body. The Board having heretofore invited applications from persons interested in serving as the consumer representative on the Contra Costa County Solid Waste Hanagemeat Interim Policy Body; and The Clerk having reported that several applications had been received, and Supervisor J. F. Kenny having stated that Mr. Fred Noble, 4225 Florida Avenue, Richmond 94804 had contacted him personally and expressed a desire for the posi- tion; and IT IS By THE BOARD OR MED that its Government Oper- ations Committee (Supervisors A. M. Dias and E. A. Linscheid) review the applications and submit its recommendation to the Board on June 1, 1976. PASSED by the Board on May 25, 1976. l hereby certify !fiat tfie fonpainp k a true and correct a"of an order epmw d on thr niinufts of sad Saard of Superwiwa an the daft afanwakL cc: Board Committee Witness my hand and the Seal of the Soord of County Administrator Supervisors Public Works Director mixed thiU_lhday of, ay 1976 Environmental Control Public Information Officer J. R. OLSSON, Cleric isy Deputy Cleric ne M. Neu e H.243n615m 00512 In the Board of Supervisors of Contra Costa County, State of Califomia May 25 , i9 76 In the Matter of Agreements with Tara Hills Mobile Manor for Road Construction and Improvements, San Pablo Avenue and Tara Hills Drive, Road No. 0971, Tara Hills Area. The Board on July 8, 1975 having referred to its Govern- ment Operations Committee (Supervisors A. M. Dias and J. E. Moriarty) for report the matter of non-compliance by Tara Hills Mobile Manor (a partnership) with agreements for road improve- ments and traffic signal revisions at San Pablo Avenue and Tara Hills Drive, Tara Hills area; and Supervisor Dias, on behalf of said committee, on July 15, 1975 having reported that the committee had met with staff and the developer, that the basis for a compromise agreement had been determined, and that an appropriate agreement was to be prepared by County Counsel and the developer's counsel; and The 1975 Government Operations Committee this day having recommended that, since the developers have failed to agree to the compromise offered, County Counsel be authorized to initiate legal action against Tara Hills Mobile Manor for breach of the original agreement and all other violations of County Ordinance or policies that may exist in the event that further negotiations with the developer are unsuccessful; IT IS BY THE BOARD ORDERED that the recommendation of the 1975 Government Operations Committee is APPROVED. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing Is a true and correct copy of an order w0ered on the minutes of said Board of Superv6ors on the date aforesaid. cc: County Counsel Wid"ew "'y hand and Ow Seal of the Board of Public Works Director Supervisors County Administrator aRimW tha 25 day of May 19 76 J. R. OLSSON, Clerk By �•�1�t�t�_.L/� .�c�fa z LL. Deputy Clerk Mildred 0. Ballard H-2.4 1/76 13m 00513 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Memorandum from County Administrator relative to County Civic Center Changes The County Administrator having this day presented the Board a memorandum dated May 20, 1976, citing recent and proposed changes in the office space occupancy within the County Civic Center area in Martinez; and The County Administrator having noted changes made and proposed to accomplish the goals of locating the most interrelated County departments in the Martinez Civic Center and to gain the most efficient use of existing office space; IT IS BY THE BOARD ORDERED that receipt of aforesaid memorandum is hereby ACKNOWLEDGED. Passed by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and confect copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: County Administrator SuWitness my hand and the Seal of the Board of cc: Public Works Director Real Property Division ' s 25th day of May 19 76 County Counsel J. R. OLSSON, Clerk By / ( Deputy Clerk H 24 12M - 15-t P-16K Craig 00514 CO lnty Administrator Board of Supavison . ; I."...K..A„ 1st District County Adininistration Building fr"M.DiM Martinez.California 4553 C;o►ur�tY [E:CEIVED `�District (415)372-4080 E.Mwiarty rd District Arthur G.Will ssnrr IL Bowsss County Admieintr,tor AY 2 51976 tit Oistr"` A.Linnheid th District -� J. R. O. 50ti Or, SUFMIS02S C0051A r OeouH To: o d Su isors Date: May 20, 1976 From: AthurG. ill, Subject: County Civic County Administrator Center Changes For some time gradual changes have been made in the occupancy of spaces within the County Civic Center area in Martinez to accomplish longer term objectives. The changes have been based upon the 1964 Civic Center Master Plan, interim staff reports, and most recently upon the 1975 study by the Planning Collaborative relative to the occupancy of the Administration Building. Primary objectives have been to maintain in Martinez those departments and divisions that have the most interrelationships and to house those functions in efficient, permanent space. In moving toward that objective, some recent changes have been the relocation of Welfare Administration to Concord to provide adequate room for the Human Resources Agency Administration and the transfer of Central Administration functions of the Office of Public Defender to permanent space from a group of disjointed, inefficient former residences. The Planning Collaborative study of the Administration Building recommended the best use of existing space and established standards for work stations as well as a methodology to apply to future space needs. Occupancy changes that have recently been accomplished or which are in the process as part of the implementation of the above study include moving the juvenile units of Probation from the Administration Building to Concord where a greater portion of their client caseload resides, relocating the Environmental Control unit of Public Works to Concord to allow for expansion of the Planning Department, and planning the move of the Office of County Counsel to the Ninth Floor and a portion of the Tenth Floor of the Adminis- tration Building. The Ninth Floor has been held open for that purpose since the staff reductions of the Human Resources Agency; the County Counsel move will improve communications and provide adequate space while the vacated space in the Courthouse will improve the housing for the District Attorney and allow for permanent space for the Grand Jury. Other planned moves include relocation of 00515 MkroFitmrj with board order 2. the Office of the County Administrator to the Eleventh Floor with subsequent occupancy of the Second Floor by a portion of the Civil Service Department and moving of the Purchasing Division to rental space in Martinez to provide adequate space for the Clerk of the Board and an additional meeting area for Board Committees and other uses located off the main lobby of the Administration Building. Currently the final plans are being completed for bidding the alterations necessary to accommodate the County Counsel and this .office on the Ninth, Tenth, and Eleventh Floors of the Administra- tion Building. The current estimate for occupancy of the remodeled areas is September, 1976. Additionally, layouts are under study for relocating the Purchasing Division to leased space. Further changes and relocations as well as a thorough updating of the Civic Center Master Plan will be accomplished as soon as the final location and size of the Detention Facility is determined. DB:es 00516 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 7A- In the Matter of Governor's Budget Proposal to allow the Air Resources Board Increased Control over Stationary Sources of Emissions. This being the time for the Government Operations Committee (Supervisors A. M. Dias and E. A. Linscheid) to report on the Governor's budget proposal to allow State Air Resources Board increased control over stationary sources of emissions; and Supervisor Dias having requested additional time in which to study the matter more thoroughly; IT IS BY THE BOARD ORDERED that the aforesaid request is GRANTED. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and cored copy of an order entered on the minutes of said Board of Supervisors on the dote oforesakL cc: Assemblyman Gene Chapple Wd"eu my hand and the Sect of the Board of Committee members Supervisors County Health Officer affixed 25 day of May _ 1976 County Counsel County Administrator Director, HRA _, J. R. OLSSON, Cleric By, <c t .r. . /`--Z4���,� Deputy Clerk Mildred 0. Ballard H-24 3176 15m 00517 In the Board of Supervisors of Contra Costa County, State of California May 2 5 , 19 In the Matter of Memorandum from County Administrator on Property Tax Information The County Administrator having this day submitted a memorandum dated May 10, 1976 with attached schedules (a copy of which is on file with the Clerk of the Board) , showing that for fiscal year 1975-1976 the general County tax rate of $2.676 ranks 32nd among California's counties; that the average total tax rate of $12.05 ranks 4th among California's counties; and that of the total property tax dollar in Contra Costa County only 23 cents goes to finance County services; and The Board having considered said memorandum with members reiterating their concern with the burden of property taxes, and having determined that all levels of local government must carefully examine budgetary requirements for fiscal year 1976- 1977 in an effort to restrict further property tax increases as much as possible; IT IS BY THE BOARD ORDERED that receipt of aforesaid memorandum is ACKNOWLEDGED. Passed by the Board on May 25, 1976. l hereby certify that the foregoing h a true and corred copy of an order entered on the minutes of sold Board of Supervisors on the dab aforesaid. Orig: County Administrator Witness my hand and the Seal of the Board of cc: County Treasurer- supervisors Tax Collector affixed this 25th day of__MU__, 19 1-6 County Auditor- Controller , J. R. OLSSON, Clerk County Assessor By * Deputy Clerk H 24 12n4 • 15-M ' County Counsel 00518 County AdministratorCOrlt�a Board of Supw visovs fanm P.Ku I 1st District County Administration Building Costa wrr.r*t Dian (Martinez. -40fomia 94553 �� RECEIVED E C E I-� E D Am D�*� (415)372-4080 v .nus E.Mw�wt�► Std District Arthur G.will ��QY 2 J Ialb N.Boomt County Administrator trict 5th District BOAPGO of w its To: Boa kxlriprvisor Date: May 10, 1976 • From: ur G. ill, Subject: Property Tax Information County Administrator Attached are tables prepared from information released by the California State Board of Equalization showing Contra Costa County's standing as compared to the rest of the California Counties in the current fiscal year with regards to the County Tax Rate, the Average Tax Rate, and the distribution to public agencies of the Property Tax Dollar. You will note that Contra Costa County is ranked number 32 of California's 57 Counties (excluding City and County of San Francisco which is not comparable) , which compares very favorably with other major Counties. The distribution of the property tax dollar which goes to various categories of local government compares the proportion in our County with the Statewide average, which shows the County being 8 cents under, Cities 2 cents under, Schools 1 cent under, but other special districts being 11 cents over the average. This distribution indicates a major reason for the County being in a relatively high position (number 4) in the average total tax rate within California Counties. Careful attention must be devoted by your Board within its very limited authority and by citizens as to special district services and their property tax requirements. It is recognized that property taxes are onerous; however, . meaningful property tax reductions are dependent to a large extent upon service cutbacks and/or transfer of responsibility for financing certain programs to other forms of taxation. Those levels of government with authority to legislate certain programs upon local government must assume responsibility for their financing, and not pass on costs to the property tax base. FF:jep 00519 Attachments vita board order California GENERAL COUNTYWIDE TAX RATES- 1975-76 Total Tax Rate Riverside. 2.63' - Los Angeles 4.5185• San Diego. 2.621••- Sacramento 4.162 Santa Clara 2.596 ' Yuba .3.85 Mono 2.59 ' San Joaquin 3.8184 Yolo• 2.58 Kings 3.37 Amador 2.42 Mendocino 3.37 Calaveras - 2.40 Merced 3.35 Trinity , 2.40 Del Norte 3.320 Shasta ' 2.35 Santa Barbara 3.3102 Monterey 2.345 Tulare 3.30 Glenn 2.34 Fresno 3.277 Siskiyou 2.33 Sonoma ' 3.250 Marin 2.320 • Alameda 3.10 Placer 2.315 Tuolumne 3.0776 Lake 2.28 San Bernardino 3.0034 Butte 2.226 Alpine 3.00 Napa : 2.16 Sierra 3.00 Nevada 2.090 Tehama 2.99 Colusa 2.00 Humboldt 2.981 Madera 1.984 Modoc 2.9540 San Mateo 1.6644 Stanislaus 2.940 Plumas 1.633 S�lano 2.9382 Orange 1.6296 • Kern 2.9155 Mariposa 1.53 , San Luis Obispo 2.86 San Benito 1.50 Lassen 2.80 Ventura 2.7993 . Santa Cruz 2.7.79 ' Imperial 2.7649 Inyo 2.7549 E1 Dorado 2.750 Sutter 2.75 CONTRA COSTA` 2.676 Does not include San Francisco which is not comparable with other Counties. • 00520 AVERAGE TAX RATE • WITHIN CALIFORNIA COUNTIES 1. Alameda $13.16 30_ Tehama 9.59 2. Sacramento 12.93 31. San Luis Obispo 9.57 3. Los Angeles 12.77 32. Kern 9.56 4. Contra Costa 12.05 5. Santa Barbara 11.90 33. San Mateo 9.32 6. Sonoma 11.87 34. Sutter 9.32 7. San Joaquin 11.67 8. San Francisco 11.63 35. Calaveras 9.30 9. Santa Clara 11.48 36. Placer 9.29 37. Butte 9.27 10. San Bernardino 11.11 38. Montery 9.14 11. Ventura . 11_11 39. Shasta 8.99 40. Inyo 8.96 12. Riverside 11.07 41. Del Norte 8.68 13. Marin ' 11.02 42. Napa 8.65 14. Fresno 10.91 43. Lassen 8.60 15. Kings 10.87 44. Siskiyou 8.52 16. Merced 10.71 45. bake 8.15 17. Yuba 10.59 46. Mono 8.10 18. Yolo 10.55 47. San Benito. 8.06 19. Tulare 10.45 48. Madera 8.00 20. Solano 10.44 49. Modoc 7.78 21. Santa Cruz 10.41 50. Nevada 7.60 22. Imperial 10.33 51. Glenn 7.51 23. Stanislaus 10.21 52. Amador 7.17 24. San Diego 10.13 53. Colusa 6.69 25_ Humboldt 10.03 54. Sierra 6.58 26. Mendocino 9.86 55. Trinity 6.16 27. E1 Dorado 9.85 56. Plumas 5.45 28. Tuolumne 9.74 57. Mariposa 5.33 29. Orange 9.66 58. Alpine 4.11 00521. • STATEWIDE AVERAGE PROPERTY TAX DOLLAR Other City County School District $.10 $.31 $.53 $.06 . _ $1.00 PROPERTY TAX DOLLAR OF CONTRA COSTA COUNTY . Other City County School Districts - - $.08 $.23 $.52 $.17 = $1.00 DIFFERENCE FROM STATEWIDE AVERAGE Other City County School Districts -$.02 -$.08 -$.01 +$.11 ! -` .. i In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Accept Replacement Bond for Standard Gas Company in Connection with Pipeline Franchise The Standard Gas Company having submitted United Pacific Insurance Company Bond No. U 80 5120-161 as a replacement bond in connection with a pipeline franchise for installation of pipelines in County roads, granted to said company by Resolution No. 3654, dated January 12, 1965; IT IS BY THE BOARD ORDERED that said bond is ACCEPTED for filing as a replacement for Fireman's Fund American Insurance Companies Bond No. SL-6205782, which bond is hereby EXONERATED. PASSED BY THE BOARD ON May 25, 1976. 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 do% aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 25th day of May . 19 76 By a • J. R. OLSSON, Clerk -4, Deputy Clerk +r sa 12174 - isaw M ra Orig. Dept. County Administrator cc: Standard Gas Company Fireman's Fund American Insurance Companies 00523 ON= _ Standard Gas Company Wo May 5, 1976 County Franchise Ordinance No.1827 and Board of Supervisors Resolution No. 3654 Our File: R/W #90170 Board of Supervisors Contra Costa County County Administration Building Martinez, CA 94553 Gentlemen: Attached is the executed original of United Pacific Insurance Company's Bond No. U 80 51 20-161 dated April 12, 1976, in the amount of $5,000. This Bond replaces Fireman's Fund American Insurance Company's Bond No. SL-6205782, which was issued pursuant to Section 3 of the subject franchise ordinance. We respectfully request the substitution of the United Pacific Insurance Company's Bond for the above-mentioned Fireman's Fuad Bond. If such substitution is found to be satisfactory, please indicate acceptance of the new bond and the exoneration of the currently filed bond by signing the duplicate copy of this letter and returning it to me at the following address: Mr. E. E. Behrendt, Land Deparment Standard Oil Company of California 575 Market Street, Room 1788 San Francisco, CA 94105 Very truly yours, ! EEB:dm E. E. Behrendt Attachment ACCEPTANCE OF THE ATTACHED BOND AND EXONERATION OF BOND N0. RECEIVED SL-6205782 ARE HEREBY GIVEN CO OF CONTRA COSTA ✓ MAY 6 1976 By J. . Kenny D e 11 y :. _ fi RAI or; NF ? — '� CE SOAAi? Or uaERVlSpps 00524 Microfilmed with board order •; UNITED PACIFIC TsT " ' CE CO�P��TY HONE OFFICE. TACOhM WASmtNaTON BONDBond No. 5—D-51 20 — U11 FRMICHISR BMID KNOW ALL MEN BY THESE PRESENTS: That we, Standard Gas Ga=sny as Principal(s), and UNITED PACIFIC INSURANCE COMPANY, a corporation organized under the laws of the State of Wash. ington, and authorized to transact surety business in the State of C 1�f o 4a as Surety, aro held and finaly bound unto - Comfy of Contra Costa in the sum of Five thousand and no/100 (S 50 . ) DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind out- selves, our heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the COUNTY OF COQ COSTA, by Ordinance Ifo: 1827 and Resolution No. 3654, has granted to STANDARD GAS COMPANY a franchise to construct and operate one pipe— line within the country roads in the County of Contra Costa. ? ow$ Tom, if the said STA?iDASD G:S CO14PANY shall fully comply with all the terms of said Ordinance and Resolution, then this obligation to be void; otherwise, to remain in full force and effect. The Surety hereunder may relieve itself from future liability by serving written notice on the obligee; such cancellation to take effect thirty (30) days after receipt of said notice. The effective date of this bond is lh=h lst, 1876. State of California I C County of San F==J sco ss' On April 1M2 19 76 . before me, the undersigned,a Notary Public in and for said County, personally appeared known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged to me that ale subscribed the name of UNITED PACIFIC INSURANCE COMPANY,as Surety,and her own name as Attorney-in-Fact. _ 17 5ZLLA ZA Tr, :::c r, ma>cf CtT( r,P,a � 2TY 0= V.1� SAN tAy Comrni:!an Expre�l•.:r> 1. 19,79 My Commission ex irm- - - .;.-= t`.{g. .�! C 1. li�l�.t.C�.tr`✓ Ido Ic Ill or Z 00525 BDU•7818 i=0.3/72 iCALiF.) In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 M dw Mww of Claim for Moneys Due. Mr. Peter J. Filipovich, dba Filipovich Construction, 2070 Commerce Avenue, Concord, California 94520 by and through his attorneys, Mr. Dario DeBenedictis and Mr. Eugene C. Payne III, of Thelen, Marrin, Johnson & Bridges, Two Embarcadero Center, San Francisco, California 94111 having filed with this Board on May 189 1976 a claim for moneys due in the amount of $16,053• plus interest; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on May 25, 1976. 1 hweby =Mfr than dw fonogabp h o bm and cored copy of an ardor «i rrrd on flow minon of sold bard of Supww6an on dw" okwasokL cc: Claimant Wknsrs my hard aed dw S@W of dw bard of Public works Director (3) &werAwn C un Attn:C RR.Broatch oFumd "25th day of May . 19 Z tyel County Administrator f . J. R. OLSSON, CMrk Dqwwk Y M e . N eld � C H--4 3/7615m 00526 I JDARIO DeBENEDICTIS EUGENE C. PAYNE III 2 THELEN, MARRIN, JOHNSON & BRIDGES Two Embarcadero Center 3 San Francisco, California 94111 - Telephone: [415] 392-6320 4 F I L E ® 51 Attorneys for Claimant 6 €' � 1 t91 7 PETER J. FILIPOVICH, dba ) 0. a. 0 a�nc soaafl.oi SUPuaEAvrSORs FILIPOVICH CONSTRUCTION, a sole ) 8 proprietorship, ) 07 9 Claimant, } 10 vs. ) 11 CONTRA COSTA COUNTY, ) ) 12 Respondent. ) 13 14 CLAIM FOR MONEYS DUE 15 TO: CONTRA COSTA COUNTY ADMINISTRATION BUILDING 16 . MARTINEZ, CALIFORNIA 94553 17 18 Claimant Peter J. Filipovich, doing business as 19 � Filipovich Construction, a sole proprietorship, herewith 24 submits this claim pursuant to Government Code Section 910 as 21 follows: 22 1. The name and post office address of claimant is: 23 Filipovich Construction 2070 Commerce Avenue 24 Concord, California 94520 25 2. The claimant desires notice to be sent to the 26 following: 27 Dario DeBenedictis Eugene C. Payne III 28 ;: Thelen, Marrin, Johnson & Bridges L x Two Embarcadero Center 29�P. San Francisco, California 94111 1i 30 , 3. The claim arises in connection with the performance 31 ! of a contract for the restoration of Alhambra Malley Road, Contra 32 ! Costa County Public Works Department project no. 1481-5891-72. mMiaoran a with r000ra order 0055 I 5. On or about July 10, 1973, Filipovich Construc- 2tion, a contractor duly licensed by the Contractor's State ILicense 3 Board of the Department of Consumer Affairs, State of 4 California, entered into a written contract with Contra Costa 5 County for the restoration of the roadway of Alhambra Valley 6 Road near Ferndale Road, including culvert and other work, a 7 Contra Costa County Public Works Department project, Project 8 No. 1481-5891-72. A copy of said contract, marked Exhibit A, 9 is attached hereto and incorporated herein by this reference. 10 1 6. Subsequent to July 10, 1973, claimant, acting 11 for itself and through its subcontractors, commenced and there- 12 after completed performance of the work required of it under the 13 contract. Claimant has fully performed all the terms and con- 14 ditions on its part to be performed pursuant to the contract. 15 7. On or about December 10, 1975, respondent, by 16 and through its Public Works Department, submitted to claimant 17 a proposed Contract Change Order No. 10, Supplement No. 1 and 18 a proposed Final Estimate. A copy of the covering letter and 19 enclosed proposals are attached hereto, marked Exhibit B, and 20 incorporated herein by this reference. 21 1 8. Claimant has rejected, and does now reject, these 22 proposals and asserts that respondent, by submitting these 23 proposals to claimant and by failing thereby to make further 24 contract payments to which claimant is entitled (as hereinafter 25 more particularly set forth) , has wrongfully withheld funds 26 from claimant and breached its contract with claimant. 27 9. Respondent's proposals are inadequate in the 28following respects: i 29 � a. Respondent has previously estimated and 30i paid for 815 cubic yards of Class I permeable 31i material at the contract unit price of $15.00 32per cubic yard. Claimant alleges that an i ' 2. 00528 I 1 additional 800.20 yards of Class I permeable 2 material was used on the project at the 3 express direction, and under the supervision, 4 of the County's Resident Engineer and that, 5 pursuant to the unit price provisions of the 6 contract, there is due and owing to claimant 7 an additional $12,003.00. Respondent's pro- 8 posed Contract Change Order No. 10, Supplement 9 No. 1 allows only an additional 15 cubic yards 10 of Class I permeable material.and is, there- 11 fore, inadequate. 12 b. Claimant was and is entitled to an 13 extension of the contract time of sixty (60) 14 days. Respondent had withheld from claimant 15 the sum of $4,050.00, as liquidated damages. 16 In the proposed Final Estimate all liquidated 17 damages have been eliminated; however, respon- dent arbitrarily substituted a "deduction" for 191 miscellaneous items aggregating $4,438.00 and 20 increased payments allowable to claimant by an 21 aggregate amount of $388.00, thereby continuing 22 to withhold improperly from claimant the net 23 sum of $4,050.00. Claimant rejects and denies 24 the appropriateness of either the assessment of 25 liquidated damages or the inclusion of a said 261 "deduction" in the final estimate or both. There 27 . remains, therefore, due and owing to claimant , 281 from respondent the sum. of $4,050.00, in addi- 291 tion to the sums set forth in subparagraph (a) 30 above. 31 10. The sum of $16,053.00 is due, ovring and payable I 32jto claimant and, as evinced by respondent's proposals of i 3. I 00529 - I December 10, 1975, has been wrongfully withheld by respondent. 2 Claimant hereby makes demand for said sum of $16,053.00 plus 3 interest thereon, pursuant to Government Code 5 926.10, =at i 4 six percent (60 per annum commencing the 61st day after the 5 date of filing of this claim. 6 7 Dated: !'It�'.c�...�� , 1976. 8 9 Respectfully submitted, 10 DARIO DeBENEDICTIS EUGENE C. PAYNE III 11 THELEN, MARRIN, JOHNSON BRIDGES 12 13 By At rneys for Claimant. 14 Filipovich Construction 15 16 17 18 19 2© 21 22 23 24 25 26 27 28 29 30 31 32 4. 00530 wA Ta9LEN;�wwOvwTtl• • LOS AnGELEs O//ICE Nl•_S.wwIPM 4RONDO.JOw.SOft wos9wr a.ewwGts OARMLD O.A.OLwso. SSS SOUTM/LOWER STREET LArTstw T,w.ts OM"E_L.M. TuELENA MARRE,JOHNSON bti BRIDGES LOS ANGELES 9O07l Cow.wD J.Our/ UA.* ti." .d►LL •.MwLow Tcwousa. wOw[wT 0 SONDUL.JO (M)an•SZGS TMOMAa.Lum MAwwOEw["tDCM ATTORNEYS AT LAW .K.A4 L.M[LLOw C•ESTCw K ww."ao. Douauaw.«UO•w"C. woatwr.L«LttoD Two ERERE /saACA0O CENTR JA-ES WSALD.1M ►crow A"o9wso. wo.Aw r suLar•+M ' TTN...O.N Dowrv. P.UL A. ,%Cf1L SAN FRANGSCO 9<iil �""a/Cert fKLL1"O"."A"t DAM T STTLCS OOKPT R.000Eu. WILL-Aft T."oars OO.AaD O wOltwrs Aw609W J."OZLLf P"wo w.PLAMN TAriOAt.SNOWS (413)392-6320 M.00090"O"At JAC.SO.C.ST"O•MONO 0owt0f a/LNO .Arts 4.60,041ES o 0AWN wn.TLw cAgLc THEMAR TCLCX 34.0906 PAR"0./Au.E0 JLSst w.&*Gwt w NCwAEL w AMOEWSOM T.Ows 0-"04" -WAAw.L AtiOOMAA`Jw. M.WATNt Ann, James M.MOOM9T TCLL.CQ!WE�/9(4IS)42YIO6B W911D9aL A:MO0T�N90.J0. PMwP J.WAS wK•Yw0•LCAM WALT90 A.STIN"PLLOW no T"ONAS R O[wR TM W.wwwq 0A"OALL L.906CASO" /0901tK C.NLLSO" JO.T.ANDERSON CURM A.COLS JAMES T.Mt"O"C. 000twT w.P0wOL9 /9T90 W.0 V9"9 0400 M.0uD.Ew1STIAM1 DANIEL IL WbraimO 0Ow90T C.SC"N0090 DOUGLAS N.LAUOKE 0044 0.CANITO JOSLTM A.OANNELL O.MEN ANDEgEO 00890T W.W"Ou90 PAUL M.Dawes N.C.&M a S..s IN W.OLSNO C00.4" JAMES.A w9LC" NANL1 C.SAKTN 9UNE G PATMt+n wwUCE L.C00Mr"DL0 AIwwT7N.a~"Coo JAMES R ww4AwT'9M T"O""W.Y.Tb~ Sul"M.SC"MIO »�� w°«�`ft.IO».wOSDw May 17 1976 JOMMa"9,M".L VIROMIA 0000 fALCONtO Waal"[L.wESTLN y ' "ft Wuwu1"D JAM"T.wt"TLLi 094NAZ K LESTEO /9T9R oLSTPONO PET"S.MYMOZ STtwKN R.f.AOaET "WC"A9L L.04AL/90M REGISTERED-RETURN RECEIPT REQUESTED Clerk Board of Supervisors Contra Costa County Administration Building Martinez, California 94553 Re: Alhambra Valley Road Restoration Project No. 1481-5891-72 Claim of Peter J. Filipovich, dba Filipovich Construction Dear Sir: Enclosed is a Claim For Honeys Due which we are filing with you on behalf of our client Peter J. Filipovich, doing business as Filipovich Construction. Please advise us if an•oral presentation before the Board will be forth coming. Very truly yours, THELEN, MARRIN, JOHNSON RIDGES BYEu9eneC PaYII ECP III:mj Encl. cc: Peter J. Filipovich Public Works Department Attn: Victor W. Sauer V. A. Plumb 00531 CONTRACT (Construction Agreement) . r ( (Contra Costa County Standard Fora) I. VARIABLES. These variables are incorporated below by reference. (432,3) Parties: [Public agency]_ rt"I?1^RA rnSmA cEgItt ; topp rich Cconstr c�io Botha [Contractor) Wn_ S 0 S 15r-i VP �� $il Soma _YCA 2446 (32) Effective Date: jul y1 n , 1 073 [See 54 for starting date:] (53) rhe Work: Restoration of the roadway of Alhambra Valley Road near Ferndale Road, including culvert work and other work, Project No. 1481-5891-72, Martinez Area, all in accordance with the Plans, Drawings and Specifications (including Addendum No. (,) prepared by or for the Public :forks Director and in accordance with the accepted Bid Proposal. (44) Completion tine: [strike out (a) or (b) "calendar" or "working"] (b) Within 40 XXrAb> XWworking days from starting date. (45) Liquidated Damages: s_ 75-00 per calendar day. (46) Public Agarcy•s Agent: Public '.forks Director (57) Contract Price: $ l Ci9i�6o!)_20 (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) (Strike out parent a n ial if inapplicable.; 2. sIGIJAryREs d ACUOyLEDGKECi. CO is COSTA Public Aaencw, By: 'r ( ]' Chairman) / O O u e-V SOPS t-! 'r _ ' F By -v�1..�,�- , Deputy Clerk . Contractor,. hereby alsoa... 6 6 .. _tliSS�dt13'�onpl ante with Labor Code -on ruins Ko can's Compeasstion Law. By [Des gnate yft tial ca a ity in the business) dote to Cortrmctor: (l) E=acute ackrouledgment forDr beton; and (2) if a corpora- tion, attach a certified copy of tha bylaws, or of the reaotution of the Board of Directors authoriairg e=ecution of this cortraWact and of the bonds required hereby. ------------------------------------------------------------------------------------------- State of Californ MMA ) ss. ACXCOVLEDG'2117 (by Corporation, ' County of ) rtners h , or dividual) The person(%) signing above for Contractor, known to me in i dividyr d business capacity �.* stated. personally appeared before at today an ackno• Iedge that he/th executed it and that the corporation or pzrtnerIh a- above xecue d it. 3[JLIC 10,-1573 Dated: "%� G (SEAL) Notary Publie --- :.; -- : ---- --==------------------------------- f--- j ,- ------- do FO::' A:'?ROL'ED: J. B. CLAUSES. County Counsel. By Deputy Dennis C." aves (Page 1 of 4) ;CC-1; Rov. 4-12) EXHIBIT A U" 532 3, «ORF: COyTRAC_, CF?1SG£3. (a) 9y their signatures is Section 2, eifeccIve on the above date, these parties promise and agree as set forth in this contract, incorporating by these references the material i"variables") in Sec. 1. (b) Contractor sisal?, at his ora cost and expense, and ia a work=anlike -acaer, fully and faithfully perfor: and co=p lece this work; and will furaisu all materials, labar. services and transportation necessary, convaniant and proper in order fairly to perform Che requirements of this contract, alt strictly in accordance with the Public Agency's plans, drawings and specizications_ (c) Th--s wort: can be changed only with Public Agency's prior written order specifying such cian;Q and its cost a„re_d to _aa p.artits; ..;d tie Publi: A;_acy s'caLL•=ev ar have to pay core than specified in Sec. 7 without such an order. 4. TINEt NOTICZ TO PROC_£D. Couttactor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided herein, he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, _ it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sun specified- in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the sane be not paid, Public Agency may. in addition to its other _ remedies, deduct the same iron gay coney due or to become due Contractor under -this con- tract. If the Public Agency for any cause authorizes or contributes to a delay,.suspen- sion of wort: or extension of time. its duration shall be added to the time allowed for completion. but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-coapletioa or delay hereunder. Pursuant to Governaect Code Sec. 4215, the Contractor shall act bt assessed liquidated damages for delay in completion of the work. when such delay was cmased by the failure o! the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. b. INT£GpAT_£D DOCUHENTS. The plans. drawings and specifications, of any Public Agency's call for bids. and Contractor's acccated bid for this work are hereby incorporated into , this contract; and they are intended to cc-operate, so that anything exhibited in the t plans or dra_ings azi not tendo=td in the specifications, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intect and measling thar_of when taken all toSather; and differences of opinion concerning these shall be tieter=ined by Public age-_y's Agent specified in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, mad as full compensation for all this work. the Public Agency shall pay the Contractor the sus specified in Sec. I. except that in unit price contracts the payment shall be for finishes; quantities at unit bid ;rices. (b) On or about the :irst day ai each calendar eonth the Contractor shall subedit to the Public :Seamy a rarified application for payment, supported by a statement showing all Mater_als actually i stalleed during the preceding month, the labor expended thereon, and the cost thereof; whereupon. after checking, the Public Agency shall issue to Centractor a certificate for the &=aunt determined to be due, minus 207 thereof pursuant to Govarnneat Code Set. 53067. but not until defective work and materials have been rc=oved, replaced and made good. S. PAYMENTS WITHHELD. (a) The Public .agency or its agent nay withhold any payment, or beca_se o: later discovered evidence aullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Dafectite work not remedied, or u=coapleted work, (2) Claims filed or reasona3le evidence indicating probable filing, (3) railure to properly pay subcontractors or for material or labor, (:) Reasonable .oc:bt ;:at tae work can be eocoleted for the balance thta un-amid. or (5) tontrac_or. z'ub_ic ASer.zy seal_ us.: reaso=able diligence to discover and report to the C.r.tr:ctnr, as the vor:: :ogcasszs, the materials and labor which are not satisfactory to it, sc as to avoid unaeee»�rp trzuble or cost to the Contractor in making good any ( - d::_cctivt wark or parts. y (;) 35 ds s _:ter ::e.- ?n5_ic A�,ac_, zilrs is cotE.e of completion of the entire (Page 2.af 4) 00533. (CC-1: Rev. 4-72) 63 work. it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all &noun:= withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been ( presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of lace-recorded notices of liens or claims against Contractor. _ 9. INSURANCE. (Labor Code 531860-61) On signing this contract. Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations. or (2) a certificate of Yorkaen's Compensation insurance issued by an admitted insurer. or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to. Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s). to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 20 days or more after written notice thereof by the Public Agency. the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720. and including Seca. 1735 b 1777.6 forbidding dis- crimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 3 1813. concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 554100-4113 are incorporated herein. ` 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work- is to be performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced. but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel. subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least toe wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no mininus wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the ti=e of the initial employment of the person affected and during the continuance of such employment. 15. po URS'OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's wc.rk. and no workman employed at any time on this work by the Contractor or by any sub- ccntractor sha:i be required or permitted to work- longer thereon except as provided in Labor Cade Secs. 1813-1515- 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5. and 1777.5 oa noa-discrimination. 1 (Page 3 of 4) 00534 1 s 17. PREFERENCE FOR MATERIALS. The Public Agency desires to promote the industries and ecanocy of Contra Costa County, and the Contractor therefore promises to use the products, work--en. laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSItXXENT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part; nor any monies due or to become e.---e under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties. unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and!or materials inspected. or statement by any officer, agent or employee of the Public agency indicating the work- or any part thereof complies with the requirements of this =ontract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failures to comply with any of the terms and conditions hereof. 20. HOLD HARHLESS b INDEMNITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities ss defined in this section_ (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions. officers, agents and employees. (t) The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability. claim or damage was unforeseeable at any time before the County apprcved the improvement plan or accepted the improvements as completed, and including the defense of any suit(&) or action(s) at lav or equity concerning these. (d) The actions causing Liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this contract and attributable to the contractor, subtontrattor(s). or any officer(s). avent(s) or employee(s) of one or more of then. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) or speciiitatica(s) in connection with this work. has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negli- gent or willful misconduct of any Indernitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if applicable, by submitting to Public Agency a detailed plan showing the design of shoring, bracing, %..ping. or other provisions to be .Wade for worker protection from the hazard of ca:ia� Qrocad during trench excavation. (Page 4 of 4) 00535 VICTOR W. SAUER PUSUG WORKS DEPART14ENT R.D.BROATCM rusu=WORK: DMCnAM*scavic" 44111 771-2102 CONTRA cVSTA coinTV .. (447) 272.2105 VERNON L. CLIME R. M. RYGH CNI[►alrurr rusuc wa—s amecron *TM IL0014L AamamsTM4rtoM OuILDIMa OtiNRT•WIt.oIlw:.i AM07 apounes ` 44111 272.2102 MARTIMM CALIFORNIA 94573 •0014 Its. COu/1TIMOusi 94121 272-2214 MARK L. KERMIT ocrUTV-TI1A9Asr0wTAn0" J. [- TAYLOR 94121 272.2102 December 10, 1975 osltiTY.O.sRA:loMf AND►Loon Co"T"Ou 271 GLCIcw DRIVR 94151 272.4470 Our File: Cons Alhambra Valley Road. Project No. 1481-5891-72 Filipovich Construction Company 2070 Commerce Avenue Concord, California 94520 Gentlemen: This is to confirm our recent telephone conversations in which I outlined this Department's proposal for settlement of the points in dispute on the Alhambra Valley Road slide repair project. We have reviewed the information submitted by you, and have concluded that, although only a nominal amount of monetary adjustment for contract item work is justified, there appears to be some merit in th3 request for time extension due to unavoidable delays, the justifiable amount of such delays not being subject to precise calculation. If you caicur, we are prepared to recommend the following to the Board of Supervisors: (a) that the allowable completion date for the contract be extended to November 4, 1973, thereby eliminating the $4,050.00 item for liquidated damages now being withheld, (b) that the Public Yorks Director be authorized to reduce by $502.41 (from $4,160.02 to $3,657.61) the amount of the County's engineering costs now invoiced to you pursuant to Change Order No. 8 (there would be no reduction in the $780.39 invoiced costs of the barricades and flasher lights), and (c) that the Public Works Director be authorized to issue a change order in the amount of 5338.00 to pay for contract item work not taken into account in previous change orders. Since we will short the remaining invoiced costs ($4,438.00) as a deduction on the final payment estimate, the net result of the above recommendations is that there will be no further payment either to or by you in connection with this contract. EXHIBIT B 00536 Filipovich Construction - Company —Z— December 10, 1975 At your request, I am enclosing a copy of Mr. Kublcek's analysis of your claims. While we are aware that you are not particularly satisfied with the amount allowed for materials as evidenced by Recommendation (c), we feel that we have been as generous as ue can be In the matter .of time extensions as evidenced by Recommendations (a) and M. Your concurrence in our proposal will be evidenced by (a) your signing and returning five copies of the enclosed proposed Contract Change Order No. 10, Supplement No.' l, (keeping the blue copy for your records), and (b) your signing the release forms and returning both copies of the enclosed proposed final payment estimate. Please call me if you have any questions. Very truly yours, Victor W. Sauer Public Works Director - -' V. A. Plumb Assistant Public Works Director Construction Division VAP;bw - Enclosures cc: V. L. Cline, Chief Deputy Public Works Director M. Kermit M. Kubicek C. Kline 00537 Pt NUC NURKS DEYAKTatL%T - CWTRA COSTA COUNT•- Data October 7, 1975 To: V. A. Plumb, Assistant Public %forks Director, Construction From: M. Kub i cek, Resident Eng i neer.§'t_iU_ - Subject: Alhambra Val-ley Road Slide Repair, Project No. 1481-5891-72 As a result of the contractor's claim on permeable material we have had our survey crew precisely locate the "as built" location of the 156-inch - diameter culvert at Site 1. The following quantities were determined using this information and original survey data: a) Based on revised vertical and horizontal alignment (CCO 42), and the- specified contract pay limits (I-foot each side of the pipe and 6-inches - - under the pipe) the pay quantity for permeable material should be 597 - cubic yards. b) Based on the "as built" vertical and horizontal alignment and the specified contract pay limits the pay quantity for permeable material should be 761 cubic yards. However, are we responsible for the contractor's deviation from planned horizontal and ver' ical alignment? c) Based on the "as built" vertical and horizontal alignment and assuming a I--'oot over excavation on each side and 6-inches over excavation on the bot-ton, the contractor would have to provide 836 cubic yards of permeable material. - To the above quantities must be added 60 cubic yards of permeable material to replace unsuitable material not the result of the contractor's operations. The contractors made inadequate attempts to control water; extensive quantities of over excavation and backfill were incurred by the contractor due to his operations creating unsuitable material, e.g, running tracked equipment in creek bed, extensive ponded water which saturated previously dry ruater ial. From our records, the following quantities of permeable material were used at the various sites: - Site Tons Cubic Yards e 1 .4 tons/c.y. • 1 1739.0 1242.1 3 92.4 66.0 4 96.0 68.6 5 23.7 16.9 00538 V. A. Plumb -2- October 7, 1975 The contract quantity (including OCA 92) for permeable material at Site I is 747 cubic yards. This quantity should be increased l0.cubic yards due to the increase in pipe length. The difference between the quantity " under "a" above plus the unsuitable material (597 c:y. + 60 c.y. = 657 c.y.) and the pay Quantity of 757 cubic yards (747 c.y. + 10 c.y. = 757 c.y.) is 100 cubic yards. This additional amount was given to the contractor because we provide the base crap for the contractors substitttsion of corrugated steel pipe for the reinforced concrete pipe shown. Under the conditions of the special provisions the contractor was to absorb any additional costs as a result of using corrugated steel pipe. However, it was determined a: a previous meeting on the 6-h Floor, that we would assume some of the additional costs involved as a result of our "he l pf u tness". . On reviewing the permeable material quantities for the other sites, found an error in the quantity for Site 4; the contractor is entitled to 14 cubic yards of additional permeable material at Site 4. _ Based on the above, the Standard Specifications Section 68-1.04, . "Measurement", and previous agreement reached at during the meeting on- the 6th Floor, l recommend that we pay the contractor for an additional 24 cubic yards of permeable material and 7 cubic yards of structure excavation. This amounts to SR3. - My caaments on the claims made by the contractor in his letters of March 31, 1975, and April 8, 1975, are as follows. A. Responses to Contractor's Claim of March 31, 1975: - Wl. No. The contract- quant it i es were based on sections t aken from contour lines. After the site was cleared and more accessabie, 1 noted some discrepancies in the contour lines and had the survey crew cross • I - section the creek (excluding the downstream 100 feet) to determine a revised pay quantity. ' 07. The absence of the weigh sheets, informational only, was never noted by the contractor. Because of the looseness of the estimated waste, the value of the weigh sheets is questionable except for noting total- tonnage delivered. .43. The resident engineer provided the required inspection to insure comrliance with the plans, Standard SpecH ications, and the special provisions. The contractors operation was sloppy, e.g. band coupling bolts hissing or stripped, deviations from planned grade and alignment, no co;.pactive effort on structure backfill, etc. - 00539 - V. A. PIumb 3- October 7, 1975 .44. The contract quantity was in cubic yards and the pay limits were specified on the plans. There was no way that we 'could have paid on a tonnage basis. The contrac=or (taciHy) indicated that his bid price for permeable ma-A erial was unbalanced because he anticipated an appreciable quantity overrun. 05. As far as the contractor was concerned. He Telt he was also entitled to payment Tor wasted mater i a l. ,fib. The payment was wade because of the departments involvement with the contractors substitution of 96-inch CSP for 84-inch RCP and the _ contractors claim that he didn't realize what he was signing when he signed COO 02. - A7. The chance order was written to minimize excavation into rock out- croppings. This was a direct benefit to the contractor. 98. The chances in grade were the result of the change order 02 and grade adjustments to get the contractor back on grade. B. Responses to Contractor's Claim of April 8, 1975: - 01. No documentation received. 02. No documen:a;ion received. Subcontractor did not show up as -per the working day schedule. Also when he was a: the jobsite he had insufficient forces to complete the work in the allocated time and he worked on the less critical structures first. ,03. No documentation received. We did not experience similar difficelIties on other •projects. A'"4. No document at i on received. ' 05.- No documentation received. - ASS. No. Due to contractors insistance on not performing the work in a workmanlike manner and as per the standard specifications, plans, and special provisions, it was necessary for the resident engineer to inform him of nenerous mistakes, oversights, and instances of none- , ccknpl iance. 7. No comment. The special provisions required the contractor to coordinate his operations with the utility companies. This project experienced no delay due to utilities. 00540 ._ V. A. PI unb -4- October 7, . 1975 09. True. However, the overruns in permeable material and-rock riprap were not of a nature to increase appreciably contract time., At most we might be able to justify the granting of two additional days_ But because the work was authorized under two separate change.or.ders the contractor was allowed four extra days_ A110. No documentation received. All. The only documentable damages to the county as a result of the time overrun is the additional inspection time incurred by the department. f12. No coat ent. X13. No cent. ' Based on the lack of documentation, the "Work Force Summary" in. our fife, and t he con;ractors -I ack of c- -i'men:- of sufficient labor and equipment to complete S160,DW worth of construction in 40 working days, I recommend no adjustment in the liquidated damages or our direct labor costs. _ VSK:bw 00541 _ CONTRA COSTA COUNTY CJ REVISED 0411)x-77 • PUBLIC WORKS DEPARTRAENT � SHEET I OF—, CONTRACT CHANGE ORDER NO. 10 REV, NO. SUPPL NO. 1 ROAD NAME W.O.NO. PROJECT NO. DATE Alhambra Valley Road 5691 1481-5891-72 ,December 4,' 1975 To: F i 1 i pov i ch Construction Company ,CCWRACICR. Go-go,"09t„d by Resident Engineer' Ytw wo M.Al d..-ct-d to t-axe rt..I--fti•d*K-.b-d cNo+Y-+tLo..rt-do" rr dh!e bprNq d-w401-W&oW ipcw"iw 064 pbws o-d SPS&A.allows ow this (awNa:l, - NOTE: This change order is net*Rective vnhl opproved by dte JOW Deputy Public Warlis Diredcw. BALANCE AL!TWRIZED C'.lA&rrITIES WITH THOSE USED: Increases: - Item 6 7 C.Y. Structure Excavation 0 54.00 S2d-00 26 24 C.Y. Class 1 Permeable Material ® $15.00 360.00 Total, increase Sw.00 ESIVAMED COST. DECREASE S INCREASE S386-()o BY REASON Or THIS CHANGE h0 EXTENSION OF IL44EWat BEAUOWED. \�., Mr .•.J....a...a .r.t.a.ta.,Aw-w.-w.M.w c.rs.t-•ods.-ti r..4% -Je r..wt+J rd►r.l.v ap".J*—9-00400 a orwo-04 was«-4 pro.:d.sa off ,..o�.••.ni•...,.�d.• •t.>^«.....W wtt.t o4..---o-d qty.•o*tw...Zs-.+ws�r.•,r-ro.. -44•.►..-sNrJ•-•X 0-d-it oust,as hilt"—I d.w P.a.s sho.n abo•.. SUB•MITIM �C.• ,�it� _/l•(t /_.+� �� RECOMIENDED. ii i ton_Kub i cek usmEw EhGredEl+ A., P 1 umb CONSiwuCttOH ENGIroE[A 00542 . .war.w... .rNft 540 D&L% 'W.U%N Lng 'JAIL ,rj. NUL: i c, J 0 P-WN c 10 a J L- trrw *- I • s i r-co 1 I rn�. n m- Vi-tn N•• - " 7D- nzV -. 1 <•• .< ••N rj w to c m -c -a -•r � C O C r +t ,, t i a --r 'D2 � 2•->.7L >sCtn �Nxtn .yN >tc+cDtn �►N Z t 1 :..-4 m -t cm S '. L-S N.. 4'` C. C CI•'•- O-O.> r•f •V 1 1 O•-L 2 �O 1 1 DOO > 2 D N 2m 1 •1 V2• �C N N►•>•� Com` C C C -< -< -4 -<= i taf> { / m _ -4 ? t � � tT —W a ru"m r i w• r ;;f D A7 1 1 -- t I m> m;n n n n >,n rn� r. •m t*. Im m --nI-c / I 1 DC -4 c:o 0 :,0- -+ 1 X - x - X C•r { i N U r ASna7'� zn" V* n ImVmtVA rr > X -t0-4Cn'nna +- xa-X ..,X >- D- l' 0Zrr: DGrCAa.aarLp n ,n +sn�t<�t`<rn< :�x D;2 t t --4m r 70'n a-+m'm r•t C«O'*1 D�•�t -t m I > 2 M- m C -+-.-r D r <; < -t -4M '*1 rn I 1 m to S D • N-+to �o•n'+t m-t >--D U a to r -c( m t•-+ � -. -. - -e o o z- n i Ir i --v > -•V-N O- CR m�— O O O A I n 1 > 1 X 2 2 O 1 a 1 �»J < -tn -+ atV '30- m m m z l -+ I o r • ar0wv :D O 1 •• 1 2 r* r t 2 1 D < I r- x t t X O 1 1 > D 1 1 3 O I I Q 1 1 > O t 1 ' • 1 lni 1 1 fsl t 1 N v 1 / o• IA rn l 1 � � - m •• ICA 1 a2 C-/ O 0O O O G O c O o •O O DO O t 3 ! _ --/ -40 O 0 0000 O O O O O O0 000 1 >Eft 1 M t -•r t rn O fm O I O ;v Oa I 1 rn <•+ ... l m 2+ t 2 •»n I to 1 O 'V N J N .Cjr N r o tv o a t t O CC) • w t`J r'v C t.: G r o to O i0 t X _r t 2:x • • • • • • • • • I D ! N .Z' T• O0 0 O w O O O c O O 0 1 -i U O0 O 0 O to•O O O b O O O 0 V 1 m N t • -t • 1 v -i t .. • • 1 t r I rn i v • 1 t ♦+r 1 to / 1. 1 -4 t r.• N ►- r C. 0 -4 1 n N r .O a N 0 ct 0 1 0 c N W C a oo.^ wo a a o oo Z,Zb r> t zm 0 00 otr o a o o a 3ac011 m 1 > 1 t n 1 r --t :n r p e 1 0 z • m n -+ -ay. n n n n n n n envy I C t X 0 D • 6 oo;o rc > n= tz 1 I I t to l > �- • i t CP o-r-�c v / t �c v t_ tr i l �1NC " -r i 1 ` OG�i pt O tT►'NtT r r ' • v' i�G O t I n.Z I T�1 O O O O V O c:t` c O o O a V• G A G C O 1 rr> 1 �• n < o ' cooao n c o o a e cco 1 c- 1 G • 1 1 2 t 1 N N t 1 -t tr t 1 • • � • r. � I t > N to - r w tv 1 t n r cl • 1 C 1 C .D M. l-P W tr 1:1 Cl- r tT w tr 0 1 1 • J O O J tt w tt•v to tt• 0 w C t' r b G N: 1 CV7-4 r G 1 u• c. p ar►-r c a- o a o N i o >� r 0 0 ip OOtorm G O O 0 (O OCa; tm 1 0 uFoca c� 0 0 o) .o p o�Ocob 1� r U • t t 1 m I W 4 W w N ni N N N N ►+ / /, -f l al (/f .o a# . tri 41 W N O .0 1 c r* I U -+ 0 t� t t t 1 t t -1 f A >-+ T—ztr:.�A�O� vas o Dr --2 rr3 1 1 A ? /!•.S r1 - a>O r 7G 2 [;:z or A eni-4 ;co 1 I Z t p 2/1 7D ; M;G :7 1 r D z JG M -d(/kw-4 Q ]t t`!-- ";U r-►C ti nt-{ l 1 S d A Iord-i m norDC-+;DT J-1=-+°-•1A^s'.-- C171 t m • OI --�O -�AD czo- 8> 0 ;OC 1`71 24 -1 I 1 2 1 2 0 -C N n a-•1' G7 =>'7Cn •rI-rt" I t 1 ►� -i t w vtoA kax s zptz>:.'»> zCA &--e0cn•C I 1 r T c*�m m z C?x -1 7_ -! D to fir;x�,�r_ A l { D D f x O `— -1;a C :{:--M;;o m -1 A!C A --I t n I;D0CY v0 a ;J+m0aA*Cv »- Mngn i t 2 �+ -4 1 »-1 .r�•- 1710--d >• "tr. <»O-s-+> = / f D Z I�r •; t-+ Om n=ocol N m» fCz-tm r I a •� 1 «-—tJ* III A 0 r'v-1 A-i %•. t1 O 1 C 1 ."C i" -4 12 1 Cn 44-iP.m-O m f O m v,..Qt rn 3;7 -- 1 on I :u rn 1'C% v tt• -1`� m-1 1 m >171 2-W to- U N 1 I > s I •-+t, — •-v m ,: r �-1 Or v ---1 -- f n t m a>E-t m nl m m -4 1 1 < 1 z, N n n•--• f •- r r �a t r -- omI m a t -t ! r t z t s i iv 1 i t O i f i •. t I ! -4 1 r • ! t [11 1 1 1 N 1 t f O► "Co • 1 N I to 1 t ? 1 -4 !ox a D f 0 0.00 O O aa O Da a O O 0 1 t 0`00 O O 001 O 00 0 O Co 0 1 -%P. f ! t rn I i t c 1 O i �•- ! t m I N t rn C> t z i • I to Z 1 O 'C 0 O W N•+I W r O O 1 ••- / • Q t�►+ a C w v ow a- ,O O v O I t' • I• • • • • • i • L • • • 1 D 1 N .'7 ! O•C C O W O C t O a C --- f W 1 000 O r C C O 0 O O I m 1 -1 i ivr—ri r • 1 1 -• t �a ' i i m i t •- l r t N I N r 1 o 1-- m m r Z. 1 0 [ ! CPI O W N W! W r CD U 1 I .I 0.�i CF, o v o t o r t O.Op �O W 0Ot O O o p O t 1> t f O' O v co O O O O • 1 1 1 ! ! r, yr -4 r n r r r, r I • fir-n • O • • • �• • . IN, CII ! tin I O / t f D fryt t -+ -•1 t 1 1 m ! ,O W•`G:C U tx. O v! O '100 O O ,O r ^- I !• ?_ i O O C O O Z,! 0 0 O O G O G N ;O l rr> t 1 < 1 0 coo O O 001 O O G p to ! L1�1 i • 1 1 I V tr ; N N N' �' m @` I W P to a W v t s-tr W O r N t N r"O o v o m i o. c ,r to p pp t v 1 w C• t 0 co o c O %0 Otr° O PO b 0 p Yi ! D t 1 N W 1 G obo O C- 001 O Oa iD O O 1m >r 1 C Ci O I O as Volp0 R O O I - !!It `Ii I C •..,, tl�' i JJY )UG J t[ , -4 0 -4 ?-c tr N 1r ►+ r / 2 A t ! 'II r*:r to D QU mC O C C f wm > 1 n o -+ -+ -+ 1 I • O to •- D ? C ? n> -4--4 1 1 1 1 L �+ 3 z r • nr .:r 00 fin na,= Vx1v t 1 I m • [*1 > n -a .+ -4-f 1 I C C Q m=.-•t= t I t o > • to -1 m t+O < D c D> t l? -t r O--t C 1 > Ir0 rr t 0n00-Be fw 3 Z C C I C T1- 1 1 1 -nt7 1 1 I D Z > D -1 O -;O �z 20 nm 1iz-aim >t 1 ! 1 :*i • m m c C »UO U OX I.Om>l rto'n I 1 Z ic7 OZ -n X22 Z-s /4n rI�Nlir- D to D j D :+•RI D m -4� I I' r r.J► m? 1 t 1 r "a { -1 D.-a I f z MD t1J- -4-nW.m 1 1 1 > O O D I'm tr►m r to V► / i 1 r -n 7D f*'` � 7D n E 1•> ±'l»tom D � 1 t 1 = �+ . t c !-•rn v t v • v u+ o -+ t -+-1%P 71 D t m I 1 7s I ;u to-!m i A Ito t I D • o tR, » > m t m v vr u I n t t n w Dt41-1 6t n I » 1 I D to Oxon I x t !w m p•I 1 - n(alta-1 �O t --t 1 1 r m to D`Mm N 1 1 to 1 m-0 n. 1 1 1 1 K ,,,= t ►-79 I t t o - • • t 1 NO O A ON 1 1 1 I A N+ • A �z 1 1 1 1 • • N � �+ t 1 I t m O z z 1 1 I- I tt cow ca a R -c / t t m t a- %0 •+ • � W» 1 1Ni I D / D N 1 O O' ! I O ! -I • � l _Am � 000 ` � I � "! Rt -mac r oo i i c i i a : i •. i i tmo �r D I i o 'a C3;;z ti'� f Q 1 t� t 1 -t I � • O m e 1 1 ^•» 1 • • t �.11� ia+kc-• e i vN• � o .o r m:0 N t • ••-a r vI I I .t s• • o c I v ri t t ►- t t •a • z� t x � 1 ! t t �f ' to 1 0 1 1 m i I w Pn 1 D r 1 1 N t 1 -n s i r to 1 r1 O 1 l r-O 1 to I tDa i v t t ou e V V% 1 iC m t Cl ro • 1 - t t [ t A G 1 E. O 1 O I m t 1 C,— I tm x 1 1 t 1 t •i f1 1 `G 2 i N N LO N I C i 1 I z I 1 , O-� 1 ,O Q 1 f •+ 1 l I N u t t+27 c r • i 1 t 1 1 in -Dt !1 1 I t t rr -1zzO t t t It N 1 IOU; 1 n ovo Ito' net 1 rr•1 r 1 i r t ✓ -+,1 / o•G. f a. t j tr t 0. 1 1 1 1 D C)-! 1 ti�+ t r sr t l tr t sr 1 1 -+ 7u.1 11 - 1 - 1 t 0 1 % [n- 1 :! 1 r►- it w ! f w 10•-D 1 WW►+ t / I �t A I Irk. 1wt � taINwt ! tar 1nIC 1 t t- ts► C:j 1 lan tCc cr t. r ICO I ! Cw a 1 .1 i • 1 • . f '- • t � . t • • • �orf 1N 1 ;O 1 wu / 00 u t uw 1 �+►O 1 0 04n/ p 1 I+fb 1 Ii �0 1 WWI I Oi 1 i i !O 1 r 0 ro r 1 1 t I <v'om • I >m;•. C CA ! rtoG > 1 r n+i. v • r rst�n z > D -f m n • r >00 Z 1 I 1 O > Nx r r r S. s, -n 31>3 n> C C [ to M.%O C r -ax ?;z> rC *nzc I �- vr{> I ev» -+.v-i D . 0 5A I a r l r i Ct u � ;x u x n x m a I =ni ne i --t z -a » N-c M N M=--t 1 -� k =O- >+-•i>xt • —>;x 1 O / +ii in ss'-cm r!x r it O n o-t;en I Z, �r t 10�iC *f to t! " 0 z m. 1 O • R a;N y. - > C z m WC I > > t� z;> 9- 02 t� !z • 1 r v rr n: >Srrm I > I -+r x >•a: r-.z• n>79,77 I -c (a m N 1 rs -n s I c% 4s N Z O Z O ! D 0 w"1 to:!Im A"a Ir r ;.�0 ? 7c t rtln>r 1 0 R Nm 2n t.. Ct N0-c n t n C -+ � n1c) 1 -! z CD 1 n -tm mnz{ »4zrtz ! I m m D�-t O-�-r z m>>t--r I In t �a to ZZ C X >n<..;o I tV Q t 1 -t n#A r x D -t -t m1: 30" t O► fn m 2► :O A>n m-� Nn ! • M a -•40 r*cG Nza>a 1 r O� -ix7Qm 0 :0 X >Zm I .O •+ Z. -1 0 Z » N rn x r—2 2s / !r 3 -t sr. :e V -t to tr r N a•Gt r t Z'z • aE ?»3-0 0 m a im 1 n > m Q 4.1 • < -n is » --t> Nm erC< to x xz�N 1Ml m • m'r-i N tS z 7 n ?. m its-t t � > -a- x 1 -► C lz coA :anC A 1 O w Qt= n c-�aC OS100w0-4 1 »r >-t.Zirr-i rnT, r - bn 7• 1 min m�Stl t > » > n>> ;Dn>x i O "D to A z0 CzN v >-C t • O 00 0 Z aC G 21 t!' n-t :. re z O r tv u /C v ! t mom 0= m z> -c 1 t Zn C-. 2"> r n-t m t -r R ! ! z mv-t r.• -c CIO t w r- A Wi0 t .� • 1 t t x C < »D N CA frs ! v t t to-a-•t r S►r to v -4 m 1 t t x z r �> t : t c-ciaP.n » nx I t ! I aAr w ,� n< - X X* t t I t n m o o -n-t, e t t I -- k: a -" »Csz r n z-.n x u-.m40> 1 0 m:r / 7 t R t _N M1:. r mOtt t 7j m a N S is 2 N I r c C 2 f Pr o -c cm SNv-t n X mctix t I t to--t x n+ > n x t w Gs t t I urn:• .+ O 7. -t.» t t i ! I I tn•cC�+ zA Q •..n• 1 t t t o X -4Z c o x{ t ! ! c r• C> c-r -t ..,0 v i C -c t > 1 -110 O m -s r 0<�." m - i z► n 7c 1 en A T .. G i }A- n < 1 tt'r -'- 1 > N N f i n r 1 C •o i • v t v ILIst r 1 _ / I < oc -v rn C3 r Q'•7• N G' d v Q I • i 1 r n L t- o 1 1 ?I .-J f='i -+ - 1 1 -< n D i •t••-c tt+ r,t+r+r J` -- -+ .-+ -� C C v r m m- D'71 i)C+ �•cm 0 v _ cttGr. C -+ - ::�;tn— C— c "c-- :p--w•-+; ^•Z• :r :�V / 1 J►+.. z > N r rC rn-+m -�rr!-�rn-�n r t►�D n1�%-+_ T:r t 1 O 2• ?: V• :.7 W A v.TS r Z, •.i r ct Y w-1 ! I �- 1 1 A D m N n n n >,n nL in t:i1 Pi nr im •+ 1--x ---r. —XC+ r- 1 ,1 %A n S n 70?.2 C Oj7_ m rn In1 m n in r-4 w �'t I -+0 -4Cnn0%:3•-4— X — X x— x•- � >--Y�GtO ' rR 1 t tn••ac r >Cr'�Cn::.:»t"��� R n 'n 7f�171<'tl< �I<;.�TX >Z 1 / -+0•-• _ r 70 m A-4 n m 1 > z m %P S > to-aN m:"-ti m Y — ••+ j / 1 CA x r N MICA-- -+•r 0* C O a Oa in f D / •• 7� <A 2� 2 z t 1 •+� < -t r1 1 — '►• CA t 1 mm 3* m m•*+ m m' 1 1 c "OW © 1 1 z m • I 1 r A • i s a n t I 3 O • 1 1 tII 'rl > O t I � ' 1 1 � 1 A 1 t • ' • ! % N t i o► co ran 1 1 • V • 1 t •O •+ Z-4 1 N WX 1 zz • v t -+� t D ^-! i O 0000 O O O O C Z, O 000 1 X-+ 1 -i -/0 0 0 000 o a o 0 0 0 DQOOQ i >N I --rt I rr t z In c o w vat m cr N x> 1 O -Q co n �! N%D!r N r C O N NO OC C N t •+< 1 . O 00 r w r y r O N ►+ O 0 to C 0 0 t " -i / 2 z • • • + • • • • • • • • • • • • I D O f Ail ;D 79 O Oi0 G C C O 0 C OOCCO 1 -4C►• I N N O 0 0 0" a O 0 O • l t �t r 1 N 1 0-4 1 n • �!\r N•O N r O O N G;Q O N 1 O 1 Q co 1 0-4 1 Z O OUvtdo O O O O O 0000 1 -r r, A m o cc 0. o 0 00 0 0 O 0 a oao rn nrn • rn n c-•t-4�fA n n n n n m v r i C i m co a . . ao �. . ,nyn• / � I t t _ X D S • I • t w 1 r•-. • r r. t I o••-. ci v o an .-• r+ o i V ro i (A- 4- c C. t +HA 1 MOM z • • • • • • • • • • • • • • { n 1 fT1.ZT 0 O O a CA O'T c% O O O O 40 c a C, t rn li• t GC• n < O0 O O O O O O O O O O O O`OOO'G i to t 1 N N t t • • "Q• �. I C r j L .ro rri ar �1Wrrti Cr tr t v W r %r O / s' 1 -4 p �+S%aO••a ca+ P G WO ( O r •+W ON I OC I W O e r r t,Q G i V- O N• O v %P cc 01( O O O Ocarm O c O O C Q OFC O O 1 t 1r. O 00000 O O O G G O 000 1 ; t wr+v ru r I -i t 7,: to W n;..v m 0 -+ -t c m t"W w c •p t C 1 0! j • ! L- " 01,niA-4 S— C rr�C C* rtr dv -� tamz R i n > j n 1�2 *•-r.,2 a ••.- O C),� r•T i t;o C r..»ara to>z •• 1 / -c -+ > >tr+z �n: >:� •{ v -- ar.. z t I rn i fl;S0 >.or zvC"�*+ o n G rp --t x0 i t z t /iz �o = i-+ z lcai--zromr;:7U� D x:naGla t t D 3 �a � n l r C1 — a nor,!-C:--a +t -. �-q-+n-»..- tot t ns • 0 0 0—:: Do �+ C Mg '-o z tizC! -c^Nn z- Z-- V - ;o-#.j41 a> -n A-7 t f I. .• -t !2s7t '&N n= t*:x A S -> LNC:(-/o to C t 1 ►� 7 i t 1 V to Rt v m -0 Ca :0 --i to;u M ,.:coin 1 1 D A t!�C) :z-- fn--g " C --n n o.^: -i n.0 n— -i i 1 c. n t,Awc,--aN -+=C Nrig OaAca ---+MAnVC I t x r.» -t a-4 >• iMrV- 1-+ art n noon► { to m-• Cz-ttri -4-4 n-+ -•n70o I Q t o r %a m o t': V 0 M ;o -- t m t m 1 41 N %P •* --+ _i m >m ; r N N•- 0 1 In / > to 1 ai m z] v3> -4 -sr v ro �' cars tm*e t i i e < iz� ro n r•.---- -- -+ r f M i r- 1 0 i 1 s I o 1 / 1 � " f i - 1 1 { f a• ti* 1 1 • f 1 .C1 PO t j I m f O pC o O o O o O C> 0 0 O 0 1 1 -{ 000 O O 00 O 00 0 0 C3 0 1 �' ` ' t , t m f i C i O a 1 v 1 1 Rt 1 to s rn > I x s i m s-- ca a r D t -•t z i C two r ar o s c o 1 1u o o v •s c tr c► o yr a i '•--t r j w • r i D'ro ' t Ps a N t coo O r 0 0 O 0 O O 0 ! to A 90 1 r ! In i v. 1 N i to t 1 •-f ! t 1 a C W! N u� W O 0 / t c.o a- c c t 0 1 iiD O0 W O 0 O O O N Op Co cp 0 O I rn = t `j! t t f - �'n t" s' r t i C i 1 • :`` n o • • • • • •� t 2 t j f N I d 1 / t PC O w G Ca pC- j 0 v,d Ca `ri C>� O t,�( C O C: O O N 1 f*•iT+ { r G i 0 G O O 0 cc O tS o O tP t Us t • r 1 t 1 •' 1 i 1 m bw u r -. f NOW .• C ITT O tLob cP v c- Pw V t• V u jC r P.! ►r { j-• i b -j N i N t G O %P 0 to P %P 0 - a• No O{-O r0 .a O oa l 0 O O 'G a t i N • 1 :. • w. • • « • • I . • f► • • j �{ W I C3 Op0 0. O O 0 O O O 1 to • V. ono 0 v Co 0 0 0 0 A . a Dn �.-.c � r i Z n t R •tt rn ♦ , 0C -;�t 0 >C c: c t W Ct7 { C i i s C -. �1 c -+ -+-. 1 ! N D D 11 C >t•:> —1-4 1 1 1 t tr ►» • n r x r co I rl -c L• 1 t i c*t 3 t*s > h r -+► •- -+-s I O O m x 1 1 t o D • N -r t*t C •C D.^e >> i t z E r C G 1 t R -t -f --i h C C > rC rr t contr^tO<XK t 1 t rn „♦ 0 •_'•`{rt Z47 cn� t -•. '�s�etrf n•» i t R -" x M C tI IC Tt 1 1 1,• to iD O'+tr'J t R 1 D Z A 13�- m f-+ m O I;C -+m r tst ,I t I x0 -40 nm !i z-+:E mD 1 ! t n: • en 'm O O. "00 O 10x !•Orn xj.-Cpn I ! , A o �9 m >m -+ I�x�-r 7> t*•�3 1 1 t r -t -a D-+ t �E :C =30- 1 D- -I ";a to t t t A V Y -#tit 0 p D IM N:m r in4W I 1 t !' -n m 1 •+ srt g iJ h z 1 >4.1 M D 1 1 I x 0 A 1 -40 1 »:-J • N X 7T► m m v t C m t O I I Co r N►>} tst 3 t m Cr r' 7? 1 n 1 1 G rs 3 tri ! Z r D — 1 :0 t \ m m 1Z0nBr x Dt -c I tr t 1 0• t W X •WW m ! t — N--I t O 1 t -! s t .ate i mvns,. t v t Wrtn t , t > t tr / r v 1 r t Cl • i •`�' 1 E t t / 'n 0 i t N_ yt ! O t i # O T tJ► I ! ! I n tr x C, M 00 av 40 IM t t I t to -j fr •< Ck Ck 7U • O 41� 1 • r • ep t 0 a� 1 000 t S• t 0 ' -s •v[s: i ! -i t i itT • v i 1 In , W y•+ I t 1 1 O ao C r I t 0 Z t ! I I sn t y ! 1 crt A i 1 Z Cl t 2 t ►► t -4 -Z I i G C tR 1LA t 1 t « C� V m I t G i W # 's' -, 1 t • m t ! t • t > 1 t IV -�•v v o N i i s '' i i •- t C ii cN r1 0 (a t it LAO � C T 1 1 W i y t ! • �� 1 �• � I � I t ! • tr. 1 140 416 6wftb M I C t 1 C It 1 •+ I t N • 1 t" -c 1 1 2 / a 0 r • r ♦ - 1 N ics O{+0 uI a Y 1 t t < G t , ICs O O t N 1 t • XT I R .,, ! 1 I i 1 I •` tv Cr-cr, ! o• t a t oa t / t t t 7> ry W 1 J- P i 0• I t� i / -I s► G` xl t - - i •• 1 - rL t b OF w r•. 1 1 1 •-r Is v t v t a w l r r1 •.1 n ! 1 ►►t•- 1vC v ! vtNwl r wtc �i 1 %P O 1 I t es•ts. t t v / C• I O.O IW �s 1 :+ at 0 CIL 1 CAL f 6 0, ns t Rt i ! Cs1r a�`" t _ t t • / <-o 'a if m t r Co C b i r n c v �•- ' 1 m x r^ z ' 1 -t—n > 1 1 C»7_ M IDOC z 1 1 r r kp Co r -/m l m 2 1 m yr > > D -(-t D? nACCn i chrM%O < r -a Z= r+ A►LD r nzC / - -0D- t >D DI -r to)-I D 1 r rrtf m --z -r m / -r r t C 7a;£� x A.:r I m ru --I W-C MW x-t I -< s0-W: n�1-.>a > = 1 O 1 m C+m ri z r- O n LZ-{m 1 Z ar CA �zmtoc ! > > 21 D z rr 0 z! -r-r v f Z 1 r p r Z cs! x X Yv 1 2 Fr.D S rmtrr: 1 a • 1 = m CA C3 (A m .. — . N(A O z O O j D 3 2 >�+.T. Z 1 -+ a m<rr: > v rr: r" z >m 1 ' t 2�rnmS.[7 27oC - bra t 1 u•2rrt 00 rr:ell>r t O f Nm zin Ln NG-C n 1 n 1 z2-+C ;amc -r l 0 -4m Iz Innz »z2r2 1 0 1 G►--1-i sra>D-4 1 t nvmzla c 2 >n<» a l N sn p ! r -+O r Z> -I-+m ti 1 C. N m D2,0 DDA m Cr.el I + > -4020 m0 NzCb>O t r O� - + = am O x D2 1 .o .+ L-4 Zm >Z»» to MX r- zc i S -Nrirf ra m r fn c!a 1 a 0 3+rrs 0 2 m £ z•-s c m 0 > MO to 'n¢ -a -t O to r•.C-c N 2:t�N f r -n mr-4(DA Z n 2Nm(cn m C Fr D-.c zu.a 201M c > i o x ac n -C-4'X 0x-1 0CiCr0 I cm m VI— m r'n t m <� • -e D-a= v-R •-- m �zm D nD j n 0 'D ur v m» •»m > z•m I < ...g .? f c 02W v >-C t • 0 00 • 7 3N n-r 20 m2O 1 N ca ! t mCm C= m 2Y t v. � (moi► - -C 1 I C-+ 2a> r n-t�m I ! f x :0 'U-4 t-z-C C G7 / ! t ! -a c,L- _ r >v Xro t r I t 1 T CP »D N R 1 .a I fa t i m--t 1 ,I j I ! 1 t In m v O ri-i» ! 1 t �G+, 2�. T »N tz t n t t i Z-it .,x a m01> 1 O 1 1 1Fri Nm© r C a /" 1Myr I -ta t t t L D O ? 2�N i D r r ! Xt c7- �urn0 -c N t ! t TCAvr a ,�pm�a: t o ! ! t •rnp Q• ! ! ! •t C-r r D vIV n m t 1 t zi -.?� t�- t t I t?:2 x >�z= I t ! c r-:.- n> r r -��z i r v r I= 0 C7 m 1 C V;� D I N C• [ U< (r: ! r n Dc ' [ s•n � 1 rri n y O ' ih � • t + / • - i n r , 1 O •O t • ..r i ti Or' f t o t . ! ! In the Board of Supervisors of Contra Costa County, State of California May 25 , 1976 In the Matter of Reaffirming support for Senate Bill 839 The Board having this day considered the recommendation of the County Administrator that it reaffirm it's support of SS-839 pertaining to limiting the period of presumption that certain injuries occurring to retired police and fire personnel are attributable to work experience for the reason that an appellate court decision in 1972 (California Court of Appeals, Soby vs Worker's Compensation Appeals Board) has placed an onerous burden on taxpayers in California by ruling, in effect, that local governments are required to indemnify and provide lifetime insurance against heart trouble for retired police and fire personnel; IT IS BY THE BOARD ORDERED that the County position in SUPPORT of said measure is hereby reaffirmed. Passed and adopted on May 25, 1976. 1 hereby certify that the foregoing Is,a true and comct copy of an order entwed an the minutes of said Board of Supervisors,on the date aforesoid. Witness my hand and the Seal of the Board of Supervisor axed this 25th dar of May 19 7 6 J. R. OLSSON, Clerk By ` r Deputy Clerk H 24 1?J74 - ISM Orig: County Administrator cc: Director of Personnel County Legislative Delegation CSAC Senator Howard Way Assembly Ways & Means Cte. Governor Brown In the Board of Supervisors of Contra Costa County, State of California May 25 119 76 In the Matter of Amending October 8, 1968 Board Order Establishing The Social Service Department Revolving Fund On the recommendation of the Director, Hunan Resources Agency and the County Administrator, IT IS BY THE BOARD ORDERED that the Board Order dated October 8, 1968 which established the Social Service Department Revolving Fund be amended as follows: 1. Increase the fund by $25 to provide a $25 Petty Cash Fund for Area Agency on Aging. 2. Limit monthly disbursements from the AAA Petty Cash Fund to $25. 3. Allow AAA Petty Cash Fund disbursements for miscellaneous office supplies. PASSED by the Board on May 25, 1976. 1 hereby certify that the fanvoinp is a true and carred copy of an order wowed on the nuauhs of said Board of Supervisors on the date aknsakL cc: Social Service Wim my hand and the Seal of the Board of Human Resources Agency Supervisors County Auditor-Controllerdfixed this 25th day of May 19 76 County Administrator J. R. OLSSON, Clerk Do" Cleric �Icra;g • 00562 H 24 W75 lam In the Board of Supervisors of Contin Costa County, State of California May 25 , 19 76 In the Matter of Proposed Amendment to Ordinance Code Section 32-6.002 The County Administrator having advised that he had received a May 17, 1976 memorandum from the Director of Personnel on proposed amendments to the Merit System Ordinance; particularly relating to suspension of competition for certain positions; and As recommended by the Director of Personnel and Civil Service Commission, IT IS BY THE BOARD ORDERED that County Counsel is DIRECTED to prepare clarifying amendment to Ordinance Code Section 32-6.002 for which proposed wording is as follows: "32-6.002. Suspension for Certain Positions. Whenever the Commission determines by the affirmative 4/5 vote of its members that use of the competitive process to fill one or more vacancies is impractical, competition may be suspended and direct appointment or appointments authorized." Passed by the Board on May 25, 1976. 1 hereby certify that the fongping b a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Orig: County Administrator Supervisors cc: County Counsel affixed " 25th day of Mav . 19 76 Director of Personnel /j J. R. OtSSON, Clerk Deputy Clerk H 21 12/71 - 15-#A f O(M In the Board of Supervisors of Contra Costa County, State of California May 25 _* 19 76 In the Matter of Amending Order Authorizing Attendance at CAL-NEVA CAP Conference The Board on April 20, 1976 having authorized Mr. Nick Rodriquez, Chairman, Economic Opportunity Council, to attend the CAL-NEVA Community Action Program Conference during the period April 21, 1976 through April 25, 1976 in Long Beach, California; and Mr. Rodriquez being unable to attend, IT IS BY THE BOARD ORDERED that aforesaid order is AMENDED to authorize attendance of Ms. Margie Haynes, Secretary, Economic Opportunity Council, with the understanding that expenses are to be charged to Federal funds. Passed by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minute: of said Board of Supervisors on the date aforesaid. Orig: County Administrator Witness my hand and the Seal of the Board of cc: Acting Economic Supervisors Opportunity Program affixed this 25th day of Mav . 19 76 Director J. R. OLSSON, Clerk Economic Opportunity Council BY r ��' Deputy Clerk H za 12"nodi y Auditor-Controller Croig W� L In the Board of Supervisors of Contra Costa County, State of California May 25 , 14 ZL In the Matter of Out-of-State Travel Authorization and attendance at American Library Assn. in Chicago, I11. IT IS BY THE BOARD ORDERED that Clarence R. Walters, County Librarian, is AUTHORIZED to attend the American Library Association Conference in Chicago, I11. July 18-22, 1976 included within out-of-state vacation time from July 10 to August 8, 1976. Passed by the Board on Fay 25, 1476. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor on the due;-foresakL Witness my hand and the Seal of the Board of cc: County Librarian supervisor County Auditor-Controller affixed this 25th dv of May 19 76 County Administrator J. R. OLSSON, Chwk By � Deputy clerk H 24 $05 lam 00M5 • ! In the Board of Supervisors of Contra Costa County, State of California May 25 , 19?6 In the Matter of TRAVEL AUTHORIZATION IT IS BY THE BOARD ORDERED that Jeanie Goodhope, Young Adult Coordinator, County Library, is AUTHORIZED to attend the American Library Association Conference in Chicago, Illinois from July 18, 1976 to July 24, 1976 (time only). Passed by the Board on May 25, 1976 I hereby certify that the foregoing k a true and correct copy of on order entered on the minutes of sold Board of Supervisors an the dote aforesaid. Witness my hoed and the seal of the Board of cc: County Librarian supervison County Auditor-Controller affixed this 25th dar of May 19 76 County Administrator J. R. OLSSON, Clerk By Deputy Clerk (p A44wcroiq 00556 H 24 aps 10#A In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Authorizing Special Board Rate for a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES special board rate of $450 per month for a dependent child of the court (Court Number 44482) in the home of Della Clark, Pleasant Hill, California, effective May 26, 1976, PASSED BY THE BOARD on May 25, 1976. I hereby certNy that the forepoinp Is a true and corred copy of an order mowed on the minutes of said Board of Supervisors on the date aforesaid. Orig: Director, NRA 1A/oness my hand and the Sed of the Board of , Supervisors co. Social HallrenService mixed this 25th day of May 19 76 9 County Administrator J. R. OLSSON, Clerk County Auditor-Controller pup , Clerk H 24 12!74 - IS-M Wdy Craig mh s 0OW"? R f In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Authorizing Special Board Rate for a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES special board rate of $270 per month for a dependent child of the court (Court Number 21411) in the home of Roy and Ora Mabry, Richmond, California, effective May 26, 1976. PASSED BY THE BOARD on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order wne--4 on the minutes of said Board of Supervisors an tlw date aforesaid. Ori g: Director, HRA Witness my hand and the Seal of the Board of cc: Social Service, SuPer„ism M. Hallgren of aged this 25th of MU 19 6 County Administrator 3... County Auditor-Controller J. R. OLSSON, Clerk By ll c . Deputy Clerk mh , H 24 APS 30M 00558 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 1 In the AMattw of Authorizing Placement of a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES placement of a dependent child of the court (Court Number 44795) in the Velma Lyons home, El Cerrito, California, at a rate of $285 per month effective May 26, 1976. PASSED BY THE BOARD on May 25, 1976. 1 hereby certify that the foregoing Is a true and comd copy of an order entered on the minutes of said Board of Supervisors on the date oforesokL Ori g: Director, HRA Witness my hand and the Seal of the Board of cc: Social Service, Supervisors M. Hallgren affixed this 25th day of May t976 County Administrator County Auditor-Controller J. R. OLSSON, Clerk By .. Deputy Clerk H 24 12/74 - 15-M Marem mh 0sum In the Board of Supervisors of Contra Costa County, State of California May 25 , 1976 In the Matter of Authorizing Placement of a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES placement of a dependent child of the court (Court Number 24619) in the Denise Dewey home, Concord, California, at a rate of $350 per month effective May 26, 1976. PASSED BY THE BOARD on May 25, 1976. I hereby certify that the farapoinp Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Orig: Director, HRA Witnm my hand and"Sea[ of the Board of Social Service, supernsoa N. Hallgren affixed this 25th day of May 19 76 County Administrator J. R. OLSSON. Clerk County Audi tor-Control i er By. Deputy Clerk H 24 1204 - 15-M raig67 mh 004%0 � s In the Board of Supervisors of Contra Costa County, State of California May 25 . 19 -6 In the Maher of Alleged Violation of Various County Laws. A May 159 1976 letter having been received from Mr. and Mrs. Vahridin Nushi and others, Lafayette, complaining that a number of problems have been created by Lafayette Morehouse, Inc., 1507 Purson Lane, Lafayette, a commune situated on property owned by Mr. Victor Baranco, and requesting that action be taken to effect compliance with County requirements and regulations; IT IS BY THE HOARD ORDERED that this matter is REFERRED to County Counsel, County Administrator, Director of Planning, County Health Officer, Contra Costa County Fire Protection District, and Public Works Director. PASSED by the Board on May 25, 1976. 1 hereby certify that the fan poinp is a true and comd a W of an order on the minutes of said Board of Supervisors on the data ahwesakL cc: Fs. Fahridin Yushi UI�s my hand and Ow Seal of the iow J of isms P.O. Bos 145 S" pery Lafayette, CA 94549 affixed d'is2.�Lhday of May . 197E County Counsel County Administrator J. R. OLSSON, Clerk Director of Planning County Health Officer By DepAy Clerk CCC Fire Protection Dist. Helen C. Marshall Public Works Director H-24 3J76 1Sm Omi ■ . • Box 145 : Lafayette Cal. r 1;'aJ l 11 E t T V L Contra Costa County 3oard of Supervisors 651 pine Street, MAY 2 j 1976 ?-:artir_ez, Ca. Gentlemen: Cat R=Kc'.. a sur9VISORs TA CO. We, the undersigned, respectively bring to the attenti zZ a situation that has existed over four years and lately has talached tolerable proportions. We are the owners, of the parcels lo-own under the Assessor's numbers az follows: 169-190-002: Yr. & ars. FaiLidin liushi 160-190-004: i'r. & Mrs. Paul Amdreasen 169-190-006: I'r. a Mrs. Like 3ushati 169-200-0042 I.'r. & i rs. Percy Lawrence Cur problem is the Lafayette worehouse Inc. Commune established ille- Cally on the following parcels: 169-190-007, 169-200-0019 169-200-003 and 169-200-005 all in the ownership of i-'r. Vic,Zor Baranco. The telephone book does not, ho:zever, shoo this as Mr. Baranco's resi- dence, but gives a listing on page 193, column 1 as "Lafayette Morehouse Inc. , 1507 Parson Lane, Lafayette". Purson Lane is all of the property- owners' R.iGht-of--Way. C attorney has. advised us that we may have no other choice but to file ti.ith Superior Court a Writ of i:andamus enabling usto force the County's i.;blic Gfficials to take action, since our numerous complains are being .,helved and even on occasions completely ignored. Here are a fear of the com plaints which to date we have been unable to get any of the public officials to do anything to resolve: 1: One of the homes in use by the commune used to be a three-bedroom home r:i t:m a septic tank in proportion to vvi ordinary size family occupying the same. i:o%y it has all kinds of additions without building perm-its and a low Guess of fifty people using the toilet facilities daily. 2: Cars that have not been running for years are stored helter-skelter on the property. 3: i t times the land is used as a campground with trailers parked and used as living quarters. Public officials have been here and seen the violations but have taker no action_ to stop this. 4: ^o reach the lower parcel of land, commune members have trespassed tl,=u i.:r. Bushati's property even Brough Fursor_ sane is wi"UhLxi 201 . The G=:rs have been removed continously, and the fence cut. _',, top it all ::.ey fla-raptly recorded an easement by prescription, a�- t;ieu 7h they, lanor-i ugly, did not even own the property contiguous to the .UZ:1ati =Operty for the prescribed five years. This, of course is a fraud and our a t-om-ney is now preparing, a criminal lawsuit_ against the Commune A%2 pto. ,:��-1 Com.r�. �-� ��U�� �d.••c.�,n,�.� r��f..Mkroftfm8d wifi Board ordK Page 2 5: ; r,.: Lavxence, furs. ?sushi and the s-ushi children are continually subjected to abusive and foul language from the inhabitants of the commune. Visitors to the Eushi residence have been harasses by the commune members asking vrhat business they had on "t=heir" road, meaning Purson bane. 6% Also the E.ushi children can on a daily basis vratch the vromen of the com- mune walk thru the Bushati property bare-breastm ed, which may or may not harm. them. Nevertheless, the sushi's do not like it and their wish should be re- spected. 7: Currently there are 3 trailers at different locations on the commune pro- perty. These are being used as residences and this is illegal vie are told by the Plar_nL n . Department. One trailer is also designated "OFFICE". The last trailer has moved in sometime in late April. Its location is very close to Purson Lane on a strip of land that was originally levelled for a parking strip. . At the time the land was leveled, a drainage ditch and a culvert under Purson Lane were completely covered, leaving no place for the storm water to drain except over the road. This was done with no discussion or war- ning to the Lawrences, who use this section of Pur`on Lane for access to . their property. Had we had normal rainfall this last winter, there is serious question whether or not this section of Purson Lane could have been used at all. In addition, used tires have been piled in another drainage ditch on Puzson Lane. (Tae attached copy of a letter from the Building Inspection Department confirms this situation. ) Ito corrective action was taken by the Commu;.e, nor was there anycormfunication with the L awrences about the problem after the letter was mailed. 8t There are a substantial nuwlber of tires on the commune property at 1503 emirs on '.ane making it look li=re a junk yard and significantly lowering the value o. the surrounding property. The fire department has declared that they are fire ha^ard and has told the Commune to remove them. The tires are breed- in", ground for rodents and stray cats and also breed mosquitoes. These tires: w not onl;- seen all over the Commune property, but also are often found in the road. On :arch 4, 1976, the Planning Deportment in a letter (attached) to the Commune gave them 20 days to remove the tires. It is now .mid-?►ay and the tires have not been removed as of yet. - o: Each summer there is a question of whether or not the Commune will abate thein• property for fire control. In 1974 they did not abate the property at. 1503 Parson Lane. In that year the fire came over the hill from Pleasant Hill 'cad. 2 vire trucks waited in the Lawrences property in case the fire got to viie una'oated Commune property. In 1975 after almost weekly calls to the fire abatement, the fire department abated the property of 1503 Purson Lane in August. 1500 Purson Lane was. abated by the Commune, but inadequately. Lack Of abatement by the Commune is a constant worry and struggle during the sum- I ez, months ane? dry season. 10: The Co:a.a.une has a very large recreational area including pool, tennis court, etc. DurinG their recreation they play music at avert' loud volume. The volume is such, that it is impossible to escape from, ever inside our houses. nirierous calls to the Sheriff and finally a formal complaint to the District Attorney late last s=orer, the noise was finals turned down. pto. �U5�63 ,r IC A-Pagge 3 Already this year, mid- :ay 1976, the radio has been turned up so loud that the Lawrences have been able to hear it even inside their home, makiig. it necassary again to call the Sheriff. 11= Garbage is everywhere around and on the Commune property. Presently it is being dumped in an open trailer, which has been full to capacity and left to overflow. Occasionally, the trailer is emptied but the sur- rounding area remains filthy. 12= Cars- are often left unattended on the road forcing the iawrences to sit and wait until removed so they can pass or even get into their own driveway. lathou.gh the Fire Department has assured us that in case of fire their fire trucks are powe_rful enough to move any illegally par- hec cars. This, however, is not true in ease of an emergency where an . cbul a nce is needed. 13: The most dealorable situation that we are faced with is the open sewage. The public server that serves this "campground" has been inade- quate for years, even when only used by vera; few people. Although the Pe,,th Department has admitted this being a health hazard, absolutely rothing is being done. Pa.-; sewage is surfacing from two premises; 1503 onto Parson ?ane, 1500 onto Huston. Road. The septic tanks that these houses uses,(o:ne a three-bedroom, the other of i o bedroom capacity) comId. not possible absorb the sewage of about 100 people, who are now living in these.homes- now that each of then have all kinds of attach- rer_ts.mhis filth makes a ver;; intolerable situation particularly for the `ush l s since the rar. sewage st rfaces right in front of their drive- :ray and it is impossible to pass by without carrying it into the residences b7- shoes, tires etc. 14= Finished and unfinished buildings are also cluttering up -his part of the Commune. - 15: Rocim are thrown at the I:ushi children and at the Nushi dolls. One dog; >>as so badly hurt, that the 2:ushils had to terminate the do€'s 16: Another problem is the flow of traffic and the continous violations by members of the Commune. Prior to the building of Sky►fest, the pro- pGrty owners on. Purson Lae had if not a very good arrangement, at least a workable one for egress and ingress to their road; but all that was c_iiant ed by the abondonement of the two turn-arounds on Pleasant Mill Rc: d.±Tow two li-turns must be made on the Pleasant hill Road, that are e:--remely dangerous especially in the co=.ute hours. Inhabitants of the C,:-:--txne come thru Sky-tfest making a left turn on Pleasant hill Road in tt:e 0r.e-=. a • direction against the traffic and turn into Purson lane head on often ma'•:in�- near pisses of the La:,Tences anc t ushis eomin�- fron their T^:: 'd�e_^.ces. 15p rG'_`_��s �O_^..e Of 'elle co?'di-miniums in $?^J=i est are used as and --hetraf fid. 3- is often heavy between the Commune and these This would be a very opportune time to also resolve the traffic Arabian that exist. pto. 0Owl 4 When the 3ushati's applied for a subdivision of their property, they were told that only if they widened Purson lane to 50' would it be permitted. A subdivision of the 3ushati's property would have made 2 building sites of single family homes maybe adding at the very most 6 additional cars.To widen the road, however, would cost too much to mace it economically feasible.3ut if 6 more cars would require a 50' road, w y are the inhabitants of the Connune, possibly numbering over 100 allowed to drive their many cars over Furson Lane with its present width. Right now a virtual anarchy exist with complete disregard for all rules and regulations as well as zoning, and the County should be put— ting a stop to it. It is inconceivable to us that the County has allowed this Commune to move into an area zoned for single family homes only. There has been no applications to change the present zoning, no hearings no land use permits, no notifications to the contiguous property owners. :;e all pay a substantial amount of taxes on properties that we find increa• singly difficult to sell ( as some of us already have discovered, when putting the property on the market) , due to jun: , trash, trailet—tent structures,illegal additions on the surrounding co=,une property. When prospective buyers see the mess they all ask "What in the world is thatTr and flee never to be seen again. Of course considering that the creed of this commune is: "They who have, uive and those who don't, grab", no small wonder that the situation has deteriorrated to the detriment of all of us. in sura-mary,the problems we are faced with are the direct result of an illegal, ever—expanding Commune settling in a single—family residential area. Furthermore, nanny of these problems are the very ones that zoning laris are supposed to guard against by placing limitation and exclusion on the number or tYpe of persons, structures, vehicles, and the amount of junk and debris allowed in such residential areas. Gbviously the;; have ignored the zoning and other lags and regulations and so have the nkblic officials that should have enforced these sane guidelines. We, therefore, urge that the County officials force the Commune to apply for a re—zoning of the properties involved, and if that should be denied, to return the properties to its present zoning enforcing the lavas and regulations that applies to same. We feel certain that there mould be many areas in the County, where such a commune could locate, without creating problems for their neighbors. Tie hone that these matters can be corrected in the near future and that it will not be necessary to resort to legal action. Sincerely yours, , Fahrid3 1 I:uShi •r;; G!j�=< �, L�lvpt�ylliS Z;ushi �%r✓�! �t -� c..► iL 'ke *`uSPBti' �lr _ e`er: - = Bet 3usY�a L. r' f / .�/• ' Vi Perev ?,a:•:rence•_ . arrda La7---rence Yau3 K� dreasen�c-�'ce- �, ---.���.�.._danice =ndreasen pct. � C- j � W51[)V i S Copies supplied to following= Health Department of Contra Costa -County Fire Department Planning Department Public Vorks Individual County Supervisors District Attorney : Chief Building Inspector Tax Assessor Contra Costa County iaz Payers P-ssociation Sky-West Home owners Association Contra Costa mimes Geno Banducci Robert Schroeder 00566 CONTRA COSTA COUNTY BUILDING INSPECTION DEPARTMENT COMTR k COSTA COUNTY 64"T NEL.CALIFORNIA 04353 I,ove::Cber 5. M5 Lafayette Morehouse, I.:c. Deis lbrGan 1507 Lane Wz;yctte, California 94549 RE= Drainage Gentlemen: TM-s office received a coglaint from your neighbor.: reEarding Vie drainagc aloes, 'Fvrsm L=e. Gin Kovmber k, 19715, 1 act th Ir. : rt; Ferelstei_rn std ex- plained .— plained the coppl.aint to him. A mall area adLaccnt to i'L:TM- 11• a leveled for a storage area. In the gracing psocer , c s_ C , vert in- der the road L.-as covered at the inle-' _ •stie - ora tater onto the rota. A section of the en blocked with. used tires. Provisions should b e t wever past this re- stricti=. 'Ahe d �, cin Lane ahold be periodically maintained by the ran t L'' a the road. If you have questions, p .. a contact Vie Gra--ling Section of the Building Inspection, Depart=mt. ter7 truly yours, 'P. i.'. Giese ACS1:3 COMMIT BUILDING MSFECTOR BY: -. H. Nelson Gracing technician cc: 11r. P. 1% Lauxence 1511 Purson Lane Lafayette, Ca 945,19 0OW7 " rL�NNINI COMMIS.f10N M[UR[RM ANTHONY A. OEHAESUS CONTRA COS rA COUNTY DIO[I:TOA OF.LAMMING DONALDALBERT R. ANDERSON, A M N PLANNING DEPARTMENT ALBERT R.COMPAGLIA.MAMrIN[2 RICHARD O.HILDEBRAND.WALNUT CII[tlt RICHARD J:JEHA.EL SORRANT9 WI:.I.IAM L.MILANO.Plrrsomm COUNTY ADMINISTRATION BUILDING. NORTH WING JACK STODDARD. RICHMOND P.O.BOX 931 ANDREW H.YOUNG.ALANO MARTINEZ CALIFORNIA 94335 - PNONC 228-3000 :larch 4, 1976 Mr. Victor Baranco 1507 Purson Road Lafayette, California Re: 1503 Purson. Road Dear Mr. Baranco: A recent inspection of your property located at 1503 Purson Road, Lafayette, revealed there are numerous used tires located there. The subject property is located in a Single Family Residential District R-20, w:lich does not permit the storage of this type of material without a junk yard permit. The ordinance code does not allow the issuance of a junk yard permit in a residential district. Therefore this is to notify that all of the used tires must be removed from the - property within 20 days from the date of this letter. Failure to comply with this letter and the county ordinance code will result in our taking further action as is necessary. Please notify this office when the violation has been cleared. Sincerely yours, Anthony A. Dehaesus Director of Planning �'?ae Robert W. cook Senior Zoning Investigator cc File 5406 - RWC/jps 005% tit•, '. - _ � - , ♦ • .., �•� , - rj'�. 'i ♦eft. !:� Jr -{••' Z=• - ,''bP 2—C rft CoftTaiiaa Eridor,Jos•20,1976 !• ► � r r+ `rt � K r�,,'��x y4 tiJ , HS-btWaa rS '. +•*I ! t 3.L�•« 'S i � . Doctor nabs •two - f • �r qtr r= ! ti�::_ r k • ; } WAUW ON=—A U, both of Me Parson 3i1-M doctormade a c1daa'a ar- Lane.Lata vers acs day was fa rat and:topped two a *- rested y the A.for at• � , 't " : , :� .' 'f ,,� �+•,.':�; � n: 1 •s to:la iq attainp ted temp tbek s ,Hofao aSher od polka dot a Ftp• 'rr�♦p Hj .R r ., , t •r+s . t. Police reW W.Frank-, lila AaWou AW nix- veft ( ,f t rI1 t• +:y. '•1w w 010 had two :'lea �tRwL worlb VA Waf �� �• •s�. l` •.f* • b°• (t _ �' 't 1 L.4 - N•�:hind for-tion Whealiiwomd bw theAt-bb Of raarafb4offioLAwtdd `,�,�•�i �,N'r ' �✓ j t +�y'< Mtn! �` ft two 11at`ib�f• t M1� ' K 1' ;P•t. ".�+ 1.{,, i. ' •y,_ +. and -}�1w■4 �s��_r*;. ' f }f.T-► F� Ia `rr r i �+ :c •�',�?��:�.�' aafiiaeelwrsd..,,,w.T• nae ld• r�.;'.';�: �i•$(�f���.' �� i'6 �`�,�3r:'f T�`��;:f... • .,i�� .: 1 _ •+!• ;sr..-►R 76' .�.ry`- ••�•• •;'Z,'-��(y'�t� ley , ��$ •,Il •w7.i% �: .. `:' r ,Y'd t. , • "7r. }s{ t.', r`f� •;t►'� ♦' �.y'j. '!f'T to r -AN SWEDWAR ��• •iw ` ,�. e. ...,'. 21 ,�, a t. =`r s..x•�:� r:{ is • �• �k •l I �: - _.+l � t t't•►!..••►h+"y-std �4R�'r J. .: -fir r ' Aff 4-7 i ,;,r � _ " +�Z " lj.,} rim♦ ct.,,.� J �� ° ;: tt ,' • _�. ` i t�. l�'"i G:�t�4�j�A.;t'�4yii3 £��T".y,•�.r'•►�Mi' '.��'�F:'t_k .� �•.":?. s .. -s, ' ' t �•`ft,�' � rR.? "�.'�•i�•ft: r� • ►•`t"irt ...;may � t .t " �.. .� !+S t? •.f•� s�;•� v ., :; err ,,i.�'�^ 1•.;k:, 11i�`S• ^-''� •, �. L •;.Sa `,• .,_/x, i, y•.-�!`�j� rr •�•_?i4���. :• + �+IS „� ,.. rr . Al I t4 16 40 t� . tip- -if"c r . • s ! `�Qj'11•. .� � { Y ,ut I St Pt 't!C 44 :jL 14 �.• �� � _ •! �r r J ' li �rr. t'' ', „ .. • ♦ i';-t .I .l e4,. .� tr.t�Zt•�,�T�, n ••. ♦ i .�; t l..iYr- • ''.M. yam..+ •j f .;,�. •!. •• .•• �':•"- r Vis. ,��t.{{:�v'r •t3 .� .,•-.. .1. ;i. • •s ;r„ .�;- y.,. X r t't'• r.'� •�:� r:•~� r •Y�.i tea', ' ~.•; .y. .1'.: � � t t G` p ;+ 1� .' � .J. :►• moi• �r' f�1•� '.i/ •+� � 'L• ��. ` ,.' �:, _^+'"may =�,�► '. :.� r ' • '• � �� . � �"iw,' ~ is}'!i.t•{,t-�kti.� 1 •.f.� � � , ` " :n•r ^N '•`'• ,.1 • !Z a •r' i� J71P ��� ' tit . ! - r •q•++ � l , �, .,,�r,.R t. .t . ,.i .. is -- r - R•; , ( i In the Board of Supervisors of Contra Costa County, State of California May 25 19 7„ In the Matter of County Solid Taste Management Plan. The Board having received a 1k`.ay 13, 1976 letter from t!ayor Verne L. Roberts, City of Antioch, expressing concern that a section of the County Solid 11aste Nanagement Plan may have been amended without acquiring the approval of the cities prior to submission of the Plan to the State; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFEWRED to the Public Works Department, Environmental Control, , for reply. PASSED by the Board on May 259 1976. 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: City of Antioch Supervisors Public ..orks Director25th 6 Environmental Control affixed this day of t-la Y . 19 7 Director of Planni n€ _ J. R. OLSSON, Clerk County Health C='ficer ByDeputy Clerk County Administrator 3o^da Amdahl H:i a,Ji 101W 00570 In the Board of Supervisors of Contra Costa County, State of California May 25 ; 19 76 In the Nlatiw of Memorandum from County Administrator with Respect to Drainage Fee, Sans Crainte Drainage Area. The Board having received a May 18, 1976 memorandum from Mr. A. u. !dill , County Administrator, in response to Board referral with respect to the objection of Mr. and Mrs. M. 0. Goatley for payment of a $693 drainage fee required prior to obtaining a building permit for proposed remodeling of their home; and The County Administrator having advised that the ordinance for the Sans Crainte Drainage Area does not provide an exemption for remodeling and/or additions, but requires that drainage fees be paid prior to issuance of a building permit for construction costing $4,000 or more; and The County Administrator having further advised that the City of Walnut Creek has a drainage fee ordinance for said area and should be consulted if amendment to Ordi- nance No. 71-81 is proposed; IT IS BY THE BOARD ORDERED that the question of the need for an amendment to said ordinance is REFERRED to the Government Operations Committee (Supervisors A. M. Dias and E. A. Linscheid). PASSED by the Board on May 25, 1976. 1 hereby certify that the fore;oirq is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesWd. c c: Committee members Wdnen my hand wW the Seal of the Board of County Administrator Supervisors County Counsel affixed this25th day of May 19 76 Public Works Director County Building Inspector Mr. and Mrs. Goatley J. R. OLSSON, Clerk 1015 Mountain View Blvd. By ._A,;�/,* T Deputy Clerk Walnut Creek , CA 94596 Robbie G Terre ti .24 W.1,sn.- 00571 C � In the Board of Supervisors of Contra Costa County, State of California as ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District Zone 13 May 25 ", 19 76 In the Matter of Bids for Lines C-1 and C-2, Danville Boulevard Storm Drain, Storm Drainage District Zone 13, Alamo Area. Project No. 8520-76. The Board of Supervisors of Contra Costa County, as ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District, having fixed this time to receive bids for Lines C-1 and C-2, Danville Boulevard Storm Drain, Storm Drainage District Zone 13, Alamo area, bids were received from the following and read by the Clerk: M.G.M. Construction Company, Concord W. R. Thomason, Inc. , Martinez Bay Cities Paving and Grading, Richmond McGuire and Hester, Contractors, Oakland Hess Construction Company, Inc. , Napa BEPCO, Inc. , Oakland Mountain Construction, Inc. , San Ramon Peter Cole Jensen, Danville William A. Smith, San Ramon; IT IS BY THE BOARD ORDERED that said bids are REFERRED • to the Public Works Director for review and recommendation on June 1 , 1976. PASSED by the Board on May 25, 1976. 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: Public Works Director supero sa,s County Auditor-Controller affixed this25th day of May , 19 76 J. R. OLSSON, Clerk By "' � • Deputy Clerk Robbie Gu rrez H -N 30476 ltm .00572 In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 In the Moller of - Additional Section 8 Funds with Respect to Housing Assistance Plan. The Board having received a May 13, 1976 letter from fir. James H. Price, San Francisco Area Director, U.S. Department of Housing and Urban Development, inviting the County to apply for additional Section 8 funds to implement the existing housing portion of its Housing Assistance Plan, and advising that appli- cation should be submitted prior to June 13, 1976; IT IS BY THE BOARD ORDERED that this matter is REFERRED to the Contra Costa County Housing Authority. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of sand Board of Supervisors on the date aforesaid. cc: Contra Costa County Witness my hand and the Seat of the Board of Supervisor Housing Authority Director of Planning affixed this 29 day of May 1976 County Administrator J. R. OLSSON, Clerk By L0607 Deputy Clark Bonnie Boaz 11 .24 W6,stn 005 3 In the Board of Supervisors of Contra Costa County, State of California May 25 -,, IV 76 M the Mahar of Jail Initiative. Mr. J. R. Olsson, County Clerk, in a May 21, 1976 memorandum to the Board having responded to certain questions raised with respect to the Jail initiative; and Supervisor J. P. Kenny having stated that he had discussed the memorandum with County Counsel and it was his recommendation that the information contained therein be REFERRED to the Government Operations Committee (Supervisors A. M. Dias and E. A. Linscheid) for review; IT IS BY THE HOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing Is a true and correct dopy of an order entered on the minutes of soil lloord of Supervisors on the dote oforesokL cc: Board Committee Witness my hoed and the Sed of the Boort of County Clerk Supervisors County Counsel mixed this t of Ma 011 County Administrator -2-�— J. R. OLSSON, Clerk Deputy Cleric cine M. Neuf d H•Ni/;615m 00574 In the Board of Supervisors of Contra Costa County, State of California May 25 . 19 76 In the Matter of Complaint with Respect to AC Transit Bus Stop in the San Ramon Area. Supervisor E. 4.. Lin id having called attention to a complaint received from Mr. D. W. Bottom, 2789 Canyon Creek Drive, San Ramon, concerning placement of an AC Transit bus stop (as part of the express bus service to the BART station) in the vicinity of his home; and Supervoor Lin scheid having recommended that the matter be referred to the Public Works Director for review; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tion is APPROVED. PASSED by the Hoard on May 25, 1976. ! hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. D. W. Bottom Supervisors Public Works Director affixed this 25th of Kay 19 76 County Administrator J. R. OLSSON, Clerk By 96:1-At- W416e-7C- . Deputy Clerk " 2" 12174 ' 15-M Vera Nelson 405'75 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Soliciting Bids for Laundry Services. The Hoard having received a May 18, 1976 letter from Mr. Gerald F. Mahoney, Arrow Towel & Laundry Co., 1168 36th Street, Oakland, California 94608 requesting that said company be considered for any future laundry or linen rental services needed by the County; , IT IS BY THE BOARD ORDSRBD that the name of the Arrow Towel k Laundry Co. be placed on file for notification when bids are solicited for laundry or linen rental services. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing h a true and correct copy of an order ei1 on the minutes of said Board of Supervisors an the date ofanookL cc; Arrow Towel & Laundry Co. Witness my hand and the Sed of die Board of Director, Human Resources Supervisors Agency affixed this25—thday of MAX . 1976 County Probation Officer County Sheriff—Coroner Purchasing J. R. OLSSON, Clark County Administrator ,�� �� �, � , pqwh, Chwk Helen C. Marshall H-24 3/76 ISm 00576 I In the Board of Supervisors of Contra Costa County, State of California Fav 25 14 In the Matter of Report of Detention Facility Advisory Committee on Its Activities To Date. Superior Court Judge Coleman F. Fannin, Chairaan, Detention Facility Advisory Comittee, having submitted a May 25, 1976 report of said Committee's activities to date, completing the first phase of its work in connection with the proposed construction of the new County Detention Facility; and Judge Fannin having submitted reports of the Mini-design Subcommittee (established to determine the questions and issues which Bust be resolved during project design) and the Capacity Subcommittee, the Location Subcommittee having heretofore recom- mended that the Detention Facility be located in the Martinez Civic Center; and Judge Fannin having advised that the Advisory Committee as a whole recommends that the new Detention Facility be capable of providing bed space for 338 persons with certain exceptions; reiterates certain recommendations raised during Capacity Com- mittee deliberations; and further recommends additional evaluation C� the County's detention needs including a study of alternatives to incarceration, that a motion courtroom be included in the new facility, and that internal flexibility be incorporated into its design; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is AOMOWLEDGED. PASSED by the Board on May 25, 1976. 1 hereby certify tho* the fonqp*Q is o true and correct copy of an order wMered on the minutes of said Board of Supervisors on the dab aforesaid. cc: Detention Facility Wbness my hard and die Seal of As Board of Advisory Committee Supervisors County Sheriff-Coroner affixed this2 thdoy of May19 76County Counsel Public Works Director Counts Administrator J. R. OLSSON, Clerk Helen C. Marshall H-24 3:76 15M 00577 Gurt COLEMAN F. FANNIN ATniar ((-� Juoc[ tg� Of &L11=iu OirA/tTMtNT 11 COUNTY OF CONTRA COSTA COURTHOUSE ��• MARTINEZ CAUFORNM 94333 May 25, 1976 R L-I.0 E I VE7 D. Mr. James P. Kenny Chairman, Board of Supervisors o= suaa: County Administration Building t By :.�._-........... Martinez, CA 94553 Dear Jim: This is to summarize the activities of the Detention Facility Advisor; Committee to date. The committee has met each Monday afternoon commencing with March 30, 1976. Three subcommittees were appointed by me to investigate and report on the questions of location, capacity, and design: Vie Location Subcommittee was composed of ten members, who met six times to resolve the question of where the new detention facility should be located. I reported to you last week- their findings that the detention facility should be located in the Martinez Civic Center. The Mini-design Subcommittee was composed of four members who also met six times. It was established to determine the questions and issues which must be resolved during project design. I have attached to this letter their comprehensive report of May 10. The Capacity Subcommittee was composed of tea members who met eight times. Their report is enclosed with this letter. The Committee as a whole passed the following motions: MOTION 1 - The Detention Facility Advisory Committee recommends that the new detention facility be capable of providing bed space for TS persons. This capacity estimate is predicated on the strong recommenda:.fon that this jail desig: includes provision for economic alteration and/or expansion of the structur.- at any time in the future such need is indicated. This figure excludes: 1. Those who would be temporarily detained in holding cells, thus not requiring permanent housing space. 2. Those persons who could be held at the County Hospital if infirmary space were not to be provided in the new facility. Microfilmed with board order Mr. Kehny -2- May 25, 1976 This recommendation is based on projected incarceration needs for the year 2000. The 338 figure includes 50 percent of the projected monthly peak capacity needs of a new facility and a 5 percent vacancy figure which allows for internal flexibility and the turnover of inmate population for those days when averages are not met. Furthermore, the Committee reiterates several recommendations raised during the Capacity Subcommittee deliberations: 1. Space for trustees is included in the recommended capacity. The Subcommittee feels that the use of these individuals should be further evaluated by the pre-program consultants. 2. One of the critical factors which is included in capacity projec- tions is the inclusion of a courtroom(s) in the facility. The strong advisability of this type of physical arrangement would allow for prompt court processing. 3. The demographic data presented to the Subcommittee indicates that there may be large increases in inmate population after the year 2000. 4. Design flexibility should allow for changing inmate profiles, fluctuations in the daily count, the need to change allocations of internal space, and other relevant factors. This should result in a facility capable of responding to necessary long-range expansion or contraction. 5. The recommendations contained in the Bay Area Social Planning Council's report of 1973 and the Booz Allen Hamilton Police Services Study of 1973, regarding additional holding areas in West County and possibly in East County, should be continuously studied. 6. The Capacity Subcommittee feels that the function of the Detention Facility Advisory Committee should not be automatically terminated at the conclusion of the design of the Martinez jail facility, but that the Committee's experience be utilized toward a broader view of the entire criminal justice system, a complete offender profile, and emphasis and study of alternatives to incarceration. MOTION 2 - The Detention Facility Advisory Committee recommends: 1. That during the next six months further evaluation of this County's detention needs, including a study of alternatives to incarceration, be undertaken by the staff in order to corroborate the Committee's estimate of the detention facility capacity and that the results of such study be reported to the Committee; OU5'79 Mr. Kenny -3- May 25, 1976 2. That the Mental Health Advisory Board`s Committee on Alternatives to Incarceration assist with this study and be given staff assist- ance to do this work; 3. That a notion courtroom(s) be included in the new detention facility;. 4. That continued study be given to the need for an. additional holding facility in 'Jest County; 5. That internal flexibility be incorporated into the design of the facility so that it is capable of responding to necessary long- range needs of expansion or contraction. The findings of these three subcommittees complete what I consider to be the first phase of the Advisory Committee's work and the subcommittees have now been dissolved. The Committee is now taking up the vital question of design; and is looking forward to a meeting with the detention facility consultants, whom we understand will soon be selected. OtVery ours, FarmCairman Detention Facility Advisory Committee CFF:fa 00580 ( C In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 In the Matter of Assembly Bills 3800 through 3809 (Lanterman). Supervisor J. E. Moriarty having brought to the attention of the Board letters dated May 24, 1976 from Mrs. Mary E. Sebring, 517 Freya Way, Pleasant Hill, California 94523 urging support for Assembly Sills 3800 through 3809 pertaining to services for the mentally retarded and the developmentally disabled; As recommended by Supervisor Moriarty IT IS ORDEOD that the County Administrator is REQUESTED to review said bills and report to the Board-. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is o true and coned copy of an order entered on the minutes of said Board of Supervisors on the date oforesoid. cc: Mrs. Mary E. Sebring Witness my hand and the Seal of the Board of Co,.mty Administrator supervison Gounty Counsel affixed this25±1,-4oy of r4ay . 19 3jE Director, Human Resources Agency J.^ R. 01 N. Clerk By 1. ��t�C 01 f,��a.� . Deputy Clerk Helen C. Marshall H•24 ij%ISM 00581 In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 In the Matter of Land and Water Conservation Fund Program. The Board having received a May 6, 1976 letter from Mr. Herbert Rhodes, Director, State Department of Parks and Recreation, submitting guidelines for distribution of 1976- 1977 Land and Water Conservation Funds, and advising that the deadline for submittal of grant applications is September 15, 1976; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFERRED to the Public Works Director and the Director of Planning. PASSED by the Board on May 25, 1976. hereby certiffr that the fwagaing Is a trm and cored copy of an order «rNrnd on dw minutes of said Board of Supervisors on the does ofor dKL cc: Public Works Director Wdnm my hand and dw Seal of Ow Board of Director of Planning sup"Soffs Contra Costa County affixed tha �_day of May 1976 Recreation and Natural Resources Commission County Administrator J. R. 01 N, Clerk Bonnie Boaz H-24 5176 ism 01Rjor, In the Board of Supervisors of Contra Costa County, State of California May 25 1976 In the Matter of Contract Amendment 029-402--4 (75-53687 A-1) for the County Discovery Motivational House part of the State Department of Health Contract IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment 129402-4 (75-53687 A-1) with the State Department of Health effective March 1, 1976 to change the number of treatment slots from 25 to 19 in the County Discovery Motivational House, a residential drug treatment program, at no change in payment of State funds for the contract or to the outpatient detoxification program part of the contract. PASSED BY THE BOARD on May 25, 1976, I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of sand Board of Supervisors on the elate aforesaid. Orig: Human Resources Agency � Witness my hand and the Seal of the Board of Attn: Contracts S Grants Unit Pers cc: County Administrator affixed this 25th day of—Eu 19 76 County Auditor-Controller ✓ , J. R. OLSSON, Clerk County Medical Services/ Deputy Clark Mental Health State Department of Health Maxine M. Neufeld EH:ds Q� W5L7V s / QCON TRACTO.1 STANDARD AGREEAENT -- ,�"",�-' �• t..E O T:^ri'`iv GENER&L STATE AGENCY STATE OP CALtFJtrvla STO. $tREV. 111:;t D DEPT.OF GEN.SER. QCONTROLLER THIS AGREEMENT. made and entered into this � day of I'arc . 19_26 , 0 in the State of California, by and beaten State of California, through its duty elected or appointed, qualified and acting TIT"£OF OFFICER ^cro%r rO.i STATE AGEIrCY Nu>•ea ER Asst. Nana;er. r inane i a? t�2pa:'tL^2 a Health 5-536871 here.-f ter called the State and '- � =�1?•^•P_ �i Q s 4 0 4 County of Contra Costa a/ s hetelt f ter called the(-wuccwr. WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to famish to the State services and materials, as follows: (Set forth service.to tee rrrniere+d by Contmctor.caxuat m he Paid CoettUCtor,titin or cmapletioa.und attach plan..-and specificutions,if any.f In that ceriain agreement between the State of California and the County of Contra Costa, dated October 1, 1975 and approved January 14, 1976 by the Department of C e^er ai Services: 1. Page ?, Article IIT_, Sevtion C, -Provider of Service Sub. 1, last line which reads as fol-lows: Discovery -Motivational Rouse - RDF 29 $69,807.00 is amended to reap: as follows: Discover 1,1otivational Rouse RD 19 569,807.00; , The effective date of this amendment is March 1, 1976. All other terms and conditions of this aq eeaent continue unchanged. FQ)1'LaF AP?►LOVE'D M 111 S.Cr i.GSui C;w:tY�+vcrtseE tor_-,���i/�,r�''�"•-- 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 the date first above written. STATE OF CALIFORNIA CONTRACTOR CO!&TR AGENCY A:TV (A I. R 1tI OtNTHAAA IMOIVIOVAL.STAM W.ITMZM A COM"NAT10N, �AiTU(4SMIi.tic.) _ Cou_ lv of Contra Costa NY (AUTNOR•ZCD WG%ATURSJ to NO t'EDSIGNArU at ?* r a. p. Kenny TITLE TIT- E Chairman. Board of Super i ors ADDRESS 6 it Pine Street n _ tCON TiNUED c7N SN££TS. EACH (tEaRl r3G yautE OF CONtRAC TOR, to^�1 1'1e�. CA ` 4553 Department of General Services A.(OUNT E-4cuwtl ERE9 Aai>ROPRt ATtoN EIYUMbeREO tDESIGNATE ONF(RE APPLICABLE) UscONLY S —v— STATUTES OF 75 IVEAR) 75/70 `TEta C..a�TER TION CODE 810— 276-6-W ,76 SEC1864-48-00 I hweby certify u..-mm cry own personal km wiesdze thut beaigetel fends areawiiubtrforthteperialand purpose of the expemliturestatednbove. WG►.AT'UR£ `Tt: ACCOUNTts.GOFFICER DATE 1 bctr.-hy ciretily that all corditi rs for eetrmptiva set forth in State Administrative Stantarl Section 1:09 baro b1.m complied with and ibis document is esxernpt from revierw by then Depurrment of Finance. S1GNaTJRE OF OFF+CCR LGNI.IG ON BEHALF OF AGENCY DATE - -Mlcrof reed with board order 3W04M 2-75 i7-Sl.S? In the Board of Supervisors of Contra Costa County, State of California ' May 25 . 19 76 In the Matter of Approval of Contract #22-048 with James J. O'Donnell in the amount of $3,200 for Alcoholism Consultation Service (AIRS) IT IS BY THE BOARD ORDERED that its Chai=maa is AUTHORIZED to- execute Contract 122-048 with James J. O'Donnell, to be administered by the Alcoholism Information and Rehabilitation Service (AIRS), Health Department, for consultation service for development of a comprehensive alcoholism education and treatment program for County employees in an amount not to exceed $3,200 in Short-Doyle funds during the period April 26, 1976 through June 30, 1976. PASSED BY THE BOARD on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an ordir a Enured an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board.,of Orig: Human Resources Agency Attn: Contracts & Grants Unit ' cc: County Administrator affixed this 25th day of I4ay . 19 76 County Auditor-Controller J. R. OLSSON, Clerk County Health Department County AIRS Administrator By ire I1. A ea ;�� -' Deputy Clerk Contractor r , H 24 5175 10M �5 Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 2 - 0 4 8 Department: Health (AIRS) Subject: Occupational Alcoholism Consultation Services for the development of a comprehensive alcoholism education and treatment program for employees of the County of Contra Costa 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: JAMES J. O'DONNELL Capacity: Self-employed Occupational Alcoholism Program Consultant Address: 148 Hodges Drive, Horaga, California 94556 3. Tena. The effective date of this Contract is April 26, 1976 and it terminates June 30. 1976 unless sooneterminated as provided herein. 4. Pa ent Limit. County's total payments to Contractor under this Contract shall not exceed 3,200 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the teras and conditions contained or incorporated herein. 6. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the teras and conditions contained or incorporated herein. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By .� AA Pi Kenny By / Ch irman, Board)of S visors Attest: J. R. Olsson, Co, Clerk (Designate official o6pacity in business and affix corporation seal) State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Rec ded by Departmentif The person signing above for Contractor 7known to me in those individual and business capacities, personally appeared By before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. Dated:B , Dan00586 JUNE R UMMON Microfilmed with board ordsr DEPUTY COUNTY r of -Pub-lic/ putt' County Clerk Contra Costo C�.u�ty, Coli.om a, (A-4617 REV 5/75) Contra Costa County Standard Form PAYMM PROVISIONS (Fee Basis Contracts) ��,� Number 2 2 — 0 4 8 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] [ j a. $ monthly, or [ j b. $ per unit, as defined in the Service Plan, or after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided hereunder. [X] d. $ 340 for services from 4/26/76 - 4/30/76, and thereafter $ 1,430 monthly. 2. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make monthly payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: ntractor aounty Dept. (A-4619 REV 6/75) 00587 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 22 — 2 _ O 1. Compliance with Lau. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing., employment and purchasing practices; and wages, hours and conditions of employment. — 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall wake available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. InitialsJodn .`�'�- actorou : jn_tQy ( Dept. (A-4616 REV 5/75) -1- 500 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 2 2M-04—� 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. Initials: t. "— tractor40 -tytpt - 005Q(l (A-4616 REV 5/75) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 2 2 i `J `L�, ' 8 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification`thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 rig S*tet, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 22. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. r , Initials: actorunty Dept. (A-4616 REV 5/75) -3- 00590 SPECIAL CONDITIONS Number 22 - 048 1. Compliance with State Regulations. Without any limitation upon its obligations under Paragraph 1. (Compliance with Law), page 1, of the General Conditions, Contractor shall comply with all applicable State regulations, circulars, orders, guidelines, and directives pertaining hereto, including but not limited to California State Short-Doyle Regulations. Pursuant thereto, Contractor shall comply with the California Administrative Code, Title 9, Subchapter 3. (Community Mental Health Services under the Short-Doyle Act): (1) Article 3., Section 521. (Supervision by Local Director), (2) Article 3., Section 523. (Contracts for Service), (3) Article 14. (Purpose, Processes and Requirements of Consultation, Education, and Information Services), (4) Article 18. (Requirements for Training Services), and (5) Article 19. (Requirements for Research and Evaluation Services). 2. Insurance. Paragraph 20, (Insurance), page 3, of the General Conditions is hereby deleted and replaced by a new paragraph to read as follows: "20. Insurance. a. Automobile Insurance. Contractor shall provide a policy or policies of motor vehicle liability insurance naming the County and its officers and employees as additional insureds, for any use Contractor makes of a private automobile in the performance of this Contract, 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) $10,000 for property damage. b. Insurance Certificate. Not later than the effective date of this Contract, Contractor shall provide County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above-specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under Contractor's insurance policies." r � Initials: 2 ------ ctor �C unity Dept. 00591 SERVICE PLAN Number 2 - 0 4 8 1. Service. Contractor shall provide for County certain professional consultation and technical assistance services to assist County in the development of a comprehensive alcoholism education and treatment program for persons employed by County. These services shall include, but not be limited to, the following activities during the term of this Contract: a. Survey. Contractor shall conduct a survey of the County government structure, its various departments, agencies, offices, and districts, and its employees and the various unions and employee groups representing its employees. This survey, utilizing primarily interview techniques and an examination of existing reports and data, shall identify: (1) the types of alcoholism education and treatment services which are currently available to County's employees, (2) the extent of the need among County's employees for additional alcoholism education and treatment services, and (3) the nature and scope of a County-operated alcoholism education and treatment program (or occupational alcoholism program) which would be required to meet the needs of County's employees for such services and which would comprise the recognition, prevention, identification, and treatment of alcoholism and alcohol abuse among said employees. b. Draft Policy Statement. Contractor shall research, develop, and prepare an initial rough draft of a County policy statement in the form of a Board Resolution for consideration by the County Administrator's Office and County department heads and for potential adoption by the County Board of Supervisors regarding: (1) the effects of occupational alcoholism and alcohol abuse on the operations of County government and on the lives of County's employees, (2) official recognition of the general problem area of occupational alcoholism, and (3) formal authorization for the development of a comprehensive alcoholism education and treatment program for employees of the County, comprising the recognition, prevention, identification, and treatment of alcoholism and alcohol abuse among County's employees. c. Program Development Plan and Implementation Schedule. Contractor shall research, plan, and prepare in written document form a "Plan For the Development of a Comprehensive Alcoholism Education and Treatment Program For Employees of the County of Contra Costa." This Program Development Plan shall be based on the findings of Contractor's survey as specified above and shall include an implementation schedule or timetable for County's actual carrying out of the Program Development Plan in Fiscal Year 1976-77. The Plan should be directed at County's formal establishment of a Comprehensive Program which should include, but not be limited to, the following program elements: (1) the recognition, prevention, identification, and treatment of alcoholism and alcohol abuse among County's employees; (2) the in-service education and training of County's administrative and management staff, employees, unions, and employee groups regarding the effects of alcoholism and alcohol abuse on the operation of County government and its various departments, agencies, offices, districts, services, and functions; (3) the development of informational materials for County's employees; (4) the establishment of a reliable system for early identification of alcoholism and alcohol abuse and for referral to needed treatment and counseling services; (S) the utilization of qualified personnel to provide diagnosis and treatment services, including maintenance of confidentiality; and (6) the cost and various means for the funding of said Comprehensive Program. Contractor shall submit said Program Development Plan to thWtractor Ith Officer on or before June 30, 1976. 00592 Initials: -1- i ounEy Dept. SERVICE PLAN 22- 048 Number d. Outside Consultation. Contractor shall provide occasional consultation as prescribed by County to private industry, community groups, and other public agencies in Contra Costa County regarding occupational alcoholism and alcohol abuse and the development of education and treatment programs for their employees. Contractor shall work an average of 40 hours per week under this Contract and shall provide the above consultation and technical assistance services for County and its various departments, agencies, offices, and districts, including, but not limited to, the County Health Department, Human Resources Agency, Office of the County Administrator, and Civil Service Department. In providing these services, Contractor shall work cooperatively with the County Health Officer or her designee. Contractor is an independent contractor, and County shall have no control over the methods and details by which Contractor fulfills his obligations under this Contract. 2. Monthly Performance Reports. Contractor shall submit regular written Performance Reports monthly to the Administrator of the Health Department's Alcohol Information and Rehabilitation Service (AIRS), detailing Contractor's progress in performing the above services. The AIRS Administrator shall be responsible for evaluating Contractor's performance under this Contract. 3. Activity Support Services. County shall provide for Contractor certain office space, clerical support, office supplies and services, materials, equipment, facilities, and assistance as may be mutually determined to be necessary to support Contractor's activities hereunder, but not to include the use of County cars. 4. Expenses. Contractor's fee, as set forth in Paragraph l.d. of the Payment Provisions, includes full compensation for all services, work, and expenses provided or incurred by Contractor under this Contract, including all travel, mileage, and per diem expenses. Initials: 061actor 406unty Dept. -2- 00593 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Matter of Request for Partial Reconveyance of Weimar Medical Center. Mr. Douglas A. Lewis, Chief Deputy, -Placer County Counsel, having submitted for Board consideration the proposal of Mr. Victor M. Bullard for partial land reconveyance of Weimar Medical Center to provide financing for improvements thereon; IT IS BY THE BOARD ORDERED that the aforesaid proposal is REFERRED to the County Administrator, County Counsel, and the Public Works Director for review and report. PASSED by the Board on May 25, 1976. 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 date aforesaid. Witness my hand and the Seal of the Board of cc: County Counsel Supervisors Rublic storks Director affixed this 25th day of May 1976 C3unty Auditor-Controller County Administrator � J. R. OLSSON, Clerk ey R. . Deputy Clerk H 24 12114 15-U Vera Nelson 00594 C C. In the Board of Supervisors of Contra Costal County, State of California May 25, 19 76 In the Matter of The County Detention Facility Architectural/Engineering Contract Negotiations Work Order 5269. Pursuant to Board Resolution No. 76/128, the County Administrator and the Public Works Director developed and implemented a selection process for architectural/engineering firms for the County Detention Facility. The interviewing committee, established in the selection process to interview firms, recommended the firm of Kaplan/McLaughlin, Architects-Planners, with Tudor Engineering Company and Donald C. Bentley and Associates, Consulting Engineers. The Public Works Director reviewed and approved that recommendation. The Board ordered on May 11, 1976 that the Administration and Finance Committee interview the top Architect/Engineer firms. The Committee interviewed the architectural/engineering firms of John Carl Warnecke and Associates and Kaplan/McLaughlin on May 19, 1976. Therefore, on the recommendation of the Public Works Director, and with the concurrence of the Administration and Finance Committee, IT IS ORDERED BY THE BOARD that the firm of Kaplan/McLaughlin, Architects-Planners, 407 Jackson Street, San Francisco, California 94111, together with Donald C. Bentley and associates, Consulting Engineers, and Tudor Engineering Company, Consulting Engineers, 149 New Montgomery Street, San Francisco, California 94105; be selected for architectural/engineering services for the new County Detention Facility and that the Public Works Director begin contract negotiations. PASSED by the Board on May 25, 1976. I hereby certify that the foregoing h a true and correct copy of as order aMared an the minutes of said Booed of Supervisors on the dale aforesaid. Orig. Dsp t. : Public Works Mrstnesa my hand and dw Sed of the Board of Supeninas affixed this 25th day of_ May 197-(L- J. 97J. R. OLSSON, Clark Deputy Clerk Baan L. Miller cc: County Administrator Acting Public Works Director Administration b Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty ) 00595 In the Board of Supervisors of Contra Costa County, State of California May 25, . 19 76 in the MWhN ci _ The County Detention Facility Construction Management Contract Negotiations Pursuant to Board Resolution No. 76/128, the County Administrator and the Public Works Director developed and implemented a selection process for a Construction Management firm for the County Detention Facility. The interviewing committee, established in the selection process to interview firms, recommended the firm of Turner Construction Company. The � Public Works Director reviewed and approved that recommendation. IT IS BY THE BOARD ORDERED that the Public Works Director begin contract negotiations with the firm of Turner Construction Company, 44 Montgomery Street, San Francisco, California 94104, to provide construction management services for the new County Detention Facility. PASSED by the Board on May 25, 1976. I hereby certify that the foregoing is a true and correct copy of an order erMered on the minutes of said Bocrd of Supervisors an the date ofonmokL Wit eu my !rand and the Seal of the Board of Ori g. Dept. : Public Horns super,isms of b od this 25th day of May 19 76 J. R. OLSSON, Clerk By Deputy Cork Jean L. Miller cc: County Administrator Acting Public Works Director H-24 3/76 15m OU596 In the Board of Supervisors of Contra Costa County, State of California May 25, 19 7&— In the Matter of The County Detention Facility Pre Architectural Programmin Contract Negotiations Pursuant to Board Resolution No. 76/128, the County Administrator and the Public Works Director developed and implemented a selection process for a Pre-Architectural Programming firm for the County Detention Facility. The interviewing committee, established in the selection process to interview firms, recommended the firm of Facility Sciences Corporation. The Public Works Director reviewed and approved that recommendation. Ir IS BY THE BOARD ORDERED that the Public Works Director begin contract negotiations with the firm of Facility Sciences Corporation, 9100 Wilshire Boulevard, Beverly Hills, California 90212, to provide pre-archi- tectural programming services for the new County Detention Facility. PASSED by the Board on May 25, 1976. I hereby certify that the fonpoing Is o true and correct copy of an order entered on the minutes of said Board of Supervisor on the dote aforesaid. Orig. Dept. : Public Works Mrd my hard and fhe Sed of the Board of Supervisor affixed this 25tbdoy of Mav 1976 J. R. OLSSON, Clerk Ley �t�.�'��✓ , Do" Uerk Jean L. Miller cc: County Administrator Acting Public Works Director H-24 5/7615M 00597 In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 in the AUNW of Request of Contra Costa Concerned Citizens, Inc. with Respect to County Tax Rate. A May 12, 1976 letter having been received from Ms. Elinor AlJets, Secretary, Contra Costa Concerned Citizens, Inc. , P.O. Box 187, Martinez, California 94553 urging that requests for 1976-1977 budget allocations be screened by the Board to permit a reduction in the County tax rate; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFERRED to the County Administrator for response. PASSED by the Board on May 25, 1976. i hereby certify that the forepoinp is o hue and correct copy of an order eMKed on the minutes of said Board of Supervisors an the dale ofomoid. cc: Contra Costa Concerned Wdne s my hand and dw Seal of the Board of Citizens, Inc. County Administrator affi7ted 0&25th day of May 19 76 J. R. OLSSON, Clerk By F Deputy Clerk Robbie Gut-ferrez H-24 3/76 15m 00501a i In the Board of Supervisors of Contra Costa County, State of California May 25 , 19 76 In the Au"W of Proposed Procedures for Appointments to Boards and Commissions. Supervisor W. N. Boggess having advised that he had received from Mrs. Mary H. Dunten, Public Information Officer, a proposal for establishing a formal procedure for the Board's use in making appointments to various boards and commissions, and having recommended that the roposal be reviewed by the Government Operations Committee TSupervisors A. M. Dias and E. A. Linscheid); IT IS BY THE BOARD ORDERED that the aforesaid recom- mendation is APPROVED. PASSED by the Board on May 25, 1976. I hereby certify that the foregoing Is a true and coned copy of an order en we on the minutes of said Boo rd of Supervisors on the date aforesokL cc: Board Committee Witness my hand and the Seal of the Board of Public Information Sup.rvi m Officer arxed 0&25th day of May 1976 County Administrator ✓-- �' J. R. OLSSON, Clerk Do" Clerk cine M. Neuf 'ld H-3i3I7615n OU599 In the Board of Supervisor: of Contra Costa County, State of California Na 25 , 1916 in the Mader of SB 2387 pertaining to Divestiture of Petroleum Industry. Supervisor J. E. Moriarty having brought to the attention of the Board a May 179 1976 letter he had received from Mr. Lew Beading, 2741-1 Golden Rain Road, walnut Creek, California 94595 transmitting resolutions adopted by the Kern County Board of Supervisors and the New Orleans Jaycees opposing proposed legisla- tion (Senator Birch Bayh•s Senate Bill 2387) pertaining to divestiture of the petroleum industry and urging that the County oppose said bill; IT IS BY THE BOARD ORDERED that the aforesaid material is REFERRED to the County Admiaistrator for review and recommendation. PASSED by the Board on May 25, 1976. r I hereby certify that the foregoing is a true and correct copy of an order eio w an the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. L. C. Keading Witness my hand and dM Seel of the Board of County Administrator S++ps County Counsel affixed this tbday of May , 19 76 _ J. R. OISSON, Geek By. C- ����• �� Depuly Cleric Helen C. Marshal H-24 3/76 15m maw In the Board of Supervisors of Contra Costa County, State of California May 25 . 19 76 in the M d1W of Approval of Contract 029-220 in the amount of $58,800 with the State Department of Health for Swine Influenza Program IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #29-220 with the State Department of Health for the period June 1, 1976 to May 31, 1977 in the amount of $58,800 for a Countywide swine influenza subvention program to be administered by the County Health Officer. PASSED By THE BOARD on Nay 25, 1976• 1 hereby ceMify that the foregoing is a true and correct copy of an order a wo ad on the minutes of said Board of Supervisors on the dale aforesaid. Witness my hand and the Seel of the Board of Orig: Human Resources Agency SuPervisors Attn: Contracts & Grants Unit affixed 1976 cc: County Administrator a 2�th day of Maw County Auditor-Controller J. R. OLSSON, Clark County Health Officer By N Doty Cleric State Department of Health Wiry Crot. EH:dg H 24 8/75 10M W601 "J _ t aIMARD AGREEMENT AAPPROVEOV Ts4E TTORNEO GENERAL CONTE ACTOA OTATti OF CALtFO RNIA � STATE AGENCY ! 2%REV. 1117411 ❑ DEPT.OF GEN.SER. 1 ❑ CONTROLLER , THIS AGREEMENT, made and entered into this 1St day of l9--7jE ❑ in the State of California, by and between State of California, throudi its duly elected or appointed, ❑ qualified and acting ❑ • t TITLE OF OFFICER ACTING FOR STATEAsSt AGENCY NUINBEA hereafter called the State,and COUNTY OF CONTRA COSTA (Health Department) #29-220 hereafter co lied the Contractor, WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed. does hereby agree to furnish to the State services and materials, as follows: (Set forth service to be rendered by Contractor,as aunt to be paid Coattuctor,tine for Perfamaoce at canpletioa,and attach plans and specifications,if any.l 1. The Contractor shall render performance under this agreement according to the terms and conditions set forth in attached Exhibits A(A) , A(F) , B and C (7 pages) which are ,made a part hereof and constitute the additional provisions of this agreement. i The provisions on the reverse side hereof constitute a part of this agreement. 11 WITNESS WHEREOF. this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGENCY CTRACTOA t*CQTrEP THAI,"IMOIYIDUA(•,STAT[ WM(TI,ax A co"o,vAT10)v, BY IAVT;;O%tZED SIGNATURE# By / TN i�iZED SIGu RE) :3. P. Kenny T'T`ESamuel D. Yockey, Assistant Chief " _e Chairman, Board Aupervisors ADDRESS ..651 Pine Stre ICONTINUEO ON SHEETS. EACf+ %EAfNNG NAME OF CONTRACTOR, I Maj=tjme2 V 94553 Dep)artm*nt Of Genova# SerYI[!s A%din0jNTT/V%CUMa EREO AOPAOPR/ATLON ENCUMBERED(OESIGNATE WNERE APPLICABL.91 Use ONLY S SH,600 STATUTES OF (YEAR) ITEM C►fAPT ER =TIOP4 COOS I heirly Certs(-upon my own persf,nul 6nowt din that budgeted funds ar+rat+aileblefor tlwperitmimilpwpa.+e of the cxpeatiturestatedubove. Sf G%Al%+RE IIF ACCOUv.TINGOFFICER 'DATE I bewt.� r.-:1I 6ct all craedlttoss for exemptiea set ford in Staar Admiaistmtiv t Ulaniwl Section 1204 have t xn,o nolaW with asd this documrat is exempt from review by that Department of Finance. ;-IQOF OFFICER SIGHINB GON E►e ALF OF AGENCY OAT r X02 t t�tiarofilm d Vfjth bard ord�t" Baas, 1-75 izst asQ e 4 .. EXHIBIT A (A) 1. The Contractor shall conduct an influenza immunization program in accordance with Contractor's application Exhibit C attached and made a part hereof by this reference. a. Establish before the next influenza season an integrated, comprehensive influenza immunization delivery system, utilizing the entire county's health care delivery system capable of immunizing 95% of the county's high risk population as detailed in attached Exhibit C. b. Conduct influenza immunization programs to reach 95% of the remaining susceptibles for whoa immunization against influenza is not contraindicated, as outlined in attached Exhibit C. c. Conduct influenza disease surveillance, vaccine reaction surveillance, outbreak control and information and education programs according to attached Exhibit C. d. Submit vaccine status and other statistical program reports to the State Department of Health as detailed in attached Exhibit C. e. Establish a vaccine storage, distribution and accounting system to insure proper utilization and accounting of all influenza vaccine as detailed in attached Exhibit C. 2. The period of this contract shall be from June 1, 1976 to Hay 31, 1977. 3. It is mutually agreed that this contract may be cancelled by either party upon thirty days written notice. 4. The attached Exhibit "A"(F) entitled Additional Provisions, is•atade a part hereof by this reference. �� 5. In consideration of the above services performed in a manner acceptable to the State, the State shall reimburse the Contractor quarterly, in arrears, upon submission of an invoice in triplicate, stating the time period covered and the contract number, for actual expenditures in accordance with the budget attached hereto, to: State of California, Department of Health, Immunization Unit, 2151 Berkeley Nay, Berkeley, California 94704. The Contractor may make changes in any individual line item in the budget, provided that such changes in the aggregate as to any line item shall not exceed $2,000; that the Contractor submit an explanation of the need for such excess with the claim for reimbursement • and to specifically identify the line item to be reduced in order to increase the excess item, and provided further that the State reserves the right to deny any such claim for any excess reimbursement on any item. It is further understood that in no event shall the maximum amount payable under this agreement exceed ' the maximum amount specified in paragraph seven (7) of this agreement. 6. Invoices shall be sub:zitted no later than fifteen (15) working days after the end of each quarter, to expedite payment of same. 7. The total amount of this contract shall not exceed $58,800 00603 . t_ Exhibit A(F) STATE OF CALIFORNIA DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS ( 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, calor, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;and selection for training,including apprenticeship.The Contractor agrees to post in conspicuous places, available to employees and applicants for c nployment, notices to be provided by the Contracting Officer setting forth the provisions of the Equal Opportunity clause. ( 2) The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race,color,religion.sex or national origin. ( 3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice, to be provided by the agency Contracting Officer, advertising the labor union or workers'representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment. ( 4) The Contractor will comply with all provisions of Federal Executive Order No. 11246 of September 24. 1965. and of the risks,regulations and relevant orders of the Secretary of Labor. ( 5) The Contractor will furnish all information and reports required by Federal Executive Order No. 11246 of September 24. 1965,and by the rules,regulations and orders of the Secretary of Labor. or pursuant thereto, and will permit access to his books,::cords and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules.regulations and orders. ( 6) In the event of the Contractor's noncompliance with the discrimination clause of this contract or with any of such Federal rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further State contracts in accordance with procedures authorized in Federal Executive Order No. 11246 of September 24. 1%5, and such other sanctions may be imposed and remedies invoked as provided in Federal Executive Order No. 11246 of September 24, 1965, or by rule, regulation.or order of the Secretary of Labor,or as otherwise provided by law. ( 7) The Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Federal Executive Order No. 11246 of September 24. 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the State may direct as a HAS 1197 9ZA) MVnA e j means of enforcing such provisions including sanctions for noncompliance — provided, however, -hat in the event the Contractor becomes involved in. or is threatened with, litigation with a :ubcontractor or vendor as a result of such direction by the State, the Contractor may request in writing to the State, who. in turn. may request the United States to enter into such litigation to protect the interests of the State and of the United States. ( 8) Any reimbursement for necessary traveling expenses and per diem shall be at rates not to exceed those applicable to regular State employees under State Board of Control rules.No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. ( 9) All equipment, material, supplies, or property of any kind purchased from funds advanced or reimbursed under the terms of this agreement and not fully consumed in the work described herein shall be the property of the State.At the time of purchase of equipment under the terms hereof the Contractor shall submit a list of such equipment in accordance with the instructions and format contained in the attached Exhibit A-1. Contractor shall at the request of the State, submit an inventory of equipment purchased under the terms of this contract or any predecessor contract for the sane purpose. Such inventory will be required not more frequently than annually. At the dose of the project covered by this agreement the Contractor shall provide a final inventory to the State and shall at that time query the State as to the disposition of said equipment. Final disposition of such equipment shall be in accordance with instructions from the State to be issued immediately after receipt of the final inventory and request for disposition instructions. (10) Prior authorization. in writing by the State will be required before the Contractor will be reimbursed for any purchase order or subcontract exceeding $1,000 for any articles, supplies, equipment or services or for any fee, or other payment, for consultation of one hundred fifty- dollars ($150) or more per day. The Contractor must provide in its request for authorization all particulars necessary for evaluation of the necessity or desirability of incurring such cost,and as to the reasonableness of the price or cost. For purchase of any item exceeding such minimum dollar amount, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. The Contractor must include in a written agreement with the vendor,or the subcontractor the following close: "Name of Vendor or Subcontractor) agrees to maintain and preserve, until three years after termination of (Contractor's name)'s agreement with the State of California, and to permit the State of California or any of its duly authorized representatives to have access to and to examine and audit any pertinent books, documents, papers and records of (Name of Vendor or Subcontractor) related to this(purchase order)or(subcontract)." The terms "purchase order" and "subcontract" as used in this paragraph(10)only, . excludes. (a) purchase orders not exceeding S1,000; and (b) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. (11) All personnel employed by the Contractor under this contract shall meet the standards of training and experience trqu;red for comparable positions in State employment, as determined In the State. If the Contractor maintains a local merit or civil service System,then the personnel craployed under the budget shall be subject thereto, providing such local system is generally comparable to standards with the State civil service system as determined by the State. -r 0060495 • Exhibit A(F) t (12) Examination of Records (a) The Contractor agrees to maintain books, records, documents, and other evidence pertaining to the costs and expenses of this contract (hereinafter collectively called the "records") to the extent and in such detail as will properly reflect all net costs,direct and indirect, of labor, materials, equipment, supplies and services and other costs and expenses of whatever nature for which reimbursement is claimed under the provisions of this contract. (b) The Contractor agrees to make available at the office of the Contractor at all reasonable times during the period set forth in subparagraph (d) below any of the records for inspection,audit or reproduction by an authorized representative of the State. (c) In the event that the State or any of its duly authorized representatives determines that its audit of the amounts reimbursed under this contract as transportation charges will be made at a place other than the office of the Contractor, the Contractor agrees to deliver, with the reimbursement voucher covering such charges or as may be otherwise specified within two years after reimbursement of charges co,.vred by any such voucher,to such representative as may be designated for that purpose through the State, such documentary evidence in support of transportation costs as may be required by the State or any of its duly authorized representatives. (d) Except for documentary evidence delivered to the State pursuant to subparagraph (c) above. the Contractor shall preserve and make available his records(i)for a period of four years from the date of final payment under this contract, and (ii) for such longer period, if any, as is required by applicable statute, by any other clause of this subcontract, or by subparagraphs 1 or 2 below. 1. If this contract is completely or partially terminated, the records relating to the work terminated shall be preserved and made available for a period of three years from the date of any resulting final settlement. 2. Records which relate to (i) litigation or the settlement of claims arising out of the performance of this contract, or (ii) costs and expenses of this contract as to which exception has been taken by the State or any of its duly authorized representatives,shall be retained by the Contractor until disposition of such appeals,litigation.,claims,or exceptions. (e) Except for documentary evidence delivered pursuant to paragraph(c)above, and the records described in subparagraph (d) 2 above, the Contractor may in fulfillment of his obligation to retain the records as required by this clause substitute photographs, microphotographs, or other authentic reproductions of such records, after the expiration of two years following the last day of the month of reimbursement to the Contractor of the invoice or voucher to which such records relate, unless a shorter period is authorized by the State or its duly authorized representative. (13) A final invoice and, if required by this contract,a final report shall be submitted by the contractor within 45 days after the termination date hereof except as may be otherwise specified herein. If a final report is required by this contract final payment hereon shall be withheld until after receipt by the State of an acceptable report. -3- 00606 t (14) Any inventions made in the course of or under this contract shall be promptly and fully reported to the Chief Deputy Director, California State Department of Health. Patent zpplications shall not be filed on such inventions without the prior written, consent of the aforementioned individual. (15) Officials Not to Benefit No member of or delegate to Congress or the State Legislature shall be admitted to any share or part of this contract, or to any benefit that may arise therefrom; but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit. (16) Covenant Against Contingent Fees The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage. or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty the State shall have the right to annul this contract without liability or in its discretion to deduct from the con-tract price or consideration,or otherwise recover, the full amount of such commission,percentage,brokerage,or contingent fee. (17) Inspection The State, through its authorized representatives, has the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed hereunder.and the premises in which it is being performed. (18) Nondiscrimination in Services,Benefits,and Facilities The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race,color,creed,national origin,or sex in accordance with Title VI of the Civil Rights Act of 1964,42 U.S.C. 4 20004,rules and regulations promulgated pursuant thereto, or as otherwise provided by law. For the purpose of this contract, distinctions on the grounds of race, color, aced, or national origin include but arc not limited to the following: denying a participant any service or benefit or availability of a facility;providing any service or benefit to a participant which is different, or is provided in a different manner or at a different time from that provided to other participants under this contract;subjecting a participant to segregation or separate treatment in any matter related to his receipt of any service;restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in d_termining whether he satisfies any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; the assignment of times or places for the provision of services on the basis of the race,color,creed,or national origin of the participants to be served. The Contractor will take affirmative action to ensure that intended beneficiaries arc provided services without regard to race,color,religion,rex, or national origin. 00607 _ 1 Exhibit A(F) (19) Procedure for Complaint Process The Contractor agrees that complaints alleging discrimination against the intended beneficiaries of funds monitored by the State because of race, color, national origin, creed,or sex will be resolved by the State through the Department of Health's Affirmative Action Complaint Process. (20) Only Applicable to Hospitals The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, creed, national origin,or sex, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d, risks and regulations promulgated pursuant thereto, or as otherwise provided by law. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,religion,sex, or national origin. Such action shall include, but not be limited to the following: advertisement conspicuously displayed advising the public that emergency health services are available without regard to race,color,religion,sex,or national origin and without regard to ability to pay. (21) Only Applicable to Hospitals Accepting Medi-Cal Patients The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, religion, sex, or national origin in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by law.The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race,color,religion,sex, or national origin. Such action shall include, but not be limited to the following: advertisement . conspicuously displayed advising the public that Medi-Cal services are available to the public without regard to race,color,religion,sex,or national origin. W6U0 EXHIBIT B STATE OF CALIFORNIA DEPARTMENT OF HEALTH LNFEC71OUS DISEASE SECTION L munization Unit APPLICATION FOR INFLUENZA PROJECT SUBVENTION Cnntra Costa County Health Deaartme_n_t 2. Director of Project: Applicant's Name Name 'Orlyn H. Wood, M.D. Swine Influenza Project Organizational Unit Title Health Officer 1111 Ward Street, P.O. Box 871 Degree M.D. Street Address - P. O. Box Martinez Contra Costa 94553 City County Zip Code 3. Budget Period: 4. Type of Application: From: 6-1-76 To: 5-31-77 New D Renewal Continuation Supplement D Revision 5. Amount Requested: 6. Financial Management Official: $ 58,800 Name Donald R. Meyer Title Data & Project Coordinator Address P.O. Box 871, Martinez,Calif.94553 Phone (415) 372-2536 ooSn APPLICATION FOR IMMIZATION PROJECT SUBVENTION Applicant: Contra Costa County Budget Period - - From: 6-1-76 To: 5-31-77 DETAILED BUDGET FOR THIS PROJECT Monthly Annual No. of % Total Source of Funds Sala-`'Y Salary loos. of Amount Applicant Required Range Rate Budgeted Time Required and Other from Calif. 2 3 5 ? I. Personnel Services A. Full-time Personnel 1 Coordinator 1,627 mo 19,524 6 100 9,762 0 $ 9f762 B. Part-time or Fee for Service Personnel Clerical Time 652-906 6 100 11,000 -- 0 - $11,000 Clinic Assistance 6 100 12,000 -- 0 -- $12,000 C. Fringe Benefits Rate % $ 1,965 CATEGORY TOTAL is 5 S- 0 - S 34,727 -2- 00610 Applicant: ('nn_�-_ Cncta Cniinty DETAILED BUDGET FOR THIS PROJECT - Category Total Amount Source of Funds Required (1) Applicant & Other (2) Req. from Cal. (: II . Other A. Supplies 1. Office 400 - 0 - $ 400 2. Clinic & syringes & 18,773 - 0 - 18,773 needles B. Equipment (jet injectors) - 0 - - 0 - - 0 - C. Vaccine storage and shipping 2,000 - 0 - 2,000 D. Health Education & Printing 1,600 - 0 - 1,600 E. Laboratory supplies - 0 - - 0 - CATEGORY TOTAL $22,773 $ - 0 - $ 22,773 III. Travel A. In-State 10,300 0 — 1,300 B. Out-of-State — 0 — — 0 0 CATEGORY TOTAL $ 1,300 $ — 0 — $ 1,300 70TAL BUDGET $ 58 P80(l $ — 0 — $ 58,800 Section A Vial Size Section B IV. Vaccine (in lieu of cash) Singles !O's 50's Number of Doses A. Polio B. Measles F. Flu—Mono 27,500 3 r0W 425,000 —D. Measles-Rubella Combined E. Measles-Mumps-Rubella Combined �/�/� Gr. Flu $ivalelit. 4.400 60 ,000 EXHIBIT C !APPLICATION FOR IMN17ATION PROJECT SUBVENTION SHDRT StARMY OF PROJECT (Not to exceed 200 words) This project will establish before the next influenza season an .integrated, comprehensive i=mmization delivery system, utilizing the entire county health care delivery system, capable of making appropriate influenza immunization available to every person for wham it is not contraindicated. 4 QV612 APPLICATION FOR IMMUNIZATION PROJECT SUBVENTION NARRATIVE Applicant:Contra Costa County 1. MCOROUND AND NEED (Use Additional Sheets as Needed) A. Organizational Structure of Applicant Agency See attached. B. Population Profile of Applicant's County or Service Area (Including demographic data of population by age groupings. Aggregates of populations in industry, schools and other organized settings and facilities and resources which are or will be available to implement the program). The County covers 732.6 sq. miles and has a population of 582,829. The western portion of the County is urban-industrial while the eastern portion is mainly agricultural and sparsely populated. There are 14 incorporated cities within the County. There are 18 School Districts comprising an enrollment of 133, 868 (K-12) and Private Schools with 10,000 attending (K-12) . There are three Community Colleges---Diablo Valley, Los Medanos, and Contra Costa, plus two private colleges---St. Mary's College and John F. Kennedy University. Medical Care resources include eleven hospitals and thirty-five convalescent hospitals and nursing homes. There are 141 general practice physicians and 453 specialists (includes 97 Internists and 42 Pediatricians) in the County. Kaiser-Permanente pre-paid plan covers 20% of the population and the County PHP serves about 7000. The County has considerable large industrial developments such as Standard Oil, Shell Oil, Dupont, Fiberboard, Crown-Zellerbach and includes 611 smaller manufacturing establishments. The voluntary health agencies have active chapters in the County and Service Clubs are functioning in almost every city. There are twelve Senior Citizen Centers in active operation in the cities. The Concord Naval Weapons Station is the only military establish- ment in the County. Population - 1975 Census Total 582,829 Over 60 years 67,979 5 yrs. - 59 yrs. 477,167 3 and under 28,249 - 5 - 00613 N N o is C +t M N{ a mp �It �Q O ! E Zeno SiijLL. a c <r30.Z N ` . a ft app° � > r M s r 0 z m — s A o C!a 3t Z v CL.¢ O 40 T 0 N z zz�: Ami Oz a N r > rin QCs •oO x0 Z� a pZ Z H� j^y cn �- O 20 .per A N . *IT p>I nota Ar+� fix? v � Y A A z ON� Z i t n o >0 O'O j 4 oL{ yA a 3 ^ a 3 i 0 3 10 0 oo" ae 'p �9 M � o IT o A � Y T ��o p s � o ^ 4� a3 � o � 3 qp D � t n�3 V I C p jM A •M7 C a � Se Ax a a r } ix � W614 ...« .. _,,..�._....�.. ....._..... .. .. �.....�...�.. ....-.,. ,way._.y�.r+. - .APPLICATION FOR IMMUNIZATION PROJECT SUBVENTION NARRATIVE (Cont.) Applicant: Contra Costa County 11. OBJECTIVES A. Immunization Programs Establish, before the next influenza season, an integrated, comprehensive influenza immunization delivery system, utilizing the entire county's health care delivery system capable of immunizing 95% of the county's population for whom it is not contraindicated. B. Intensified Surveillance for Influenza 1. Monitors the possible appearance of sparadic cases and "seeding" of swine influenza virus or other influenza virus types in the county during the summer and fall months preceding the usual influenza season. 2. Assist the State laboratory in determining the specific causative viruses, whether influenza or other viral agents, of representative cases of influenza-like acute respiratory disease in the county during the summer and early fall preceding immunization and in immunized and unimmunised persons during and after the immunization campaign, to. assess vaccine effectiveness. 00615 - 6 - APPLICATION FOR IMMUNIZATION PROJECT SUBVENTION NARRATIVE (Cont.) Applicant: agiau 111. ACTIVITIES PROPOSED (A short statement of the activity proposed to reach each Objective) To make the recommended influenza immunizations available to all our citizens, the county health department will plan and conduct a two-phased program. The first phase will be for our high risk population, who will receive a bivalent vaccine. The second phase of this program will be for the remaining susceptibles using the monovalent swine influenza vaccine. Program activities will be common to both groups our activities will include. A. Community-Wide Immunization Programs 1. General community aid programs such as "Flu Sunday« 2. School-based programs •3. Nursing homes and hospital programs 4. Industrial and employee group programs 5. Health department walk-in programs B. Pre-Paid Medical Care Programs Immunization will be offered through all prepaid medical programs. C. Private Physicians Immunization Programs The county will provide influenza vaccines to all private physicians in the county, at no charge, for their patients. D. Other Activities to Reach Our Population Will Include: 1. Formation of coordinating committees 2. Utilization of volunteers and other community resources 3. Coordination of this program with other ongoing immunization programs 4. Conducting professional education programs S. Conducting public awareness programs b. Conducting training programs for staff and volunteers , 7. Establish a system for vaccine storage handling and shipping 8. Establish a system to assess vaccine utilization 9. Monitor influenza disease and vaccine reations 10. Insure that all patients are informed of the risk/benefits of the vaccine. - ©0616 ., APPLICATION FOR IMMUNIZATION PROJECT SUBVENTION Contra Costa Count NARRATIVE (Cont.) Applicant: IST. METHOD OF OPERATION A. Utilization of Coordinating Committee The county in early June, will establish a Coordinating Committee to assist in the implementation of the various components of the program directed at both the general public and health care providers and to establish a working relationship with voluntary organizations, civic groups and professional associ- atiovs within the county. B. Participation by Private Medicine The Immunisation Coordinator Will work with the County Hedical Association and individual private physicians to recruit volunteers to assist with the mass community-wide influenza immunization programs as well as school and industrial-based programs. Additionally, the county will incorporate the State's system for insuring that all private physicians are provided influenza vaccine at no cost for use among their patients and that the vaccine distri- bution system to the private physician will include the State's system to insure proper reporting and certification of usage by the private physician. C. Utilization of Other Health Care Providers Throughout the project period the county health department will furnish all other health care providers with sufficient vaccine at no cost, to immunize their patients. The vaccine accountability system developed by the State will be used to insure an audit trail of vaccine. D. Conducting Public and Professional Awareness Campaigns Beginning in early June, the county will conduct an intensive public awareness campaign including press releases, public service spot announcements and other appropriate means to make the entire county population aware of the need for and availability of the influenza immunization program. E. Training Staff an4 Volunteers With assistance and guidance from the State Immunization Assistance Unit, training programs will be conducted for all volunteer staffs at least two weeks prior to the conduct of any community-wide, school or industrial-based imcaunization program. F. Vaccine Storage, Delivery and Accountability The county health department will arrange for adequate cold storage to insure protection of all influenza vaccines sent by the State Health Department. This operation may involve the renting of outside cold storage facilities but will not involve the purchase of refrigeration equipment. Additionally, the county health department will follow the system provided by the State Health Deparc7%c zt for distribution and accountability of all influenza vaccines provided by the county to private physicians and all other health care providers. 8 0061'7 - - METHOD OF OPERATION (Continued) G. Immunization Programs for High Risk Group Beginning in mid-July the county health department in cooperation with volunteer groups and private physicians will conduct special inaunization programs for high risk patients, including programs for nursing homes, hospitals, senior citizen groups and community programs. During this phase of the immunization program use of the bivalent vaccine will be restricted to high risk patients described by the State Health Department guidelines. H. Immunization Programs for Remaining Susceptibles Beginning in September, on receipt of the monovalent influenza vaccine, the county health department will,in cooperation with all other county health care providers and volunteers, conduct programs to immunize all ruining susceptibles. I. Assessment of Vaccine Utilization The county health department will maintain a record, by age, by vaccine type and by type of facility for all vaccine utilized throughout the project period. These data will be provided to the State Health Department in the manner and form and timing requested by the State Immunization Assistance Program. J. Surveillance vaccine Reactions The county health department will provide each person receiving an influenza immunization from any source other than their private physician with.an "After Care Notice" which will describe the usual expected post-vaccine reactions with instructions to contact the source of immunization of the individual reaction exceeds these expectations. The source providing the immunizations will report these excess reactions to the county health department who will take appropriate corrective measures, K. Informal Consent For all public immunization programs the county health department will incorporate the risk benefit data supplied by the State Health Department on all "Sign-in Roster Sheets". The county will utilize permission forms supplied by the State for all school immunization programs. Additionally, the risk benefit statement will be included, insofar as possible, on all publicity material prepared by the county and will provide this risk benefit data to the private physician and other providers for use with their patients. L. Reports The county health department will provide the State health Department with vaccine usage reports and provide other reports in the form and time requested by the State Immunization Unit. 00618 9 - APPLICATION FOR IHHUNIZATION PROJECT SUBVENTION NARRATIVE (Cont.) Applicant CgCosta County -1110GET JUSTIFICATION (State the resources needed to accomplish your Objectives) A. Personnel B. Travel C. Vaccine Storage and Shipping Costs D. Equipment (Jet injectors) E. Other: 1. Clinic supplies 2. Office supplies F. Health Education Materials and Printing C. Laboratory Supplies 00619 - 10 -- In the Board of Supervisors of Contra Costa County, State of California May 25 , 197 In the Mager of Vaccination of County Residents against Swine Influenza. The Board on May 18, 1976 having authorized Doctor Orlyn Wood, County Health Officer, to initiate organizational planning in preparation for immunization of County residents against swine influenza, with the understanding that the County will be reimbursed subsequently by an allocation of State funds under the Immunization Assistance Project; and The Board on May 25, 1976 having authorized its Chairman to execute a contract with the State Department of Health for a swine influenza immunization program to be administered by the County Health Officer; and Supervisor J. P. Kenny having expressed concern as to possible side effects of the vaccine, especially on aged people, and having suggested a review of any possible liability the County might incur from administering said program; and Mr. A. G. gill , County Administrator, having . recommended that Doctor Wood be requested to submit to the Board a full report on the vaccine and its effects and the County's liability related thereto; and Mr. C. L. Van Harter, Director, Human Resources Agency, having recommended that the matter also be referred to County Counsel for report on physician' s liability in connection with this program; and The Board members having discussed the matter, IT IS ORDERED that the aforesaid recommendations are APPROVED. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of ' cc: County Health Officer Supervisors County Counsel affixed this 25thday of May . 19 76 Director, Human Resources Agency County Administrator J. R. OLSSON, Clerk �ad� f Deputy clerk H-24 3/76 15m 00612 r In the board of Supervisors of Contra Costa County, State of Califomio May 25 , 19 .Z§ Indwof Fixing Time for Abatement Hearing, (Floyd E. and Rebecca J. Svensson) The Acting County Building Inspector, pursuant to County Ordinance Code Section 714-6.404 et seq. , having filed a written petition dated May 19, 1976 requesting that the Board hold a public hearing for the purpose of having struc- tures located at 3400 Pacheco Boulevard, Martinez, California (Parcels Nos. 377-020-29 and 30) declared a public nuisance for the reason that the structures present a hazard to public health, safety and welfare; and IT IS BY THE BOARD ORDERED that said request is APPROVED and July 13, 1976 at 10:45 a.m. is FIXED as the time for the hearing. PASSED on May 25, 1976. 1 hereby certify that the foregoing is a true and coma copy of an order enftred on the minutes of said Board of Supervisors on the daft aforesaid. cc: Acting County Building wanes"'y hand and Ow Sed of Ow Board of Inspector supe County Counsel affixed thie5th day of May , 19 County Administrator J. R. OLSSON, Clerk Dgwly Cork Maxie e M NeufeA H-24 3,76,Sea 0�s�, In the Board of Supervisors of Contra Costa County, State of California May 25 , i9 76 In the Matter of County Detention Facility Advisory Committee. The Board on April 20, 1976 having referred to its Government Operations Committee (Supervisors A. Yh. Dias and E. A. Linscheid) the request of Judge Coleman F. Fannin, Chairman, Contra Costa County Detention Facility Advisory Committee, to expand the membership of said Comimittee to include minorities and former inmates; and Supervisors Dias and Linscheid having this day recommended that the Advisory Committee be expanded to include one representative from one of the following organizations; 1. Rational Prisoners Union 2. Seventh Step Foundation 3. Citizens for Lair and Order h. National Association for the Advancement of Colored People 5. United Council of Spanish Speaking Organizations The Government Operations Committee having also recom— mended that each of the aforesaid organizations be requested. to nominate a representative for appointment to said Advisory Committee; IT IS BY THE BOARD ORDERED that the aforesaid recommendations of the Government Operations Committee are APPROVED. PASSED by the Board on May 25, 1976. 1 hereby certify that the fongp*y is a true and correct copy of on order entered on the minutes of said Board of Superwisors on the date aforesaid. cc: Cotra Costa County Witness my hand and the Seal of the Board of Detention Facility Supervisors Advisory Committee affixed this 5 h day of tiny 19 2 County Adminis-rator J. R. OLSSON, Clerk By , Deputy Clerk Ronda Amdahl oust 3 In the Board of Supervisors of Contra Costa County, State of California May 25 19 76 . In the Matter of Approving and Signing Pians for Marsh Creek Road Widening Project, Brentwood Area. Project No. 3971 -4309-76 The Public Works Director having recommended that the Board approve plans for the Marsh Creek Road Widening project from Walnut Boulevard to Hoffman lane, and that the Chairman be authorized to sign said plans; and It having been noted that a Negative Declaration pertaining to said project was posted and subsequently no protests were received; and it has been determined that the project conforms with the General Plan; and The Public Works Director having also recommended that the Board determine that the project will not have a significant effect on the environment; IT IS BY THE BOARD ORDERED that the recommendations of the Public Works Director are APPROVED and the Chairman is AUTHORIZED to indicate same by affixing his signature to said' plans. IT IS FURTHER ORDERED that the Director of Planning is INSTRUCTED to file a Notice of Determination with the County Clerk for the aforesaid project. PASSED by the Board on May 25, 1976. 1 hereby certify that the foregoing Is o true and correct copy of an order entered on the minutes of said Board of Supervisor:on the dote ofannoid. Originator: Public Works Department Witness my hand and the Seel of the Board of Road Design Division Supervisors affumd this 25th day of May , 19 76 cc: Public Works Director 1 R. OLSSON, Clerk Director of Planning County Counsel Deputy Clerk Jean L. Miller Oo040 t123 3175 IOU And the Hoard adjourns to most on l9� at A in the Hoard Chambers, Rcem 107, Administration Building, Martinez, California. J. P. Chairman A'T'TEST: J. R. OISSOTT, CLERK Emil wf)24 SUMMARY OF ITOCEEDI.NGS BEFORE 1M HOARD OF SitFWM15OR3 OF CONTRA LOVA COWN-ri, . MAT 25, 1976, PREPAPZD ST J. R. 01-15M, COU"sY CLERK AND BX-OFFICIO CLERK OF THE - SURD. Approved personnel actions *or Cout:;y Medical Services. Approved appropriation adjustrents !or County Clerk-Recorder and Public Works; and internal adjustments not affecting; totals for County Auditor-Controller, Public Works, Health Dept., Medical Services, and Eastern Fire Protection District. Authorised placement of dependent children of the court in D. Dewey home, Concord, and V. Lyors h=e, El Cerrito; and special board rate for dependent children of the court in R. and O. Mabry hose, Richmond, and D. Clark home, Pleasant H121. Authorised J. Coodhore, County Library, to attend Aeerlean Library Association Conference in Chleaco, IL, July 18-24; and C. Walters, County Librarian, to attend said Conference July 18-22. Amended April 20, 1976 Bonrd order to authorize attendance of M. Haynes, Economic. Opportunity Ccuncil, at CAL41EVA Coem=lty Action Proram Conference in Long Beach, CA, April 21-25. Adopted Ordinance No. 76-38 reavning land in the Diablo area. As Board of Directors of the Contra Costa County, E1 Sobrante, PArwM, Orinda and Riverview Fire Protection Districts, adopted Ordinance tic. 76-43 granting overtime credit for the month of June, 1976 to shift eeployces of Said districts. Directed County Counsel to prepare clarifying amendment to Ordinance Code Section 32-6.002 relatinC to suspension of competition for certain positions. Amended Oct. 8, 1978 Board order establishing Social Service Dept. revgiving fund to provide for a petty cash fund for Area Agency on Aging. Reaffirred position in suvoort of 38 834 pertaining to limiting period of presump- tion that certain injuries occurrinr, to retired police and fire personnel are attribu- table to work experience. Denied claim for moneys due filed by P. Filipovich, dba Fiiipovich Construction. Accepted replacement Bond No. 0 80 5120-161 from Standard Gas Company in connection with pipeline franchise, and exonerated Bond No. SL-6205782. Acknowledged receipt of rienorandua from County Administrator comparing Contra Costa County's tax rate with that of other California counties. Acknowledged receipt of rmwrandum from County Adminsitrator citing recent and. proposed changes in office space occupancy within County Civic Center area in Martinez. Granted request of Governnent.Operations Comittee (Supervisors Dias and Linscheid) for additional time in which to study matter of Governor's budget proposal to allow State Air Resources Hoard increased control over stationary sources of emissions. As ex officio the Hoard of Supervisors of Contra Costa County Flood Control and Hater Conservation District, awarded contract to ieichert Construction for construction of Lines E and E-1, Marsh Creek Unit, Brentwood area. Approved Alcoholism Plan and Budget, deferred for one week action on Rental Health Budget, and authorized Chairman to execute necessary documents for submittal of County Alcoholism Plan and Budr.et to the State. Requested Goverment Operations Coaaittee to review applications for consumer representative on Contra Costa County Solid Waste F.anar_*-nent Interim Policy Body and submit recon-endation on June 1. Waived reading and fixed June 1 for adoption of ordinance pertaining to deposits for health licenses. ����� May 25, 1976 Sur-nary, continued Page 2 Acknowledred receipt of rerorrndun from. County Administrator relating to County lease space requirer..ents, and referred sare to Administration and Finance Cozzittee {s nervisorr Boggess and i-_oriarty) for report on June 8. Denied request of Diablo Airmen's Association to include report of financial i. ^act of Buchanan Field on the cor-zunity in the Master Pian Study. Accepted Grant Deed from G. Mallory, et al, required as condition of approval or LL'? 2031-74. Apnroved settler..ent and Right of Vay Contract with M. Hoshour in connection with nrenerty acquisition, Arlington Avenue Project, and authorized Public storks Director to execute raid contract. Accented Offers of Dedication for recording only in connection with LUP 23-74, Sub. 4742, Sub. 1:S 78-75, Sub. MS. 30-75, Sub. ms 11-76, and LUP 1091-75. Accented Deed from San Francisco Bay Area Rapid Transit District for couplet roads at Pleasant 11111 Station. Approved Bear Creek Road ?Realignment project and instructed Director of Planning to file Notice of Exerption with County Clerk. Awarded contract to Martin Bros. for widening; and reconstruction of portion of Diablo Road, Danville area. Awarded contract to George P. Peres Corpany for Amherst Avenue reconstruction, Kensington area. Accented Cortmon Use Arreer-ent, Relinquishment of Abutters Rights, and Grant Deed for Roadway Purposes, Sub. NLS 30-75; Consent to Offer of Dedication, Sub. 4790; Grant Deed for Roadway Purposes, Sub. MS 145-75; and Consent to Offer of Dedication with Subordina- tion, Sub. 1S 11-76. Authorized legal defense for H. O'Malley, District Attorney, In connection with Surerior Court No. 164047; and Civil Service Cormisslon and J. Davis, Probation Officer, in connection with Surerior Court No. 162038. Authorized installation of hishway flasher at intersection of El Portal Drive and Glenlock Street, San Pablo area. Authorized Public Vorks Director to: Refund to Crorkell Construction Carpany cash deposited as surety.under Subdivision Arreeraent for Sub. 4257, Walnut Creek area; Execute contracts with J. Nelson and R. Grady for inspection services for Adminis- tration Building, remodeling; Perform engineerinr services for designing a traffic :signal for City of Antioch; Execute Deferred Improvement Agreerent with R. 3 K. Industrial Products permitting deferr^ent of construction of permanent irproverents required as condition of approval for LUP 1091-75, Richrond area; Execute Deferred Inprovement Agreement with R. Desdier, Jr., et al, perm.1ttinv deferment of construction of permanent improvements required as condition of approval for Sub. YS 11-76, Pleasant Hill area; Execute Deferred Im..provement Ar.,reer-ent with E. Senueira, et al, permitting defer- ment of construction of perr..anent Inprove=ents required as condition of approval for Sut. MS 145-75, Byron area; Execute Deferred Irproverent Agreerent with re^cry Gardens of Contra Costa County, Inc. , pernittinr deferrent of censtruction o: perranent improvements required as condi- tion of approval for LUP 28-7u, Concord area. Approved Grant Deed and Ri,_ht of :gay Contract from P. ?rehn, Jr. , in connection with property acquisition, Stone Valley Road, Alamo area, and authorized Public Works Director to execute said contract. Approved plans for Marsh Creek Road Widening project from WaIntit Boulevard to Hoffman Lane, Brentwood area, a:d authorized Chairman to sign said plans. 00626 May 25, 1976 Surn-mary, continued Page 3 Adopted the follor:in- numbered resolutions: 76/444 through 7(/450, authorin nr changes in the assessment roll; 76/451 through 76/454, authorizing cancellation of delinquent penalties on 1975-76 secured assessment roll; 76/455, ar..endinr Res. 76/317 designating local arencies required to submit Conflict of Interest Codes to delete Byron-Bethany Irriration District; 76/456, welcominr. President G. Ford to Contra Costa County; 76/h57, expressing- syrpathy for victims of the tragic bus accident in Martinez on Pay 21, their families and the connunity of Yuba City, and directing that flags of all county buildin.,.s shall be flown at half =nst throu,rh May 28; 76/45$, as ex-officio the Goternin,_ Board of Byron FIre Protection District, fixing June 22 at 11 a.m. to receive bids for construction of Metal Apparatus Building in said district; 76/459, fixing June 22 at 11 a.m. to receive bids for Orinda Community Center Park, CSA R-6; 76/40, authorizing- Ch-Irnpn to execute Certification of Rlrht of Way, Certification No. 1, in ennnection r+t:h !'arsh Creek Road reconstructlon, Brentwood area; 76/461, accentinr- as connlete irproverents In Sub. 4149, Pleasant (fill area, and declaring certain roads to be County roads; 7f/462, authorizing Chilrwan to execute Certtficatlon of Right of Way, Certification No. 3, in connection with rea2irnnent of Fear Creek Road, Martinez area; 7{/463, as'zoverninn body of Contra Costa County Flood Control and Water Conserva- tion District, authori^inr conveyance of excess dlstr'ct property adjacent to Grayson Creek to Central Contra Costa Sanitary District, and authorizing Chairman to execute deed to the Sanitary InIst'rict; 76/4-64'. authorl=inr Chairrar. to execute Certificatlon of Right of 'day, Certification No. 1, in connection with constructi e"^ May 25, 1976 SxLnnary, continued Page 4 Contract with J. O'?'onnell for consultation service for development of comprehen- sive alcoholis:r education and treatrent progran for County employees; Contract with State Dept. of health to change number of treatment slots to 19 in County Discovery Votivational house. Closed hr_arinr on ar.renl of R. Thiessen iron ?lanninr Commission approval with conditions of tentative rip for Sub. 4434, Alam area, and referred sane to Government Operations Committee for report on June 1. Requested County Adninlstrator to review Assembly Bills 3800 through 3809 pertaining to services for rentally retarded and developrentally disabled and report to the Board thereon. Requested Government Operations Co:=ittee to review proposal for establishing formal procedure for use in raking appointments to various boards and commissions. As ex officio the Governinc Ponrd of Contra Costa County Storm Drainage District Zone 10, accented resignation of D. Spencer from Advisory Board of said district, and appointed V.. Lindner to fill the vacancy. Instructed Public Works Director to begin contract negotiations with firm of Turner Construction Company for construction management services for new County Detention Racility. Instructed Public forks Director to begin contract negotiations with firm of Facility Sciences Corporation for pre-architectural programming services for neer County Detention Facility. Selected fire. of Kaplar./,'.eLaur,hlin, Architects-Planners, together with Donald C. Bentley and Associates and Tudor Enrineering Company, consulting engineers, for architectural/enr_,ineering services for new County Detention Facility and instructed Public 'Forks Director to begin contract negotiations. Aaproved recommendations of Govern.^ent Operations Committee to expand Contra Costa County Detention Facility Advisory Cer�ittee to include representatives from certain orpsnizations representing; minorities and forcer Inmates. Approved surety tax bonds for Sub. 4864, Concord area, and Sub. 4822, Martinez area. Fixed July 13 at 10:45 a.m. for hearing on proposed abatement of property located at 3400 P icheco Boulevard, Partiren area. Acknowledred receipt of neTorandun fror. County Counsel advising that CSA R-8 can establish a neighborhood park and that park dedication funds can be used for said purpose. Referred to: County Administrator letter from Contra Costa Concerned Citizens, Inc. , urging; that requests for 197£-77 budret allocat+ons be screened to oerr..it reduction in County tax rate; letter from L. Keading transmitting resolutions adopted by Kern County ::pard of Surervisers and New Orleans Ja,,rcees oeposinr, SS 2337 nertaininr to divestiture of retroleum industry and urgir.;- Count,: to oppose said gill; and letter from E. and ". Reite inquiring as to what action can be taken to prohibit training dogs for sport ±;htinr; Public :-Forks Director (Environmental Control) letter from Mayor V. Roberts, City of Antioch, exrressinr concern that section of Count; Solid Waste Management Plan may have been arended without acnuirir.,- a^rroval of cities prior to zuhninsion to State; County Adrinistrntor, County Ccunsel and T"ublic :ori.. Director proposal for :partial lane: reconveyance of 1,e1^ar "edical Center to provide financing for Improvements thereon; County Counsel, Counts Adr'.n!,:trator, Director of ?!ainntnr, County Health Officer, Contra Costa County Fire nrntect*..en ;'irtrict inl Public ':fork:: Director petition corplaininr that pronerty in tiie L-if ayette area is being, ille ally uned by a commune and allerinr violations, of zonini- l ws; Public .-Forks Director anti Director of Planning letter fro^t State Dent. of Parks and Recreation subnittin:- ;-uidelines for distrthution of 1976-77 Land and 'dater Conser- vation' Funds and advising that deadline for submittal of grant applicatiort is Sept. 15; 0 my ?r, yeti Surnar1, continued -Page 5 Governnent Operations Ccrnittee question of need for amendment to ordinance for fan:- Crninte Drainace /•.re-: which rec:zires that dra+n2Ce fees be paid prior to Issuance of a building per;nit for censtruct'_or costin€; $,4,000 or gore; Public 'c'orks Director for retort on June I bids received for ltorth Richmond Street Irrroverents Project, North Richro.nd area; San Pablo Avenue Vedian E,andscapinr Project, Pinole area; and ns ex officio the Roard of Supervisors of the Contra Costa County Stora.^. Drainage D!rtrict Zone 13, Lines C-1 and C-2, Danville Boulevard Storm Drain, Alar..o area; Contra Costs Counts• Housirr ;iLuthority letter frog U. S. Dept. of Housing and Urban Develornent advisinr that arsplication for additional Rection i funds to Implement existinr, houninr, portion of its, housing- Assistance Plan :should be submitted prior to ,Tune 13; Governnent Operations Committee memorandum from County Clerk with respect to jail Initiative; Public Works Director con-r1aint with respect to placement of an AC Transit bus stop. Directed that name of Arrow Towel & Laundry Co. be placed on file for notification when bids are solicited for laundry or linen rental services. Directed that requests for City-County Thoroughfare funds be considered in conjunction with review of 197E-77 County budget. Acknowledred receipt of report of Judre C. Fannin, Chal man, Detention Facility Advisory Committee, on activities: of the Cor^mittee to date in connection with proposed construction of the nerve County Detention Facility. Referred to Covernment Operations Cos !ttee, Director, Human Resources Agency,. and County Adninlstrator ratter or withdrawal of Alameda County from Joint Powers Agreement for Alareda-Contra Costa Health Systers Agency. Adopted Fesolution No. 715/471 authorizinv; Chairman to execute Grant Award Contract with Office of Criminal Justice Planning (OCJP) for Fingerprint Retrieval System Project, Adopted Resolution No. 7£/472 authorizing Chairman to execute Grant Award Contract with OCJP for County-Fide Strike ?once. Authorized Public Works Director to arrange for issuance of purchase order to San Levy Company for construction of drainage facilities on Hazel Avenue, Richr.ond area. Closed hearing on anplication of J. Watts for fortunetellinr license to be issued for pren1ses at 5331 Pacheco Poule:*arca, Pacheco, and fixed June 8 for decision thereon. Closed hearing on appeal of e. Carnenter frog certain conditions imposed by the Planning Comnission In connection with approval of tentative snap for "dv 85-75, Oakley area, and fixed June $ at 11:55 a.m. for decision thereon. Annroved request of All Souls Episcopal Church Bicentennial Celebration that bell- naking noise be permitted from 12 to 1 p.m. on July-4. Approved recorM:endations of Ad"Inistration and Finance Corm-rittee on Social Service funding problems. Referred to Adn nistration and Fiancee Cornittee cetition i1rned by Bethel Island residents renuest1n;7 full-tine rolice protection for the area, with the suggestion that petitioners be inforred of :procedure used _n forninFi a special district. Author zed Count, Counsel to initiate leral action against Tara Hills Mobile Manor for breach of arree*-ent for roar: :-rrt-vc-'ents and traffic sir.nal revision:, at San Pablo Avenue and Tara H lls Dri.•e, ^ara "Ills area. 062° f The preceding documents consist or 629 pages.