Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 06221976 - R 76E IN 4
i t { f { f I i r: E, THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M., TUESDAY, JUNE 22, 1976 IN ROOM 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. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, County Administrator, and Public Works Director. 4()001 u,. 1 CAIChDAR FOR TAE HOARD OF SLJpERViSORS JAMES P-KOMY- Cy ArRVAN JAt t!-S 1`.KCNNY.uGHNONP CON-TRA COSTA COUNTY EpMUND A-UNSCHE'D ,s,tlr`_.1RICt T t:1 ( a 1FIGE L'NA,RMAN AEfRED M DSAS.EE S,ppRANTC - s1 ER" ;ZND omFRIC, f wool . JAWS V.KENNY.1+1c..uorlp CALENDAR FOR TAE BOARD CF SUPERVISORS JAMES P.KENtry 1!.7 111`_.1RiCTI♦ /1 f CHAIRMAN ALFRED A1.DtAS.LL SODRANTE CON-TRA C05TA A CO U T EDMUND A LINSGt+£tD 2ND DISTRICT VICE CHAIRMAN JAMES E.MORIARTY.LAFAVL1TE AND FOR JAMES R.OLSSON.COUNTI'CLERK 3ND D,sTRIC1 SPECIAL DISTRICTS GOVERNED BY THE BOARD AND Ex Of FIC10Ct ENK OF THE UOAND WARREN N.hIOGG£SS.CONCORD MRS.GERALDINE RUSSELL ti:H",I RIC7 13.^.ARD CHAMBERS,ROO4t 107.ADMI!:lS7RAT10t1 6lALDING CHIEF CLERK E DIAUND A UNSCHEID,r:TT�DURG PD"0:911 PHONE(415)372.2371 STH EASTRICT MARTINEZ CALIFORN:A 94553 TUESDAY JUNE 22, 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 recommendations. of Board Committees. 9:45 A.M. Executive Session (Government Code Section 54.957.6) as required, or recess. 10:45 A.I.I. Decision on appeal of R. A. Vail & Associates (applicant) from Planning Commission denial of application (1885-RZ) to rezone certain land, Brentwood area; hearing closed June 15, 1976. 10:50 A.M. Decision on application of Ms. Bessie Costello for a fortune-telling license to be issued for the premises at 455 Valley View Road, El Sobrante; hearing closed June 15, 1976. 11 :00 A.M. Receive bids for purchase of County real property located on south side of Railroad Avenue between Linda Mesa Avenue and Prospect Avenue, Danville area, (Assessment District -1973-4). 11:00 A.M. Receive bids for the following projects: a. Metal Apparatus Building, Byron Fire Protection District; b. Phase IIA, Orinda Community Center Park, County Service Area R-6; c. 1976 Overlay Projects , various locations; d. Street sweeping, various County areas; and e. Lombardy Lane Culvert Replacement, Orinda area. 11 :00 A.M. Decision on appeal of Mr. Alfred A. Burda et al from Board of Appeals approval with conditions of Minor- Subdivision 73-75, E1 Sobrante area; deferred from April 20, 1976. 11 :15 A.M. Presentation by Ms. Karen Esmaili , Chairperson of Sub-committee on Public Officials , Committee to Save the Tilden Merry-Go-Round. WOOL NONE 7Board of Supervisors Calendar, continued June 22, 1976 ITEt•SS SUBMITTED TO THE BOARD Items 1 - 9: CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of certain delinquent penalties and tax liens. - 2. DENY the claim of Gayle Arnold, $500,000. 3. INITIATE proceedings and fix August 3, 1976 at 10:30 a.m. for hearing on proposed Annexation: Ne. 76-6 to County Service Area.L-:2,••Central County area. 4. FIX July 27, 1976 at 10:45 a.m. for hearing on request of Calvin L. Hallen et al (applicant) to rezone certain land in the llalnut Creek area (2002-RZ). 5. AUTHORIZE extension of time in which to file final map of Subdivision 3927, E1 Sobrante area. 6. AUTHORIZE execution of agreement for construction of private improvements in !linor Subdivision 32-74, Walnut Creek area. 7. INTRODUCE ordinance amending the Ordinance Code with respect to regulation of ambulances ; waive reading and fix June 29, 1976 for adoption. 8. ADOPT ordinances (introduced June 15, 1976) as follows : a. To clarify that the Civil Service Commission may ►wive competitive examinations in certain circum- stances; and b. To make most violations of the Code infractions rather than misdemeanors. 9. ADOPT Ordinance No. 76-45 (introduced June 15, 1976) rezoning land in the Danville area. Items 10 - 24: DETERMINATION (Staff recommendation shown following the item. ) 10. LETTER from tor. William R. Zion, Lafayette, suggesting that the Board appoint himself and Mrs. !Janda Stanley as consumer members on the Governing Body of the proposed East Bay Health Systems Agency. CONSIDER APPROVAL 11. LETTER from President, Economic Opportunity Council , expressing desire to retain present representatives and alternates for the Board of Supervisors on said Council. CONSIDER APPROVAL 12. MEMORANDUM from Director, Human Resources Agency, transmitting proposed Board order redefining establishment of the Contra Costa County Advisory Council on Aging, defining membership composition, acknowledging resignations , suggesting appointees, and confirming membership terms and categories. APPROVE AS RECO,dV ENDED 13. LETTER from District Superintendent, Liberty Union High School , (on behalf of the City of Brent;tood,' the Brentwood Park District and the East Delta Recreation District) requesting Board approval of a revised joint application for funding under the State Beach, Parks , Recreational and Historical Facilities Bond Act of 1974. APPROVE AS REQUESTED 14. COMMUNICATION from Captain Perry Herbert Brandes , Pleasant Hill , requesting that the Board declare the week of July 4-10, 1976 as "National Safe Boating Meek. " APPROVE REQUEST 00003 ■ r Board of Supervisors' Calendar, continued June 22, 1976 15, MEMORANDUM from Director of Planning (in response to Board referral ) advising that the Park and Recreation Facilities- Advisery Committee recommends that $13,000 heli' in the Park Dedication Trust Fund be transferred to the account of County Service Area R-6 (Orinda) for use in developing -r— Phase II of the Orinda Community Park. APPROVE RECOM- MENDATION 16. LETTE•P. from Secretary-Treasurer, Central Labor Council of Contra Costa County, asserting that firemen are doing word: ordinarily done by building trades unions at a time when unemployment among auiiding tradesmen is the highest in the nation. REFER TO COUNTY CIVIL SERVICE FIRE PROTECTION DISTRICTS FOR REPORT 17. LETTER from Office of State Controller enclosing a list of inactive county districts which may be subject to dissolu- tion pursuant to Government Code Section 56174. REFER TO COUNTY ADMINISTRATOR 18. LETTER from Mrs. Carl Brosamer, Crockett, requesting refund of a $220 park dedication fee paid- in connection with issuance of Building Permit No. 25789. REFER TO DIRECTOR OF PLANNING FOR RECO1-11•1ENDATION 19. LETTER from Mr. Thomas Bidowski , Martinez, suggesting that the County explore rental of vacant school buildings to meet space requirements of county departments and that the County acquire excess Martinez School District property in the vicinity of Morello Road and Arnold Highway. REFER TO COUNTY ADMINISTRATOR 20. MEMORANDUM from Contra Costa County Mental Health Advisory Board submitting its recommendations with respect to feasibility of Oakley Clinic as a health care provider in East County. REFER TO AX1INISTRATION AND FINANCE COMMITTEE, DIRECTOR, HUMAN RESOURCES AGENCY, AND COUNTY ADMINISTRATOR FOR REVIEW 21. MEMORANDUM from Director, Human Resources Agency (in response to Board referral ) advising that it is his intent to fully comply with federal regulations governing projects for elderly citizens under his jurisdiction, subject to Civil Service regulations. ACKNOWLEDGE RECEIPT 22. MEMORANDUM from County Counsel , in response to Board referral of letter from Mr. and Mrs. Gene Wallen relating to proposal to ban sale of wild animals as household pets , advising that implementation of said proposal requires state legislation and suggesting that the matter should be taken up with state authorities. ACY.NOk'LEDGE RECEIPT 23. MEMORANDUM from Director, Human Resources Agency, advising that the county' s grant application to the U.S. Department of Health, Education, and Welfare for monies to design a comprehensive human services delivery system during the 1976-1977 fiscal year was not approved. ACKNOWLEDGE RECEIPT 24. LETTER from Congressman George Miller, in response to Board Resolution No. 76/414 pertaining to Section 8, -Housing Assistance Payments Program, advising that his district staff is keeping him informed of the progress and problems related to administration of said program. ACKNOWLEDGE RECEIPT Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written cony of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. 00004 7 r ro OFFICE OF COUNTY ADMINISTRATOR CONTI:A COSTA COUNTY Admirii.stration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions From: Arthur G. Will, dune 22, 1976 County Administrator I. PERSONNEL 1. Additions and cancellations of positions as .follows: Cost Department Center Addition Cancellation Auditor- 235 1 Departmental - Controller Systems Specialist-. Project 1 Senior Clerk- Project Medical 540 dental Health - Services Outreach Supervisor Salary Level 310 (class only) II. TRAVEL AUTHORIZATIONS 2. Name and Destination Department _ and Date rieetinq Harry I. Bods, Vancouver, British llth Western District Columbia Regional Reciprocal Attorney 7-5-76 to 7-9-76 and Family Support (750V Federal funds) Enforcement Associ- ation Conference James P. Shoras, Same Same District Attorney (75% Federal funds) Cecil Lendrum, -Las Vegas, Nevada "Improved Lower Probation 7-7-76 to 7-9-76 Court Case handling" (LEAA funds) workshop Gary Strankman, Same Same District Attorney (L E10. funds) 00005 • To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-22-76 Page: 2. II. TRAVEL AUTHORIZATIONS - continued 2. Name and Destination Department and Date fleeting Thomas S. Finley, Midwest Visit Detention Public Works 7-6-76 to 7-8-76 Facilities III. APPROPRIATION ADJUSTMENTS 3. Auditor-Controller (Lair and Justice Systems Development) . Establish budget of $26,700 for systems development financed by appropriable revenue of $17,000 from LEAA grant and labor provided by the Auditor-Controller. •4. Health Department (Crippled Children Services) . Add $161,238 for increased diagnosis, treatment and therapy cost. This program increase is financed by additional State revenue of $150,195. 5. Public Works (County Service Area R-6) . Appropriate cash donation of $7,000 received from the Orinda Foundation. 6. Internal Adjustments. Changes not affecting totals for the following budget units: Public Works (Road Construction, Building Maintenance, Building Maintenance - Plant Acquisition, Aid to Cities, Storm Drainage District Zone No. 13) , Health Department, Probation, Sheriff-Coroner (Work Furlough Center) .' IV. LIENS AND COLLECTIONS None. V. BOARD AND CARE PLACEMENTS/RATES 7. Home and/or Effective Department Institution Rate Date Probation Lincoln Child Center, $1,631 6-22-76 Oakland Probation Devereux Schools, Goleta $1,068 6-22-76 Human Plumfield, Inc. $1,055 6-23-76 Resources Santa Rosa Probation Fred Finch Youth Center, $1,844 6-22-76 Oakland (two) each ©UOU6 _01 To: Board of Supervisors From: County Administrator Re: Reco.nraended Actions 6-22-76 Page: 3. V. BOARD AND. CARE PLACEMENTS/RATES - continued 7. Hone and/or Effective Department Institution Rate Date Human Elma Pulham Foster Home, $350 6-23-76 Resources Antioch (rate adj.) Human George & Olivia- Bellotjs $306 6-23-76 Resources Foster Home, Pittsburg (rate adj.) 8. Amend Resolution No. 75/523 to add Proschold Home, Santa Rosa, at $475 per month, to the approved list of child care institutions. VI. CONTRACTS AND GP-kNg'S 9. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period State Personnel Furnish written Approx. 7-1-76 Board exams $27,000 to (continuation) 6-30-77 Cullinane Corp. Acquire Soft- $7,500 7-1-76 ware for Tele- to communications 6-30-76 System Contra Costa Conduct Workshop $1,000 6-22-76 County Super- Training for to intendent of School Secretaries 9-30-76 Schools in Recording Immunizaiton , Assistance Project- CHDP Information for Health Dept. Brookside Patient Discharge $8,760* 7-1-76 Hospital Planning & Medical to Social Services 6-30-77 *(payment to County) Richard Korn, Health Department $500 6-17-76 PhD. Alcoholism Staff to Training 6-24-76 0(00011 To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-22-76 Page: 4. intendent of School Secretaries 9-30-76 Schools in Recording Lr,:tunizaiton , Assistance Project- CHDP Information for Health Dept. Brookside Patient Discharge $8,760* 7-1-76 Hospital Planning & Medical to Social Services 6-30-77 *(payment to County) Richard Korn, Health Department $500 6-17-76 PhD. Alcoholism Staff to Training 6-24-76 UUUJ'7 To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-22-76 Page: 4. VI. CONTRACTS AND GR•1NTS - continued 9. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period Judith David, Probation Staff• $192 7-9-76 PhD. Training to 8-1-76 Las Trampas Adjust agree- $4,050 7-1-75 School, Inc. ment. for (90% to residential care State 12-31-75 for mentally funds) retarded children Patrick T. dental Health $75 6-16-76 Donlon, M.D. Staff Training Lorna Forbes, Social Service $255.50 5-27-76 M.D. Staff Training Judith Same $240 7-13-76 Wallerstein to 7-20-76 State Office Federal. 409 Funds $67,377 of Narcotics to augment (100% 6-30-76 and Drug Discovery and Federal/ to Abuse Methadone State 6-29-77 Maintenance funds) Programs State Depart- Alcoholism $10,710 5-15-76 ment of Health, Program Study (100ti to Office of and technical State 1-31-77 Alcoholism changes in funds) County's Computerized Mental Health Program Infor- mation and Evaluation System Danville Office and $2,400 7-1-76 Discovery House Telephone to 6-30-77 00008 i ----- ......... ........... To: Board of Supervisors From: County l:dministrator lie: Recommended Actions 6-22-76 Pager 5. VI. CONTRACTS AND GRANTS - continued 9. Approve and authorize Chairman:, Board of Supervisors, to execute agreements between County and agencies as follo:•rs: Agency Purpose Amount Period Department of Diagnostic $1,230 7-1-76 Youth Authority Service per re- to ferral/ 6-30-77 month Byron Nestor, Staff Training $770 7-1-76 M. D. to 6-30-77 Byron Nestor, •Staff Training $1,200 7-1-76 I.I. D. to 6-30-77 Keith M. Spooner Chaplaincy $2,400 7-1-76 to 6-30-77 Dorothie Counselling & $3,847.20 7-1-76 Still,,ell Tutoring to Service 6-30-77 C. H. McFarlan Evaluation of Extension 7-1-76 Diversion (no addi- to Project tion) 10-31-76 Criminal Justice Evaluation of Extension 7-1-76 Research Drug Abuse (no addi- to Foundation Program tion) 10-31-76 Richmond Board and Care $11,680 • 7-1-76 Commun i ty to Development 6-30-77 Corp. University of Work Study $1,500 7-1-76 California, Student (deposit) to Ber):eley 6-30-77 Creative . Evaluation of Extension 7-1-76 Communications Diversion (no addi- to and Research Project tion) 10-31-76 00009 ff To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-22-76 .Page: . 6. . urug � isbue ti,v tl"U-. Research tion) 10-31-76 Foundation _ Program Board and Care $11,680 - 7-1-76 Richmond to Community 6-30-77 Development Corp. $1,540 7-1-76 t�or3: Study University of dent (deposit) to student 6-30-77 � Berkeley Evaluation of Extension 7-1-76 Creative . (no addi- to Co;mmunlcatiOns Pirojectoject tion) 10-31-76 and 1,L-search P 00009 .. To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-22-76 .Page: . 6. . VI. CONTRACTS AND GRANTS - continued 9. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period Bay Area Quest Board and Care $4,800 7-1-76 Program to 6-30-77 James Austin Evaluation-Adult Extension 7-1-76 Diversion Project (no addi- to tion) 9-30-76 • Volunteer Bureau Court Referral $10,250 7-1-76 of Contra Costa Program to County 6-30-77 Anita Thede Counselling and Extension 7-1-76 Tutoring Service (no addi- to tion) 10-31-76 10. Approve and authorize the Director, Human Resources Agency, to execute twenty (20) Mental Health Services contracts for the twelve month period July 1, 1976 through June 30, 1977, as provided for in the preliminary Short-Doyle Budget for fiscal year 1976-1977. VII. LEGISLATION 11. Establish County position on measures pending before the Congress of the United States as follows: Bill Number - Subject Position S_3098 Funding of Community Services SUPPORT Administration/Economic Opportunity Programs-20 percent local share requirement. VIII.REAL ESTATE ACTIOUS None. 00010 To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-22-76 Page: •7. Ix. OTHER ACTIONS 12. Authorize Director, Human Resources Agency, to negotiate with State officials for additional Alcoholism Program funds in the amount of $18,000 for the 1975-76 fiscal year for Bi-Rett alcoholism contracts with the under- standing that if allocation of such funds is obtained - the County will furnish the $1,800 local share. 13. Accept cash donation of $7,000 from the Orinda Foundation on behalf of County Service Area R-6. This donation is designated for park improvements ($3,500) and for the Community Center operating expenses ($3,500) . 14. Accept donation cf ambulance vehicle from Cadillac Ambulance Service, Inc. for the purpose of aiding the training techniques of the Emergency Medical Technician Training Program. 15. Authorize the Chairman,. Board of Supervisors, to execute grant application in the amount of $47,125 ($37,700 Federal and $9,425 local share) for continuation of Head Start services to Handicapped Children. 16. Authorize County Auditor-Controller to advance $238,500 County funds for the operation of the Office of Economic Opportunity Program (Central Administration and Delegate Agencies) pending receipt of Federal Grant funds for the third quarter of the 1976 program year. 17. Authorize the Marshal, Ualnut Creek-Danville Judicial District, to destroy certain records dating from January 1, 1960 through December 31, 1970, pursuant to Government Code Section 26202. NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specified time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. DEADLINE'FOR AGENDA ITEMS: %ED :F.SDIY, 5:00 P.M. OUGI1 a u�7v11 k CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California June 22, 1976 E X T R A B U S I N E S S REPURTS } - A:ARD CONTRACT - Pleasant Hill Area • Report A. REMODEL FOR,+aER ADMINISTRATION BUILDING a p On June 15, 1976, bids were received for the Remodeling of the Former Administration Building of the Contra Costa County Fire Protection District, 2010 Geary Road, Pleasant Hill, California, and were referred to the Public Works Director for review and recommendation. It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Fire Protection District, award the construction contract (Base Bid) to Kirkham, Choan and Kirkham, Walnut Creek, who submitted the low bid of $37,066. This recommendation has the concurrence of the Fire District. It is also recommended that the Public Works Director be directed to prepare the construction contract and after receipt of appropriate bonds and evidence of insurance and review by County Counsel, the Public Works Director be authorized to sign the contract for this Board. (RE: Work Order 5544) (B&G) SUPERVISORIAL DISTRICT III Item 1. FOURTH OF JULY PARADE - Orinda Area The Orinda Chamber of Commerce requests permission to close Orinda Way (Road 2544A) from Camino Sobrante to the Orinda Community Center to conduct a Fourth of July parade on July 4, 1976, from 12:30 to 2:30 p.m. Traffic will be detoured over existing neighborhood streets. Letters have been received from the Sheriff's Department and the Highway Patrol stating they have no objection to the parade. A verbal approval has been received from the Orinda Fire Protection District. The required insurance certificate has been issued. It is recommended that the closure be approved subject to the conditions set forth relative to q?rades in Board Resolution No. 4714 dated December 28, 1965. (LD) EXTRA BUSINESS Public Works Department Page 1 of 2 June 22, 1976 !!tt c� Otj��3Fr E t SUPERVISORIAL DISTRICT V Item 2. FOURTH OF JULY PARADE - Danville Area The San Ramon Valley Chamber of Commerce requests permission to close Danville Highway from Del Amigo to Boone Court including North Hartz Avenue (Road 53018), South Hartz Avenue (Road 5301B) and San Ramon Valley Boulevard (Road 5301C) to conduct its annual Fourth of July Celebration parade on July 4, 1976, from 11:45 a.m. to 2:00 p.m. In addition it is requested that Love Lane be closed from Danville Boulevard to the railroad tracks from 7:00 a.m. to 6:00 p.m. on the same day. Traffic will be detoured over existing neighborhood streets. Letters have been received from the Sheriff's Department, the Highway Patrol and the Danville Fire Protection District, stating that they have no objection to the parade. The required insurance certificate has been received. It is recommended that the closure be approved subject to the conditions set forth relative to parades in Board Resolution No. 4714 dated December 28, 1965. (LD) GENERAL Item 3. EAST/CENTRAL CONTRA COSTA COUNTY WASTEWATER MANAGEMENT AGENCY The Joint Exercise of Powers Agreement, establishing the East/Central Contra Costa County Wastewater Management Agency, provides that "The County shall advance from its general fund the amount necessary to operate and conduct the study of the East/Central County Agency." This amount will be offset by an 87-1/2 percent Federal and State grant-in-aid and the remaining 12-1/2 percent by contributions made by member entities of the East/Central County Agency, other than the County. It is recommended that the supplemental grant-in-aid in the amount of $44,100 that has been appropriated for the East/Central Agency study in the 1975-1976 Fiscal Year Public Works Budget be transferred to the funds of that Agency. The amount will meet costs for work performed for the study, in addition to that initially anticipated. (EC) EXTRA BUSINESS Public Works Department Page T of 2 June 22, 1976 00V13 CONTRA COSTA COUNTY "11nTTr "'(lou^ nrnnnq-v "FP IL I- I a...L.,96—IL.-J u. .L Ll _ -UPIJI-.. JIL I yi nt. m iu m ui Juu us $44,100 that has been appropriated for the East/Central Agency study in the 1975-1976 Fiscal Year Public Works Budget be transferred to the funds of that Agency. The amount will meet costs for work performed for the study, in addition to that initially anticipated. (EC) EXTRA BUSINESS Public Works Department Page of 2 June 22, 1976 0003 . d . CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California June 22, 1976 A G E N D A REPORTS None SUPERVISORIAL DISTRICT I Item 1. COLUSA AVENUE - TRAFFIC REGULATION - Kensington Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2204 and 2206 be approved as follows: Traffic Resolution No. 2204 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the northeast side of COLUSA AVENUE (Road No. 1452) , Kensington, beginning at a point 21 feet north of the center line of Colusa Avenue and extending northerly a distance of 9 feet. Traffic Resolution No. 2206 Pursuant to Section 22507 of the California Vehicle Code, parking shall be limited to 20 minutes between the hours of 8:00 a.m.-6:00 p.m., Saturdays, Sundays and Holidays excepted, along the west side of COLUSA AVENUE (Road No. 1452) , - Kensington, beginning at a point 125 feet west of the center line of Ocean View Avenue and extending westerly a distance of 48 feet. (TO) Item 2. ROLLINGWOOD STREETS - ACCEPT CONTRACT - Richmond/San Pablo Area The wort; performed under the contract for Phase 2 (slurry seal . and fog seal) of the street repair project in the Rollingwood subdivision was completed by the contractor, Graham Contractors, Inc. of Santa Clara, on May 28, 1976, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $18,000. It is recommended that the Board of Supervisors accept the work as complete as of May 28, 1976. The work was completed within the allotted contract time limit. (RE: Project No. 1075-4284-76) • (C) A G E N D A Public Works Department P--�ge 1 of 12 June 22, 1976 00014 Item 3. GOODRICK AVENUE - ACCEPT DEED - North Richmond Area It is recommended that the Board of Supervisors accept a. Grant Deed dated Tune 11, 1976, for road purposes, from Howard N. Child, et al. The Deed is required as a condition of approval •of Land Use Permit 2143-74. (RE: Worh Order 4805, Road Nlo. 0572A) (RP) SUPERVISORIAL DISTRICTS I,II,III,IV & V Item 4. FEDERAL SAFER ROADS DEMONSTRATION PROGRAM - APPROVE AGREEMENTS - Countywide Area The 1973 Federal Highway Safety Act created the Safer Roads Demonstration Program and -provided funds to the states, counties and cities for safety improvements to roads not on the Federal- Aid System. The -City-County Engineering Advisory Committee considered how the funds should be allocated and projects selected within Contra Costa County. The Committee recommended that the entire allocation be utilized for County projects and, in return, the County should include in its Fiscal Year 1975-76 and 1976-77 Aid-to-Cities budgets amounts equal to 80 percent of •the cities' share of the allocation based on the Federal distribution formula. These amounts would be considered as Special Aid-to-Cities allocations and would be in addition to any Aid-to-Cities allocations under current County policies. The remaining 20 percent would be retained by the County to defray administrative costs associated with the expenditure of the Safer Roads funds. The Safer Roads allocations amount to $267,783 for Fiscal Year 1973-74 and Fiscal Year 1974-75, combined, and $167,423 for Fiscal Year 1975-76. -The corresponding Special Aid-to-Cities allocations are $143,721 and $89,738, respectively, which have been included in the Fiscal Year 1975-76 and preliminary Fiscal Year 1976-77 budgets. 1. A Master Joint Exercise of Powers Agreement has been prepared between the County and the cities within Contra Costa County providing for distribution of the Safer Roads allocation-for the Fiscal fears 1973-75. It is recommended that the Board of Supervisors approve and authorize its Chairman to execute iaie Agreement. 2. Individual Joint Exercise of Pourers Agreements have been prepared between the County and.each of the cities providing for distribution of the Safer Roads allocation for Fiscal Year 1975-76- Certain of these Agreements have been executed by the cities and are presented for approval to the Board. It is recommended that the Board of Supervisors approve and authorize its Chairman to execute such Agreements with the Cities of Antioch, Clayton, El Cerrito, Lafayette, Martinez, Pinole, Pleasant Hill, Richmond, 11alnut Creek, and the Town of Moraga. (continued on next page) A G E N D A Public 11orks Department P gG Y of 12 June 22, 1976 00D15) i � Item 4 continued: (NOTE TO CLERK OF THE BOARD: _(1) Please return the original of the Fiscal Year 1973-75 Agreement to the Public Works Department for further processing and (2) Retain one original of each of the Fiscal Year 1975-76 Agreements. Forward an executed copy with the authorizing Board Order to each of the cities, with copy to the Public Works Department.) (RD) SUPERVISORIAL DISTRICT II Item 5. BLU14 ROAD - ACCEPT CONTRACT - Pacheco Area The wort: performed under the contrast for reconstruction and overlay of the pavement and improvement of roadside drainage on Blum Road, between Pacheco Boulevard and the freeway, ::as completed by the contractor, A. J. McCosker Construction Company, a corpora- tion, dba Independent Construction Company of Oakland, on June 3, 1976, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $32,500. It is recommended that the Board of Supervisors accept the work as complete as of June 3, 1976. The wort: was completed within the allotted contract time limit. (RE: Project No. 3887-4235-76) (C) Item G. VALLEY VIEW ROAD MMD SANTA RITA ROAD - TRAFFIC REGULATION '- E1 Sobrante Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2203 and 2205 be approved as follows: Traffic Resolution No. 2203 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the south side of VALLEY VIEW ROAD (road No. 1371D) , El Sobrante, • beginning at a point 11 feet :•est of the center line of Pine Hill Drive and extending westerly a distance of 10 feet. Traffic Resolution No. 2205 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the east- side of Santa Rita Road (Road No. 1375AL) , El Sobrante, beginning at a point 1,235 feet south of the center line of Deseret Drive and extending southerly.a distance of 60 feet. (TO) A G E N D A Public Works Department Page 3 of 12 June 22, 1976 O��G1Fi r J +l" Item 7. SECOND AVENUE SOUTH - ACCEPT DEED - Pacheco Area It is recommended that the Board of Supervisors accept a Grant Deed dated June 14, 1976, for road purposes, from William E. Balfrey and Constance G. Balfrey. The need is required as a condition of approval of Land Use Permit 2022-74- (RE: Work Order 4805, Road No. -3975D) (RP) SUPERVISORIAL DISTRICTS II & V Item 8. RUBBERIZED ASPHALT SEAL COAT - APPROVE PLANS AND ADVERTISE FOR BIDS - Pacheco and Pittsburg Pleas It is recommended that the Board of Supervisors approve plans and specifications for the Rubberized Asphalt Seal Coat project -and advertise for bids to be received in four Creeks and opened at 11:00 a.m. on July 20, 1976. The Engineer's estimated construction cost is $71,000. The project consists of applying a rubberized asphalt seal coat to portions of Loveridge Road, California Avenue and Harbor Street, in the Pittsburg area, and to Forth and South Buchanan Circle and a portion of High Street, in the Pacheco area. This is a relatively neer process which involves adding rubber to the liquid asphalt used in a normal chip seal to provide greater flexibility. This project is considered exempt from Environmental Impact Report requirer::ents as a Class lc Categorical Exemption un-7er County Guidelines. It is also reco,mnended that the Board of Supervisors concur in this finding. (RE: Project No. 4955-7G) (RD) SUPERVISORIAL DISTRICT III Item 9. COUNTY SERVICE AREA R-8 - ADOPT RESOLUTIO_I TO CONDEIMN - • 11alnut Creek Area Pursuant to the request of the City of Walnut Creek, it is recon-mended that the Board of Supervisors adopt a Resolution of Necessity to condemn the Mary Caoli property required for Parks and Open Space on behalf of County Service Area P.-8, and authorize County Counsel to prepare the necessary Resolution. The property to be condemned consists of approximately 18 acres ani will be financed from proceeds of the sale of the $6,750,000 bonds for Parks and Open Space previously approved by this Board. In accordance with the R-8 Service Area Agreement between the City and the County, the City's retained counsel will perform all legal services required for the condemnation action. Environmental and planning considerations for the above have been complied with. (SAC) A G_ E I. D A Public Works Department I`agof 12 June 22, 1976 0007 MWIM ..Item 10. OAK ROAD - ACCEPT DEED - Walnut Creek Area It is recom;uended that the Board.of Supervisors accept Grant Deed and Right of'Way Contract dated May 20, 1976, from frank 1:. Hunter, et ux, and authorize the Public Works Director to sign the Contract on behalf of the County. . It is further recommended that the County Auditor be authorized to drwa a ,arrant in the amount of $2,220 in favor of Title Insurance and Trust Company, Escrow No. OK-245377, and deliver same to the County Real Proper Cy Agent for payment. Payment is for 1,612 square feet of residential land and landscaping. (RE: Project- No. 4054-4189-74, M6522(2) ) (RP) SUPERVISORIAL DISTRICT IV No Items AGENDA CONTINUES ON NEXT PAGE A G E N D A Public Works Department Page Sof 12 June 22, 1976 00018 i Y q..:' .y ..!..... { •_ .YTS 'v'N SUPEI.VISORIAL D.I.-STRICT V Item 11. DISCOVERY DAIS BOl1IEWARD - 4'i hFFIC REGULINT1011•: - Byron Area At the request- of local citizens and upon t.ie basis of an engineering and traffic study, it is recomr.:2nded that Traffic Resolution Ido. 2201 be approved as follows: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 45 miles per hour on that County maintained portion of DiSCiATF Y BA: 1;OU1XVARD (Rd. I.o. 5-354) , Byron, beginning, at the intersection of State Higli:•:ay 4- and extendinti northerly to the intersection of Riverlak:e Drive; thence no vehicle shall travel in excess of 25 miles ver ho;ir on that portion of DISCOVERY RAY BOUIE.V.LIID beginning at the intersection of Riverlake Drive and extending northerly to the beginning of the existing prima facie 25 mph residential district rear the intersection of Cabrillo Point. (TO) Item 12. FRONT STREET I`?3I) ROSE STP.EET - Tr,,r.FFIC REGULATION - Danville lrea At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution Nos. 2207 and 2208 be approved as follows: Traffic Resolution No. 2207: Pursuant to Section 22507 of the California Vehicle Code parking is hereby declared to be prohibited at all times on the gest side of FRONT STREET (Rd. No. 4725E) , Danville, beginning at a point 532 feet north of the center line of Hartz I:venue and extending northerly a distance of 152 feet. Traffic Resolution No. 2208: Pursuant to Sections 21356 and 21803 of the California Vehicle Code all vehicles traveling on ROSE STREET (Rd. No. 4725AA) , Danville, shall yield the right of uay to traffic on Linda Mosa. (TO) Item 13. COUNTY SERVICE AREA 1:-7 - PROPERTY ACQUISITION - San Ramon 'Area It is recom-mended that the Board of Supervisors authorize the Public Eorks Director to exercise the option provision in the Purchase Agreement and Option between Frank: Couper, et al, and the County, previously approved by this Board on February 4, 1975. The Purchase Agrecwcnt and Option provides for the acquisition of an additional 18 acres of pari property for a purchase price of $100,000. This property is adjacent to a 25-acre park: property previously acc,uired by the County under the Purchase Agreer. nt and Option on behalf of County Service Area R-7. Environm,:n:tal and planning considerations for the above have. been complied with. (RE: Work; Order 5452) (SAC) A G E Id D A Public UorI s, Department Tune 22, 1976 00019 { t,. 1.• Vt t11 Item 14_ JERSEY ISLMD FERC Y RATE INCPJS. SE On March 1L', 1975, the 'County entered into an agreement with Jack and Lorna rreitas at a cost of $5,200 a month to provide automobile, truck and pedestrian ferry service between heli;.) Tract, Frank's Tract-, Bradford Island and Jersey Island, coio.mencing July. 1, 1975, and continuing until June 30, 1980. On July 14, 1975, this agreement was assigned to Louis and Hazel Irimethun and approved by the Board of Supervisors on July 22, 1975. It was further agreed under Section 9 of the above agree- ment. that Lhe contract payment rate xrould be adjusted annually effective July 1, to reflect the cost of living as determined by the Bureau of Labor Statistics Consumer Price Index for the nine Day 1'rea Counties. The cost- of living for the period April 1, 1975, to April 1, 1976, has been determined to be 6.05 percent which increases the monthly rata for such oporz:tion from $5,200 a month ---to $5,463 a month effective July 1, 1976. - It is recommended that the noard of Supervisors approve this increase to $5,463 a month to be effective July 1, 1976 to June 30, 1977. (BES) Item 15. RAILROAD AETENUE - ACCEPT DEED - Danville Area It is recommended that the Board of Supervisors accept a Grant Deed dated June 8, 1976, for road purposes from Jerry Carter and Aileen Carter_ The Deed is required as a condition of approval of Land Use Permit 3001-76. (RE: Work Order 4805; Road No. 4725T) (RP) (RD) Item 16_ SUBDIVISION 4583 - APPROVF. WP - San Ramon Area It is recommended that the Board of Supervisors approve the map for Subdivision 4583. Location: Subdivision 4583 is located on the vest side of Village Parkway south of Alcosta. Boulevard. (LD) A G F. 14 D A Public Works Department 1'age 7 of 12 June 22, 1976 OUG20 Item 1.7. SUBDIVISION .7i'•2 - ACCEPT INSTRU"'IE'UT - San Ramon Area It is reco^.ronded that the Board of Supervisors accent the Grant Deed dated June 14, 1976, from Broacamoor homes, Inc. ,. a• California corporation, granting the "Develop.m.ert Eights" to Contra Costa County. Owner: Broachnoor homes, Inc. , 2194 Edison Avenue, Suite It., San Leandro, California. Location: subdivision 4742 is bounded on the south by Crow Canyon Road and on the crest touches the Southern Pacific Pailroad, about one-half mile cast of Rothe 680, in the San Ramon area. (RE: Assessor's Parcel No. 21:;-040-017) (LD) Item ]_8_ SUBDIVISIMI MS 17-74 - ACCEPT IIISTRLMENTS - Tassajara Area It is recommended that the Board of Supervisors: 1. Accept, for recording only, the "Offer of Dedication," dated Jure 4, 1976, for roadway purposes; 2. Approve the "Grant of Access to Public Highway," authorize its Chairman to execute it on behalf'of the County and authorize its recording. Owner: Robert- S. Paye, Betsy H. Raye, Barry S. Solloway, and Carol E. Solloway, 15 Ellenwood Avenue, Los Gatos, California, 95030. Location: The property involved in Subdivision MS 17-74 fronts for .1,100 feet on the north side of Camino Tassajara, approximately 287 feet west of Finley Road, in the Tassajara area. (RE: Assessor's Parcel No. 203-130-009) (LD) Item 19. SUBDIVISION 4831 - APPROVE- MAP AND SUBDIVISION AGREEI.IENT - San Ramon Area It is recommended that the Board of Supervisors approve the map and Subdivision Agreement for Subdivision 4831. Location: Subdivision 4831 is located on the east side of Broadmoor Drive just north of Kittery Avenue. (LD) Item 20. STOPM DRAINAGE DISTRICT ZONE 10 - ACCEPT OFFER OF DEDICATION - Danville Area It is recommended that the Board of Supervisors accept for recordation only an Offer of Dedication, dated IM.ay 13, 1976, from liar Paul, Inc. , for storm drainage purposes, adjacent to Front Street. This Offer is a condition of a. building permit. (RE: Work Order 8200) (RP) A G L•' N D A Public Vorks Department Page 8 of 12 June 22, 1976 OC,21 t� F f" 9 Item 21, COUNTY SER17ICE Ali?A R-7 - APPROVE PLANS AI•:D ADVERTISE FOR BIDS --Danville Area It is reconurendnd that the Board of Supervisors approve the plans and specifications for the construction of 'Phase I of the "Front Street Mini-Park," Front Street, Danville, and direct its Clerk to advertise for construc- tion bids to be received until 11:00 a.m. on July 20, 1976. The Landscape Architect's cost estimate for base bid is $13,000. The Advisory Cormittee for County Service Area R-7 has reviewed and approved the plans and specifications. This project is considered e::ei:nt from Environmental Impact Report requirertients as a Class 4 Categorical Exemption under the County Guidelines. It is recommended that the Board of Supervisors concur in this finding, and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: Work Order 5251) (B&G) Item 22. LIVORNA ROAD - APPROVE AGREEMENT PLP.NS IJID ADVERTISE FOR BIDS - Alamo Area It is recommended that the Board of Supervisors: 1. Approve and authorize its Chairman to execute a Joint Exercise of Po::ers Agreement betueen the County and the Central Contra Costa Sanitary District for the Livorna Road Reconstruction project. The agreement provides for the County to include the construction of sanitary sever facilities in the Livorna Road Reconstruction project. The Sanitary District will pay the actual construction cost of the sewer facilities plus an additional 5% for administrative costs. The estimated construction cost for the sewer work is $27,000. 2. Approve the plans and specifications for the Livorna Road Reconstruction project and advertise for bids to be received in 3 weeks, and opened at 11:00 a.m. on July 13, 1976. The Engineer's estimated construction cost is $172,000. The project involves the reconstruction of•Livorna Road on a new horizontal and vertical alignment between Interstate 6SO and Trotter: Way. -The Board of Supervisors, on Iday 18, 1976, determined that the project would have a significant effect on the environ- ment and certifies: that the Environmental Impact Report had been completed in compliance with the California Environ- mental Quality Act of 1970. A Notice of Determination has been filed- with the County Clerk. (RE: Project 4234-4257-75) (RD) A G E N D A Public t•Iorks Department Page 9 of 12 June 22, 1976 0()Oor) Item 23• BYRON HOT SPRINGS ROAD - IZL••(QUL•'ST FOR PUBLIC UTILITIL•'S COMIMISSION ALLOCATION - Byron Area T, - • i - the project would have a signiticant eftect on the environ- ment and certified that the Environmental Impact Report had been coi::vleted in compliance with the California Erviron- r,;ental Quality Act of 1970. A Notice of Determination has been filed- with the County Clerk. (RE: Project 4234-4257-75) (RD) A G_ E N B A Public Ulorks Department Page 9 of 12 June 22, 1976 Item 23_ BIROIN HOT SPRII,GS ROAD - REQUEST FOP, PUBLIC UTILITIES_ COI•L•iISSION ALLOCATION - Byron Area It is reco=ended that the Board of Supervisors approve and auth0'_izL! its Chairman to execute an application to the Public Utilities Cop.mission requesting allocati.ou of $7,860 'from the Crossing Protection Fund. Thi- :ill reimburse zione- half of the cstirted cost to the County for the installation of auto-ma tic crossing gates at the Southern Pacific Transportation Cor:.pany railroad crossing at Y.yron not Springs Road (B-68.6) . (NOi'1: TO CLERK O'? THE BOMRD: Please return the executed original and I:oard Order to the Public I-:orks Department.') (RE: V.ork Order 4169) (RD) GENERAL - Item 24. AIRPORT SITE: SELECTION STUDY On April 20, 1976, the Beard of Supervisors acknowledged receipt of an Airport Site Selection Study and directed County departmenL-s to utilise it in their respective planning efforts. Conclusions of the study :ere: I. The County's aviation demand will soon exceed the capacity of Buchanan Field, and 2. A reliever airport for Buchanan Field is needed to divert some of the touch-and-go operations to another facility. The study identified five possible nee•., airport sites. In order to be eligible for Federal Acquisition and Development Grants, it is necessary to identify the most suitable site and prepare a plan and environmental assessment. It is recommended that the Public Works Director be author- ized to enter into a Consulting Services Agreement, not to exceed $1,0001 with A. J. Parry and Associates, to prepare a preliminary work scope and planning grant - application. The Aviation Liaison Committee concurs in this recommendation. (A) Item 25. TREAT BOULEVARD - APPROVE AGREEiENIT - City of Walnut Creek It is recommended that the Board of Supervisor approve and authorize its Chairman to execute a Joint Exercise of Powers Agreement be�t:'eer. the County and City of Walnut Creel: for the maintenance of traffic signals and highu ay safety lighting. The agreement provides for the County to maintain the traffic signal at the intersection of Treat Boulevard and Bancroft Road. The city e:ill pay the County its appropriate share of the maintenance costs. (NOTF. TO CL%R; OF TFIF. BOARD: Please rej:urn three (3) copies of the e:_ecuted agree::rent to the Traffic Operations Division for further processing. (RE: Work Order 4691) (TO) A G E N D A Public Works Department Page 10 of 12 June 22, 1976 00023 Item 26. RIGHT OF 11AY RE1FOLVING FUI:DS - REQUEST FUND TRA}ISFER The Board of Stinervisors on August 25, 1959, authorized the establishment of a highu:ay right of way acquisition re- volving fund. This fund utas established pursuant to Section 1627 of the Streets and Bighi:ays Code of the- State of California and is used for the acquisition of necessary rights of way u:::ich can be expended by further orders of the Board. The fund is presently $100,000. Most acqui- sitions from this fund have been unscheduled arterial road . right of way arcluisitions connected with "hardship" cases under. the road setback program. The department believes that a special line item in the County budget each year of $100,000 will accomplish the same purpose and simplify procedures. Therefore, it is recommended that the Board cancel the right of way revolving fund, direct the Auditor-Controller to return $100,000 to the road fund to cover a $100,000 increase in the 1976-77 road budget for unscheduled " arterial road rights of way accuisition, and directthe Public [forks Director to include funding in each year's road budget to restore this Unscheduled Right of Way item to $100,000 at the beginning of each fiscal year. (B&S)- Item 27. FIRE STATION NO. 11, CLAYTON - APPROVE PLANS AND ADVERTISE FOR BIDS - Clavton Area It is recommended that the Board of Supervisors, as ex officio the governing board of the Contra Costa County Fire Protection District, approve the plans and specifications for the re-roofing of Fire Station No. 11, 5850 Clayton Road, Clayton, and direct its Clerk to advertise for. construction bids to be received until 11:00 a.m. on July 13, 1976. The Engineer's cost estimate for base bid is $4,000. This recommendation has the concurrence of the Contra Costa County Fire Protection District. This project is considered exempt from Environmental - Impact Report requirements as a Class I Categorical Exemption under County Guidelines.It is recommended that the Board of Supervisors concur in this finding, and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: Work Order 5488) (B&G) Item 28. METAL APPARATUS BUILDING - APPROVE ADDENDUM NO. 1 TO CONTRACT DOCU :ENTS - Bvron Area It is recommended that the Board of Supervisors, as ex officio the governing board of the Byron Fire Protection District, approve Addend= No. 1, dated June 10, 1976, to the construction documents for the Metal Apparatus Building at Byron Fire Protection District, Byron. This Addendum deletes wall vents and does not significantly change the engineer's cost estir- te. (RE: Work Order 5:83) (B&G) A G E N D A Public Hlorks Department ,'age 11 of: 12 June 22, 1976 00024 Item 29. REROOF VARIOU'S BUILDINGS AT COUN6TY HOSPITAL - ACCEPT CONTr_CT - Martinez Area It is recommended that the Board of Supervisors accept as complete as of June 22, 1976, the construction contract with Sparks Roofing Co. of Concord for reroofing of various buildings at the County Hospital and direct its Cler}; to file the appropriate I.otice of Completion. (RE: I•lork Order 5263) (B&G) Item 30. COUNTY FIIe cxE BUILDING AIR CONDITIONING REMODELII:G - APPROVF AGF.FEI•,E_YT - t:artinez Area It is recoTtmanded that the Boaid of Supervisors approve the Consulting Services Agreement with mechanical Consultants, Inc. , Berkeley, for re modeling of the Finance Building air conditioning system, and authorize the Public Works Director to execute same. This agreement provides for payment to the Consultant in accordance with the Standard Rates as attached to the agreeirnnt, with a maximum amount to $4,000, not to be ex- ceeded without further authorization by the Public Works Director. (RE: Work Order 5273) (B&G) Item 31. CONTRA COSTA COUNTY V:ATER AGENCY The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution: No action required. (EC) NOTE Chairman to ask for any coimrents by interested citizens in attendance at the meeting subject to carrying for- ward any particular item to a later specific time if discussion by citizens becomes lengthy and interfere's with consideration of other calendar items. A G E N D A Public Works Department Page 12 of 12 June 22, 1976 00 2.5 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). 0012 UU(irG'.) H. . BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA he: Zoning Ordinances Passed Date: June 22, 1976 This being the date fixed to consider adoption of the following ordinances) rezoning property as indicated, which was '(were) duly introduced and hearing(s) held; The Board orders that this-(these) ordinance(s) is (are) . passed, and the Clerk shall have it (them) published as indicated below: . . Ordinance Application , Number Applicant Number Area Newspaper 76-45 Lawrie Development 2998-RZ - Danville THE VALLEY Company PIONEER PASSED on June 22, 1976 by the following vote: AYES: Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid, and J. P. Kenny NOES: ?gone ABSENT: lone I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board- on the above date_ ATTEST: J_ P._ OLSSO: , County Clerk- and ex officio Clerk of the Board: on June 22, 1976 'aut J h): aL 0 �i2 U7 mom In the Board of Supervisors of , Contra Costa County, State of California June 22 19 76 " In the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which amend(s) the Ordinance Code of Contra Costa County and was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordinances(s) is (are) adopted and the Clerk shall publish same as required by law. Ordinance Number Subject Newspaper 76-52 Amends Ordinance Code Section 32-6.002 -CONTRA COSTA TIMES to clarify that the Civil Service Commission may waive competitive examinations in certain circumstances. PASSED on June 22. 1976 by the folio.ring vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny (XI ( ) ( ) A. M. Dias ( ) { ) J. E. Moriarty (( ( } V1. N. Boggess { ) ( ) E. A. Linscheid { ( ) ( ) I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of .Supervisors affixed this 22nd day of June . 1976 J. R. OLSSON, Clerk By 4 - Deputy Clerk K sa tzna . Asia' Max.Ae M. Neuf�eid Q0[,28 A "'MEMO . In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 in the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which amend(s) the Ordinance Code of Contra Costa County and was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordinances(s) is (are) adopted and the Clerk shall publish same as required by law. Ordinance Number Subject Newspaper 76-51 Amends County Ordinance Code CONTRA. COSTA TIMES Sections 14-8.002 and 14-8.004 to make most violations of the Code infractions rather than misdemeanors; and making feminine gender including masculine, etc. PASSED on June 22. 1976 by the follocring vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny (X) 4 ) A. M. Dias X) 4 ) J. E. Moriarty X) ( ) Sl. N. Boggess ix) ( ) ) E. A. Linscheid (X ( ) ( ) I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 22nd day of June . 19 76 J. R. OLSSON. Clerk Deputy Clerk H sa 12n4 - 15-MMa:�fme M. NeufAd o(J1199 UA0 In the Board of Supervisors of Contra Costa County, State of California July 22 , 19 76 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDER-ED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on July 22, 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 Supervisors affixed this 22 day of July 19 76 J. R. OLSSON, Clerk By �/l/' ( I lZ/7 Deputy Clerk Bonnie boaz 0030 H-24 3/76 15m X .101111 W POSITION ADJUSTMENT REQUEST No: C � �- Department Auditor-Controller Budget Unit 235 Date 5/26/76 Action Requested: Create classification of Denartnental Systems Specialist - Project and allocate onatnosition Proposed effective date: 7/1/76 Explain why adjustment is needed: To Provide technical systems Position for development and installation of syste-n for Criminal Justice grants for County. Position"is fully funled in grant progra-n. Consra Cosa Ccuncy Estimated cyst qf�adjustment: Amount- - .; w $ 1371 x 6 = RECEIVE 1. Salarles�ndtuages: 1440 x 6 = $ 16,860 2. Fixed Asset (fiat -item and cost] .11W - " 1376 Desk of $ 250 ' Estimated total $ 17,110 Signature Dep3rgtHeacer ' Initial Determination of County Administrator Date: /�. •= �.e� i'-� ��-E=� �"-� Count Administrator Personnel Office and/or Civil Service Commission Date: June 16, 1976 Classification and Pay Recommendation Atlocate the class of Departmental Systems Specialist-Project on an Exempt basis and classify (l) Exempt position. The above action can be accomplished by amending Resolution 75/592, Salary Schedule for Exempt Personnel, by adding Departmental Systems Specialist-Project at Salary Level 431 (1171-1667). Also amend Resolution 71117 to reflect the addition of 1 Exempt position of I Departmental Systems Specialist-Project. Can be effective July 1, 1976. T;:is class is exempt from overtime. Assistant Personne4 Director .ecow, mnddtion of County Administrator // Date: June 23, 197:, Recommendation of Personnel Office and/or Civil Service Commission approved, effective June 30, 1976. C/O// I County Administrator Ac'i�n of the Board of Supervisors AdJustment APPROVED (- ) on _mN 2 i47s J. R. OLSSON, County Clerk t ^ ` Late: J U ti ?. 15To _ B� �G ,cr. C-1_",on- G,C Randa Amdahl Wputy Cjcv�J 031 APPROVAL oz' tlaz adJuatment eonstLtu.tes cut Apptopniati.on AdJws-tment cued Peuoiwet I Rcsotuti.on Amen&rert. -,::: ,,..: r . APPROVAL o this adjrestmen.t eortsti,tutes im Appr,opfii.attoa Adjustment cued Pelrsoanec i Rc.sotuti-on Amcndmen.t. clo POSITION ADJUSTMENT REQUEST No: Department Auditor-Controller Budget Unit 235 Date 5/26/76 Action Requested- Create classification of Senior Clerk - Project and allocate one Position Proposed effective date: 7/1/76 Explain why adjustment is needed: To provide clerical position for maintaining records" and documentation for Criminal Justice grants for County. Position is fully funded in•grant rro!iram. Estimated cost of adjustment: Amount: ConTro 1. SaTarip akd wages: _Co�;o Coun's 11,4.2 2. Fixed Wsse�: Wz t items and cost) RECEIVE=D lfcsl: 1�O;FAB I Tvnewriter $800; Printing C41culator $100 ii 1'1 - I:TS $ 1,450 �•r Estimated heal Ortice of 12,562 4 "Y Ad ;, s Signature ,c "s D a ea4/ Initial Determination of County Administrator Date: Countv Administrator Personnel Office and/or Civil Service Commission Date: June 16, 1976 ;classification and Pay Recommendation Classify (1) Exempt position of Senior Clerk-Project. Study discloses duties and responsibilities to be assigned justify classification as `:�-nior Clerk-Project. Can be effective July 1, 1976. The above action can be accomplished by amending Resolution 71/17 by adding (1) Exempt position of Senior Clerk-Project, Salary Level 247 (783-951).. i Assistant PersonnoT Director Recommendation of County Administrator Date: June 23, 1976 i Recommendation of Personnel Office and/or Civil Service Commission approved, effective June 30, 1976. 1 County Ad.-Anistrator Action of the Board of Supervisors Adjustment APPROVED {;�. on JUP1 2 2. 1976 J. R. OLSSON, County Clerk IDate: 11j Dl ?. 2 1976 — By ,.Y,<<_, ( k Ronda Amda;i.' Deputy 66 32 APPROVAL o6 .this adjustment comsti.tutes an Apptoptiation Adjustineat and Pe�..sortrtee Re3otatcon Ametufinent. APPROVAL o6 -this adjtesttmejtt comst tutes cut Apntop-tiation Adjas-brent and Pe& oiuler". Reaol u.`.cvn Amendment. ... Tia.....:. POS I T I ON ADJUSTMENT REQUEST No: Department CCCo Medical services Budget Unit 540 Date March 16, 1976 Action Requested: Establish class of supervising Mental Health Program Assistant Proposed effective date:4 /1/76 Explain why adjustment is needed: Provide a supervisory level of Mental Health Worker Estimated cost of adjustment: „ . -';, Amount: I OSaWief�and wages: :::, o $ 2 iRFixM A§ets: (Wt items cued cost) "-- .-, c t $ L C ' iia Estimated total .." Signature William R. Downey, II, Chief, Med.Admin.Svcs./ ,W�t w Department Head Initial Detii`hitf�tion of County Administrator ate: March 24, 1976 ' To Civil vice: ` Reque _ recommendation. F7 County d6i i t r Personnel Office and/or Civil Service Commission Date: June 8, 1976 Classification and Pay Recommendation Allocate the class of Mental Health Outreach Supervisor. On June 8, 1976, the Civil Service Commission created the class of Mental Health Outreach Supervisor and recommended Salary Level 310 (948-1153). The above action can be accomplished by amending Resolution 75/592 by adding Mental ► Health Outreach Supervisor, Salary Level 310 (948-1153). Can be effective day following Board :cation. The above class is exempt from overtime. Assistant PersonneYDirector Recommendation of County Administrator ////date: June 23, 1976 Recommendation of Civil Service and/or Personnel Office approved, effective June 23, 1976. County Adifflnistratbr Action of the Board of Supervisors Adjustment APPROVED (-.1w—F=—) on JUN 9 � 1876 Date JUN 2 2 1970 J. R. OLSSON. County Clerk Ronda Amdahl Deputy CICPO U33 APPROVAL o6 .thZs adjus.ttnent ccrosti.tu.tes an Apptopniation Adju6-tinent and Pet6onnet Resolution Amendment. In the Board of Supervisors of Contra Costa County, State of California July 22 , 19 76 In the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hrerto and by reference incorporated herein, are APPROVED. PASSED by the Board on July 22, 1976. 4 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 2 2 day of July 19 76 J. R. OLSSON, Clerk By u�, Deputy Clerk onn a Boaz H-2d 3176 15m V;l`.V•Z t✓ri t � i j , CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Law F Tlfqri(-A (qzm m Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quantity) Fund BudoetUnit Object Sub-Acct. CR X IN 66) 01 1003 235-1031 Labor received 17,700 t 2100 Office expense 700 2170 household expense 300 2315 Data processing 8,000 010-1032 Labor Provided 17,700 990-9970 Reserve for contingencies 9,000 990-9970 Arpropriable revenue 17,000 PROOF _�__n p___ _K.P. _VER.- 3. EXPLANATION OF REQUEST(If capitol outlay,list items and cost of each) TOTAL ENTRY To set up budget for operation of Law & Justice Systems Dote Description development. Started January 1976, partially funded by LLD" Grant. APPROVED: SIGNATURES DATE AUDITOR- 17'16 CONTROLLER: Zia— COUNTYkP t,1 16 ADMINISTRATOR: r t e t BOARD OF SUPERVISORS ORDER: YES: Supervisors Kwny. Dian. Moriarty, BO99ta16 Ltnscheid. NO% (IQtle onjim 9 ?, 1Q7 J.R.OLSSON CLERK r ) ,. ( S., Ronda Amdahl Signature -- Title / Date Deputy Clerk Approp'AdI' (M 129 Rev. 2166) o')( 35 Journal No. •See lnstrnctrons ort Reverse Side r L + CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT Crippled Children Services #577 DEPARZTMENT G°5' OGE i UNIT Increase RESERVED FOR AUDITOR-l" R'S USE Dc-,case I CR )(IN (..% a.. S,cu of ACCOUNT -. DSJECT OF EXPE'1SE CR FIXED A:SET IT IA' — Fuad n�d�c•rU^,r v:,c.r >_c - c '.fit Qucm,rgl Y 6,600 rt tnn3 i77-1013 Ta vo*-*v Srtar.es APPROVED' SIGNATURES DATE - AUDITOR- CONTROLLER: t. � 1776 COUNTY ADMINISTRATOR: EIOARD OF SUPERVISORS ORDER: YES: duper'vlaora Kenny. Ulan Moriarty, Boggeike.UnOc seld. NO% f'tC�rlE aJ4}4J ? 7 1Q7 J.R.OL SON CLERK Ronda Amdahl Signature (M 129 Rev. 216$) 'Deputy Clerk Title ,�^p Date ' t, Joual i.See Instructions on Reterre Side Q�) �� rnN • � CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT Health - ra i Crippled Children Services #577 DEPARTMENT I-. �':DvcT . T RESERVED FOR AUDITOR-CONTROLLER'S USE - »pec a( CC0!JNT 2. OBJECT OF EXPEt15E OF FIXED ASSET iTEti' Inrrcase FLndDC:+CasC t CR X itt L6 1003 577-1013 Temporary Salaries $ 6,600 1014 Overtime 2,280 " 1081 Labor Received $32,000 " 450-1082 Labor Provided 32,000 577-2100 Office Expense 3,400 It 2102 Books and Subscriptions 2,400 " of 2110 Communications 500 " it 2130 Small Tools and Equipment 250 " is 2131 Small Tools and Equipment - Tagged 350 " of 2140 Medical and Lab. Supplies 1,000 is 2142 Prosthesis and Assit. Devices 12,000 " It 2170 Household Expense 100 go 2270 Repair and Service of Equipment 50 " to 2301 Auto Mileage 700 " to 2310 Professional and Personal Services $7,368 " of 2312 Ambulance Service 800 of 2317 C.C.S. Diagnosis 18,000 " to 2476 Recreation 150 2477 Educational Supplies d Courses 400 2479 Other Spec. Dept. Expense 250 " 950-9970 Appropriable New Revenue 50,195 " 990-9970 Reserve for Contingencies ril -38 4.29,z38 K.P. _VER- S- EXPLANATICN OF REOUEST(if capital outlay, list items and cost of each) TOTAL a ENTRY To reflect increased State allocation for C.C.S. diagnosis, treatment, and therapy. Dste Dcscetn Approved budget was based upon $660,000 State allocation. Adjustments reflect current allocation of $850,000. APPROVED- Si GNATU DATE AUDITOR- r CONTROLLER 11776 COUNTY ADMINISTRATOR• V BOARD OF SUPERVISORS ORDER: Z'ES: SuFerx3aom Kenny,DI" Alorlarty, ldogKgeota, Llnacbeld. �11�N 2 2 197 < N°' tC. (° nsom. Services Ast. 6J17J7- J.R.OLSSOLSSON CLERK „-ted: � � Ronda Amdahl Michael L:" vney 00C13-31111.,17.11 11�i/ _f1► Tofte but V 0 V-p,op.Adi• �,G7 � Clerk j aurno(tta. ' t a a' ltttruCttuue *+tt l:a•1 a't�c 1 !r 1 as If■ 0 • j A CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I UEPARTMENT GR EUDGEf UNIT PUELIC WORKS RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quantity) Fund BudaetUnit Object Sub.Acct. CR X IN 66) COUNTY S WICL AAZA R-6 ORINDA 01 2753 2753-9970 1. Appropriable New Revenue $ $ 7,000. Reserve for Contingencies 3,500 7712 027 2. Park Construction III 3,500. PROOF _Comp.— K.P_ VER. 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL ENTRY 1. Increase budget for donation for construction received Date Descr ptian from the Orinda Foundation for construction and operation. 2. WO 5297 - Construction Phase III Community Park. (Steps and parking lot) APPROVED: ]GNAT E ,,-"—DATE AUDITOR— CON TROLLER ` /6 COUNTY ADMINISTRATOR: tu.P BOARD OF SUPERVISORS ORDER: YES: Supervisors Kenny, Dias. Moriarty, Boggess, Lfruttmlii i ND:. ncrv- ,JIiN 2. 2 10� LPublic J. f2 OLSSON, CLERK r. c., (1.i,,��,,� � r Works Director 6/16/76 Ronda Amdahl Signature � , (�( Title Date Deputy Clerl, 001"W'Journ.Ado. s�`� (M 129 REV. 2/75) Journal No. Src /its tnrctions uu Rererse Side 4 • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I DEPARTMENT CR EUDGET UIIIT PUBLIC WORKS RESERVED FOR AUDITOR•CONTROLLER•S USE Catd SPeciol ACCOUNT ?. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Codc Quantic ) Fund BudoetUnit Object Sub.Acct. (CR X IN 66) SELECT ROAD CONSTRUCTION 01 1003 661-7 542 1. Danville Blvd. $ $ 1,000. 201 2. Center Avenue 2,000 222 3. Alhambra Valley Rd RW 6,650 316 4. Moraga Way 2,000 534 5• Danville Blvd. 1,802 i 997 5• Frontage Imp 673. 350 6. Bancroft Road 1 988 6. Signal Modification 1. 511 7. Hillcrest Ave. 17 994 1,2,3,4,7, Land Development :.ng 11,633 S 529 8. Diablo :toad 2,400 MIVOR ROAD CONSTRUCTION 01 1003 665-7600 551 5. Laureneta day 1,129 KTNOR ROAD BETTERMENTS 01 1003 666-7600 990 8. Betterments 2,400 PROOF Comp.-_ K:P_ _VER__ 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL ENTRY 1. WO 4340 - Preliminary Engineering for median construction Date Description at San Ramon Valley Union High School. 2. WO 4342 - Preliminary Engineering to reconstruct road from Pacheco Blvd. to :lartinez City Limits. 3. WO 4339 - Monument existing center line from Martinez City Limits to Arroyo Del Ray. 4. WO 4341 - Preliminary zngineering for bus stops between Overhill road and Glorietta Blvd. APPROVED: SIGNATU DATE 5. WO 8520 - Zone 13 storm drain construction. (Contract AUDITOR- ! ( ►� JI,^JJ` awarded 6/8/76) CONTROLLER: 1 l n .sL1G / 1 6. wp 4255 - To cover expenditures on completed work order. COUNTY r� 7. WO 4106 - To transfer funds on completed work order. ADMINISTRATOR: 8. 40 4312 - Grade bank at Camino Tassajara. BOARD OF SUPERVISORS ORDER: YES: dupen"ra JKwuty.Dt— AS�r•uny. Boggy t In.dxld NO:. JUN 2 2 197 ) J. R. OLSSON. CLERK „��Cci r.,rn inC a` Public Works Director 6-16-76 Ronda AmdahlS na ure- ( [� Title Date Deputy Clerk l� 33 Approp.Ado. Journal No. W 129 REV. 2/75) • %vv titstnrctiuns un Ret erre Side „ . now t , CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT DE'ART!.tft+T CR iDGE f UNi JJ!' ��t ��/ RESERVED FOR AUDITOR-CONTROLLER'S USE CCrd Special ACCOUNT C,3JEC7 OF EXPENSE OR FIXED ASSE TEbt' `” Increase Decreese Code Qacntitvl Fund BudaetUmt Ob.ect S.,,;.Acct. /' (CR X IN 66) 01 1003 086-7710 506 Auditors Xerox Area 265 01 1003 086-7710 531 Assessors Shelving 166 01 1003 086-7710 538 Finance Bldg Porch '99 PROOFC0 p_ _P• ` EXPLANATION OF REOUEST(If capital outlay,list items and cost of each) TOTAL ---- - - - -- ENTRY Those internal adjustments not affecting Date Descnpnan department totals are requested due to increased costs of labor and material. APPROVED: SIGNA7U t/{DATE AUDITOR- J' 1678 CONTROLLER: C COUNTY AD1,tINISTRATOR: h�X"I_1L� BOARD OF SUPERVISORS ORD-ER: YES: *QenKaura Kenny.DI— Atort"Zy. 130neae, Llmacneld. No:. not-)C-: J,UN Z 2 19'; ie �� ,Deputy Public Works J. R. OLSSON, CLERKDirector 6-11t-7E Ronda Amdahl � Title Date weputy Clerk O�)�3.t�prop.Adl. (M 129 REV. 2/75) 401Urnal No. ' Crr Lr�lrucln.n., ..rr Rot rrsr Sitlt' CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT i GEP.:RTGtfN7 0�B�lUGEf UiilT �JI la 1►t tV'\C3 tN. IPotQGle e RESERVED FOR AUDITOR-CONTROLLER'S USE — "IQKI UlS)�'IOK CCrd Spec al ACCOUNT :3JECT OF EXPENSE OR FIXED ASSET ITE1A• Increase Fund Decrease Code QJaMltyl Budcet Unit Object ISb,Acct- CR X IN 66) ni 1(%n'A 11n 7711 1 (,ni rnrn T rA PI An 96.3 APPROVED: SIGNATU DATE AUDITOR- J(y�I 1 G CONTROLLER: C COUNTY ADl.11N1S7RATOR: BOARD OF SUPERVISORS ORDER: YES: dt P ,334ce Kenny. Das. Atorlarty. BMCM L,Inacneld. No:. npr-K- J,UN 2 2 11479 II R' � Deputy Public Works J R CILSSON. CLERK , Director 6-14-7E Ronda Amdahl S gnar.re ((�� (� ��tj� Title Date ueputy Clerk 00 34.1ncl No. (M 129 RES'. 2/75) �c. btaracln,rt. ..rt Rct crsc Side m.. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT J I GFf'•:�^T!.1Ct1T O�B�1Di�Ef U!i1T �J11d!rt tL'1cs tK�PGtC2Gte e RESERVED FOR AUDITOR-CONTROLLER'S USE C.:rd Spec.01 ACCOUNT _ OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease (acroase Code antityl Fund BudaetUnit Obsect S..e.Ac r. CR X IN 66) 01 1003 119-7711 601 Corp Yard Plan 96,332 01 1003 086-7711 544 Flood Control Addition 96,332 PROOF C_eTp., _K,P_ _VE2. ?. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY This appropriation adjustment not a"eeti*g Date Dzsct.ptian is being made in order to provide funds to commence design of the proposed building to be constructed adjacent to the flood control building. APPROVED: SI- /—,\D-TE AUDITO - IG CONTROLLER: COUNTYAA l AWINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: _04DOevIx=Krasny. Dias. %!uriartY. flogger,Lam-held. NO:. ncr,e_ ,J�1N 2 2 1972 2 197 • � eAssistant Public J. R. O1.SSON, CLEW .. Works Director 6-10_7E Ronda Amdahl n /� Tide r? Dore Deputy Clerk OtIU`#V Approp.Ad!. S (M 129 REV. 2/75) Journof No. ' Sac fu�lntcliou� vtt Rct.•rSe lirfr Yi � • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1 cEPARTME%7 ca eucGE r UNIT PUBLIC W)iKS RESERVED FOR AUDITOR-CONTROLLER'S USE Card Speciol ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quantity) Fond Budeef unit Object b.Acct. (CR X IN 661 STORM D..;LUN GS DIST. Z011E 13 Ol 2593 2593 -7712 001 1. Line C-1 Unit 2 FH 701 $ $ 2,427. 4 701 1. C-1 Drain TO 001 2,1127. AID TO CITIES 1003 685-3580 009 2. Antioch Topics 1003 1 011 2. Clayton Topics 1003 206 ( 01.14 2. Hercules Topics 1003 1 ` 016 2. Hartinez Topics 1003 1 ( 023 2. &lnut Crk Topics 1003 2 SEDT ROAD COMMUCTION 1003 661-7600 9914 2. Land Dev Eng 201 �b33, a.to PROOF _C_o_r..p._ _K:P_ _VEr. 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL ENTRY I. WO 8520 - Zone 13 Storm Drain Construction, Danville Date Desct,pt.cn Blvd. (Contract awarded on 6/8/76). 2. Supplemental funds for Safer Roads - Aid to Cities Agreement of 6/22/76. APPROVED: RES ATE AUDITOR- 6�6 CONTROLLER: COUNTY J ,/2, ADMINISTRATOR: (�(� /h BOARD OF SUPERVISORS ORDER: YES: Iiwuri. Dltsa, MorIPnY. Bo"em un.--chr•i& NO% JUN 2 2 1Q7 ) J. R. OLSSON, CLERK 6T rsS^ r1 YY,�iri4Ll Public Works Director 6-16-76 Ronda Amdahl Siynat�re Title ate Deputy O�l 11{/li(w[i� Journal No.prop.Adj. Lt W 129 REV. 2/75) Clerk Sri strucliuus Ou Rrrrrst• Side CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT 451 — Health Department RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quantity) Fund BudaetUmt Obiect Sub.Acct. (CR X IN 66) 01 iC 1003 451-7751 013 OFFICE EQUIPMENT Ten Quantar model 307 48x $2,250 Lens Micro Fiche Reader / at $210 each. `ti{ Z 451-7754 CI TOOLS & LAB EQUIPMENT 7,500 Two Hematoflourometers ZNP Model 4000 at $3,500 each , 451-231-0 PROFESSIONAL & PERSONAL SERVICE 8 $9,750 tl� C��rt2 l=�nSz PROOF V_E_R._ 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL --� To allow for the purchase of ten Quantar, Model 307, ENTRY 48x lens micro fiche readers at a cost of $210 each. Date Description Monies are available in Heath Department, Special Health Projects Budget unit 451, Project 1710, "Clinic Support". To allow for the purchase of two Hematoflourometers 2NP model 4000 at a cost of $3,500 each. Monies are available in Health Department, Special Health Projects Budget Unit 451, Project 1723, "Lead Poisoning Control Program". APPROVED: SIGNA ES DATE AUDITOR— 4017 78 CONTROLLER: COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: aupervtNora Kenny. Dies. Moriarty. Boggem lAnachetd. NO%f nt✓ a,Jt1N 2 2 197 J. R.OLSSON CLERK aa n i �lfr�l1� '1. CCL-v' t: : L.i 6-15JA tht"i0_�4 I1i��Ki—SE�&ttziFr— r Ronda Amdahl Signature I t e `� Date Deputy Clerk n( `.f� f0 6 P tY 00 V Z urn I No. l M 129 Rev. 2:6S) See Instructions on Reverse Side *,- W- o- : CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Health - 450 Cad Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Fund Decrease Codc Quantity) BudaetUnit Obiect Sub_Acct. (CR X IN 66) 1003 450-2100 Office Expense $ 405.00 (� 1003 450-7751 0,/1 Office Equipment $ 405.00 1977 Edisette Combination Dictator - Transcriber PROOF _C_ •__ _K_P_ VER.— 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL ENTRY To provide capital outlay funds for the purchase Date Description of one Edisette Dictator Transcriber at a cost of $405.00 APPROVED: SIGNA ES DATE AUDITOR— CONTROLLER: ( 1f AN 1676 COUNTY ADM1N{STRATOR: dlklx BOARD OF SUPERVISORS ORDER: YES: SUPerV13= penny. Dla. 3.11••,•-ftyt $Ogg�e.I.inx�:cs.i (i NO:. �UN 2 2 t07 I�J Jer J. R.OLSSON CLERK � �f� ni,�L� Administrative Analyst 6/15/7 tb ROnde AIs dahl L Signature (n'r {� Title J� Dare Deputy Gem OO 1�"i 3 A°°rop Adj. J! 11.3 M 129 Rev. 2,66) Journal No. •See Instructions on Reverse Side 0 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DE?ARTr.1ENT GP B::DGE T UNIT I f�Q RESERVED FOR AUDITOR-CONTROLLERS USE 14 _ So cc.aiCCOUNT DB.1EC T OF EXPENSE OR FIXED ASSET ITEM• Increase fund Decease c O�onfity) BudactUn,t Ob.ect S.,'c.Az-?. i CR X IN 661 01 1003 450 - 7754 Medical and Lab Equipment 017 Steam Sterilizer $ 240.00 C) I 1003 450 - 7750 C)4� Sundry Equipment Transport Cart $ 240.00 PROOF _C_°^a_ __ P. _VER._ _. EXPLANATION OF REQUEST(If cap-tal outlay,list items and cost of each) TOTAL ENTRY TO provide collapsible equipment cart capable of Date Des_ratla' transporting and loading heavy medical equipment. Our Public Health Nurses have reported four (4) serious back injuries while transporting and loading such equipment by hand during the last six (6) months. APPROVED- SIGNATURES DATE AUDITOR– I i I� CONTROLLER COL!NTY ADruNISTRATOR• BOARD OF SUPERVISORS ORDER: YES. supenlao- Kenny. Di-. 114orllrty, Boggem iynscheld N . _JUN 22197 J.R.OLSSON CLERK Admin.Services Ass"t. 6/1617 6 Ronda Amdaty Mi ael LS-, ey ( ((:;/� i T tie s3/ Owe Deputy Cleric �l�U`'l '1 jovraoi o. (a'� Rr.. 0S' tri Lnlructinn.. uu Frr crar !r ( 4 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Probation #313, 314, 320 & 321 RESERVED FOR AUDITOR-CONTROLLER'S USE Card Speciol ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quantic ) Fund Bud et Unit Obrect b.Acct. f CR X IN 66) C► 1003 313 - 2310 Professional and Personal 7,090 1003 314 - 2310 Professional and Personal 35,059 1120 320 - 2310 Professional and Personal 5,669 1120 321 - 2310 Professional and Personal 7,808 100 3 540 - 8822 Costs Applied to Service F Supplies 55,626 55,626 — 6 1 I ZG f'11m-T IT,577 1603 1`90-9970 Fsel"e 71Z,� Z&//, /3, x/77 PROOF Cor p.—_ _K_P__ _VER.— 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL --- TO adjust costs transfers and initial budget for hospital ENTRY services in the following budgets: Dore Descnptwn Budget Projection Byron Ranch #313 25,353 32,443 Juvenile Hall #314 57,000 92,059 Preplacement #320 3,120 8,789 Girls' Center #321 11,000 18,808 APPROVED: SIGMA _ DATE 96,473 152,099 -, OR== ONT I ItNTROLLE �t{c' ?/UN 17 Above based on latest hospital service listings received R: uTt + by Probation. Final review on 6/30/76 may require further ADMINISTRATOR: 6kxbC adjustment based on the enact charges vs. above projection. RIIARD OF SUPERVISORS ORDER: t t'1uper%laorn Kenny. Dias, 4fnriarty. Dog-ess. Lwsch,11. JUN •? (}, NO:. J ROLSS (� , 46in",gVERK by �1 u a t,, C , �(?� County Probation Officer 5/7/76 5,3noture Title _ Date QEt7t1.' Clerk ✓ / ���, Approp.Adi. �7 f M 129 Re.. 2,65) _ •Ser Instructions on Ret erse Side Journal No. I PRO �. t CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Probation—Juvenile Hall #314 Social Service-Shelter #570 RESERVED FOR AUDITOR•CONTROLLER-S USE Card Spec-al ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Decrease Cede Q onti1 1 Fund BudoetUnit Object Sub.Acct. (CR X IN 66) L/ 1003 314 - 1013 Temporary Salaries 10,065 570 - 101 TFe>B ry-6s4,a-ries 10,065 21,50 314 - 1082 Labor Provided 10,065 570 - 1081 Labor Provided 10,065 AWINISTRATOR: �•`I.L�M(;i�t" 6//x adjustment based on the exact charges vs. above projection. 1104RD OF SUPERVISORS ORDER: t I ;5UPen13= Kenny. Dias, Afor tarty. I3oggeax. lAna c:wI1 ,Z Ute NO:. on 1 G2�c/•LQ� County Probation Officer 5/7/76 S�gnarure �� Title _ Dei ' Clerk ✓ f Dore Approp.Adl. —7 i M 129 Re- 2,6S) / / Journal No. 7�3 / 1 •See Instructions on Ret ersr Side t • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Probation-Juvenile Hall #314 Social Service-Shelter #570 RESERVED FOR AUDI TOR-CONTROLLER'S USE Cord Spec.al ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Cede Q�ontit l Fund BudoetUnit Object Sub.Acct. (CR X IN 66) 6;1 1003 314 - 1013 Temporary Salaries 10,065 570 --01 ary &&Ia-ries 10,065 314 - 1082 Labor Provided 10,065 570 - 1081 Labor Provided t�r,ur� 10,065 PROOF Comp.-_ _K_P_ _V_ER.- 3. EXPLANATION OF REQUEST!If capital outlay,list items and cost of each) TOTAL ENTRY To establish labor provided/labor received appropriation to cover emergency use of Juvenile Hall staff at Children's Date Descnptan Shelter and to transfer the projected temporary salaries as shown below: Actual amount per inter-dept. charge 7/1/75 - 12/31/75 $ 5,611.55 1/1/76 - 3/31/76 2,201.97 APPROVED: SIG RES DATE To be charged: 4/1/76 - 4/30/76 750.86 nuTOR_ Estimate S/1/76 - 6/30/76 1,500.00 r ONTROLLER: JUN 1 7•M tr I yQaD ' Total $10,064.38 ADMINISTRATOR: w 1 ROARD OF SUPERVISO� ORDFAcrty I t3ypart aots uoss� =��t�r1a 2 Jur; )',, NO:.� ,La on J. R. O[SSON ,.';(' L L �.CLERK bt County Probation Officer 76 ,u L t r / i` j- • 5 7� S oture Title �7 Date r 00 ) Journal Ado. 7 7- , M 129 Rev. 2r o6) GePuty CICrrC L t Journol No. � � See Instructions on Ret erse Side r? CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT Social Service #518 1. DEPARTMENT OR BUDGET UNIT probation #572 RESERVED FOR AUDITOR-CDH TROLLER'S USE Cord Spec-01 ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Cod, Quandtrl Fund Bud erUnrt Object Sub.Acct. (CR X IN 66) (?� 1120 572 - 2160 Clothing $ Personal 6,915 572 - 2300 Transportation Other 550 572 - 2303 Other Travel - Employees 1,828 572 - 2310 Professional F Personal 1,278 572 - 3310 Board £ Care 21,753 ino3 518 - 3310 Support & Care of Persons 28,668 50,496 50,49 1120 99-I-997' /��Jc�;c' � �SF/II�FS ,1 E✓ J.7.7ntJ ?rS,�lc rY PROOF C_omp.—_ _K_P__ _V_ER.— 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL ENTRY Projected placement costs are $57,500 per month for April, Dare Descr,pt-cn May and June, 1976 under Budget #572. During the year there was a significant decrease in Probation placements under AFDC-BfII Budget #518 and a slight increase in place- ments in Budget #S72. This adjustment transfers available Probation placement funding (County portion only) from Budget #518 and includes APPROVED 11 GN AJUR ES DATE other adjustments on items within Budget #572. Placements A'!IQTOR=' - 1 in private institutions were budgeted at 10 per month - IONTROLIER: b �1 JUN 17 it, annual costs at $97,800. Actual and estimated placements tNT't �J1 average 12.5 per month projected at $797 each for a total A101NISTRATOR: •j� 6 �g�� - of $119,553. The increase in clothing is due partially to the clothing authorization being raised over the past two BOARD OF SUPERVISORS ORDER: years from 5100 to $225 with inadequate funding in Budget rt`q�pen-tors rcnmt Dias. :t:. #572. Budget #572 covers clothing for placements in 147 Budget #518. Transportation, travel and professional- personal are offset internally within Budget #572. J.ifr ' 2 91 0 �1 NO:flu on r J SSO__ERK b> Il��' ��/- i. �` ! I�/ - ✓� ti-Z_&, unt Probation Officer 5/7/76 t �,3 S,gnarure f Title _ Date Deputy Clerk // prop.Adl• `!�`2—7/� (M 129 Re•. 2,66! •See Instructions on Ree erse Side journal No. JJ ))//tt�� CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT PROBATION 11308 RESERVED FOR AUDITOR-CONTROLLER'S USE Increase Cord Soec�ot ACCOUNT Z. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease I rQ x,,, FR1 r n. titvl Fund it, itr,i -t 'cr ..Aa,—L H-1 G. This adjustment transfers available Probation placement funding (County portion only) from Budget #518 and includes APPROVED: 1GN Es 7 DATE other adjustments on items within Budget #572. Placements ,,,,t,ITcR::::= --• ) r in private institutions were budgeted at 10 per month - t ONTROLt.ER: - Y -+ ?%5 annual costs at $97,800. Actual and estimated placements N1� average 12.5 per month projected at $797 each for a total AlkayISTRATOR: J /Q�1C' of $119,553. The increase in clothing is due partially to the clothing authorization being raised over the past two BOARD OF SUPERVISORS ORDER: years from $100 to $225 with inadequate funding in Budget I I Supe %-t,m's Reny, Dlas. !J-: ',', #572. Budget #572 covers clothing for placements in I:oa�r +• t+:- r Budget 9518. Transportation, travel and professional- personal are offset internally within Budget 0572. j JiiNon J. R. S,w•SIt,PERK br / - f.. S. '•. It's �',- ✓'1 i,4':zA,,42untr. Probation Officer 5/7/76 i r S gnature f Title _ Dote Deputy Clerk / prop. .� X70 I M 129 Rei. 2,68) nal No•See Instructions on Rer erre Side nal No. K CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT PROBATION #308 RESERVED FOR AUDITOR-CONTROLLER'S USE Increase Card Soeual ACCOUNT 2. OBJECT Of EXPENSE OR FIXED ASSET ITEM' Decrease I CR X IN 66) Codc Ouont�r 1 Fund BudoetUnit 06iect h.Acct. -W64-7 Gi 1003 308-3310 Board s Care 380 I 1003 308-7752 013 Desk 42 x 76 220 i 1003 308-7752 014 3-passenger settee 30 1003 308-7751 002 Typewriters, Elec. 270 1003 308-7751 010 Microfiche cabinet 158 1003 308-7752 004 Desk 60 x 30 75 1003 308-7752 007 Desk, Typist ' l 3. EXPLANATION OF REOUEST(If capitol out lay,list items and cost of each) 7VT1 To adjust within budget items for purchase of desk far Date Assistant County Probation Officer, replacement Of 3-passenger settee at Western Juvenile Division office, and other adjustments between fixed asset accounts. APPROVED: SIGNAILLHj ES DATE A+31-ITOR— A7�� (\ Jun 17'76 (uNTROILERo c NTS tgh4 MWINISTRATOR:---=— IWARD OF SUPERVISORS ORDER: }t� Bul+en•+.aors F:c.':;t•, I;i;�;. ...,:-I,rts, Etibti�, Li�•r}:vi�L onV's •' �iMM�M�r�,V /ter_ ASST.COUNTY PROBATION OFF.6/17l76 M wI CLERK by ; Si orate title _ Dare Biu cig 00010pop Adj Caputy Clerk JournalNo.M 129 Rev. 2i66) •See Instructions on Rererse Iltt molt" RAIFtw I 3Y L CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT RESERVED FOR AU DITOR•CONTROLLER•S USE }' DEPARTMENT OR BUDGET UNIT PROBATION cOrd s 308 special ACCOUNT P.1 Code Quonnty) Fund 8udaerUn;t 06iecr b.Acer. 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM 0 1 Decrease Increase 1003 308-1013 Temporary Salaries CR X IN 66) 1014 Overtime 7,700 3310 Board & Care 6,607 310-2310 Prof. & Pers. Svcs. 3,200 312-3310 Board & Care 830 313-)013 Temporary Salaries 7,800 1014 Overtime 13,000 2150 Food 2,000 2170 Household Expense 14,000 2272 Gas & Oil Supp. 3,100 I 2282 Grounds Maint. 1,000 ? 2310 Prof. & Pers. Svcs. 775 . 2476 Recreation 1.233 314-1013 Temporary Salaries 1,000 1014 Overtime 30,000 2100 Office Expense 9,400 2102 Books & Periodicals 1,312 f 2120 Utilities 167 2150 Food 5,080 2160 Cloth. E Pers. 10,000 I j �X70 Rent of Equip, 4,120 ( Maint. Radio E E)ec, 1,100 2282 Grounds Maint, 1,268 2310 Prof. & Pers. Svcs. 3,000 2476 Recreation 10,179 2170 Household Exp. 1,152 1120 320-1013 Temporary Salaries 5,678 1014 time 12,200 0609110 ( 2,000 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT PROBATION #308 P.2 RESERVED FOR AUDITOR-CONTROLL£R•S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Code Quantity) Fund Bud etUn;t Object b.Acct. I CR X IN 661 O1 1120 320-2120 Utilities 3,440 I 2150 Food 4,000 2160 Cloth. & Pers. 1,100 2170 Household Exp. 868 2301 Auto Mileage Emp. 140 2310 Prof. & Pers. Svcs. 4,380 321-1013 Temporary Salaries 8,000 1014 Overtime 2,300 2120 Utilities 5,000 2150 Food 2,750 j 2270 Rpr. & Svc. Equip. 775 2282 Grounds Maint. 2,500 ? 2301 Auto Mileage Emp. 280 2310 Prof. & Pers. Svcs. 5,057 2476 Recreation 1.027 1003 327-1013 Temporary Salaries 19,000 j 1014 Overtime 150 2150 Food 5,721 ( 2301 Auto Mileage Emp. 260 01 1120 994-9970 Reserve for Contingencies Rev.Sharing 19,680 01 1003 990-9970 Reserve for Contingencies Gen. Fund 19,680 PROOF Comp._ K.P: VER.- 3. EXPLANATION OF REQUEST(If capitol outlay, list items and cost of each) TOTAL --- �- -- To adjust within Budgets #308, 310, 312, 313, 314, 320, 321 ENTRY and 327 for necessary appropriations to fund temporary Date Description salaries, overtime, office expense, books & subscriptions, utilities, food, rent of equipment, grounds maintenance, and auto mileage-employees. This adjustment is being accomplished internally by identi- fying those accounts where controlled cost reductions have or can be made and thus allow the 24-hour institutional APPROVED: SIGNAPJqS DATE care and the Juvenile Probation Work Detail program to %•IhlTOR- continue thru 6/30/76. i}NTROLLER: 'JUN t !iITY AfIAtINISTRATOR: `„ f11laRD OF SUPERVISORS ORDER: IJ.l;C•�, Llss.c}Iui1. NO:. oti-11IN •r •7 ''` J. R. otsso;� yM Nf CLERK bt l61.17/7 It L'4'3' Tide Date Deputy Clerk or���* A°°'OQ o. 53/Ss I M I29 Rei. 265) p N Journal No. •ser Instructions on Ret erse e CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT _ i. DEPARTMENT OR BUDGET UNIT �J/# RESERVED FOR AUDITOWCONTROLLER•S USE G : 01 )7,- Card rCard Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITFJAt,`, t Increase Fund ^=Dr`,�T_ Accrease 1CR X IN 66} Cade Quonti ) Budget Unit Object Sub.Acct. 303-2170 Household $639 2C) 303-7754 &V7 Toolls�&' Laboratoryb jEgquspment $639 PROOFComp.- K,P` VER.- "s. EXPLANATION OF REQUEST(if capital outlay,fist items and cost of each) TOTAL - - - ENTRY Surplus monies in the 2170 account are Date Desc"PNa' requested to be transferred to 7754 which will provide for the purchase of an examination table. This item will allow physician examinations of inmates in the medical room of the work Furlough facility. APPROVED: SI ATU DATE AUDI TOR- 1676 CONTROLLER. COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: 3upeMaotn Henn;. Dies, Siortarty, Hoggew Unreal . ta0:. ASSISTANT .301 N 4::ttir7 la..:»t; A-, KTf✓:ICES ULSSON •Coj� PSti£R �F'Ct ERK Ronda Amdahl Sip"more 1 ( Title Dare Deputy Clerk ,SV V AAprOP.AdI- M . y � (Ml29 Rev. 2,'66)fl) F Journal No. - _e Instructions on Ret Side i i y examinations of inmates in the meaical Lo*.0 of the Work Furlough facility. APPROVED: SI ATU75n DATE AUDITOR- 1676 CONTROLLER: COUNTY ADMINISTRATOR: " BOARD OF SUPERVISORS ORDER: YES: t9upenton i:mny, Dias, _Hortany, 100neek 7.lnrh4Ad NO%flpl 1e c� .JOI N QU.ARTARt�L0 fk--!'4 SE-P.r:ICES ASSISTANT OISSON OFFICE OF Ti-ic SFicriiFF COi�ONER 7 .. i n CZ...YC'ny�C CLERK r—bar s- Ronda Amdahl Signature (15j(�j Title Date s7eputy Clerk O`�[i V v AyorOP.Add. /0 (M 129 Rev. 2,'66? Journal No. See tnstrnrtions on Reverse Side ,0 M IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Proclaiming ) July 4 - 10, 1976 as "National ) RESOLUTION NO. 76/532 -. Safe Boating Week." ) WHEREAS Diablo Souadron, a unit of the United States Power Squadrons, and Diablo Flotilla, a unit of the United States Coast Guard Auxiliary, have provided continuing education in safe boating; and WHEREAS Diablo Squadron and Diablo Flotilla have provided the boatin; Dublic education in the handling of boats, and safety afloat; and WHEREAS Diablo Souadron and Diablo Flotilla proudly afCirn a spirit of unity throughout the community and the nation; NOW, THEREFORE, IT IS BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALI?ORNIA RESOLVED that the week or July 4 - 10, 1970' is proclaimed "National Safe Boating [:ee'r_" in Contra Costa County, and all citizens are urged to salute the rs;:!mbers of Diablo Power Squadron and Diablo Auxiliary Flotilla for their contributions to the community in making boating a safe sport through education. ►'ASSED by the Board on June 22, 1976. cc: Ca:}'.'_tin '. It. Brandes %jun-v Adnini.str ator f,F. "tI.!iri rorl NO. 70532 00051 j- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the clatter of Changes ) of the Assessment Roll ) RESOLUTION N0. 76/533 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the Assessor on the roll should be corrected as stated below; and, further, in accordance with Section 4836.S of the Revenue and Taxation Code, a certificate should be created having the effect of a judgment lien against other properties. Further, in accordance with Section 4985 (b) of the Revenue and Taxation Code, as there is an increase of tax for a prior year of over $100 or over 50% of the tax on such property, due to the correction of the error, and as the error was made without fault on the part of the assessee, no penalty or interest shall attach to the amount of such increase for a period of one year from the date of notice to the assessee. For the fiscal years 1973-74, 1974-7S, and 1975-76, in Tax Rate Area 09059, Parcel No. 142-040-020-0, assessed to Richard J. and Marjorie S. English, has been erroneously assessed with incorrect Improvement value due to error in basing this assessment on incorrect description of property inasmuch as a swimming pool which was completed on the property prior to the 1973 lien date was not assessed. Therefore, this assessment should be corrected as follows: ez� R. 0. SEATON Assistant Assessor Copies to: Assessor (Airs. Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 76/533 00 iA.52!! r� Type of Assessed Value For the Years Property From To 1973-74 & 1974-75 Land $ 4,375 $ 4,375 _(no change) Improvements 10,000 11,025 . Homeowner Ex. -1,750 -1,750 (no change) Net Taxable T12,625 $13,650 1975-76 Land $ 4,810 $ 4,810 (no change) Improvements 11,000 12,125 Homeowner Ex. -1,750 -1,750 (no change) Net Taxable 314,060 TI ,185 Assessee has been notified. Further, •this correction does not constitute a lien on Parcel No. 142-040-020-0, but is a lien against the following parcel and against any other real property in Contra Costa County owned by Richard J. and Marjorie S. English, on the date said certificate is recorded. Parcel No. 135-195-008-2 I hereby consent to the above changes and/or corrections: R. 0. SEATON JOHN B. CL USEN, County Counsel Assistant Assessor /� t6/14/76 BY - / �' r C - Deputy Adopted by the Board on..-_JUN 2 2 1975 • 0UG53 Page 2 of 2 RESOLUTION 110. 76/533 . i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 76/534 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: ' For the Fiscal Year 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, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4986 (a) (2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or costs on that portion in error as if it has been levied erroneously. For the fiscal years 1969-70 through 1975-76, in Tax Rate Area 02026, Parcel No. 129-404-003-3, Sale No. 69-0424, assessed to Albert D. Seeno Construction Co., has been erroneously enrolled as a separate assessment due to oversight in not canceling parcel at the time Tract 3742 was filed on June 27, 1968, dedicating such parcel to the City of Concord for street purposes. Therefore, this assessment should be deleted from the assessment roll and all taxes should be canceled. I hereby consent to the above Za4o�'/'� changes and/or corrections: R. 0. SEATON JOHN B. _C SFN, County Counsel Assistant Assessor t6/11/76 BY ==l!f/ ,. !• //�... t Deputy- Copies uty-Copies to: Assessor (Mrs. Kettle) Adopted by the Board on-_-AW- ?2 1915• Auditor -••-»» Tax Collector _ Page 1 of I 1SCLU.IO : I:C. /0/54 0 0 05 E { `i i • 't IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 76/535 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 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, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4985 (a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee, heretofore or hereafter attached due to such error should be canceled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. In Tax Rate Area 82044, Parcel No. 032-191-041-6, has been erroneously enrolled in the name of James R. $ Lily Lee, due to error in manner of entry of assessee. Assessee must be corrected inasmuch as such parcel covers water rights and cannot be sold for taxes. Therefore, the assessee should be corrected as follows: Unknown Owners, c/o James R. $ Lily Lee, 97 N. Sth Street, San Jose, California. I hereby consent to the above changes and/or corrections: R. 0. SEATON JOHN B. CLAUSEN, County Counsel Assistant Assessor t 6/11/76 BY `:��i' - Copies to: Assessor (Mrs. Kettle) Adopted by the Board on-_..1�11X Auditor Tax Collector Page I of 1 ?:,SOLUTICI: ::0. 706/535 00055 r. r 7TT 7T i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the clatter of Changes ) of the Assessment Roll ) of Contra Costa County ) PSOLUIIOII 1,10. 76/536 WHEREAS, the County Assessor having filed with this Board requests for addition of escape assessments; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments-, For the Fiscal Year 1976-77 It has been ascertained by audit of the assessee's records that the assessee omitted to report the cost of personal property and/or other taxable tangible property accurately to the extent that this omission and/or error caused the assessor not to assess the property or to assess it at a lower valuation than he would have entered upon the roll were the cost of the property accurately reported or had the property been accurately reported; therefore, that portion of the property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531.4 of the Revenue and Taxation Code; and, all entries made pursuant to the above cited sections of the Revenue and Taxation Code should have added to the tax thereon interest in accordance with Section 506 of the Revenue and Taxation Code: For the Fiscal Year: 1976-77 (Now being prepared) Tax Rate Area: 58004 Parcel Number: 054-150-018-7 Assessee: Bloomfield, Donald E. c/o David Bloomfield P. 0. Box 762 Bethel Island, CA 94511 Original Corrected Amount For the Assessed Assessed of R&T Year Type of Property Value Value Change Section 1975-76 Personal Property $-0- $1,250 $1,250 531.4; 506 Assessee has been notified. R. 0. SEATO\ Assistant Assessor t6/11/76 JUN2 1976 Adopted by the Board on_______.:._. Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector a-150LUTICE 2. 76/5,36 Page 1 of 1 0005� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In. the N:atter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION N0. 76/537 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, 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 assessm-int roll7and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Revenue and Taxation- Code Section 4831, the following defects in description and/or form and clerical errors of the Assessor on the roll should be corrected. Further, in accordance with Section 4985(a) of the Revenue and Taxation Co:?e, 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. 514-11 0-024-1, Tai: Rate Area 08001, MT. OLIVE LUTHERAN CHURCH should be allowed an exemption of $1,155. On Parcel No. 514-140-023-3, Tax Rate Area 08001, MT. OLIVE LUTHERAN CHURCH should be allowed an exemption of $1,250. I hereby consent to the above changes and/or corrections: RT 0. SEATON, Assistant Assessor JOHN B. CLAUSEN, County Counsel t/6-9-76 Copy to: Assessor (Rodgers) By 7Z -0330- 07i Auditor Deputy Tax Collector Adopted by the Board on---J UN.2-2 j9ZG.__ Page 1 of 1 0005.7 RESOLUTIO:: HO. 76/537 d ' ^t 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. 76/538 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 1975-76 It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, assessor certifies to the auditor that the following corrections should be made on the assessment roll in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; and, in accordance with Section 533, the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year; and business inventory exemption allowed in accordance with Section 219. Code 12083 - Assessment No. 2087, Forrest R. Emmons is erroneously assessed for Personal Property with assessed valuation of $25,910 and Improvements of $23,680 with business inventory exemption in amount of $360. Assessee overreported and misclassified inventory as machinery and equipment, which resulted in no business inventory exemption being allowed; therefore, this assessment should be corrected to show Personal Property $41,130, no Improvements, Business Inventory Exemption $19,805, total reduction $27,905. i T--O. SEATON, Assistant Assessor t 6/7/76 cc: Assessor (G. Giese) Auditor Tax Collector RESOLUTIOi. 1.2. 76/538 Page 1 of 00 C58. ■ r � 7 Now .t FURTHER, for the Fiscal Year 1974-75 Code 12053 - Assessment No. 2035, Forrest R. Emmons is erroneously assessed for Personal Property with assessed -valuation of $8,6S0 and Improvements of $7,640 with business inventory exemption in amount of $255. Assessee overreported and misclassi- fied inventory as machinery and equipment, which resulted in no business inventory exemption being allowed; therefore, this assess- ment should be corrected to show Personal Property $22,100, no Improvements, Business Inventory Exemption $7,890, total reduction $1,825. AND, FURTHER, 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, further, such error caused the assessor to erroneously allots business inventory exemption and, therefore, an escaped assessment in the amount of the portion of the exemption incorrectly allowed because of such erroneous or incorrect information submitted by the taxpayer should be entered pursuant to Section 531.5; and that portion of the taxable tangible property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531.4; together with interest in accordance with Section 506_ For the Fiscal Years 1972-73, 1973-74, 1974-75, and 1975-76 An audit discloses the following corrections should be made to the unsecured assessment roll in the name of Mazzei Pontiac $ Cadillac Company, for the fiscal years as indicated: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change (R/T Code) Code 01005 - Assmt. No. 2010 For the Year 1972-73 Imps $ 1,760 $ 1,790 +$ 30 S31.4; 506 Pers Prop 12,690 12,510 - 180 4831.5 Bus Inv Ex 2,112 2,112 -0- Net Change - ISO 533 Code 01002 - Assmt. No. 2065 For the Year 1975-76 Imps 2,530 2,540 + 10 531.4; 506 Pers Prop 20,480 20,010 - 470 4831.5 Bus Inv Ex 6,635 6,685 -0- Net Change - 460 S33 Assessee has been notified. R. 0. SEATON, Assistant Assessor Page 2 of j PWSOLUTLION RIO. 76/533 OO 59 _ 77 . An audit discloses the following correction should be made to the unsecured assessment roll in the name of Redcor Corporation', for the fiscal year 1972-73: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value - Value Change (R/T Code) Code 02031 - Assmt. No. 2001 Imps $104,900 $104,100 -$ 800 4831.5 Pers Prop 168,550 97,630 -70,920 4831.5 Bus Inv Ex 45,198 23,673 +21,525 531.5; 506 Net Change -50,195 533 Assessee has been notified. An audit discloses the following corrections should be made to the unsecured assessment roll in the name of. Piedmont Lumber & Mill Co.,for the fiscal years as indicated: Cade 98012 - Assmt. No. 2048 For the Year 1972-73 Imps 2,880 2,010 - 870 4831 Pers Prop 57,520 56,730 - 790 4831.5 Bus Inv Ex 15,411 15,IS6 + 2SS 531.5; 506 Net Change -1,405 533 Code 98012 - Assmt. No. 2020 For the Year 1973-74 Imps 2,690 1,890 - 800 4831 Pers Prop 72,460 71,670 - 790 4831.5 Bus Inv Ex 29,939 29,435 + 504 531.5; 506 Net Change -1,086 533 Code 98012 - Assmt. No. 2065 For the Year 1974-75 Imps 4,650 3,910 - 740 4831 Pers Prop 86,242 84,832 -1,410 4831.5 Bus Ing- Ex 39,070 38,340 + 730 531.5; 506 Net Change -1,420 533 C*de 98012 - Assmt. No. 2032 For the Year 1975-76 Imps 4,030 4,030 -0- Pers Prop 82,010 80,740 -1,270 4831.5 Bars Inv Ex 36,980 36,320 + 660 531.5; 506 Net Change - 610 533 Assessee has been notified. I hereby consent to the above AW-4 - changes and/or corrections: R. 0. SEAT N, Ass't. Assessor JOHN B. CLAUSEN, County Counsel By Deputy - Adopted by the Board on._..__� �1.2 000160 R:SOLUTIGN NO. 76/538 Page 3 of 3 { Wv - SOME.- f } ����!! I hereby consent to the above Aw'zo - changes and/or corrections: R. 0. SEAT N, Asst. Assessor JOHN B. CLAUSEN, County Counsel By Deputy - Adopted by the Board on...... E d()011 RESOLUTION NO. 76/5:8 Page 3 of BOARD OF SUPERVISORS OF COZ!TRA COSTA court ', CALIFDMJIA Re: Cancel Delinquent Penalties, etc. on 1975-76 Secured Assessment Roll. ) RESOLUTION NO. 76/539 TAY COLLECTOR'S 2i.MO: 1. Parcel Nos. 174-150-039-9 and 174-150-053. I have established by satisfactory proof that remittance to cover payments of the second installments due was deposited in the United States mail, properly addressed with postage prepaid, but was not timely received, resulting in delinquent penalties and costs being charged thereto. Having received payment, I now request cancellation of the 6% delinquent penalties, costs, redemption penalties, interest and fees heretofore or hereafter accrued after the remittance was mailed, pursuant'to Revenue and Taxation Code Sections 2512 and 4935. Dated: June 9, 1976 EDUARD W. LEAL, Tax Collector I consent to these cancellations. JOHN 13. LAUSEIN, County Counsel j �B?: _ ��'i{.:--t�L, ' : Asst. By: 11 ,i'�i/i' , Deputy J X-X-X-X X X-X X X X-X-X-X x-X-X XX-X-X X%X X-X-X X-X X-X X X X-.0 X X X-X-X-X-X X PcARDIS ORDER: Pursuant to the above statutes, and to the above satisfactory proof, the Auditor is ORDERED to CIXCEL the 6% delinquent penalties, costs, redemption penalties, interest and fees heretofore or hereafter accrued. PASSED ON June 22. 1976 , by unanimnus vote of Supervisors present. APL:jam cc: Ciunty Auditor County Tax Collector RFsOUrfIo;r 110. 76/539 00061 f' F BOARD OF SUPERVISORS Or CONTRA COSTA COMITT, CALIFOMNIA Re: Cancel Delinquent Penalties, etc. ) on 1975-76 Secured Assessment Roll. ) RERSOLUTTON IJO. 76/540 TAX COLLECTOR'S IMIO: 1. Parcel Nos. 420-022-001-? and 420-022-010-3. I have established by satisfactory proof that remittance to cover payments of the second installments of taxes was deposited in the United States mail, properly addressed with postage prepaid, but was not tir:ely received, resulting in delinquent penalties and costs being charged thereto. Having received payment, I now request cancellation of the 6% delinquent penalties, costs, redemption penalties and fees heretofore or hereafter accrued, pursuant to Revenue and Taxation Code Sections 2512 and 498$. Dated: June 14, 1976 EDYARD W. LEU, Tax Collector I consent to these cancellations. JOHN B. CLAUSEN, County Counsel By:� Asst. By: XX-X-X-XX-X.X-X-X-X X-X-X-X X-X XX-X X-X-X X-X-X:C-X X X X-X X-X X-XX X-X-X X X X BOARD'S ORDER: Pursuant to the above statutes, and to the above satisfactory proof, the Auditor is ORDERED to CANCEL the 6% delinquent penalties, costs; redemption penalties and fees heretofore or hereafter accrued. PASSED ON Jtnie 22, 1976 , by ,uianimous vote of Supervisors present. APL:jam cc: County Auditor County Tax Collector RE-sOLUTIon 76/540 OOG62 r R 1 •1 _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Penalties on 1974-75 Unsecured ) RESOLUTION N0. 76/541 Tax Roll ) ) The Office of the County Treasurer-Tax Collector having received a remittance in the amount of $195.72 from Jay V. Dishnow, Jr., Trust in Bankruptcy for S. Hedsker, which represents priority claim paid in full filed on the following: Fiscal Year 197L-75 Code 12014Assessment 2O46 Medsker, Staten C. 99 Monument Plaza Pleasant Hill, California 94523 LU.- Staten Auto Body & Paint Shop Supplies; Office Furniture & Equipment; Machinery & Manufacturing Equipment; Tools, Molds, Ines & Jigs; Other Assessed Valuation - Improvements $ 270 Personal Property 1,23 X Tax, Tangible Property $195.72 6p Penalty 11.74 07. And the Treasurer-Tax Collector having requested that authorization be granted for cancellation of the 6% penalty and additional penalties, as provided under provisions of the Bankruptcy Act; 1174, THER&FORE, IT IS ORDERED that the request of the County Treasurer- Tax Collector is APPROVED. FDAARD W. LEAL Treasurer-Tax Collector By:t)W-?Zt Deputy Tax Collector Adopted by the Board on...-A-0-2.2 1976 cc: County Auditor County Treasurer-Tax Collector RESOLUTION 1,11-0. 76/541 00063 3 IN THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION NO. 76/542 by Public Agencies ) WHEREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1975-76 VALLEY CO,?-*.UNITY SERVICES VALL=Y COI'?4USITY SERvicFS 210-633-001-8 64,097 All 210-633-014-1 66097 A11 210-633-002-6 66097 All 210-633-015-8 66097 All 2lo-633-003-4 6-6097 All 210-633-016-6 66097 All 210-633-004-2 66097 All 2lo-633-017-4 66097 All 210-633-005-9 66097 All 210-633-018-2 66097 All 210-633-a06-7 65097 All 210-633-019-0 66097 All. 210-633-00-7-5 65097 An 210-633-020-8 66097 All 2lo-633-008-3 65097 Ill 210-633-021-6 66097 All 210-633-009-1 65097 r.1- 210-633-02244 66097 All 210-633-010-9 66097 all 210-633-023-2 66097 All 210-633-011-7 66o97 All 210-633-024-0 66097 An 210-633-012-5 65097 All 210-633-025-7 66097 All 210-633-013-3 66097 All 210-633-026-5 66097 All .H. DONALD FUNK, County Auditor-Controller By: / r /fi N, �� cf�i/�,2:�,� f? Adopted by the Board on...-J-UN=ta71-_._._ (Tax Cancel- Order) (R&T S4986(b) ) County Auditor 1 County Tax Collector 2 (Redemption) (Secured) 00061 Inv!M _ . • s WARD OF SUPE"IS10113 OF CO*UTU COSTA COUIITY, CALIFORIIIA Ite: Annexation 3o. 76-6 to PAWLUTION 230. 76/543 County Service Area IL-42 ; (Govt-Code $$56310, 56311, 56312, 56313) RESOL11TIO.4 1XVIATIRG PP.00EEDIlIGS FOR CIIAIIGE 10 ORGANIZATIOII The Board of Supervisors of Contra Costa County RESOLVES THAT: Applicatiosa for the above-captioned change in organisation were filed with the Local Agoncy Formation Commission's Executive Officer between Larch 30 and May 5, 1976, the reason therefor being to provide the area with street lighting services. On dune 28 1976, the Local ACency Formation Commission approved the Application without condition, declared the territory proposed to be annexed as legally uninhabited and dealmated the proposal as: "Annexation tlo. 76-6 to County Service Area L-42". The exterior boundaries of the territory proposed to be annexed are as described in Exhibit "A", attached hereto and by this reference incorporated herein. At 10:30 a.m. on Tuesday, August 3, 1976, in the Board's Chambers, . . =ty Administration Builds, Martinet, California, this Board will,- .. ...Iuct a public hearing on the proposed annexation, when all interested p.nrsons or taxpayers for or al;%tnst the proposed annexation will be !,card. Anyone desiring to ale written protest thereto must file it st with the Clerk before the baring. A written protest by an owner of land must contain a description sufficient to identify his land, and a written protest by a voter must contain his residential address. At the and of the Daring, the Board shall either disapprove the p:•oposed annexation or order the annexation in accordance with Govern- ment Code $$56320 throw 56322. Th . Clerk of this Board shall have this resolution published once a week for two successive weeks in the "Morning Have Gazette" ;a newspaper of general circulation published in this County and circulated in the territory proposed to be annexed), beginninG not later than fifteen C15) days before the Daring date. The Clerk shall also post this resolution on the Board's bulletin board at least fifteen (15) days before the hearinE date and continuing to the time of the hearing. The Clerk shall also nail notice of the Daring at least .fiitcen (15) days beforehand to all persons and counties, cities, or districts, ryich theretofore filed a written request for special notice with the Clerk. P,',S;ED ,ej,D ADOPTED on .rune 22, 1576 'by this Board. n.soLsi'tim no. 76/543 OoU ;) cc: Counts r drainistrat" County Assessor Public liorlcs Director ne:-rsp+'par pu~cliQsing p o s t i n,,,-,, 0006 3) RESOLUTION NO. 76/5113 -LOCAL AULNCY FOR'ATION 113S ION 101-77 Contra Costa County, California Description Dates 6/2/76 Bys �•/j Exhibit "A" Annexation 76_6 to County Service Area L.42 (Four Parcels) Parcel Cne. Being a portion of Section 7, Township 1 South, Range 1 West, Mount Diablo Base and Meridian and a portion of Rancho San Ramon, described as followss Beginning at an angle point on the northern boundary of County Service Area L-42, said point being the southernmost corner of Parcel "C" as shown on that certain map filed January 2, 1976, in Map Book 42, of Parcel Maps, at page 15; thence, leaving said boundary of County Service Area L-42, Northerly along the eastern line of Parcels "C" and "D" of said Parcel Map (42 P.M. 15) as followss North 100 03' 43" East, 40.00 feet; North 00 22' 17" West, 47.83 feet and North 70 49' 33" East, 261.38 feet to the northeastern corner of said Parcel "D" (42 P.M. 15), said point being on the southern line of the parcel of land described in the deed to E. A. Bunce, recorded November 5, 1891, in Book 61 of Deeds, page 84; thence South 880 East, along the southern line of said Bunce parcel (61 D. 84), 1922.81 feet to the western line of the parcel of land described in the deed to John A. Bauer, et ux, recorded t:arch 24, 1921, in Book 392, of Deeds, page 105; thence along the western line of said Bauer parcel, (392 D. 105), as followss South 110 25' West, 445.50 feet and South 160 10' 'lest, 500.84 feet to the most western corner of Parcel "A" as shown on that certain map filed November 22, 1971, in Map Book 19 of Parcel Maps, at page 29; thence South 600 11' 01" East, along the southwestern lines of Parcels "A" "B" and "D" of said Parcel Map (19 P.M. 29), 583.10 feet to the southern most corner of said Parcel "D"; thence South 480 58' 11" Fast, 410.15 feet; thence South 40' 44' 39" West, 600.12 feet; thence North 500 30' West, 402.04 feet to the southeastern line of Tract 2805, filed May 13, 1960, in Map Book 77, at page 35; thence 00061 - 2 - North 200 59. 49" Fast, along said southeastern line of Tract 2805, 224.23 feet to the northeastern corner of Lot 39, of said Tract 2805; thence North 550 25' 35" West, along the northeastern line of said Tract 2805, 634.96 feet to the northern most corner of Lot 44, of said Tract 2805, said point being an angle point on the eastern boundary of County Service Area L-42; thence in a general North- westerly direction, along the eastern and northern boundaries of County Service Area L-42, 3635 feet, more or less, to the point of beginning. Containing 48.85 acres, more or less. Parcel Two. Being a portion of Rancho San Ramon, described as followss Beginning at an angle on the boundary of County Service Area L-42, said point on the northeastern right-of-way line of the Southern Pacific Railroad, said point also being the southern most corner of Lot 23, Tract 2196, filed July 9, 1955, in Map Book 59, at page 5; thence, leaving said boundary of County Service Area L-42, Southeaster- ly, along said right-of-way line of the Southern Pacific Railroad, 407.60 feet to the northwestern corner of ?ot 9, Tract 4561 filed September 26, 1974, in Map Book 173, at page 22, said point being an angle point on the boundary of County Service Area L-42; thence, leaving said boundary of County Service Area L-42 and Said right-of- way line of the Southern Pacific Railroad, Southwesterly, crossing said right-of-way, 110 feet, more or less, to a point on the south- western right-of-way line of the Southern Pacific Railroad, said point being the northeastern corner of the parcel of land described in the deed to Samuel R. Farr, recorded June 11, 1974, in Book 7246, of Official Records, page 51; thence, leaving said right-of-way line South 680 58' 00" West, along the northern line of said Farr parcel, 439.72 feet; thence, leaving said northern line North 290 51' 45" West, 843.25 feet; thence North 66° 51' 15" Fast, 299.94 feet; thence North 20° 35' 45" West, 329.11 feet to the center of Ridgewood Road; thence OOC68 N - 3 - North 660 3$' 08 , Fast, along said center of Ridgewood Road 530 feet, more or less, to an angle point on the boundary of County Service Area L-42; thence Southerly, along said boundary of County Service Area L-42, 840 feet, more or less to the point of beginning. Containing 14.25 acres, more or less. Parcel Three. Being a portion of Rancho San Ramon, described as follows; Beginning at an angle point on the boundary of County Service Area L-42, said point being on the center of Las Trampas Road, said point also being the southeastern corner of the parcel of land des- cribed in the deed to Ben F. Chaboya, recorded March 26, 1918, in Book 314, of Deeds, page 410; thence, leaving said boundary of County Service Area L-42, South 500 10' West, along said center of Las Tram- pas Road, 224.38 feet; thence North 390 50' West, 1004.53 feet to the northeastern corner of Lot 5, Tract 2935, filed November 27, 1961, in Map Book 85, at page 30; thence North 660 56' Fast, 600.30 feet; thence South 390 50' East, 357.09 feet; thence South 500 10' West, 349.80 feet; thence South 390 50' East, 475.0 feet to the point of beginning. Containing 8.30 acres, more or less. Parcel Four. A portion of the Map of Sectionization of a part of Rancho Laguna De Los Palos Colorados, Contra Costa County, California, ;which Map was filed on August 8, 1916, in Book 15 of Maps, page 308, des- cribed as follows; Beginning at a point on the northeastern line of Martha Road, as said Road is shown on the map of Broadview Tract, which Tract was filed on May 8, 1950, in Book 40 of Maps, page 29, which point bears North 640 46' 45" West, 40 feet from the southern corner of Lot 1 as said Lot is shown on the map of said Tract, (40 M 29); thence along the exterior lines of said Broadview Tract the following courses and 000DO f _ 4 — distances; South 640 46' 45" Fast, 110 feet; Southeasterly along the arc of a curve to the right having a radius of 600 feet through a central angle of 40 58' 27", an are distance of 52.09 feet; North 300 11' 42" East, 22.29 feet; North 830 36' 05" Fast, 521.29 feet; South 540 05' 25" East, 400 feet; South 890 06' 25" Fast, 200.34 feet; North 30 50' 05" West 125 feet; Easterly along the are of a non tangent curve to the left, having a radius of 40 feet, through a central angle of 290 0' 5211, an are distance of 20.26 'feet; South 30 50' 05" East, 120 feet; South 620 34' 20" East, 358.10 feet; South 440 28' 55" East, 387.64 feet and South 310 55' 55" Fast, 240 feet to the most southern corner of Lot 50 as shown on said Tract, (40 M 29); thence South 240 35' 33" East, along the south- western line of the parcel of land described as Parcel 1 in the Deed to Century Homes Development Company, a Corporation, recorded June 2, 1958, in Book 3171, page 209, Official Records, 54.38 feet, to the northeastern corner of Tract 2570, the map of which was filed March 16, 1960, in Book 76 of Paps, page 50; thence along the exterior boundaries of said Tract the following courses and distances; North 890 15' 50" West, 137.24 feet; North 540 38' 03" West, 197.56 feet; North 590 53' 30" West, 135.02 feet; North 680 33' 33" West, 109.45 feet; North 680 57' 15" West, 300 feet; South 210 02' 45" West, 285 feet; South 680 57' 15" East, 16.30 feet and South 210 02' 45" 'nest, 263.08 feet to the northern line of Lot 5, as shown on the map of Tract 2746, filed on march 31, 1960, in Boob 77 of Maps, page 9; thence along the exterior lines of said Tract 2746, (77 M 9), the following courses and distances; South 880 48' 30" West, 173.53 feet; South 660 24' West, 79 feet; North 880 56' West, 29 feet; North 700 22' 30" West, 67 feet and North S30 24' West, 73 feet to the most northern corner of Lot 1, as shown on the map of said Tract (77 M 9); thence North 370 05' 57" West, along the northeastern line of the parcel of land described in the deed to Warren W. Hendrickson, 000,10 Fi .... ........... - 5 - et ux, recorded Yay 31, 1955, in Book 2542, page 8, Official Records, 92.49 feet to the eastern corner of the parcel of land as described in the deed to Hugh B. Johnston, et ux, recorded on November 8, 1956, in Book 2878, page 95, Official Records; thence North 350 22' 50" West along the northeastern line of said Johnston parcel, (2878 OR 95) 110 feet to the eastern corner of the parcel of land described in the deed to Warren D. Solt,et ux, recorded September 18, 1970, in Book 6216, page 356, Official Records; thence North 330 54' 27" West, along the northeastern line of said Solt parcel (6216 OR 356), 110 feet, to the eastern corner of the parcel of land described in the quitclaim deed to Glorietta Corpor- ation, a Corporation, recorded June 3, 1964, in Book 4630, page 899, Official Records; thence North 33° 54. 27" West, along the north- eastern line of said Glorietta Corporation parcel, (4630 OR 899), 140.84 feet to the eastern corner of the parcel of land described in the deed to Austin Little, a married man, recorded June 22, 1956, in Book 2793, page 24, Official Records; thence along the exterior lines of said Austin parcel (2793 OR 24). North 330 54' 27" West, 150.29 feet; thence North 480 18' West, 211 feet; thence North 530 West, 110 feet to the eastern corner of the parcel of land described in the deed to William S. Indig, et ux, recorded March 22, 1955, in Book 2498, page 545, Official Records; thence North 560 40' West, along the northeastern line of said Indig parcel, (2498 OR 545), 349.46 feet to a point on the southeastern line of the Tract of land known as Moraga Highlands, Unit No. 1, the map of which was filed June 22, 1945, in Book 27 of Maps, page 54; thence North 640 24' East along said southeastern line of said Tract, (27 M 54), 287.45 feet, to a point which bears, South 240 09' 10" West, 50.0 feet from the point of beginning: thence North 240 09' 10" East, 50.0 feet, to the point of beginning. Containing 26.33 acres, more or less. 00071 I" E 1:1!rn' JiECG?1�+IJ, Rl�iii7ii �_"`P`•lili1-To LT As.- (1:.• .«•• ,TO CLERY, BOMID OF SUPERVISORS Contra o T clot}: 13. Contra Costa County Recordti J. R. OLSSO11, County- Recorder - Fee . 8 Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORANSIA In the Batter of Accepting and Giving RESOLUTION OF ACCEPTAI CE Notice of Completion of Contract with dnd NOTICE OF CO :PLETI011 Graham Contractors, Inc. ) (C.C. 03086, 3093). Project No. 1075-4284-76 - Phase 2) ) RESOLUTIOr. 110. 76% The Board of Supervisors of Contra Costa County 'RESOLVES TIM: The County of Contra Costa on May 3, 1976 contracted -with Graham Contractors, Inc., P. 0. Box 4480, Santa Clara, California, 95054 !lame and Address of Contractor) for Phase 2 (Slurry seal and fog seal) of the street repair project in the Rollingwood Subdivision in the Richmond/San Pablo area, Project No. 1075-4284-76 �:ith Industrial Indemnity Company as surety, lame of Bonding Company) for work to be performed on the grounds of the County; and The Public :lor};s Director reports that said %'ror}. has been inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of May 28. 1976 ; Therefore, said vorl is accepted as completed on said date, and the Clerl: shall file with the Cov; ity Recorder a copy of this Resolution and. Notice as a Notice of Completion for said contract_ PASSED AND ADOPTED Oil ,lune 22, 1976 CERTIFICATION and tiERIFICATION I certify that the foregoing is a true and correct copy of a resolu- tion and acceptance duly adopted 4nd entered on the r`irutes of t.is Board's meeting on the above date. I declare under penalty of perji:ry that the foregoing is true and correct. Dated: June 22, 1976 J. R. OLSSO' County Clerk le at 13artincs, California ex officio Clerk of the Board By. CI)U Cy er . Originator: Public Works Department, Construction Division cc:�iiecoro _-ie ri:wrn Contractor Auditor (�(� Public V'Drks 00072i Ail::}ins::1.r;aor 1;1::U7d1'1.'7Uz1 ;:U. y6Z5- — V t:}!Y)J }\L1li()!?,BEJ, }Z1S�i)Zri J :�'ilTiil:71 !T 7i� f�li�:a: f1'..• fo: 'i'0 CL�.:R'l. L'0L?tD 01' ._ .... _...., .___ .._ _ _.._. SUPr.i;t'ISORS at o'clock Contra Costa County Record; J. R. OLSSON, County Recorder Fee S official BOARD Or SUPERVISORS, CONTRA COSTA •COUNTY, CALIFORNIA In the Matter of Acceptine and Givina RESOLTJ:IOi: Or ACCEPT„1sCE Notice of Completion of Contract with � and 1:0TICs OF COM2LElIO.11 A. J. McCosker Construction Co., a corporation, (C.C. 03086, 3093) DBA Independent Construction Co. RESOLU TIO1.1 110. Project No. 3887-4235-76 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on May 3, 1976 contracted-with A. J. McCosker Construction Co., a corporation, DBA Independent Construction Co., 740 Julie Ann Way, Oakland California 94621 1}ame and Address of Contractor) for the reconstruction and overlay of the pavement and improvement of roadside drainage on Blum Road, between Pacheco Boulevard and Interstate Route 630 under- crossing in the Pacheco area, Project No. 3387-4235-76 y:ith United Pacific Insurance Company as surety, l)'la:me of bondin- Companv) for work to be Performed on the RrotInds of the County; and The Publi n i•Iorks Director reports that said work has been inspected and complies with the aD_)rOVed plans, special provisions, and standard specifications, and reco--ends its acceptance as complete as of June 3, 1976 ; Therefore, said work is accepted as completed on said date, and the Clerk shall file with the Covaty Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. PASSED AND A13OFTED ON June 22, 1976 CERTIFIC.11MON and Y RIFICATIO;} I certify that, the foretf;oi n- is a true a.- 3 correct copy of a resolu- tion and accCD mance duly adopted c?ld entered an the minutes Of ih,is Board's neetin g on the above date. I declare urd::r penalty of perjury that the foregoing is true and correct. Dated: J. R- OLSSO::, Count, 01 er'_: & at }•:artines, California ex officio Clerk of the Board By i:11u ty _erk Originator: Public Works Department, Construction Division cc:�ReC:Oro ,au re LU r11 Contractor Audi�t,or. 000�� PIII li c larks :td::1? •'I , IN TH-' BOARD OF SUPERVISORS OF CONTRA COSTA-COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the ) Rubberized Asphalt Seal Coat Project) RESOLUTION NO.76/546 Pittsburg and Pacheco Areas. ) (Project No. 4955-76) ) ) WHEREAS Plans and Specifications for the Rubberized Asphalt Seal Coat Project in the Pittsburg and Pacheco areas 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 1C Categorical Exemption under the County Guidelines, and this Board concurs and so finds: IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on July 20, 1976 at 11 :00 a.m. , and the Clerk of this Board is directed to pub ish 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 June 22, 197E Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller RESOLUTION N0. 76/546 00074 RUBBERIZED ASPHALT SEAL CCAT PPOJECT NO. 4955-76 RIDS DUE JULY 20. 1976 AT 11 O'CLOCK A.M. ROOM 103+ CCLINTY ADMINISTRATION BUILDING9 651 PINE STREET• `•tARTINEZ+ CALIFORNIA 94553 TO THE POARD OF 5'JPFRVISORS OF CONTRA COSTA COUNTY M:RTIMFZ9 CALIFORNIA P R O P O S A L - F 0 R RUBBERIZED ASPHALT- SEAL COAT NAME OF PIDDFR ------------------------------------ BUSINESS ADDRESS ---------------------------------- PLACF OF RESIDENCE -------------------------------- TO THE BOARD OF SUPCRViSORS OF CONTRA COSTA COUNTY THF UNDERSIGNE-9 AS nI^^ER. DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN T)tIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN— THAT THIS PROPOSAL 15 .,A^= WITHOUT COLLUSION WITH ANY OTHER PERSON+ FIRM OR CORPOPATICN— IVAT )tF HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO— P05Fl7 S,ORK• PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREES. IF THIS PROPOSAL IS ACCF?TEIt THAT HE w1LL CONTRACT WITH THF COUNTY OF CONTRA COSTA TC PPOVI^E ALL NFCESSARY "ACHINERY+ TOOLS+ APPARATUS AND OTHER MEANS OE CCN'STRtiCTION9 A"!D TO !�O ALL THE WORK AND FURNISH ALL THE MATERIALS SOFrIFIFD IN TNF CONTRACT. IN THF MANNER AND TIT•,E PRESCRIBEDo AND ACCORD— ING TO THF RF^UIPF'fFNTS 0c THE ENGINEER AS THEREIN SET.FORTH9 AND THAT HE WILL TAKE IN FULL °AY%FNT THEOFFCR AN AMOUNT B/,SED ON THE UNIT PRICES SoFrIFIrn HFPFI%rFLOW FOO 7HE VARIOUS ITEM'S OF WORKS THE TOTAL VALUE OF SAID WCOK AS FSTIMA.TFD HFRFIN BEINIG 5 -------------------- ( INSERT TOTAL) fND THF FOLLOWING RFING THE U.'tIT PRICES BID• TO WIT— MicrolYmed with board order . 00075 P — aROPOSAL (CCNT. ) (PRICE NOT TO EXCEED THREE (3) DECIMALS) ITEC' , TOTAL I1FV FSTI'-ATFO UNIT CE PRICE ( IN ( IN '4 0, QUANTITY ti:FAS:IRF ITE;d FIGURES) FIGURES) P�Of'ILi�aTION _ ______ __ ______ I LS +.UI J.)AL (,a Ali,. I..I.1 Ic-AI -1� ..L. L_Uoil„rii,1 KJ 1,s I..c. 1.VU1.I 1 Vi 1,.. 1.I.— r0STA TC PPOVI^E ALL NFCFSSAQY "ACHINERY, TOOLS* APPARATUS AND OTHER MEANS Or CO!,STRIICTICN# A"!D TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SOFAIFIFD IN TNF CONTRACT/ IN THF MANNER AND TVIE PRESCRIBED+ AND ACCURD- ING TO THF RF^UlRF'?FLATS cc' THE ENGINEER AS THEREIN SET.FGRTH* AND THAT HE WILL TAKF IN FULL DAY%IFNT THE7FF:R AN AMOUNT BASED ON THE UNIT PRICES sDrrIFlrn HFPFINrFLOW FOO '!»E VARIOUS ITE'M'S OF WORK* THE TOTAL VALUE OF SAID WVnK AS ESTI'lA.TFG HFRFIN FEII:G S -------------------- (I,NSERT TOTAL) AND TNF FCLLO%0%G 4FING THF U..IT PRICES BID• TO WIT— Microfi;med with board order 0007i PI cry - .. ,� ., i MrROPOSAL (CCriT. )_y—:�____________(PR I CE—t;OT—TO_EXCEED�THREE_(3)—DEC IMALS)--- I TE,** , TOTAL I1Fv FSTI'.ATFO UNIT QF PRICE( IN tIN .40, OUANTITY MFAS;IRF ITEd FIGURES) FIGURES) --------- -- ------------------------ -------- -------- ILS -- I?ATION --------------------------------------------------------- --- -- ------- -------- SS I G`:I NG AND 7(::PF I C C^r17R0L r 110 TO'"' RUr'�,ErtIZED ASPFIALT ~______________ ______ --------- _ _• __•------ 4 110— TJ"r' C^11f-^. AGG^rCG:.TC --- ------- ---_--_-- '�C TON ASPHALT COirC^RETE.` .•• •• —_ •• _ _•�_•••___ ___--_— __—_.--_—_ 6 PO TON ASP(lAL T I C-EMULS I O1—RS-1—(TACK COAT)_ _ ~__ _"—_.___ - _____________________________________________________________ ______ ________ ._ 7 140 SyY`O P-AVEMFNT REINFORCING FABRIC •-- --- --------------------- ________ ______--- 5F1 FA PAVFMFNT MARKER tREFLECTIVE) NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL ---_�_—_ -------------------------------------------------------------------------------- 00076 P - 2 ---------------- 1% CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL* - IT IS UNDE°S'OCR AND AGREED THAT THE QUANTITIES OF WORK UNDER FACII ITF.v ARF APPROXIVATF ONLYs PEING GIVE'S FOR A BASIS OF COMPARISON OF P90POSAL9 AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE— CRrASF THr AVOUNT OF WORK U`:DER ANY ITE'1 AS MAY BE REQUIRED$ 1"1 ACCORD— ANCF WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER U%nrRSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MOmFY SFT FORTH FOR FACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR Tti: PPOJFCT• DOES NOT CC%STITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNI.FSS IT SPFCIFICALLY SO STATFS• IT IS HERFRY AGQrcD THAT THE UNDERSIGNED. AS BIDDER• SHALL FURNISH A LAROl AND SATEIIALS BOND IN AU AMOUNT EQUAL TO FIFTY PERCENT OF THF TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE OMF uU%f)QFD D RCENT OF THE TOTAL AMOUNT OF THIS PROPOSALS TO THE COUNTY OF :ONTPA COSTA AND AT NO EXPENSE TO SAID- COUNTY+ EXECUTED BY A RESPONS— IRLF- SURFTY ACCEPTARLE TO SAID COU\TY• I`: THE EVENT THAT THIS PROPOSAL IS ACCEPTFn RY SAID COUNTY OF CONTRA, COSTA. IF THIS PROPDSAL SHALL RE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORTSAID AND TO GIVE THE TWO BONDS IN THE SUMS TO PF DFTERMINEn AS AFOP.FSAID• WITH SURETY SATISFACTORY TO THE BOARD OF SUprRVIsOpSo kITHIN SFVF% 171 DAYS, NOT INCLUDING SUNDAYSr AFTER THE RinnFP. HAS RFcrIVED NOTICF FROM THE BOARD OF SUPERVISCRS THAT THE CON— TRACT IS PFACY FOR SIGNATURE• THE BOARD OF SUPERVISORS MAYS AT US OPTION• nvTFPVINF THAT THE RIDDER.HAS APANDONED THE CONTRACTS AND THFRFIIPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID ANP THE FORFFITURF- OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPE?ATF AND THF SATE SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SIIPCnVTPACTS THE CONTRACTOR AGREES9 BY SUBMISSION OF THIS PROPOSAL. TO CON— FORM, WHEN APPLICAALF. TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THF GOVERuMFNT CODE PERTAINING TO SUBCONTRACTORS• THE SAME AS IF INCOR— PORATFD HFREIN9 A COMPLETE LIST OF SURCOKTRACTORS IS REQUIRED. AND THE RIDER WILL RF FXPFCTFD TO PERFORM WITH HIS OWN FORCES9 ALL ITEMS OF WORK FOR WHICH NO SUACONTPACT04 IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS OF WORK TO BE SUB— CONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE PY A SUPCONTRACTOR• THF VALUE OF THE WORK SUBCONTRACTED WILL BE BASED ON THF FSTIVATER COST OF SUCH PORTION OF THE CONTRACT ITEM• DETERMINED FROM INFORMATION SUPSITTFO 9Y THE CONTRACTORr SUBJECT TO APPROVAL BY THF ENGINFFR. THE ts%DFRSIGNEnjj AS PIDDER9 DECLARES THAT HE HAS hQT ACCEPTED ANY pin FPOY ANY SURCONTRACTOR OP NATERIAL!!AN THROUGH ANY BID DEPOSITORY. THE PY—LAWS• RULFS OR REOULATIO%S OF WHICH PROHIBIT OR PREVE14T THE CON— TRACTOR FPO+ CONSIDM-11% ANY FID FROM ANY SUBCONTRACTOR OR MATERIALMANY W41CH IS NOT POOCESSE!) THROUG&t SAID BID DEPOSITORY. OR WHICH PREVENT ANY SUArONTRACTOQ OR MATFRIAL!eAN FROM RICKING TO ANY CONTRACTOR WHO DOES NOT USF THE FACILITIES OF OR ACCEPT FIDS FROV OR THROUGH SUCH BID DEPOSITORY& ON7OR • P — 3 Pr-10POc:AL (CO%T. ) ---------------- "!o. ITF" SURCO%TRACTOR ADDRESS ---- ------------------------ ---------------------- -------------------- :C:.^."::...;YI';G THIS PROPOSAL IS %. f :CPCSAL GJARA";TY I": THE ^UNtT OF TCN (1n) ICRCENT OF A-'CU ;T BID -------------------------------------------------------------- (CASHIER'S CHECKS CERTIFIED CHECK OR BIDDER'S BOND ACCEPTABLE) TtiF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLL-;;S- IMPOPTA!:T !X". I CF ---------------- IF THE FID--,%ER OP. OTHER INTERESTED PERSON IS A CORPORATION% STATE LFG"L NAN-F CF CCQPORATICN% ALSO NAPES of PRESIDENT% SECRETARY% TRrASURFR% AND VANAGFR THEREOF• IF A COPARTNERSHIP% STATE TRUE NAME CF FIRM. IF 9I^DFP OR OTHE? INTERESTED PERSON IS AN INDIVIDUAL% STATE FIFST AND LAST NA14C IN FULL. ----------------------------------------------- ------------------------------------------------------- -------------------------------------------------- ------------------------------------------------------- LIrrNSEO TO DC OR SU3CCNTFtACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT% IN ACCORt-A\CE WITH AN ACT PRaVIDING FOR THE REGISTRA- TI%CN OF CO:TQACTORS% LICENSE NO* (CLASS- 1. ----------- ----- -------------------------------------- -------------------------------------- -------------------------------------- -------------------------------------- (SIGNATURE OF F31DDEF2) a;lSINrSS ADD^ESS ------------------------------------------------------ PL:CE OF QESI: rN'E ---------------------------------------------------- nATF IS -------------------------- -.. P - 4 000'78 m BiliD�:S' C%F.Ti:ICi:T1C:. certifies that: (Bider) 1. :t intend:. to c=ploy the listed const:sction trades in its wark, =der tre eon`...:et and 2. (a) as to biose trades set fort:: in Lhe•precedino paraZraph one hereof for Which It is eligible under :art 1 e£ thee.e id Conditions for participation in the Costa Plan, it ill comply wit; the Contra Costa Plan on this :.nd all :u,ur e construction cork in Ccauta Costa Co nom; i:*itt::= tha zcc;)e of co era>;o of zha`.: i l:.r., those trades being: and/or (b) as to those trades for which it is required by these Sid Conditions to eou.�Iy with Part =1 of these ?-;c! Conditions, it :adopts Ove Li _«.._ r..iao:_:, .::+ore_ utiii....tioa goals :ad the specific affir- ratire action steps contained in s-!-4 Part II, on this and all future construction L:orkC 1:: Cou vl<. CC-5t[t �C'=Ity .;C7„eC'- tO thew a.J Cc:Idit10115, those trades being: and 3. it will obtain from each of its subcontractors and submit to the contracting o= ac inisterin_; c�encr: prior to the .Card of anny Subcontract under this cortract the subcontractor certification required'_ by these Bid- Conditions. (Signature of authuri:c3 repre::aataLice of bidder) 00079 Rubberized Asphalt Seal Coat Project No. 4955 - 76 For Pre-Bid Information, Contact: Road Design Di,ision Phone (415) 372-2131 Canci�io;is. f3 a. uttlUt l:l•J ii:t)Ct..:. _ ...--r•'•""' . (SifnaCuLx �_.. VV1)~(J >- .- ~..........il Rubberized Asphalt Seat Coat Project No. 4955 - 76 For Pre-Bid Information, Contact: Road Design Division Phone (415) 372-2131 SPECIAL PROVISIONS FOR CONSTRUCTION ON COUNTY HIGHWAY RUBBERIZED ASPHALT SEAL COAT AAicrofitmed with board order VERNON L. CLINE, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT 40080 June 22, 1976 1J .)/76 THIS SHEET IS FOR 1IIFORMATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section E, "Bid Conditions-Affirnative 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 infornation 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 I 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 11 . Partial qualification under Part I 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 Ut1DER PART 11 In connection with responsibilities assumed by contractors bidding on this project, your particular attention is called to Paragraphs B-1 "Goals and 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 Department that meets the requirements as outlined in Part 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 with 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 submitting his bid. 111FORMATION - 006-81 I Rubberized Asphalt Seal Coat Project No. 4955 - 76 N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3. Contract Documents A-1 4. Beginning of Work, Time of Completion & Liquidated Damages A-1 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-I 4. Award and Execution of the Contract 8-3 5. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials 8-4 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress 8-11 10. Measurement and Payment B-11 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL I . Definition C-I 2. Labor C-1 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS I . Materials 0-1 2. Public Convenience, Public Safety and Signing 0-1 3. Cooperation D-2 4. Clean-up D-3 5. Rubberized Asphalt 8 Cover Aggregate D-3 6- Asphalt Concrete D-9 7- Asphaltic Emulsion RS-I (Tack Coat) p91 8- Pavement Reinforcing Fabric - 9- Pavement Markers D-11 D-13 SECTION E - BID CONDITIONS, AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY ATTACHMENTS COUNTY STANDARD PLAN CC 3050 00082 SECTION A - DESCRIPTION! OF PROJECT 1 . LOCATION The proiert is Inratpd nn nnrth -ne' -nnth i+rh-n^n .,..Pna l , It- &_wu l_�Lun Ra-I t i ack Goat) D-9 8. Pavement Reinforcing Fabric D-11 9• Pavement Markers D-II D-13 SECTION E - BID CONDITIONS, AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY ATTACHMENTS COUNTY STANDARD PLAN CC 3050 00082 .r s«: ."` ..rte•x.•.w irjn.•,eu.; . '._ ..,.1`.. .; .a '.• .. . . X., _ _ K'... .. ,1. . .. ., .s..e.c.... -..�._-. ...,. SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located on north and south Buchanan Circle and High Street bridge in the Pacheco area and on Harbor Street, California Avenue, and Loveridge Road in the Pittsburg area. 2. DESCRIPTION OF WORK The work consists of seal coat overlay of Rubberized Asphalt 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, "RUBBERIZED ASPHALT SEAL COAT," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds reqired herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or en- larging 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 8 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 25 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." A - ' 00000 l:� V , SECTION A - DESCRIPTION OF PROJECT 4. BEGINNING OF WORK, TIME OF COMPLETION 8 LIQUIDATED DAMAGES (Continued) The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALDNOAR DAY of delay in finishing the work in excess of the number of working days pre- scribed above, and authorized extension thereof. A - 2 0U08� f`„ .......... REVISED 2_14 SECTION B - r,ENFRai 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 i being performed as d,—indicated on the Notice to Contractors , Proposal and Special Provisions, i b. BOARD OF SUPERVISORS means the governing body of ' the Agency. j 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. STA71DARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, (hereinafter sometimes referred y to as S.S.) , dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be inter- preted to refer to the Agency, or its corresponding agency, office r or officer acting under tris contract. e. EQUIPMENT RENTAL RATES AIND GENERAL PREVAILING WAGE RATES means the latest edition of the Equipment Rental Rates and GLneral Prevailing Nage 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 cations.SpecifiThe Standard Specifications (S.S.) referred to abote ar—e-6y reTerence fully incorporated herein except to the extent that they are modified herein. 3. PROPOSAL (310) REQUIRE,'IENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply except as modified herein. B - i 0()0&5 i i SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) a. Examination of Plans , Specifications, Contract and Site of Mork (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 4 Public Works Director for the County of Contra Costa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1 .0=) j (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. a (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 ofthe second paragraph in S.S. Sec. 2-1.05 are superseded by the foI ]owing: All proposals (bids) shall set forth for each item of work, in clearly legible figures , an item price and a total 1 for the item in the respective spaces provided, and shall be signed by the bidder, uho shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1.05 shall not apply. C. Proposal (Bid) Guaranty (S.S. 2-1 .07) The requirements of S.S. Sec. 2-1.07 are superseded by .the following: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amoL.rt bid. Guaranty may be in the form of cash, certified check, 1 cashier's check, or bidder's bond payable to the specific Agency. 1 d. Competency of Bidders (S.S. 2-1. 11) The requirements of S.S. Sec. 2-1 .11 shall not apply. Attention is direc*2d to S.S. Sec. 7-1 .01E and the requirements of lair referred to therein reIatir.g to the licensing of Contractors. B - 2 OUBv i SECTION B - G=UERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) d. Competency of Bidders S.S. 2-171 1 Cont. All bidders must be contractors holding a valid { license to perform the required work as provided by the Business 1 and Professions Code, and may be required to submit evidence to 9 the Agency as to their ability, financial responsibility, and experience, in order to be eligible for consideration of their proposal. 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply except as modified herein. a. Award of Contract (S.S. 3-1 .01) As used in S.S. Sec. 3-1 .01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1 .02) t The successful bidder snail furnish a Faithful Performance Bond 1n 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) :lithin seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, to- gether with (1) the contract bonds , and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen 's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample cony 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 re.urned promptly after the execution of the contract. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply except as i modified herein. In lieu of the provisions in the third paragraph in Section 4-1 .033, "Increased or Pecr2aser Quantities ," of the Standard Specifications , the following scall apply: B - 3 QUC�.I E i r ............ .......... i SECTIO.3 B - GENERAL PROVISIONS 5. SCOPE OF 14ORK (S.S. 4) (Cont.) If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1.03B(1) , 4-1.03B(2) , or 4-1.03B(3) , as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 1 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply. 3. LEGAL RELATIO:IS AND RESPOUSIBILITY (5.5.7) i i 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: i 0 - 4 LVifIJ t mom .,.--M�"f"tw2F"'.. x..-.*>.. ,:x _ {- +:..+F' �-. ..., .... ,. ._ .. ... .. _ ,.. .,. .. .. - ;sr°cnas,rrwlPazaF wm-r•ar .,_.. �z SECTION 8 - GEIERAL PROVISION'S i 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7)(Cont.) a. Insurance (Cont. ) (i) regular Contractor's Public Liabilit Insurance for at least Two Hundred Fifty Thousand Dollars %50,000) 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 te:o or more persons in any one accident or occurrence; and (ii) regular Contractor's Property Damage j Liability Insurance for at least Fifty Thousand Dollars a , for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or ag regate) coverage of at least One Hundred Thousand Dollars ('4100,000? for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' ! operations, Contractor shall procure ar cause to be procured in their own behalf: (i) regular Contractor's Protective ! Public Liability Insurance for at least Two Hundred Fifty Thousand 1 12ol cars 50,u00} for all damages arising out of bodily injuries to or death of any one person, and for at least Five hundred Thousand Dollars (5500,000) for all damacies arising out of bodily injuries to or deaths of two or more persons in any one accident or occurrence; and (ii) regular Contractor's Protective Property Damacm- Liability Insurance for at least Fifty Thousand Dollars S5O,GJ'O) for all damages arisir.cn 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 (S10O,000) for all damages arising out of injury to or destruction of property during the policy period; and j (c) Without limitation as to generality of the foregoing subdivisions (a) and (b) , a policy or policies of Public Liabiliv and Property Damage Insurance in amounts not less than a250,u001 ';500,000 Public Liability and $50 ,000 Property Damaca Insurance, insuring the contractual liability of Contractor undar the provisions of t'.iis Section as hereinafter stated. T;iE P_LIC'i OR POLICIES , OR PIDrR ATTACHED THERETO, SHALL NAME TKE S?ECIF IC AGENCY AS A IIAMED INSURED. ON�9 a i � w.. MW SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) a. Insurance (Cont.) (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satis- factory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of ' all work to be performed by Contractor under the agreement. f (b) The Contractor shall furnish, or cause to 1 be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificates) 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 4 except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable de- lineators, flashing lights, and other safety devices, shall be the f responsibility of the Contractor at all times. The Contractor shall ' respond promptly, when contacted by the Engineer, or other public agencies , to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of im- properly operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. -' All expenses incurred by tine Agency because of er:ergency "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 small apply to all improvements , facilities , trees or shrubbery within or adjacent to the construction area that are not to be removed. t 1 • B - 00090 i SECTION B - GENERAL PROVISIONS B. LEGAL RELATIO%S AND RESPONSIBILITY (S.S. 7) (Cont.) c. Preservation of Property (Cont.) The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or t highway facilities in the vicinity of the 1 construction area or to other damaged facilities or property within the rights- of-way or easements shown on the plans , the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due the i Contractor under the Contract. d. Rights-of-Hay and Easements The rights-of-way, easements , rights-of-entry, i fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights-of- way, easements , or permits which the Contractor determines are necessary or convenient for the performance of the work shall be obtained by the Contractor at his expense. e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions , road and bridge load limits, and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. i 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. i '' - 7 U0Q91 s i SECTION B - GENERAL PROVISIONS _ v -8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7)(Cont.) g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1 .165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of. the d Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the i damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in } which such a proclamation was not already in effect. 2. Protecting the Nark from Damage--Nothing in this section shall be construed to relieve the Contractor r of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the :.ork caused by the occurrence which the Engineer determines rias due to the failure of the Contractor to conply with the requirements of the Plans and Specifica- tions, take reasonable and adequate measures to protect the Werk 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 y section. ' 3. Determination of Costs--unless otherwise acreed bet:-teen the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1 . 165 will be determined in accordance :•rite the provisions in Section 9-1.03, "Force Account Payment," except that there s%-all be no markup allowance pursuant to Section 9-1 .03A, "::ork Performed by Contractor," unless the Occurrence that ceused the damage was a tidal wave or earthquake. The test of emergency work, which the Engineer determines t ►•could have been part of the repair work if it had not previously been performed, will be determined in the same n5nner as the authorized repair .cork. The cost of repairing damaged work which was not in compliance with the require- ments of the pians and specifications shall be borne solely b:- the Contractor, and such costs shall not be considered t in determining the cost of repair under this Subsection E. y s. i` 1 SECTIGN B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7)(Cont.) 4. Payment for Repair Work--When the Occurrence ( that caused the damage was a tidal crave or earthquake, J the County will pay the cost of repair, determined as provided in Subsection E. that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes. Mien the Occurrence that caused the danane was a storm or flood, the County will participate in the cost of the repair determined as provided in- Subsection E in i accordance with the following: i (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is S2,0OO,OOO or less, the County will pay 90 per cent of the cost of repair that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes. + (b) On projects for which the Contractor's I bid for bid comparison purposes is greater than $2,000,000, the County will pay 90 per cent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply except as modified herein. i i 3 - 9 } 00093 SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) i i i } t AA J - J 00093 A J SECTIOfl B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) a. Subcontracting (S.S. 8-1 .01) 1 The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor ! without the prior consent and approval of the Board of Supervisors , nor in any event without the consent of the Contractor's surety or sureties , unless such surety or sureties have waived their right. to notice of assignment. c. Beginning of Work (S.S. 8-1 .03) In lieu of the provisions of S.S. Sec. 8-1.03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved j by the Agency and the working days charged against the contract I shall be counted fromthe day stated as the starting date in the "Notice to Proceed. " The Contractor shall not start stork prior i to the date stated in the "Notice to Proceed" unless a chana_e to j an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress' schedules shall be submitted within five (5) working days of the Engineer's written request. e. Time of Completion (S.S. 8-1 .06) The following days are designated as legal holidays : January 1 , February 12, 3rd Nonday in February, i last Monday in May, July 4, 1st Monday in September, September 9, 2nd fignday in October, flovember 11 , 4th Thursday in November, December 25,. Statewide election days, and any other day established as a general legal holiday by proclamation of the Governor of California or the j President of the United States. j 0 - 10 00094 '-,x'. -fir .! .^.. a. r..,•W r., .,.1.y - SECTIO14 B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) e. Time of Completion (S.S, 8-1 .06) (Cont.) If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10, MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1 .045) a The provisions of S.S. Sec. 9-1 .045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. Sec. 11-1 .02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1 .065) The provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1 .07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed stork, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion .and acceptance of the work, .if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or file property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1.08 shall not apply. { B - 11 VW9t� SECTION B - GENERAL PROVISIONS {� 10. MEISUREMENT AND PAYMENT (S.S. 9) (Cont.) L l— ill)L 1 1— U I L U 111!1 I..L l U l l, L l l.. 6U$I L 1 G 4 L U 1 I l Q I I IJ n 1 _ 1 balance due for the completion and acceptance of the work, .if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1.08 shall not apply. 8 - 1I ()UUI9J SECTION; 8 - GENERAL PROVISI011S 1 10. MEASUREMENT AND PAY14EIlT (S S 9 _ ), (Cont ) f. Clerical Errors (S.S. Sec. 9-1 .09) The provisions of S.S. Sec. 9-7 .09 shall not apply. subject to c9. All ionriortipartial estimates and payments shall be orrectal estimate and payment. i 12 t 1 ! f i i a 00096 !I f;� 3 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1.03 shall apply except as modified herein. 1 . DEFINITION. As used 'here, "force account" means the method or ca cuT—Taring payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover overhead and profit for :fork not included as a bid item in the { contract. When extra work is to be paid for on a force account basis , compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.03 as modified herein. 2. LABOR. a. The actual mages to be paid, as defined in i S.S. Sec. 9-1 .03A(la) , will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates. b. Premium ;rage rates will not be paid for any labor enployed on force account work unless such rates have been approved, in writing, by the Engineer. The labor surcharge percentage to be a plied to the actual wages paid as provided in Section 9-1 .03A(lb� of i the Standard Specifications will be 20 percent for all work, j except that for the following types of work said labor surcharge will be as shown below: Type of l:ork Performed Labor Surcharge Percent Cleaninq and painting metal bridge - - - - - 29 Concrete construction - bridge - - - - - - - 31 Erection: o- structural metal for metal bridge, excluding sign bridge - - - - - - - . 29 Piledriving, not including cast-in- drilled hole piles - - - - - - - - - - - - 26 3. EQUIPMENT RENTAL The provisions of S.S. Sec. 9-1 .03A(3) shall I� apply except as modified herein. a. 110 payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting stork, or other circumstances beyond the control of the Agency. + b. Equipment shall be delivered to the extra s work site equipped as ordered. r 1 c. Idle time waiting for the arrival of trans- porting equipment to move the rented equipment ;:ili not be paid for. + C - 1 00097 SECTION D - CONSTRUCTION DETAILS 1 . MATERIALS Certificates of compliance will be required for pavement markers, and epoxy. The asphalt concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" of these Special Provisions. The Contractor shall give the Engineer not less than 4 working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, from recognized commercial plants and any other material from other than the usual commercial sources. 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Attention is directed to the provisions in Section 7, "Legal Relations and Responsibility," of the Standard Specifications and these special provisions. Section 7-1 .09, "Public Safety" of the Standard Specifi- cations is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. Construction operations shall be performed in such a manner that there will be at least one 12-foot wide traffic lane open to public traffic at all times. At the end of the day's work and when construction operations are not in progress, a passageway shall be maintained through the work of sufficient width to provide for two 12-foot wide paved traffic lanes for public traffic. In lieu of the conflicting provisions in Section 7-1 .08, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, installing, maintaining and removing all signs, lights, flares, barricades and other warning and safety devices. D - 001D,98 i i SECTION D - CONSTRUCTIOX DETAILS 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont. ) Lane closure shall conform to the provisions in Section 7-1 .092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct traffic around the work. As directed by the Engineer, "cat tracking" (broken single or double stripe) of the centerline shall be done by the Contractor at the end of each days work to provide for the safe and convenient passage of traffic through the project area. Full com- pensation for cat tracking the pavement shall be considered as included in the contract price paid for Signing and Traffic Control , and no separate payment will be allowed therefor. Full compensation for conforming to the provisions in Section 7 o-f the Standard Specifications and these special provisions, including full compensation for furnishing all labor, including flagmen, materials, tools, equipment, and incidentals, and for furnishing, installing, maintaining and removing all signs, lights and barricades as specified herein, and as directed by the Engineer, 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. 3. COOPERATION The following work by other forces may be under way within and adjacent to the limits of the work specified, as follows: application of chip seals within the test area as shown on sheet 3 of the plans, by County forces. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section 8, "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 con- formance with this special provision. D - 2 W,IQG � F � lwl,�Jy r SECTION D - CONSTRUCTION DETAILS 4, CLEAN-UP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the construction area in accordance with the provisions in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifi- cations and these special provisions. All stains resulting from the contractor's operations, on curb face, top of curb, sidewalks or driveways shall be completely removed by sandblasting. All loose cover aggregate, Including any- spilled in transit shall be cleaned up. Full compensation for clean-up shall be considered as included in the prices paid for the various contract items of work requiring clean-up, and no separate payment will be made therefor. 5. RUBBERIZED ASPHALT & COVER AGGREGATE 5.01 Materials (a) The asphalt cement shall conform, prior to the addition of rubber and diluent, to the specifications for viscosity grading AR-1000 as specified by the Pacific Coast User's Conference, except that the absolute viscosity of the aged residue, AASHTO T 240, shall not exceed 1700 poises, when tested in accordance with the requirements of AASHTO T 202. (b) The ground vulcanized tire rubber shall meet the following requirements: ( 1 ) 100 percent of the granulated rubber shall pass the No. 10 sieve, 90 percent shall pass the No. 16 sieve, no more than 40 percent shall pass the No. 25 sieve and no more that 5 percent shall pass the No. 40 sieve. The granulated rubber, irrespec- tive of diameter shall be less than 7mm in length. The sieves shall comply with AASHTO Designation M-92. D - 3 00100 i SECTION 0 - CONSTRUCTION DETAILS 5. RUBBERIZED ASPHALT 8 COVER AGGREGATE (Cont. ) 5.01 Materials (Cont. ) (2) The specific gravity of the granulated rubber shall be 1 . 15 + 0.03, shall contain no more than a trace of fabric or wire and shall be free of other contaminating mat- erials except that up to 4 percent of calcium carbonate may be included to prevent the particles from sticking together. The granulated rubber shall be fully vulcanized. (c) Cover Aggregate (1 ) The cover aggregate shall have a percentage of wear not to exceed 40 at 500 revolutions when tested in accordance with Test Method No. Calif. 211 , and shall not have a loss greater than 12 percent when tested in accordance with the sodium sulphate sound- ness test, Test Method No. Calif. 214. (2) It shall be clean and free of any clay coating. A minimum of 75 percent of the material , by weight, retained on the No. 8 sieve, shall have at least one fractured face produced by crushing. (3) Grading of the stone cover aggregate, when tested in accordance with Test Method No. Calif. 202, shall comply with the gradation for 3/8" x No. 6 (Medium) screenings as specified in Section 37-1 .02 "Materials" of the Standard Specifications. (4) The cover aggregate shall be preheated to a temperature between 2900F. and 3500F. and precoated with not more than .75 percent of penetration grade asphalt, as directed by the engineer. (5) Canvas or similar covers that completely cover each load shall be used to minimize temperature drop of the exposed material if directed by the engineer. D - 4 OU101 SECTION D - CONSTRUCTION DETAILS 5. RUBBERIZED ASPHALT E COVER AGGREGATE (Cont.) 5,09 Fquipment -- ~ ' I " p "~� .~u ^u a temperature between 2900F' and 3500F' and procoated with not more than '75 percent of penetration grade asphalt, as directed by the engineer. (5) Canvas or similar covers that completely cover each load shall be used to minimize temperature drop of the exposed material if directed by the engineer. Q - 4 IM��� SECTION D - CONSTRUCTION DETAILS 5~ RUBBER/ZED ASPHALT & COVER AGGREGATE (Cont. ) 5.02 Equipment The equipment used by -the Contractor shall include: (a) ' a self-propelled vacuum power broom for cleaning the existing pavement surface; (b) two pneumatic tired rollers, each carrying a minimum of 5,000 pounds on each wheel and a minimum of |QO pounds per square inch on each tire; (c) self-propelled aggregate spreading equipment that can be so adjusted as to spread accurately and uniformly the given amount per square yard- The rear hopper shall he a minimum of 1141t wide. Conveyors shall he two 20" heavy duty conveyors, independently operated by high torque hydraulic motors. Spread hopper shall have an agitator and radial gates across front hopper with individual shut-off levers. The gate opening shall be graduated into fractional incraman+s, A full width rack typo Screen with 1-1/2" open- ings shall be placed over the receiving hopper to retain all over sized materials and foreign objects. The truck hitch shall be the type which will permit the hooking of aggregate trucks with- out stopping and shall he positive self-locking and adjustable with u manual release- Chip spreader shall be equipped with compaction-type tires; (d) a self-powered pressure distributor equipped with a separate power unit, distributing pump capable of pumping the specified material at the specified rate through the distributor tips, and equipment for heating and mixing the bituminous material * The distribution bar on the distributor shall be fully circulating with nipples and valves so constructed that they are in such intimate contact with the circulating asphalt that the nipples will not become partially plugged with congealed asphalt upon standing, thereby causing preliminary streaked or irregular distribution of the asphalt- Any distributor that produces a streaked or irregular distribution of the material shall be nromp+/ey removed from the project. O - 5 SECTION D - CONSTRUCTION DETAILS 5. RUBBERIZED ASPHALT & COVER AGGREGATE (Cont. ) 5.02 Equipment (Cont. ) Distributor equipment shall include a tachometer, pressure gages, volume measuring devices, mixing equipment and a thermometor for reading temper- ature of tank contents. The spray bars on the distributor shall be controlled by a bootman riding at the rear of the distributor in such a position that operation of all sprays is in full view and accessible to him for controlling spread widths. The method and equipment for combining the rubber and asphalt shall be so designed and accessible that the engineer can readily deter- mine the percentages, by weight, of each of the two materials being incorporated into the mixture and the mixing equipment capable of producing a homogenous mix of rubber and asphalt so that separation does not occur. Prior to the spreading of the rubber asphalt composition all distributor trucks proposed for use shall have been tested within six months from the date of spreading to determine the rate of the transverse spread. The contractor shall furnish the engineer with evidence that the transverse spread of the distributor trucks, when the trucks were approved for use, was as uniform as practicable and under no conditions was there a variance on any of the test pads greater than plus or minus 15 percent. If there is evidence to the contrary, the engineer may require that each distributor truck be tested to determine the rate of the transverse spread, by Test Method No. Calif. 339A. Transverse spread shall be determined on the vulcanized rubber asphalt product meeting these specifi- cations only. No transverse spread on other asphalt products will be accepted. D - 6 VOW i SECTION D - CONSTRUCTION DETAILS 5. RUBBERIZED ASPHALT b COVER AGGREGATE (Cont. ) 5.03 Construction Details (a) Mixing (1 ) The materials shall be combined as rapidly as possible for such a time and at such a temperature that the consistency of the mix approaches that of a semifluid material . The temperature of the asphalt shall be between 350OF and 4500F. The engineer shall be the sole judge of when the material has reached application consistency. (2) The proportions of the two materials, by weight, shall be 75 percent, plus or minus 2 percent, asphalt; and 25 percent, plus or minus 2 percent, rubber. After the full reaction described in (a) Mixing ( 1 ) above has occurred, the mix shall be diluted with a diluent. The amount of diluent used shall be 5-1/2 percent to 7-1/2 percent, by volume, of the hot asphalt-rubber composition as required for adjusting viscosity for spraying or better "wetting" of the cover aggregate. The diluent shall have boiling point of not less than 3500F. , and the temperature of the hot composition shall not exceed this temperature at the time of adding the diluent. (3) After reaching the proper consistency, application shall proceed immediately; and in no case shall the mixture be held at temperatures over 3300F. for more than one and one-half ( 1- 1/2) hours after reaching that point. (b) Spreading (1 ) Prior to the hot asphalt-rubber treatment, the surface to be sealed shall be cleaned, and treated with a bituminous tack coat consisting of .05 to 0. 1 gallon per square yard of RS-1 emulsified asphalt. (2) The application rate of the hot asphalt- rubber mixture shall be 0.60+ .03 gallons per square yard (based on 7-T/2 pounds per hot gallon), do not use conversion factors to 600F., use weight only. 00104 D - 7 SECTION D - CONSTRUCTION DETAILS 5. RUBBERIZED ASPHALT d COVER AGGREGATE (Continued) 5.03 Construction Details (Cont. ) (b) Spreading CCont. ) (3) weather limitations: (a) The ambient air temperature must be above 50oF; (b) The pavement must be absolutely 'dry; (c) The wind conditions must be such that a satisfactory membrane can be achieved. (4) The application rate of the cover aggregate shall be 35 to 39 pounds per square yard as directed by the Engineer to prevent pickup by the equipment involved in the spreading and compacting of the cover aggregate. A minimum of four complete coverages shall be made with a pneumatic roller. The rolling of the cover aggregate shall proceed immedi- ately after application in order to ensure maximum embedment of the aggregate. Traffic shall not be permitted on the completed sur- face until permitted by the engineer but shall be not less than two hours after the com- pletion of rolling. (5) All joint edges shall be swept clean of over- lapping cover material prior to the adjacent application of asphalt-rubber material . All reasonable precautions shall be taken to avoid "skips" and "overlaps" at joints and to protect the surfaces of adjacent structures from being spattered or marred. (6) Pickup of excess rock within 24 hours after placing the rubber-asphalt mix and precoated chips: Contractor shall remove from the surface all excess chips. This shall be accomplished without the use of gutter brooms or steel-tined brooms and shall be done in such a manner as to not disturb the finished surface, but only to remove excess chips from the roadway. The contractor shall also start within 24 hours, .removing loose rock from parkways, sidewalks and inter- secting streets. Both operations shall continue until all excess or loose rock is removed from the roadway surface and abutting rights of way 00105 0 - e SECTION D - CONSTRUCTION DETAILS I 5. RUBBERIZED ASPHALT E COVER AGGREGATE (Continued) i, 5.03 Construction Details (Cont. ) (b) Spreading (Cont. ) (7) After the excess chips have been removed from the surface, all areas shall be given a flush coat consisting of 1/10 gallon per square yard of Anionic SS type emulsified asphalt diluted with one part of water to one part of emulsified asphalt. Light sanding shall be applied after flushing to prevent pickup. 5.04 MEASUREMENT AND PAYMENT The contract unit price paid for "Rubberized Asphalt" shall include full compensation for supplying all the materials and doing all the work as specified in this section except that which is paid for under "Cover Aggregate," or under "Asphaltic Emulsion RS-I (tack coat)." The contract unit price paid for "Cover Aggregate" shall include full compensation for supplying all the materials and doing all the work as specified in this section subheadings: 5.01 (c); 5.02 (a), (b), (c); 5.03 (b) (4), (6), (71. 6. ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the pro- visions in Section 39, "Asphalt Concrete," of the Standard Specifi- cations and these special provisions. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for three- quarter inch (3/4") maximum, medium grading. D - 9 00.106 SECTION D - CONSTRUCTION DETAILS 6. ASPHALT CONCRETE (Continued) Paint binder shall be asphaltic emulsion, RS-I , and shall be applied at a rate of 0.07 gallons per square yard. The contractor's attention is directed to Section 94-1 .06, "Applying," and Section 93-1 .03, "Mixing and Applying," of the Standard Specifications. Prior to applying any asphaltic emulsion, the existing pavement shall be cleaned, to the satisfaction of the Engineer, of all material such as, but not limited to, leaves, sand, gravel and dirt. 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. 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. The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the following: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or tracks and shall have a screed that will produce a completed surfacing of uniform smoothness and texture conforming to the provisions in Section 39-6.03, "Compacting". The spreader box may be drawn by the asphalt material supply vehicle. The asphalt concrete overlay shall be spread in one layer of 0. 10 feet in thickness. 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. D - 10 00107 s P•rLzrY�.r.x:.r.j.":..r.t.,..wN: .. :..,:*. :. ♦. . SECTION D - CONSTRUCTION DETAILS fi. ASPHALT CONCRETE (Continued) Conforms between existing pavement and newly constructed overlay pavement shall be made by tapering the new pavement in accordance with the plans. 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 Eng.ineer. 7 . ASPHALTIC EMULSION RS-I (Tack Coat) Asphaltic emulsion (tack coat) shall be spread as specified under Rubberized Asphalt b Cover Aggregate of these Special Provisions at all locations to receive the rubberized aspha•It seal coat and at locations to receive asphalt concrete, in accordance with the provisions in Section 94 "Asphaltic Emulsion" of the Standard Specifications. 8 . PAVEMENT REINFORCING 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 Engineer of all material such as, but not limited to, leaves, sand, dirt, gravel, water and vegetation. Cleaning shall be by vacuum 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: D - 11 O0108 i �. . . i SECTION D - CONSTRUCTION DETAILS g. PAVEMENT REINFORCING FABRIC (Continued) "Surface Preparation" (a) leveling pavement irregularities (b) pavement deformation and cracking shall be blown clean of all dirt, treated with. RS-I, 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 . Equipment, labor (including flagmen) and materials used in the performance of "Surface Preparation" as specified above, 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 .04 "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 shall 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. 0 - 12 00109 D - 12 00109 1 SECTION D - CONSTRUCTION DETAILS 8 ; PAVEMENT REINFORCING FABRIC (Continued) ' The pavement fabric is available from the following; Phillips Petroleum Company 3031 Tisch Way - Suite 735 Sherman Building San Jose, CA 95128 Contact Mr. Tribbett at 408-247-2801 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. The fabric remaining from one 300-foot roll x 12.5-feet wide shall become the property of the County. 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, 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 pians, as required by these special provisions, and as directed by the Engineer. 9. PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications, County Standard Plan CC 3050, and these special provisions. Pavement markers shall be placed to the line established by the Engineer, which will consist of new centerline stripe. 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 Engineer. The first and second paragraphs in Section 85-1 .06, "Placement," of the Standard Specifications are superseded by the following: Rapid Set Type adhesive shall be used to cement the markers to the pavement. 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. 00110 D - 13 SECTION E - 810 CONDITIONS - AFFIRMATIVE ACTION REQUIREMEtITS , EQUAL EMPLOYMEtIT OPPORTUNITY 1 . AREA AFFIRMATIVE ACTION PLAN I The Area Plan applicable to this project shall 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 F159 2. AFFIRMATIVE ACTION REQUIREMENTS Part 1 : The provisions of this Part I apply to bidders , 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 may hereafter be developed pursuant thereto, all of which documents are incorporated 'herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part I or Part II 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 "8" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part I . 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 II : 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 - 1 00111 6ri 3 Part 11 : A. Coverage (Cont.) 1 . Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I 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 Plan. 4. Are signatories to the Contra Costa Plan 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 pian acceptable to the Director, OFCC, including the Contra Costa Pian. B. Requirement -- An Affirmative Action Plan. The bidders, con- tractors and subcontractors described in paragraphs 1 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 III hereof that it adopts the minimum goals and timetables of minority manpower utilization, 1/ and specific affirmative action steps set forth in Section B. 1 and 2 of this Part 11 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 11 . 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 goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not otherwise bound by the provisions of Part I 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 shalt be as follows: Until 9/30/72 9. 3% - 11 .8% From 10/1/72 until 9/30/73 11 .8% - 14.5% From 10/1/73 until 9/30/74 14.5% - 17.0% From 10/1/74 until 9/30/75 17.04 - 19.5b 1/ Minority is defined as including Negroes, Spanish Surnamed Americans, Orientals and America.i Indians. E - 2 00112 M■ B. Requirement -- 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 work 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 commitment 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 00113 -mom B. Requirement -- An Affirmative Action Plan (Cont.) A contractor or subcontractor'shall be deemed to be in compliance with the terms and recuirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate + -work force in Contra Costa County, California for each trade for which it is committed to a goal under 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 faith effort to make these steps work: to::ard 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 with its respective obligations under the terms of these Bid Conditions_ Therefore, contractors or subcontractors who are governed by the provisions of this Part II shall be subject to the requirements of that Part regardless of the obligations of its prime con- i 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 tr and requirements of these Bid Conditions, including the provisions rtl:`ing to goals of minority employment and training. r E " 00114 2. Specific Affirmative Action Stens. Bidders, contractors and subcontractors subject to this Part II, rn:st engage in affir-mative ac- tion directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community 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 names and ad- dresses of each minoriry.worKer refferred to him and what action was taken with respect to each such referred worker, and if the worker was not emploved, 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. The contractor shall promptly notify the COIN-IRA COSTA COUI.71Y PUBLIC •XM: S D FTAR^.•?.iT :.hen he union or unions with V:no;a the contractor has a collective bargaining a-reenert has not referred to the contractor a minority :,vrker sent n the contractor e: the contractor has other information that the union referral process has i :peded hin in his efforts to reea his goal. d. The contractor shall participate in-training programs in the area, especially Bose funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in 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 by specific review of the policy with minority employees. • f. The contractor shall disseminate 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. g. The contractor shall make specific',und constant personal (both written and oral) recruitment efforts directed at all minority i organizations, schools with minority students, minority recruitment organizations and minority training organizations within the contractor's recruitment area. h. The contractor shall make specific efforts to encourage ' present minority employees to recruit their friends and relatives. i. The contractor shall validate all clan specifications, selec- tion requirements, tests, etc. 0115jE - 5 - 00115- j, • The contractor shall make every effort to school, summer and vacation employment to Promote after- vacation 3 minority youth. k. The contractor shall ides and participate and dassist in aneve_t op on-the-job training oppor�n_ Y association or employer-group organizatio— al' recruitment area. The contractor shall make specific efforts to encourage h' ces to recruit their friends and relatives. present minority employ selec- i. The contractor shall validate all man specifications, , tion requirements, tests, etc. O0115 E — 5 .'17.. . j. The contractor shall make every effort to promote after- school, summer and vacation employment to minority youth. I I 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. Tne contractor shall make certain that all facilities and ! company activities are non-segregated. o. The contractor shall continually monitor all personnel ac- vities to ensure that his EEC policy is being carried out. ' p. -The contractor shall solicit bids for subcontracts from i available minority subcontractors engaged in the trades covered by these I Bid Conditions, including circulation of minority contractor association. I i 3. Contractors and Subcontractors Deemed to be Bound by Part II. In the event a contractor or subcontractor, who is at the time of bidding eligible under Part 1 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, he shall be deemed to be co=mitted to Part II of these Bid Conditions. Further, when- ever a contractor or subcontractor, who at the time of bidding is eligible under Part II of these Bid Conditions, uses trades not contemplated at the time he submits his bid, he shall be committed to Part II for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part II 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. i 4. Subsequent Signatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part II for any trade at the time of the submission of his bid who together with the labor or- I ganization with whom 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 comitting himself to Part I of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the require- ments of Part I until such certification is executed and submitted. E — 6 flU115 I e 5. Non-discrimination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part 11 in such a manner 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' CERTIFICATION certifies that: (Bidder) 1. it intends to employ the following listed construction trades in its work under the contract r and 2. (a) as to those trades set forth in the-preceding paragraph one hereof" for which it is eligible under Part 1 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 Contra Costa County I within the scope of coverage of that Plan, those trades being: r` r and/or i (b) as to those trades for which it is required by these Bid j Conditions to comply with Part 1I of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affir- mative action steps contained in said Part II, on this and all future construction work in Contra Costa County sub,ect to these Hid Conditio:ts, those trades being: ' `r and { 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 Conditions. i (Signature of authorized representative of bidder) I i 3. E,_,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: y 00117 E - 7 I Re SUBCONTRACTORS' CERTIFICATION certifies that.- (Subcontractor) hat:(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 1 participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future const-ruction work in Contra Costa County subject to these Bid Conditions, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditiors, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work in Contra Cesia County subject to these Bid Conditions,those trades being: and i 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. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Bid Conditions is material and will govern rho bidder's performance on the project and will be made a part �f his Failure to submit the certification will render the bid nonresponsive. _ I E - 8 00118 -M- 1 -M1 _ =SOON Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors regardless of tier) a as to their resbiddepeccontractor tive obligations under Parts I and 11 hereof (as app h sanctions and or subcontractor shall carry out suctef��natefviolationor onandcancellation the equal opportunity clause including suspension, of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder, or contracto��or subcontractor who shall C. Materiality and Fesponsiveness. The certifications required to be ! made by the bidder pursuant to these Bid Conditions is material and will ! zovern rha bidder's performance on the project and will be made a part -f his u-a_ Failure to submit the certification will render the bid nonresponsive. j E Nor— _ Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors regardless of tier) as to their respective obligations under Parts I and II hereof (as applicable). The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. 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 Bid 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 If hereof by a contractor or subcontractor who is covered by Part 11 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' employment practices during the performance of the contract. In regard to Part II of these conditions if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made 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. proceedings 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 agency will consider each contractor's or subcontractor's - minority manpower utilization and will not take into consideration the minority manpower 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 shall 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 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with 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 goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County _ 5 O0119 •..tet r ...t .� .: 2=:..,., '"... -, :. ,.•. ... ., 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 Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTIOtJ CONTRACTORS EEO REPORT or optional form bb, MONTHLY MANPOWER UTIL17ATION 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 work. 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 00120 v !i . _ 21 319 ? I SW • a= VI f 3 fa Ssrz oIA zYi ;j> v list +f t Y mill' { i4s e` f i"aisz7 ..rz 11 - e=_ 's. '; all f a •' si2 1 =[_:.{ AT gz;a:�3i; ,..:R q, il '� �•-' t 4 ° a =ter �+ t r _.c t V � � d1/ Q i L h I -t:.. 1 MIR 4 . s c Z }} tl 0'.' J, f r Q TWITZ g E t 1 i t E f t. js• 4 0 mil� is My: N 11 r s3° sf• . 11111 IT 1 f t ! Y + 1 Ell A FF E Q5 1 02 1W ll b AM 1w AIR cc OVI 77 r f w? .rt VV A, 1 t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of RESOLUTION N0. "7b/547 the map of Subdivision 4583, San Ramon Area. WHEREAS the following documents having been presented for Board approval this date: A map entitled Subdivision 4583, property located in the San Ramon area, said map having been certified by the proper officials; Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in the map, and that the 1975-76 tax lien has been paid in full, and a bond is not required to guarantee payment of the 1976-77 taxes; NOW THEREFORE BE IT RESOLVED that said map is hereby APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. PASSED BY THE BOARD on June 22, 1976. Originating Department: Public Works Land Development Division cc: County Auditor-Controller Public Works Director County Treasurer-Tax Collector Director of Planning First American Title Company - 225 Sansome Street San Francisco, CA 94104 M22 RESOLUTION W0. 75/547 Edward W.Leat Tax Collector's Office Contra county TreasumrTaxCollector Costa Alfred P.Lomeli 625 Court Street Astistant Treawrer•Tax Collector Finance Building RfCounty attinez,California 94553 ��Ju (415)372-4126 r- I t , r 1/111/19 First American Title Company 225 Sansom Street San Francisco, CA 94104 00122 RESOLUTION NO. 76/547 Ilk Tax Collector's Office (Contra �"�ty, TaxColl.�r 625 Court Street Costa Alfred P.Lomeli Awsrant Treawrsr i'sx Caitettor Finance Building Co blCounty Martinez.California 9455:3 U (415)372.4126 June 16, 1976 IF THIS TR:ICT IS HOT FILED BY JCTOMR 31, 1976, THIS L-rff5R Z3 VOID This will certify that I have examined the map of the proposed subdivision entitled: TPACT NO. 4583 (San :mon Area) and have determined from the official tax records that thane are no unpaid County taxes heretofore levied on the proparty included in the map. The 1975-76 tax lien has been paid in full. The County Assessor's office has assured us in writing that Tract .1o. 4203 will consist of only five parcels and these rive (5) parcels will appear on the 1976-77 tax roll under their new parcel numbers and will not be split into eller parcels. Therefore a bond will not be required to guarantee paywrit, of the 1976-77 taxes. Tax Collector By Deputy 00123 Microfilmed with board order a f i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) the map of Subdivision 4831, RESOLUTION NO. 76/548 San Ramon Area. ) I WHEREAS the following documents having been presented for Board approval this date: A map entitled Subdivision 4831, property located in the San Ramon area, said map having been certified by the proper officials; A subdivision agreement with Estate Homes, Inc., subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; WHEREAS. said documents having been accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 6298329) issued by The American Insurance Company with Estate Homes, Inc., as principal, in the amount of $175,700 for Faithful Performance and $176,200 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 136898, dated June 10, 1976), in the amount of $500, deposited by: Estate Homes, Inc. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in the map, and that the 1975-76 tax lien has been paid in full, and the 1976-77 tax lien, which became a lien on the first day of March 1976, is estimated to be $12,100; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 6298060) issued by The American Insurance Company with Estate Homes, Inc., as principal, in the amount of $12,100 guaranteeing the payment of the estimated 1976-77 tax; NOW THEREFORE BE IT RESOLVED that said map is hereby APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on June 22, 1976. Originating Department: Public Works Land Development Division cc: County Auditor-Controller Public Works Director County Treasurer-Tax Collector Director of Planning Estate Homes, Inc. 3001 South Winchester Boulevard Suite 12 Campbell, CA 95008 RESOLUTION NO. 76/548 00124 r: SUBDIVISION AGRE AIE-Yr (§1) Subdivision: 4831 _ (B. & P. Code §§11611-12) (§l) Subdivider: a nomes, jnC., a California torporation 1) Effective Date: -June 22. 1976 (§1) Completion Period: I year (§4) Deposits: A. (cash) $500 B. (bonds, etc.) 1. (faithful performance & maintenance) $ 175,700 2. (labor 4 materials)�ZUU-- 1. PARTIES G DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the abovenamed Subdivider, mutually promise and agree as follows concerning this subdivision: 2. IMPROI'ENIE\TS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the approved improvement plan of this subdivision on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called ''work") within the above completion period from date hereof as required by the California Subdivision Map Act (Business G Professions Code §§11500 and following), in a good work- manlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and wb ere there is a conflict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. GUAR..\TEE f, I'LLUMMIZANCE. Subdivider guarantees that the work is and ::ill be free from defects and will perform satisfactorily in accordance with Article 94-4.4 o: the County Ordinance Code; and he shall maintain it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. IMPROVEME\T SECURITY: DEPOSIT E BONDS. Upon executing this Agreement, Subdivider shall, pursuant to Business 5 Professions C_o4e §11612, deposit as security with the County: A. Cash: $500 cash; and.... B. Bonds, etc.: (I - faithful performance G maintenance) additional 3 security for at least the above-specified amount, which is the total estimated cost of the work less $500, in the form of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his faithful performance of this agreement and maintenance of the work for one year after completion and acceptance thereof against any defective wor-lranshir or materials or any unsatisfactory performance; Plus (2- labor materials) another such additional security in at least the above-specified amount, which is the full amount of said estimated cost, securing payment to the contractor, to his subcontractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. S. A'ARRa\TY. Subdivider warrants that said improvement plan is adequate to accenplish this wort: as pronised in Secticr. 2; and if, at any time before the County's resolution of completion for the subdivision, the improvement plan proves to be inadeouate in any respect, Subdivider shall make char..-es necessary to accomplish the work as provised. _ 1 - Microfilmed with board order ou125 . r 6. NO U'AIl'£R BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the r:hole or any part of said stork and/or materials, or payments therefor, or any coabinaticn or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the Counw be thereby estopped from bringing any action for damages arising from the failure to ply with any of the terms and conditions hereof. 7. INDEMITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities Protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage uas unforeseeable at any time before the County approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceeding(s) concerning thee. C. The actions causin, liability are any act or omission (negligent or non-negligent) in connection .,ith the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor, or any officer, agent or employee of one or more of them. D. Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) or specifications) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S. COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NO\'PERFOP.NI•L\CE AM) COSTS. If Subdivider fails to complete the work and improvements within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or others:ise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel nerfor.^..ance of this Agreement or recover the cost of completing the imptovements, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therescith. 11. ASSIGNME..T. If before County accepts these improvements, the subdivision T is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. 00126 - 2 - w.:.. . .. -... _ 12. RECORD +UP. In consideration hereof, County shall allow Subdivider to fi 1- and record the Final .lap or Parcel Map for said. Subdivision. CO\TRA COSTA COUNTY SUBDIVIDER: (see note below) Estate Homes, Inc., Vernon L. Cline, Acting Public forks Director a California �poration '; G ` By By Deputy (Designate official 'capacity in the business) RECOMMED FOR APPROVAL: !rote to Subdivider: (1) Execute acknow- lcdpnent forr•.'below; and if a corporation, `] affix corporate seal. .-Assistant Pubric Works Director (CORPORATE SEAL) FOW-4 APPROVED: JMN B. CLAUSE.\, County Counsel By Deputy e� State of Caf.jiorni,,� , '' / ) ss. (Acknowledgment by Corporation, Partnership, County hof Al ) or Individual) On the person(s) vhose namc(s) Ware signed above for Subcivider aifd who Ware knoum to me to be the inlividual(s) and officer(s) or partner(s) as stated above who signed this instrument, personally appeared before rte and acknouledged to me that--,-he( executed it and that the corporation or partnership named above executed it. rr -0:0 o1�sosc _ OFFICfAI.SEAL G (NOTARIAL SEAL) ni.3;?r J. PAVIZZA c r h:y Cor:.iss;zn Expires it6,. 6, 1980 c, Notary Fu:Jl"c f0 Sal my and State (Sabdiv. Agrnt. CCC.Std. Fora) LD-9 (Rev. 3/76) -3- 00127 �e ,.I ' Bond No. 6298329 Executed in Duplicate Premium: $1,762.00 IFePRO E-E,�:ENT S4:CUPITY BOND FOR SUBDIVISION' AGP.EE-E MENIT W (Performance, Guarantee, and Payment) G (Calif. Government Code t§66499-664o�9.1o) ESTATE HOMES INC., a California corporation 1. OBLIGATIO`:.. , .c� as Principal, and THE AMERICAN INSURANCE COMPANY , a corporation organized and existing wader the lairs of the Stage of New jersey and authorized to transact surety business in California, as Surety, hereby jointly and severally bin:i ourselves, ou- I heirs, executors, administrators, successors, and assigns to the County—" ,- ' of Contra Costa, California, to oast it: 1 (A. Perfor mance & Guarantee) One Hundred Seventy Five Thousand Seven ! Hundred and 00/100 - - - - Dollars ($175,70G.00 ) for itself or, as:y cit,-a-sigree under the bolo::-county subdivision. 2Sreement, plus U. Payment) One Hundred Seventy Sixflh�us .Two Hundred and 00100 - - - - - - - - -- - Dollars ( v ) to secure the �laaas tc t:Uch reference is made in Title 15 co :mencias itr: Section '3082t. oil' Part: 4 of Division 3 0£ the Civil Code of the State of Califor- nia.'...... aiifor-nia. .... 2. ••i;.:CITAL OF SU3DIVISICs'! AGREEI•WNT. The Principal has executed an agreement with the Counzy to install and pav for street, cr a nage, and other Improvements in Subdivision Numter 4831 , as szecified in ti:e Subdivision AEree:rent, and to cor-piete said work. within the time specified for completion in the Subdivision Ajr eement, all in accordance . ith State and local lairs And rulir.-s thereunder in order to.satisfy conditions for filing of the Final Map or Parcel :!ap for said Subdivision. 3. CONDITIOU. A. The condition of this obligation as to Section 1.!A) above is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well .and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein provided, on his o: its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall Indemnify and save harriless the County of Contra Costa (or city assirnee), its officers, agents and employees, as therein stipulated, then this obligation s'^.all become .null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified there for,,the re shall be included casts and reason- able expenses and fees, including, reasonable attorney's fees, incurred by County (or cit; assignee) in successfully enforcing; such obliZation, all to be taxed as cost: and included in an; jud,-.ment rendered. B. The condition of this obligation as to Section. 1. (B) -above Is such that said Principal and tike undersigned as corporate surety are belch firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, rraterialmen and other persons employed in the performance of the afore:aid ar',reerrent and referred to int he aforesaid Civil Code for materials furnished or labor thereon of any rfor at►l. c.::mdft2ged with board order amounts due under the Unemployment Insurance Act vith respect to sucl, work or labor, that said surety will pay. the same in an amount not exceeding the amount hereinabove set forth, and also In case suit is brought upcn this bond, will .pay,-in addition to the face amount thereof, costs and reasonable expenzes and fees, incl::ding reasonable attorney's fees, incul-red by County (or city assignee) in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and 4-0 be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title i5 (com.mencin" G with Section 3002) of Part 4 of Division 3 of the Civil Code, so as to give a right of action to them or their assigns In any suit brought upon this bond. Should the condition of this bond be fully performcd then this obligation shall become null and void, otherwise it shall he and retrain In full force and effect. C. No alteration of said subdivision agreement. or any plan or specification of said work aEreed to by the Principal and the County shall relieve any Surety from liability on this bond; and con- sent is hereby given to make such alterations t-!ithou:; further notice to or consent by Surety; and the Surety hereLy waives the provisions of Calif. Civil Code §2819, and holds itself Lound .-.-ithout* re,:-ard to and independently of any action against Principal whenever taken. J p SIGNED AND SEALED on June 9, 1976 PRINCIPAL SURETY ESTATE oPrMnlEiaSRIC., THE AMERLqINSURANCE * PANYa Califcorporation Y.zBy_ i-JcibniP.r-Luce};A#omey-in-Eact ..State of California County of Santa Clara ss. (ACKNOWLEDW4ENT BY SURETY) On June 9, 1976 the person(s) whose name(s) is/are signed above for Surety and-75—ois/are known to me to be Attorney(s)-in-,--act for this Corporate Surety, personally appeared before me and acknowledged * to me that lie signed the name of the Corporation as Surety and his/ their own niijjeCs) as its Attorney(s)-in-Fact. AIVIO—m— � — % Ji LM A u-Ml!" CAROL GAWAPOL SAUTA Curia ccUUTY fttotary _11-u- t,11 I ifor County and State �Rev. �2/76)- Mi WM-W*�. a.19LIO EBH:bw Fischer-Jensen.Insurance 0 0 1 f2WA9 AA,'-'_'!Med withboard R 0.Box 5700 Mexander 1530 Mer'dian "kin Jo- 51�0 e.Cahfcinia 9 RAlexander. TetephCre 408 264.6700 wiili P.o.Box 5100 %-&Lt,l IU. I AA:-.c,5-sed �� board p-,^� 15:,'0 htendl;n $an J��.Ca!lcrn a 951 e0 exallder- Wephcne 408 2644,700 STATS OF C:AUFORPIIA, l C Santa }as Oa this -� dayof in the year one thousand wire hundred and seventy-six before me Robert J. Ravizza ,a Notary Public, State of California ddy connm4x one and staorn,personally appeared L. W. Phipps. Jr. and Owen D. Gilman ktoa,t to sate to be the Pres- and SPr`_-Tr,-P-;. , rPc Pr•t1vP y OFFICUL EEA ry� of the corporat"described in and that executed the within irstrurnent,and also known to me to be c ROBERT J.RAVJZZA C�, the person S*°leo executed tlu rest!»w i+utrurnrrl on behalf of the corporation therein named,and ! -W t �`'E'-'C.C:-10OANIA G acknomledged to sate thatouch corporation executed the same CiARA COUNTY Commission Expires Feb.26,1980 `� IN !FITNESS WHEREOF I I.e Aerezedo set my hand and ofared my ofc;d serf in the county of Santa Clara the day and year a thir cerfifuate first obo:x tten. ^ 00130•. Notary Publit;-State of California. My Caammission Expir 2/26/80 term Ko. 3f-d l. - ALFT=P.LOMZLI • Assistant Cainty Treaarrer- r-DWARD W.LLAL To:Collector Comity Treasurer-Tal C•Lectar - TAX COLLECTOR'S OFFICE Flat tnstallra•nt of Tuan CONTRA COSTA COUNTY D•Itagoent . First Inatatlr:eat of Tas•s On. -Ten-fA- Of Du•cad Parebt• ---- J;'.oa i•First Day of Noe:a.•r MAr,TL%M CALICOR,11A e - �„• -d rvatafiwent of Taxes STATE aF{C._A_UF,ORNIA, C t of Clara Oa thia of the year am thousand wine hwndrid nnd_ seventy-six before me. Robert J. RgMizza ,a Notary Public, State of CrJifornia duty eotnm4sioned and ru one,personally apprared L. W. Phillips, Jr. and Chven D. Gilman -^t3tY"3 :aG�:Ct9�C3 knoxm to the to be the Proms- and SPr_ -TrPa S. - rr-wyJ)ar• i •Plj OFFICIr1I:£F.r11* G of the corporation described in and that executed the usthin imarurnent,and also known to me to be ^+. f2CSf.QT J.4tAYtZZA At Kron S*mho executed the mithiw inrirurr.mt on beha'f of the corporation therein nanud,and 1 '-1 :K: 'aL`C t;1tiOANFA acknosledged to the that atuh corporation executed thermrse to ZLA COUNTY r Commission Expires Feb.26,2980 , IN iirITNESS WHEREOF I p-:e herr.nto set my hand and oEixed my ofcirl reel in the :G�.ta Ga?Q"ZG??G1.?tT:Ct.Y4T7Q3O3�1„!: t�. v-dy a f Santa.Clara rht'day end yerr in this certificcie aba:a 'Iters. •. 00130, Notary Pvblic,•St2tcof C,tifornia t.m t:o. .f•--A My Commission Ezpie 2/26180 ,. .. ... .....:-. ... .,.,:. ' .«».,..-:•-- -,•R'=.'*'=:-mer;u..w..r...w..nr....n.,...,..._..„,,. ALFRED P.LOMZLl COWARD W.1.CAL Asatstaat C*Anil Tteatatree- Coartr Tr*o&urer-Tax CoL.atot Tax Collector TAX COI LEC:t)R'S OFFICE I A COLTS TY Fletquont, erns of Tux.s First lnstaltneat of Taxes CONTRA tib{ 17.lioqueat' Due cad Pareble 1JJi n,.aa.. oe the Tuxtla MY at Decrabr. Go ;,.F1r:t Dar of ttoe:ai.-r MAfiTL1EZ,CA[.I:'OR1�2.ta - ••••-- -,-r _..-.--------'-'--•-' PAaa.22tt-3=.Ext.2385 Second Enatattmsat o[Toxss s.eoad 1nstallmeat of Tax-s Dattnga-ot Ds. ad Parable April 22, 1975 on the T-ntb Day of Aa.lt on the First Dar of€ebru-ty IF THIS TRACT IS IiOT Flim BY OCTCF---R 31, 1976 s TMLFMM' . Is V.G'D This still certify that I have examined the asrp o, the proposed subdivision entitled: TIXT no. 4831 srct have deterred from the ofricz4l.tax racoz-dz that t}tere are ao unpaid Co=t3 tsxes hereto:ore ?e-v ed t::t tb- 'P:ol_=i y incIC-ar e i i 7975 76 tax :.iea h.»:s ;ee: paid in .y. ce.r esti^ate the gip. =he- ,,. ,,, on the first d3, of cf the I976-,77 ' lien �•,�c:l t_ca . a lien larch,�,-s is S 1?.1004-0 . F,R' karw w. toil, Tax Coll--e-cr Y: m 1,,.i;sofilmed with board order 00131 >� r. Lou NO. 6298060 PREMILM: $121.00 T?.X BOND I • Y.ilOW ALL I-S11 BY THEE PRESENTS: TIUG We, ESTATE HOMES, INC., a Califomia Corporation as Principal, and- THE AMERICAN INSURANCE COMPANY as Surety, are held and fircly bound unto the COUNTY OF CONTRA COSTA , STATE OF CALIFORNIA, in the penal sun of TWELVE THOUSAND ONE HUNDRED & NO/100 ($12,100.00) DOLLARS for the pay--ent of which sum well and truly to be made, we bind ourselves, our heirs, executors and assigns, jointly and severally by these presents: T•ri CONDITION of the above obligation is such that whereas, ESTATE HOMES, INC, the O.mers of a tract of land representing a certpjn subcivision of real estate, to-wit: TRUM VO. 4831 intend to file a map thereof with the Recorder of Contra Costa County, and UNERF.AS, the provisions of the State Law require that this be filed with the Board of Supervisors of said County. NOW THEPXFORE, if the said Principal shall pay, or cause to be paid, when due, all teuces and all special assessaents for the year 19 76 /19 77 t collected like taxes ❖hich at the tine of filing said nap, are a lien against such subdivision, or any part thereof, but not yet payable, then this obligation shall cease end be void, otherwise shall re=ain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have hereunto set their hands and seals this 26th day of April 1976 PRINCIFFAL SURETY ATE HOMES, INC. THE ERICAN INSURANQ COMPAI BY: �f %Z`Lt�-i./,�'�.�1,� tJ BY U � Ames M. Christensen Attom ey-in-Fc 00132 t. bv�t% C.4Ef .. _...__........_:..,-...sem ... 'k. OF CALIFORNIA -of Santa Clara �- Apri1,2G�.1976.....before me, ..GarRt _Gana-Rol._...._. y Public, State of California, duly commissioned and sworn, nally appeared James_M.Chris tensenj.o„ln to me to be the ney-in-Fact of the Corporate Surety that executed the within ument,and lmou,n to me to be the person who executed the said sment on behalf of the Corporation herein named and aclmowl- d to me that such Corporation executed the same. W11VESS WHEREOF. I have hereunto set my hand and affixed ifficial seal in the County of Santa.C 1 ara_the day and year in I {�(�1 certificate firstft�ore written. VV1 i ........ CAROANAPOI A NOTARY FU9LK-CALIF URMA :i �F s �Z l f t ST&TE OF CAUFORM4, Santa Clara �" co-nry aj seventy-six ^ April %n the ra.onr thourand hint F.undrtd orad or shit t t�—='J aj Dor oth W Genger brjort .,-Dorothy � ,o Notary Public, Stats Of California,duty commissioned and roan,personalty appeored Alervin'lV. Hansen �q7 ,�.�• OFFICIAL SEAL to me to be tAt Mce_Rre-s^w.f'1t DDR0761'F.GENGER 6}the corpora!"drscn3ed in and that tsrn+ttd tht within irJtru,nent,and also Fnoua!o n t to be : . :. UGTARt FUuUC CAtans.. fnson_rrho tsavtrd the within i zrirurnerl on beharj of thr corporation ihercin named.cnd GSUM CLARA COUII^f Kknamiedged to mr that rsch corporation esecuted lhrsamt 9 lly C;mmssion Expires Aug.20. 1977 G r�cahhdtyCOODt?c96t1 IN IV/lNESS WHEREOP 1 Acve hereunto fet my hand and ofired my off al teat is the County of Santa Clara the doy and year in this cersVeate fust above ariffm 00134 Rotary viAliS S a of California. My Co naiissiaa Expir 8/2 7 Fkrm No. '3t—Atlaorlev"rmeat�Corporrarlop• i I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Phase I ) of Front Street Mini-Park, County ) RESOLUTION NO. 76/549 Service Area R-7, Danville. ) (Work Order No. 5251). WHEREAS Plans and Specifications for construction of Phase I of Front Street Mini-Park, County Service Area R-7, Danville area, have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for base bid is $13,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class 4 categorical exemption under the County Guidelines, and this Board concurs and so finds, and the Planning Director shall 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 July 20, 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 pub- lished in the Valley Pioneer. PASSED and ADOPTED by the Board on June 22, 1976. ORIGINATOR: P. W. Dept (Buildir{g s and Grounds) cc: Public Works Department Count; Auditor-Controller Service Area Coordinator County Administrator RESOLUTION NO. 76/549 00135 r r.i... - .. 5 ....1.•.4; ]i:.y...^i .5: . :c'' i.,, •. `,1..... '. :i : ... a. v��.. S .... .,: . T- .. _ DIVISION C. PROPOSAL (Ri.d Form) BIDS 1.11LL Bi: RECEIVED UNTIL 20th day of July, 1976 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRft COSTA COU14TY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, -transportation, and services - for Front Street Mini-Park, Front Street Danville, California in strict conformity with the Plans, Spceificctiens, and, other 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 suns; namely: BASE BID: Shall include all of the work for the construction. and coir- pletion of all facilities therein, but not including any of the work . in the following Alternates: For the sum of- Dollars ($ ) ALTER1,MTES: 1. ALTERMATE NO. 1: State the amount to be added to the Base Bid for the Labor & Materials for the installation of hnijdPrc ag nhtz n • on the plans Add the sum of: Dollars ($ ) 2. ALTERNATE NO. 2: State the amount to be added to the Base Bid for the Labor and materials for the installation of concrete footings wood posts =or benches and table as shown on the plans. Add the sum 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 co=encement. . • 00137 _10-Microfilmed with board order 71 It is understood, with due allo.inces made for unavoidable delays, that if the Contractor should fail to complete the worn of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Fifty Dollars per calendar day for each day said work remains $�i'co workuipleted beyond the time for completion, as and for liq- uidated damas:es and not as .1 penal ry it- hrinr• nvr-rari -inri 2. ALTERNATE NO. 2: State the amount to be added to the Base Bid for the Labor and materials for the installation of concretC footings wood posts =or benches and table as shown on the plans. Add the sum or: Dollars ($ ) (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 corr-mencemenc. . . - - r 00131) -10 Microfilmed with board order ter.... . - It is understood, with due allo::nnccs riacic for unavoidable delays, that if the Contractor should fail to complete the work of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Fifty Dollars $50 00 per calendar day for each clay said work` remains uncompleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and.difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in making up this bid. —11= 00137 DIVISION C. PROPOSAL (Bid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and [flat the undersigned has not in any manner, sought by collusion to secure for him- self an advantage oyer any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. O Cash t7 Bidders Bond a Cashiers Check c3Certified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum # dated Addendum # dated Addendum # dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors. Classification and License No. Dated this day of 19 Rev..S/76 -12- 00138 Licensed in accordance with an act providing for the registra- tion of Contractors. Classification and License No. Dated this day of 19 Rev..5/76 -12- 00138 DIVISION C. PROPOSAL. BID FORM cnnrinued ' LIST OF SUBMI:'TRAITORS: (As required by Division B. Section 4. Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6. Paragraph E.). Portion of Work Name Place of Bidders -13- - 00139 - .. .. .. .-... :. ... ,+... ... yr -w.a• ... !" ._. t SPECIFICATIOI:S FOR FRONT STREET MINI-PARK Front Street, Danville County Service Area R-7 Prepared by Fong, Jung, Nakaba, LaRocca & Associates 300 Broadway, Suite 23 San Francisco, California Prepared for Public Works Department Contra- Costa County Sixth Floor Administration Building Martinez, California Microfilmed with board order 00140, TABLE. OF COINUEN"rS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Prepared for Public Works Department Contra- Costa County Sixth Floor Administration Building Martinez, California Microfilmed with board order 00140. TABLE. OF CO::TL•'NrS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 State and County Labor and Materials - Requirement Section 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 Exectuion of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 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 of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions- Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives -�- 00141 A DIVISION F. General Conditions continued Section 20 Samples and Tests Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Special Conditions - DIVISION H. Technical Conditions DIVISION I. Site Work -2- 00142 DIVISION A. NOTICE TO C0NTRACTOR , (Advertisement) _ :- Notice is hereby given by order of the Board of Super visors of Contra Costa County, that Clerk of said Board will receive O0142 -2- DIVISION A. NOTICE: TO CO'N'TRACTOR - (AdverLisement) 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 Front Street Mini-Park-Street. Danville, California The estimated construction contract cost (Base Bid) is $ 13,000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of -the Clerk of the Board of Supervisors, Room 103, County Administration Building, iiartinez, California. The drawings and specifications may be examined at the office of the Clerk -of the Board of Supervisors or at the Public Works Department, 5th Floor, County Administration Building. Plans_ and specifications may be obtained at the Public Works Department, 5th Floor, County Administration Buildinv upon payment of a printing and service ch4rge in the amount of $2-iJ (sales tar, in- cluded) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa'', and shall be mailed to the Public Works Department, 5th Floor, administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146. - . Each 72-2146.' Each bid shall be made on a bid form to be obtained at the Public Works Department, 5th Floor, County Administration Building, and must be accompanied by a certified cashier's check or -checks, or bid' bond in the amount of the ten percent (107.) 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 July 20, 1976 at 11:00 a.m. and will be opened -in public at the time due in the Board of Super- visors` Chambers, Room 1O7, .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 work, and will be forfeited by the bidder and retained by the County if -the successful bidder refuses, neglects, or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. -3- 00143 ... 'ri.•.•.,.. .. ray 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 (50%) of the Contract price and a faithful Performance Bond in an amount equal to' one hundred-percent (1007.) 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 work in the locality in which this work is to be performed 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. R. OLSSO County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California By Ddputy DATED: PUBLICATION DATES: Rev. 5/76 00144 i- DIVISION B. INSTRUCTION TO BIDDERS- The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETFNCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. - (b) The deposit, if called for in the "Notice to Contractor". page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- ing and handl costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans 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 performed, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. S_ Rev. 5176 00145 Fra., i , ................. .......... ............... INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for developments may not occur. Making such informa- tion available to bidders is not to be construed in any way as a waiver of the provisions.of this article concerning the Con- tractor'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 of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuationed 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 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 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 E of these specifications. (c) DISCREPANCIES 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 clari- fication which will be given in the form of addenda to all bid- ders if time permits, otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section 15 of D£visi':. ': of these specifications. SECTION Z. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Farm) (See Section C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, • the signatures of all persons signed shall be in longhand. The com- pleted form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5:76 -6- 00143' SECTION 4. BIDDING DOCUI_NiS (continued) (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. (e) List of Proposed Subcontractors: Each proposal ed shall have listre u► t e nage aniaddress of each subcon- tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of i of 1 percent of his total bid, in accordance with Chapter 2, Division 5, Title 1, of the Government Code. See Section 1 of Division E of these specifications for further reference to subcontractors_ (d) Bidder's Security: All bids shall have enclosed cash, a cashier's check,certirted check or a bidder's bond, as aescri1;e b�ov, executed as surety by a corporation aucFURzed to issue surety bonds in the State of California, made payable to "Contra Costa County", in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security.is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: l Proposals shall be submitted to the Clerk of the Board of J Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as-directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, ora failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. HITHDRAL'AL OF PROPOSALS: t Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that i 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. An oral, tele rayhic, or tele hon�ic request to withdraw a bid ro osaT Ts—nor acceptable. 'tTie withdrawal of s�iTs not prejud ce t e r�gh[ 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. Rev. 5/76 O0147 I• • I SECTION 7. PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION B. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alter- ation of form, additions not called for, conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE 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 agree- ment fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State lav and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Conditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 00148 .r1WVJ71WRV M; .. ...,:.. ..tG ' v SECTION 12. EXECUTION OF COJTTRRACT: The contract (example in Section D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Satur- days, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. So contract shall be binding upon the County until same has been executed by the Con- tractor and the County. Should chr 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. SECTION 13. FAILURE To EXECUTE CONTRACT: Failure to execute a contract and file accept- able bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the success£sl bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeit- ure of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest respon- sible bidder refases or fails to execute the contract, the County may 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 same, ` such bidders' securities shall be likewise forfeited to the County. ) The work may then be readvertised or may be constructed by day labor as pro+ided by State lay. ++i f Rev. 5176 -9 1 00149 - Bic)der , DIVISION C. PROPOSAL. (hid Form) LIDS WILL BE' RECEIVED UNTIL 20th day of ' July, 1976 at 11:00 a.m. , in Roon 103, Administration Building, Martinez, California, 94553. (A) TO TIIE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: . Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor, material, -transportation, and services _ for Front Street Mini-Park. Front Street, Danville, California in strict conformity with the Plans, Specifications, and other con- tract doctur.ents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following suns; 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. ALTERIZ4TE NO. 1: State the amount to be added to the Base Bid for the Labor & Materials for the inctallarinn of hn„ldPrc ae. Scun on the clans Add the sum of: Dollars ($ ) 2. ALTERNATE NO. 2: State the amount to be added to the Base Bid for the Labor and materials for the installation of concrete footines and wooa posts for benches and table as shown on the plans. Add the sum 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 commencement. , -lo- - 00150 I 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 t isze, then, he shall be liable to the Owner in the :mount of F t Dollars $cz per calendar day for each day sai4 workremains un f�npleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in making up this bid. • -11- - • 00151 �1jYISId14 C_ TRO!`[�eAL f8i.f Fn n cnntfnue� (F) The undersigned hereby genuine and not shaa or roll uivcrtorfmadehat thisibid ist or in behalf of any person not herein namedand that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, f4", or • -11= 00151 DIVISION C. PROPOSAL (Rid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or _ corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. n Cash t7 Bidders Bond t3 Cashiers Check C]Certified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum# dated Addendum# dated Addendum# dated Firm BY Title Address Phone Licensed in aocordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19 3ev..5/76 -12- 00152 r� DIVISION C. PROPOSAL BID FOR.`! continued ' LIST OF SURCONTFArTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work Name Place of Bidders 00153 mark, It shall I... • certificate to the Contractor add pay the balance of th• raaeract price alter deducL3e& all counts uftha Ida,aQer tats Goer tact, provIdrd [hs Co.ereeeor chows that all clA3a• for Lbor •nS ■Ate til► Aare bred pall, ao claims acre been preseat.d to the Pub lie Agency based on acts or oats►loon of tae Contractor, and no Utas or withhold notice• haw beam 112eQ •&cion= tDe work er tete, and pro vlded [herr Ar< aoc reasonable dM ladlcatloda o! 1.1-1lv, or misting work or of lace-r.cored notices of eas er clelas aS•!a•t Contractor. 9. ISSUTASCE. (Labor cede if la60-61) Oa sl[nfag chis contract. Contr•cter aunt &tvr Public Agency (1) • ce r[iflcate of cons mt to •el!-f psora lasued by the Dl recto[ of Iaduatrlal tela[ions, of (:) • certlflc•tt of L'o rkaea's Co=ptdastiom l;suraace Issued Dy a; •de[[[ed Sotarer, or (1) •p taste cep. or duplle.ce therm! crr[i!!.d try [At Director or Lhe insurer. Coat tactor in avert of sod coaplt.e vicA Labor Code Sec. )700 tad cAs works..*. Compesastlod Lay. 30. IOHDS. On algal;& chi. conrr..c Cener•eeor sA All deliver to Public Agency for approval Good +aQ •utflclrmt troada with auretlea, ld upon[(•) apeciflyd la the sprci[1= cause, so.od teei.& hi• faithful pertctasace o[ this co;crace and els prymsnt for all labor and materiels hereunder. 21. FAILC&E TO PERFORM. If the Coatr•ctor •t •ar cls refuse. o[ ;e&leccs, without fault of [be Public Agency or Its a&edt(a), to supply sulflclea[ nate r!•lA or wor4a en to complete this a&rteasaI tad wat as provided cert:;, ter a p.riod o[ 30 days or sort atter written notice hereof by tae luDlic ♦geacy, cA< Pub 11c agrn cy may furnish ua• Aad deQucc the reasonable asp rears thereof from ch. coat sect prlet. 12. LAWS APTLY. 6eneraI. Path poetise rtcogdlrr ihr app li=ability of various federal, state and local Isua A;d regulation,, cape c1e11y Chapter 3 0[ Part 7 of the California Labor Cede (beginning with Sec. 1710, tad Including Secs. 17)5 k 1777.6 forbidding d[s- erlmlaatlan) and fatend chat to is at[eoeat ca.Plie. tAereulch. The Pardo• •ptclffcally ttlpu2ate that the r<lrvat v.a.1tl.a mad forfrt[ures prortdr1 In he Labor Coot, especla117 Sn Secs. 1775 4 1a1), concer;iag Preva ilia& cages tad hour,, shall Apply to this ai reeseet a• though full. sclpul+[ad hereto. 17. SUBCOST&ACTOlS. Cowraseat Cod. 114100-4312 ate Incorporated herald. 14. WACE LATES. (a) Puraua.l to Labor [ode Sec. 1711, the governing body of the PubIlc Agency bas este rtelaed the gene r+l p[eva111ag races of wages per diem, anQ for holiQay •ad orer[lae cork, Sm Cbe locality !a match [41t work !s [o be ➢cyto toed, ter cath crA lc, class l llcattoa, % type of uorkzea weeded to execute this contract, tad said races are as spaelfled in the call far bid• far this work cad are od Ills with the Publlc Agency, and are hereby incorporated here In. (D) TAfs schedule of mates !s Dosed on • uorklag day of a hours uoleu ochervlse apetllled; and the dell. rate lr the Hourly rate mul[fplled by the number o1 flours con- •tltutln& the woriia& day. Whoa lean conn that auatrer of hours ■fr worked, the dally wage rate I p[oportioaatel y =educed. DuI the Hourly rate remains es a=cted. (e) The [oatrac[or, and all his suD coa[r+ctora, scat pay At leas[ these [aces to all percent os chin work, IncluCing al! [revel, substateace, and lrlage bene!![ payments pravldtd for by applicable collective Dartatniaa •t[e,menta. All sidled labor not 3lseed +bow nasi be paid at lout the wage •cele e►caDlt,hed br callecLlve bsrgalalaa ag teem me ter sucA labor !o tae Sac•lity waere antra war: 1s Lrto& pe rforasd. 1t 1t becoaea neces- sary for Lke Cootrac[or or an. subs parr.=for to rap lay any person la a tract, classffl- teLioa or type of .ark (except tat'utive, supervisory, •dela Lcr.[f rs, tier ical or ocher M-1 worker• as such) Ior uhl.h an alvim ua mage race is apecilted, the Centree ear .hall d,.illy nodi. oho Publtc Agency which a6st1 proaptl, dote ca I. IAe prevattlag wage rete ch ere for And luralsh the Contractor -11th the afalnue [ate based =Henan, whlch .bell apply fro. the tine o[ c.e 1=3[1.1 ..Ploysent of the person affected and during the coatl....c< of ouch eaployaasL. 15. HOURS O. LAaOR. Eight hour. of labor to one calendar day conatftuces • legal day's .oro, and ao workaeo eaployed at any eine od lhls va rk b9 the Conrraecor or by any aub- cootraetot stall he required or p,rzitt<d ro cork longer thrrean ..cape as provided !n Labor Code Secs. 1610-1d15. 16. APMIL TI CES. Properly ladent-4 apprrattcr. ray De e*pl*,,d on thea work In •eeotdaacr with Labor Code Sec.. 1777.5, tad 1777.. on non-dl►<rtmiaa[toa. (rate 1 e1 10 Rev. 12i72 14b- 00154 5.4CTTpy E -LID CMUTIOZ, AFFIRWIC= ACr1W?—"U '1LT, H.UAL EhTWD[37 affUr rUN111 Part I: The prcvisious of this Part 1 apply to bidders, contractors 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 naamitments by labor or,anizationz to specific goals of minority manpower utilization) together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using, one or more trades of constriction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor my be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific wait-ret by that union to a goal of minority manpower utilization for such trade "A", thereby m.:ectinr the provisions of this Part I, acd by its ccari meat to Part I1 in regard to trade "B" in the instance in which it is not included in the Cent=Costs Plan and, therefore, cannot neat the provisions of this Part I. To be eligible for award of a contract under Part I of this Invitation for Hids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. Part II: A. Coverage. The provisions of this Part II shall be applicable to these bidders, contactors and subcontractors, who, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof; 2. Are signatories to the ContraCesta Plan but are not parties to collective bargaininC agreements; 3. Are sienat.ories to the Contra Costa Plan but are parties to collective bargaining a.;reenents with labor organizations who are not or here- after cease to be signatories to the Centra Costa Plan. h. Are sirnatorics to the Contra Costa Plan but as to which not specific commitment to Foals of minority manpower utilizzztion by labor organi- zation have been executed pursuant to the Contra Costa Plan; or Bev. 5/76 -15- 00353u • work, It shall Issue a certificate to the Contract.[ •qd py the balaac- 02 the contract p[ice alter deducting all amounts Ib 14 under this [..tract, ptevtdrd [A• Contractor shows [Amt all cL iaa for lab a and macer Lis bare bee. paid, ao c1.la. bare be.. presented to the Public agency based on •cgs or emission* of the Co.tractoL. and no Ilene er withhold so I_ kava bean f11ed •Islas[ the cork or alt., and pro vi Ged [Acre ate at reasonable lndlcatloas .f delectly- or s1u1.4 a.,k or of lace-[.coed-d .otic.s of Ileo. at claim. ag•Inst Contractor. B. SNSUBAXCE. (Labor Code 111060-61) 0. sign!.{ this contra[[. Contractor aunt live Pub ltc aleac7 (1) • certificate at ....at to ae 1!-insure issued by the Dtrrct,: of lad uAttLl Be latioa, or (2) • eertlftcate o! L'o,kmsn's Cogpsaamtlon lasu[a.c• Is sued by am ads[tted Insurer. of U1 em ea•cc copy or duplicate tA•r.*t eertitled by the Director or the lasuret. Contractor 1• aware of and complies with Labor Cade Sec. )700 and tib- work aen'a Coapsmaatioa Law. 10, BONDS. 0. slgnlag tibia coartact Contractor shall deliver to Public Agency for appregI goed a.G aulflclent bond• with sureties, 14 amount(*) specified In the speclfl= tattea*, guava.teeing hla [atthtol p.,I....... of this contract and his payment for all labor and ■aterlals be r-unde r. 11, rA1LCNE TO PEBPOBN. It the Contractor at am time rrtus-a or argle cgs, vlcho at fault o! she Public Ag.*c7 or !t+ al<.t(a), to supply suftict<n[ matt rials ar work.e. to conic to thta yreeaent and work as provided her.ie, for a yvrlod o[ 10 days or sort after w rlttea magic. thereof b7 the Public Agency, the Public Agency may furnish sue •ad deduct the retaonable ..pens-. thereof from the contract price. 12, LAWS APPLY. Canes!. Both patties r-cogaise the Applicability o! various fad<ral, state sad local laws and regulations, especially Chop l o[ Part 7 et the CaIt fornla Lab Codr (beglnntag with Sec_ 1710, sad lncluding Secs. I735 g 1777.6 for hldding dts- celmf.atlon) •ed lntenG that this •greeuat coapl2es [berewlth. The parties ap-cltttallr stipulate that the relevant P-naltlea and for[etc urea provtdrd to the Labor Co.!.. especially !n Se u. 1775 6 1037, conce[ning p,erailing wages a.4 hours, shall apply to thin agreement .* iheugh Sul lay at ip'+laced Aerr io. 13. S!3COXTIACT0IS. Cor-rament Cods 116100-4113 are Incorporated heroin, 14. wACE BATES. (a) Pursuant to Labor Code Svc. 1773, the goverolol body o[ the public Agency has mace rtaitrG the le.e cal pcevalling rates of wages per dLm, and to holIQay and evetcl.e uo r\, la cbe locality in which chis work 1. to be pert.coed, tar each era[[, clad ficatl on, er type of ver\son .ceded to -aecu[e obis coat r+ct. and amid ucam are •s spotllied la the call tar bid• for this work sad are on file with the Public Agency, and or. hereby facorpotated beret.. (b) This achedulr of wap. Ss based os • working day of { boor• ual-sa othe,wiae apetlfled7 sad th< dally rete 1. tb< hourly rate sulciplivd by the number of hour• con- •tltrting the workia{ day. k'he. I... than that number o! hours •re worked, the daily wg- rate la proportloaately reduced, but the hourly rats rrul.a as stated. (e) TAe Contractor, sad all bis subcontractors, suss pay at leas[ [hese rat.* to all Person e ea this work, 1aclwQing all ttav1, sabalatrnce, sat triage Benet![ payments provided for by appllcabl- collec[1re barge ming ag re.*eaa, All skilled labor mat listed above must be pd d •t lent tib- waste •ole established be all. 1)Bart aiming mars amen[ tar such labor !. tib. louli ty where fuck woe: is l %as performed. If IC bac.aes aeces- aary !o[ the Contractor or asp sutcontract of to employ asp person 1a • craft or type of cork (except •aecuttve, sup<rvlso[y. •dalnt•ttatty-, cle rlc•3 or other sea-manual workers as such) for which no minlaum wag. rate la .pecl[ted, the Contrac t o[ •hall laaedlately ..city the Pwbllc Agency which shall promptly docs[•tat the prrral ling wage rate therefor and futn1.h tib. Contractor wit. the sint.um tai- based thereon, ..11h shall •ppb. lens tae rise o[ [b- Initial eaployaeac of the person aL[ectrG and during the coatis w•ace of such caployaeat. 15_ NOL'ti Or LAbOY. Eight hour• et labor 1• oat calendar dry constl[utrs a legal Jy's •or►, sad ao wrorkaan ..pimped at any clae on tibia work by the Coat,actor or by any +ub- toatuctot shall be renal nd or pe,altted ro vori longer therec . eacrpc as pro vl dod la Saba. cod. Seca. lain-ills. 16. APPatNIICES. rrcrerly laden[,rrd .rp—ttc nay be employed on I. work I. accord.... walla -bot Cod. Secs. 1;77 $ and 1777,6 os non-dlscrlmtq•tion. (P.g. 3 of 4) Rev. 12!72 -14b- 00154 LL r . . • aoa-.Ramal watt.[* sa s. 1.111-1411c l n a ahQl l.selSately nottly c11e Tioub31c Agency which *11111 proaptly date.stay the p 1.117 s-- vase rate theist*. and tu[alah for Contractor I. he mtatauw rags be ed [hr[roa, cblc11 .hall .pDl. Rima the tl.e o! [De 1a1t1.3 ..ployaent o[ the person affected sad during the ..sit.. ... of auch eaploy.nst. IS. Novas OF LABOR. Eight ►ours of labor 1, oe calendar Qay coaatltucr. a Ictal d.y,s mot►, and wo vorknaa s.pla, •i ..y cloy o. cola wort by the Coac,.ctor e[ by any *ub- coatractot shAlI he required es petattted to cork longer th.rrea eacapt as Oto vlQed la Labor Code Seca. 1010-1tl35. 16. ATPCt%IICES. PreprrlT lnQ.nt ur.Q .ppt•ntice* nay be on no ed on chis vorY in accordaate wl Z•bos Cod< Sec*. 1771.3, .nI 1771.6 on non-dtscrt.to+eion. (Page ) at e) Rev, 12.72 -14b- 00154 11. PREFERENCE FOR`tAT£p1ALS. The A►11c Agency designs to pro.ote [A. taduarles lad ec.n.wy of Coate♦ Co+ta Ce ant., end lbs [mtraiter the..torr 'PC 4:10 to ua. eme Fred maces, vary wen, labor.os aa!se chaalcs et tills Cesaty to eye ry cast where e11e prlee, fit.es• and q.altty are equal. 16. ASSICTRSNT. This agreement ►lads the helm. .uccseers, a..1ga., Red [rpsnseoca[iyes of the Coa[eacto r, but he [asset seat gw 2t 1a whole or le pant, nor any non2ee due or to become due under It. wlthout the polar vtltt.. consent of the Public Agency and the Contract or.a s.rety of sureties, ualea. they he.. v1'1.e4 ..Cleo of .sslgo.a.t. It. NO GAITER RT PCRLIC AGE%". Inspection of the wort and/or materials, or approval of worn and/or ■atezia2I inapacted, or statensne bw any officer, agent or employer of tn. Puhifc Agency indicating the wait or any part tae roof cosp(te. v/th [h. [rqui[enrats o! tA1s contract, or acceptance o[ cne whole or Rey p+rt o! aald cork and/or mater!ala, .r payment* tketetor. or say coehf.a[!o. o! [bene .Cts, s:all not roller: the Contractor of his ob I.I.t. to lolill2 tela contract as preactlbed; nor *fiat! the Public Agency be thereby **topped Iron Drisgleg Ray aetlen !oc damages or .nlor<enenc aftstag tree the !.!lure to coaply M. as, o! cns t.[aa Rad coadlttesa este t. 20. NOLO NARIILESS 6 1NDEMSITI. (a) Contractor p[o.lae to Rad shall hold h+r.lraa and iad•anify- from the liabilities ss defined to this •retina. (b) The lademaltee. bemetited And protected by this prortae are the rubllc Ag.ncv and It. eleetive sad appetatlre boards, cosalastoaa, officer., *Renta and espler.e. (e) The 1labllitlea protected .gala*[ are any 31.6 it/ty or data !ot doage o1 see kind allegedly And tered, incur.*! of [11 rrai<ned be taus. of sotto** de!ln.d below, lacluding Pa.$...l la)u[y, deaf!, prop.riy damage, lovers: C..draea[ten, oz +ay cowbinat2on of thee, regardless of unetb.. or not auch li ablllty, ..I. or daa+ee uss unfe nee able at Rey [lar brtore tae County ayproved the "Prosrneat plan of accepted the 1.pzosessata q ce.pletrd- and lacledtng the defense of any .matt(*) et acttoe(a) at fav or equicy coats roing terns. (d) The actions caualag Liability are a.Y art or o.ascl.n (argligrat et won- aeglfg•nt) 1a connection with the .actors rose rad by [bis contra,[ and RetI butah2s to cns eeatract or, s yont tactor(.), or say o!ltcer(a), asest(a) or esPloyee(a) o! ons ee .ors of then. (a) W.a-Cendltlo..: The proal.• Rad atreeesec !w th/s rection is Rog condltlon•d es dependent an whether or at any Ld "it** nae prepared, supplied, or apptosed Ant plan(.) or ape tffica[1oa(a) is cmnaecI .n vtth [111. wort, bas /n....... or aces. ledeeslf/caiton co.ertag Ray o! th..r matu n, or that ch. alleged daaage resulted partly frac any aca21- seat of willful .&....duct nt amy Iadeaslte•. (P.ge t o1 a) -14c- Rev. 14c-Rev. 1?/72 00155 i A. _ SECTION s - LID cc =rEN-M, :.huh 'ENTWLiQ.T hhPPC 1FL Part I: She provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those cusstrnotion trades for which they are Parties to collective bargaining agreements with a labor organization or organizations and Who tot-,ether with such labor crgamizations have agreed to the Tripartite Agreement for Contra Costa Ccunty. California (but only as to those trades as to which there are cororitmeats by labor orraniations to specific Coals of minority sugmWer utilization) together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor usinv one or mare trades of construction employees mat comply with either Part I or Part II of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor mar be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific caeart_xnt by that union to a goal of minority manpower utilization for such trade •A", thereby reetinr the provisions of this Part 1, ad by its commitment to Part 11 in regard to trade "B' in the instance in which it is not included in the Conga Costa Plan ad, therefore, cannot meet the provisions of this Part 1. To be eligible for award cf a contract under Part I of this Invitation for aids. a bidder or subcontractor must execute and submit as port of its bid the certification required by Part 111 hereof. Part II: A. Coveraee' The prorisionz of this Part II shall be applicable to these bidders,-contractors and subcontractors, who, in regard to those constriction trades to be employed by them on the prosect to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof; 2. Are signatories to the ContruCosta Plan but are not parties to collective barrainin!:agreements-. 3. Are signatories to the Contin Costa Plan but are parties to collective bargaining aneenen_s with labor organizations who are not or here- after cease to be signatories to the Contra Costa Plan. L. Are siMatories to the Contra Costa Plan but as to which not specific commitment to goals of minority manpower utilization by labor organi- zation have been executed pursuant to the Contra Costa Plan; or Rev. 5/76 —3.5— 001513 i 5. Are no longer participating in an affir-ative action plan accep- table to the Director, OFCC, including the Contra Costa Plan. B. Reauirenent --An Aff£raative Action Plan. The bidders, contractors and subcontractors described in paragraphs 1 through 5 above will not :.- eligible for awardof a cc a -t under this Invitation for Bids, unless it certifies as prescribed £n paragraph Zb of the certification specified in Part III hereof that it adopf3 the minimum goals and timetables of minority manpower utilisation,-/ and specific affirmative action steps set fourth in Section 3.1 and Z of this Part 11 directed at increasing ' minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pur- suant to Section S.3 of this Part 11. Both the goals and timetables, and the affirmative action steps crust meet the requirements of this Part 11 as set forth below for all trades which are to be utilized an the project, whether subcontracted or not. 1. Coals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each trade which will be used on the project within Contra Costa County, Glifornia. The ranges for all trades to be utilized on the project shall be as follows. From IC/1/7L 57.E-14.51 In the event that under a contract which is subject to these Bid Con- ditions any worts is performed in a year later than the latest year for which acceptable ranges o£z[nozity manpower utilization have been determined herein, the races for the period 10/1/7L through 9/30/75 shall be applicable to such wort. The percenta;es of=incrity manpower utilization above are expressed in terms of mmahohrs of traininh and eroIoymtent as a proportion of the total manhours to be worked by the bidder's, contractor's snd subcontractor's entire work force in that trade on all prc ects in Contra Costa County, California during the performance of its coat-art or subcontract. The manhourz for minority work and training most be substantially uniform throughout the length of the contract, an all prOects ard for each of the t-aden. Further, the transfer of minority employees or tra£ncea fern eap!oyer-to-enoloyer or from protect-to-project for the sale purpose or meeting the ctntractor's or subcontractor's goals shall be a va.olaticn cf thesc conditions. ;r£nari.y iw ef!:tct as an_lUdinC"groes, Spanish Surnanr"i Americans, Orientals and a erican Indians. Rev. 5/76 -16- 0015 7 a riolaticn cf these condition.. a �or'a Eoa1s shall be jtinorit as inclu i Orientals and:morican I�xi:an.n`NagrDea, Spanizh euraz l Rev. 5/76 -16- 00157 . r and for each of the trades. Further, the transfer of minority employees or trainees.from employer-to-em?Ioyer 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 II, 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 trainees must be employeed by the con- tractor during the training period, the contractor mist have made a cam- ' mitment to employ the trainees at the completion of their training and the trainees put be trained pursuant to established training programs rich 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. A contractor or subcontractor shall be deemed to be in compliance with the teras 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 County, California for each trade for which it is committed to a goal under this Part it. However, no cant-actor or subcontractor shall be found to be in apaciztpliance solely an 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 rade every good faith 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 with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part II shall be subject to the requirements of that Part regardless of the obligations of its prime con- tractor or lover tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work an projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the and requirements of these Bid Conditions, including the provisions to goals of minority employment aad training. Rev. 5/76 -17- 11 int"", F = 0 2. Specific Affirmative Action Stens. Bidders, contractors and subcontractors subject to this Part I1, must engage in affirmative ac- tion directed at increasing minority manpower utilization, which is at least as extensive and as specific.as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organisations' response. b. The contractor shall maintain a file of the names and ad- dresses of each minority worker refferred to him 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 vas not sent to the union hiring hall for referral or if such worker was not employed by the eontractor, the contractor's file shall document this and the reasons therefor. c. The contractor shall prcaptly notify the CONTRA COSTA COUNII PUBLIC VCM 2SP.1i"a'r UT when the union or utnio=with idiom the contractor has a collective bargaining aRreemeot has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts 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 in any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff, employee and union representatives' seetings to explain and discuss the policy; by posting of the policy; and-by specific review of the policy with minority employees. f. The contractor shall disseminate his EFA 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. S. The contractor shall make specific and constant personal (both written and oral) recruitment efforts directed at all minority organizations. schools with minority students, minority recruitment organizations and minority training organizations within the contractor's recruitment area. ' b. The contractor shall make specific efforts to encourage present minority employees to recruit their friends sad relatives. i. The contractor shall validate all man specifications, selec- tion requirements, tests, etc. Bev. 5/76 -18- 00159 r M1 J. The contractor shall make every effort to promote after- school, summer and vacation employment 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 m- ployees to seek such opportunities. n. *The contractor shall sake sure that seniority practices job classifications, etc., do not have a discriminatory effect.- n. The contractor shall make certain that all facilities and company activities are non-segregated. o. The contractor shall continually monitor all personnel ac- vities to ensure that his EEO 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 minority contractor association. 1. Contractors and Subcontractors Deemed to be Bound by Part I1. . In the event a contractor or subcontractor, who is at the time of bidding eligible under Part I of theme 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 cocnitted to Part II of these Bid Conditions. Further, when- ever a contractor or subcontractor, wbo at the time of bidding is eligible under Part II of these Bid Conditions, uses trades not contemplated at ' the time he submits his bid, be shall be committed to Part II for those trades. Fhenever a contractor or subcontractor is deemed to be committed to Part II of those Bid Conditions, be shall be considered to be committed to a manpower utilization goal of the minion percentage range for that trade for the appropriate year. 4. Subsequent Sirnatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part II for any trade at the time of the submission of his bid who together with the labor or-. ganixation with whom 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 comitting himself to Part I of these Bid Conditions. 6o contractor or subcontractor shall be deemed to be subject to the require- ments of Part I until such certification is executed and submitted. Rev. 5/76 -19- 00160 0 S. Non-discrimination. In no event may a contractor or subcontractor utilizethe goals, timetables or affirmative action steps required by this Part II in such a manner 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: BIDDF3S' CtRTIFIC.1YICIN certifies that: (Bidder) 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 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 Contra Costa County within the scope of co►erage of that Plan, those trades being: • and/or - (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minima minority manpower utilization goals and the specific affix- ' native action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, !boss trades being: and 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 Conditions. (Signature of authorized representative of bidder) 3. T_'_-contractors' Certifications. Prior to the award of may subcontract under this Invitation for Bids, regardless of tier, the prospective sub- contractor asst execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: Bev. 5/76 -20- 00161 I r SLI=.`IMM— RS' CrE=ICAIIO% - certifies that: (Subcontractor) 1. it intends to employ the following listed construction trades in its work u-dez the subcontract 2• (a) as to those trades set forth in the preceding paragraph one bereof 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 conscnuction work in Contra Costa County subject to these Bid Condition, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions,it adopts the minas..mimrity manpower utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work 2a Contra Cosa County subject to these Bid Cooditinn,those trades being: \ and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontracr the subcontractor certification required by these Bid Conditions. (Signature of autborized representative of bidder) In order to ensure that the said subcontractors' certification be- comes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the Contra Costa _ County' Public Works Department has deter: nod, in writing, that the said certification has been incorporated in such subcontract, regardless of tier. Am anbcontraet executed without such written approval shall be voided. C. Materiality and Responsiveness. Ibe certifications required to be made by the bidder pursuant to these Bid Conditions is material and will Vovern r—bidder's performance on the project and will be made a part �f his�4-4. Failure to submit the certification will render the bid nonresponsive. Bev. 5/76 -21- _. 0;0162 Part IV: Comoliante and Enforcement. Contractors are responsible for informing their subcontractors regard esu of tier) as to their respective, obliaations under Parts 1 and II hereof (.•: applicable). The bidder, contractor or subcontractor shall carry out such sanL:ions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Yorks Depart ant. 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 Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part 1 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 II 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 Yorks Department shall review its contractors, and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made 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 proceedings 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 agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower 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 shall 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 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or ;. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Yorks contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to came forward with 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 goals within its timetables. The pendency of such formal proceedings shall be taken into consideratlon by Contra Costa County Rev. 5/76 -22' 401 63 in determining whether such contractor c: 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 Yorks 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 provisiens of these Bid Conditions as shall be required by the Contra Costa County Public Yorks Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CMTRACTORS EEO REPORT or optional form 66, MONTHLY MANPOWER 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 work, for the information of bidders, a copy of.the Contra Costa Plan may be obtained from the Contra Costa County Public Yorks Department. r v Rev. 5/76 ' -23- 00164 • MERL DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Add A document issued by the County during the bidding per ch modifies, supersedes, or supplements the original contract documents. Affirmative Action tion Report K tten oclment wrYeelomonthly) prepared by the contractor for submission to the County which reports the total number of employees, the total number of min- employees. and the present minority manhours of total man- worked on the project. Meement_ - The written document of agreement, exe- cuted by the Coty and the Contractor. Architect or Enitineer - Shall mean the architect, engineer, individualor co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these speci- fications. When Contra Costa County is designated as the Engineer, ® Engineer shall mean the Public Works Director, or his autto rized representative. Bidder - Any individual, partnership, corporation, association, 3ot venture, or any combination thereof, submitting aZoposal for the work, acting directly, or through a duly author- representative. Board of Supervisors - Shall mean the duly elected or appointed owls const tute such a Board, who will act for tfu County in all matters pertaining to the Contract. Change Order - Is any change in contract time or price and any change�iu contract documents not covered by subcontractors Pro ect Inspector, Construction S_u�, Inspector, or CleM of the Works - hall mean the authorized agent o t e Zrwnty at—the ssite of the work. Contract - The contract is comprised of the contract documents. Contract Documents - The contract documents include the agreement, not ce to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev . 5/76 -24- 001615 't 4 i DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: (continued) Contractor - The individual, partnership, corporation, association, o t venture, or any combination thereof, who has entered into a contract with the County. CouCrnt - Shall mean 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 wor ee Section 16B). neral Notes - The written instructions, provisions, conditions, or of er requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans - The official drawings including plans, ele- vations, sect omens, detail drawings, diagrams, general notes, in- formation and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, • dimension, and details of the work. S ecifiee�ti ns - The instructions. Provisions, condi- tions and der r eme►ta pertaining to the methods and man- ner 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, o t venture, or any combination thereof, =Con- tracts with the Contractor to perform work or labor or render service in or about the work. The term 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 perform- ance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. u lement Aitreement - A written agreement providing for alteration, amendment, or extension of the contract. York - The furnishing and installing of all labor, materials, ar�eles, supplies, and equipment as specified, desig- nated, or required by the contract. Rev. 5/76 -25- 00166 _ i .......... DIVISION F. GGENEILAL CONDITIONS (continued) SECTION 2. Governing Laws and Regulations: A. The Contractor shall keep informed of and observe, and comply with and Cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made put to said lava. vhich in any wav affect the conduct of rsuan the work of this contract. B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal, 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 job at all time during construction period. C. Excerpts from 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. "No contract for public works involving an estimated axpendtiur'e in excess of $25,000.00 for the excavation of any trench or trenches five feet or sore 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 wbom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, brac- ing, 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. "She terms 'public works' and 'awarding body' ss used in this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev. 5/76 -26- 001617 11 ■ r i ( DIVISION F. GENERAL CONDITIONS (continued) SECTION 3. Patents and 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 any such licenses or royalties, and per- mits for the use of anyatented or copyrighted devices shall be secured and paid for the Contractor and delivered to the County on completion ofte work, if required. SECTION 4, Contractor's Responsibility for Work and Public Ucilit�es 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 of the elements or from any other cause ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all such damages to any portion of the work occasioned by any of such causes before its accept- ance. B. 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 all public utilities, The Con- tractor shall assume all responsibility concerning same for which the County may be liable. b. Enclosing or boxing in, for portection of any public utility equipment, shall be done by the Contractor. Upon comple- tion of the work, the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the same watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of same by the County during the entire progress of the work. SECTION 5. Bond and Insurance: A. The Contractor to whom 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 Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a fora acceptable to the County. Rev. 5/76 -27- 0o168 i fti "'7 OMEN" DIVISION F. GENERAL CONDITIONS (Continued) SECTION 5. Bond and Insurance continued B. Comnensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Worimens' Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Worlanens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, frem.claims for damages for personal injury, in- cluding wrongful death, as well as from claims for property damage, 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 them. The amounts of such in- surance 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 $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as re- quired in the Articles of Agreement. D. Fire Insurance: Omitted. 001 69 -28- M2UQN F_ GSL �DITIO c i contlnuedl S I N 5. BOND glR1 INS (continued) E. `TES OF INSURANCE. Omitted. 00169 -2s- l DIVISION F. GENERAL CONDI?IONS (continued) SECTION 5. BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE• Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall be subject to County agproval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred percent (IOOX) 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 mater- ials or workmanship that may be discovered during that time. G. PAYMENT BOND: One bond shall be in the amount of fifty percent (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 materials used or consumed in the performance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCONTRACTING- A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- fillaent 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 shall remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed 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 dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Rev. 5/76 _29- 00170 F' p L i DIVISION F. GENERAL CONDITIONS (Continued) SECTION S. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord 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 listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Aet" 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 percent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the mmber of calendar days, set forth in the Proposal (Bid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, damage will be sustained by the County. It is and will be impract- icable 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 money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damages the County may 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 accepted the same in writing. D_ Written requests for contract time extensions, along with adequate justification, shall be submitted to the County not later than one month following the delay. E. Any money due, or to become due the Contractor, may 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. Rev. 5/76 -30- 001"71 DIVISION F, GENERAL CONDITIONS (continued) SECTION 7. T OF tiORR AND DAMES: (contineud) F. Should the County, for any cause, authorize a sus- pension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non-completion of the work after the adjusted time as required above. SECTION 8. PROGRESS SCHEDULE: Prior to beginning work the Contractor 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 sub- division of the work, and the contmplaced dates of completion of such subdivision. Schen required by the County, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) days in error.) SECTION 9. TEMPORARY UTILITIES AND FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. 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 upon com- pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all meters,all electric light and power equipment and wiring, all gas meters, gas equipment and piping that is necessary to per- form his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, vire for, install and main- tain temporary electric light wherever it is necessary to provide illumination for the proper performance and/or Inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed chat these Specifications can be easily read in every place where said work is being performed. This tem- porary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer, Project Inspector, or any other authorized representative of the County whenever required for inspection. Rev. 5/76 -31- OOY12 t DIVISION F. GENERAL CONDITIONS (Continued) SECTION 9. TE!lPORARY UTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- . F 414 4 11 C 00Y12 � s DIVISION F. GENERAL CONDITIONS (Continued) SECTION 9. TEMORARY UTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men. These facilities shall be of an approved type conforming to the requirements of the County Health Department, and shall be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall 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. E. The County will Pay directly to the utility companies connection fees, anne—xatLon fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid byy the Contractor. The County will not Pay for water, gas, tele- Mon and electricity consumed on the project until after the County makes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. PERMITS: A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders, of any body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not r wired to pay any charges associated with per- mits. (It is not the present policy of the County to pay fees to the incorporated cities for permits.) SECTION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract 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 work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equiRqent to properly-carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. Rev. 5/76 -32- 00173 mill 11 1111111 0 0 • DIVISION F. GENERAL CONDITIONS (Continued) SECTION 11. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all times until the job is accepted by the County. This superinte�ent-s—iall be 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 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 other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will 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 setat proper times. An- chorage and blocking for each trade shall be a part of same, ex- • cept 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. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the Contractor. J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a dis- orderly or improper manner, he shall be discharged immediately on the written request of the Engineer/Architect, and such person shall not again be employed on the work. SECTION 12. RESPONSL ILITY FOR SITE CONDITIONSt 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 encount- ers active utility installations which are not shown or indicated in the plans or in the specifications, or which are found in a locktion substantially different from that shown, and such utilities are not reasonably apparent from visual examination, then he shall Rev. 5/76 -33- ( 114 exceptions, to the responsibility or the Lont,act , s ,. 1 . Section 4, in the Instructions to Bidders: A. If during the course of the work the Contractor encount- ers active utility installations which are not shown or indicated in the plans or in the specifications, or which are found in a areanolortitnreassonably apparenttantiall �frroom visualt from het:emination aches hetshalles Rev. 5/76 -33- *74 .�� . VISION F. GENERAL CONDITIONS (Continued) SECTION 12. RESPONSIBILITY FOR SITE (continued) promptl notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to make 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, petroleum products, sir, chemical, water, sewer, storm water, gas, electric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accord- ance with Section 21, relating to changes 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 him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts with- out instructions from the County, then he shall be liable for any or all damage 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. ® B. 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 change of depth or dimen- sions of such subsurface work due to discovery of unsuitable bearing material or for any other cause, then adjustment to con- tract price for such change will be made in accorda=e with Sec- tion 21. Except for the items of cost specified therein, the Con- tractor shall receive no compensation for any other cost, damage, or delay to him due to the presence of such unsuitable bearing material or other obstruction. SECTION 13. INSPECTION: A. The Contractor shall at all times pewit the County and their authorized agents to visit and inspect the work or anyy part thereof and the shops where work is in preparation. This obli- iacion shall include maintaining proper facilities and safe access or 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 notify- ing the Coun�y where and when such work is in readiness for inspec- tion and tearing Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's ex- pense. B. Whenever the Contractor intends to perform work on Saturday. Sunday, or a legal holiday, he shall give notice to the County -ach intention at least two working days prior to performing such work, or such other period as may be speci- fies, so that the County may make necessary arrangements. Rev. 5/76 _34- 00175 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting such requirements shall be made good and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected or that payment has been made. SECTION 14. REJECTIONS OF MATERIALS: A. The Contractor shall promptly remove from the premises all materials condemned by the County as failing to conform to the Contract, whether 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 time, fixed by written notice, the Couaty may remove them and may store the materials at the expense of the Contractor. If the Contractor does not p the expenses of such removal within ten (10) days thereafter, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. INTERPRETATION OF CONTRACT REQUIREMENTS: • A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- ment occurring in any one of the documents is as binding as through occurring in all. B. Conflicts in the Contract Documents: In the event of conflict in the contract documents. the priorities stated in sub- divisions 1, 2, 3, and 4 below shall govern: 1. Addenda shall fovern over all other contract doucisents, except the County s Standard Form Agreement unless it is specifically indicated that such addenda shallPrevail. Subsequent addenda shall govern over prior addenda only to _ the extent specified. 2. In case of conflict between plans and specifi- cations, 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 aver all ether notes and all ether portions of the plans. c. Larger scale drawings shall govern over smaller scale drawings. -35- Rev 5176 . ..-„ h DIVISICN f. GENERAL CONDITIONS (Can't.) 3ECT10N 15. INTERPRETATION OF C04MCT REOUIREME!IfS: (.on't.) G, Conflicts within the Specifications: a, The "General Conditions of the Contract" shall govern over all sectians 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 a;,gregate 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, site. and profile of the parts or materials otherwise set forth In the contract documents. S=ICN 16_ CLARff1CATIONS AND ADDITIONAL INSTRUCTION: A. Notification by Contractor! Should the Contractor discover any conflicts, emissions, or errors In the contract documents or have any question concerning interpretation or clarification of the contract documents. or if it appears to his that the work to be done or any matters relative there- to are not sufficiently detailed or explained in the contract documents, then. before proceeding with the work affected, he shall 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. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions 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 • -36- 00177 i DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When 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 those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When 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. SIC'TION 18. MATERIALS, ARTICLES, AND EQOIPMEN`r: A. Material shall 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 accordance with Section 4380 et seq., of the Government Code, State of California. B. 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 uncrating. 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 manufacture of equal quality and utility to that specified, he shall 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. 1-7172 —37- 00178 � 7191St!.\F. C4 NDITIu\5 (Coni.) ;4CTIi3: 18. `!ATz4IAL17, ARTICLL'S. AM EQDIP4E.YC: (Can't.) that specified. 3equest for substitution shall be made in ample time for ch. Countv's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of a1equate size samples of material, testing laboratory reports on material or process. eanu`acturer's specification data, field reports on product's approval snA use by other public agencies. material costs, and installation costs and -aintenance provistons and experience or other data as required by the County. The Countv's decision concerning the refusal or acceptance of proposed substitute •or that specified shall be accepted as final. Requests `or s0stltution will only be considered when offered by the Contractor with the reason for substitution. *'ailure to submit competent evidence as required and requested by County shall be considered %rounds for refusal of substitution. The Contractor shall Include n notice of change in contract prices, if substitution is approved. 0. All materials shall be delivered so as to insure a speedy and uninterrupted progress of tte work. Same shall be stored so as to cause no obstruction. and so as to prevent overloading of any portion of the structure. and the Contractor shall be entirely responsible for damage or loss by weat4er or other cause. E. Within fifteen (IS) days after the signing of the Contract, the Contractor shall submit for approval to the County a complete list of all materials It is proposed to use under this Contract, which differ In any respect from materials spectfied. This list shall Include all materials which are proposer by the subcontractors as well as by himself for use in work of his Contract and which are not specifically mentioned in the Specifications. This list must also include the figures received by the Contractor In bid form for the material or materials which are submitted for approval or substitution, together with the figures In bid form of the specified material or materials for which substitutions are proposed. In case a substitute Is offerAd and accepted as approved equal to materials specified, the cost of which is less than the cost of the material or equipment specified, then a credit shall be taken for the difference between the two Costs In order that the County shall obtain whatever benefits say be derived from the substitution. Failure to propose the substitution of any article within thirty-five (35) days after the signing of the Contract may be deemed sufficient cause for the denial of request for substitution. ECrIt)X 19 SHOP ORAWI.NCS DESCRIPTIVE DATA, SAMPLES, ALTERKATIVES: 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 axamination. Rev. 12%72 -38- 00119 • DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA, SUWLES, ALTERNATIVES: (Con't.) H. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (5) 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 ocher data required by the specifications in the number of copies as required in submittal schedule, or five (5) copies if no 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 County 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 name of the manufacturer together with catalog designation or other identifying Information, hereinafter referred to generically as "designated by brand name". An alternative material, article, or equipment which is of equal quality and of the required characteristics for the purpose Intended may 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. No such proposal will be considered unless accompanied by complete Information, and descriptive data. necessary to determine the equality of 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 matters. In 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. i2i 72 —39— OJ180 a a DIVISIMZ f. CEMM&L cixjiriL:S (Coni.) SECfILN 19. 3HLP 3U.WI%S, DESCRIPTIVE DATA, SAMPL::i, ALTEAMTiVES: (Coni.) 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 from the contract plans and specifications, nor shall it relieve him from responsibility for errors In the submittals. A failure by the Contractor to identlfv in his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County, the Contractor shall resubmit such shop drawings, descriptive data, and samples as may be required. If anv mechanical, electrical, structural, or other changes are required for the groper installation and fit of alternative materials. articles, or equipment, or because ofdeviations .from the contract plans and specifications, such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECTION 20 SAMPLES AMD TESTS: The County reserves the right at its own expense to order tests of any part or the work. 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. Unless otherwise directed, all samples for testing will be taken by the County from rhe materials, articles or �j 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 examination. Including testing, shall 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. SECTION 21. CHANCE ORDEPS: 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 reouirements 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 County may elect: (1) On a lump sum basis as supported by breakdown of estimated costs. Rev- 12/72 a �Y Town I DIVISIONF. GENERAL CONDITIONS (Con't.) SECTION 21. CH&NGE ORDERS: (Can't.) (2) On a unit price basis. (3) On a cost-plus basis in accordance with the following conditions: (a) MSRR-DPS: 1. For work performed by the General Contractor an amount equal to the direct coat (as defined herein) of the work plus 151.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 20Z 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 cverhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to General Contractor.) 4. In no use will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiers actually existing. r 5. For deleted work the mark-up shall be 10% of the direct costs or the agreed upon estimate thereof. (b) DIRECT COSTS: 1. Labor: The 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. Rev.12/72 Rev. -41- 0010.4 DIVISION F. GENERAL COSDITIO%S (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) 2. Materials: (Con's.) 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 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 advisable, and the Contractor shall have no claims for costs or profits on material furnished by the County. 3. Equipment: 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. :to payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the 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 paid 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 pieces of equipment having a replacement value of 51,000 or less shall be considered to be tools or small equipment, and n_ ap vcent will be made therefor. For equipment owed, 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 amount 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. (c) ALLOWABLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change 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. Rev. 12/72 -42- 00183 DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 21. CHANCE ORDERS: (Con't.) , (d) RECORDS AND SUPPORTIVE I.NFOLMATION: (1) The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costs of other operations. (2) Contractor shall maintain daily records shoving man hours and material 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 duplicate and the County's inspector will review and attach his approving signature [o tlu form_n the day the work is performed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE 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 shalt not preclude subsequent adjustment based upon a later audit by the County. Rev. 12/72 —43—_ r 00184 DIVISICXNF. GENERAL CONDITIONS (Can't.) SECTION 22. LABOR: 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 23. OCCUPANCY BY THE COUNTY PRIOR 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, the 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 the County of the work or any portion thereof. nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 2G or during the guaranty period after such acceptance, as set forth in Section 2Li. SECTION 26, PRESERVATION AM CLEANING: 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 construction as required by the County. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed during construction, rubbish stall 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 tte County. SECTION 25, PAYHEhr OF 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. 12/72 -44- r 0018.5 DIVISION F. GENERAL CONDITIONS (Can't.) SECTION 25. PAYMENT OF FEDERAL OR STATE TAXES: (Con't) Contract and which are exempt from Federal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27. FINAL PAYMENT AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The form "Statement to Accompany Final Payment" (Page ,l9 ) shall be completed, signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. GUARANTEE: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of a'_1 con- tract, and further guarantees the work of the contract to be and remain free of defects in workmanship 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 in so doing, that may prove to be not in its workmanship or material within the guar- antee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- 00186 X 1 [ _ B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees. that within 10 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- 00186 e DMSION F. GENERAL CONDITIONS (Con't) SECTION 28. GUARANTEE (can't.) 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 de- sand. The County shall be entitled to all costs, including _ reasonable attorneys fees. necessarily incurred upon the con- tractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of the County's employees, property, or licen- sees, the County may undertake at the Contractor's expense with- out 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 sub- contractors shall execute and furnish the County with the standard guarantee form. (See page 42 )- s Rev. 5/76 -7+6- - 00187 GUARANTEE FOA CONTRA COSTA COUM BUILDING MAATIMEZ, CALIFORNIA We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed in the (Mame 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 workmanship or materials within that period, ordinary war and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions 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 terms, 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. SUBCONTRAMOR Date: (Affix Corporate Seal) GENERAL CONTRACrM Date: (Affix Corporate Seal) NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47- 00188 L cX�n1P[.cJ" FORM STATEMENT TO ACCOMPANY FINAL PAYMENT To: Contra Costa County Public Works Department County 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 may 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) Califorala. Rev. 12/72 -48- 00189 FRONT STREET MINI-PARK SITE LANDSCAPE SPECIFICATIONS DIVISION ONE - SITE 14ORK %- I k - 7 nl r'-MFDAT Rev. 12:72 -48- 00189 ,.:.". .. 'ia"--r. i,-..+..,..,.x. ,-, .,., .,',......,• .- a .. :'' ..., - ... , -. .,r .. - ..-:ax..^r+...aTfic,+... wwa,...---,.._- FRONT STREET MINI-PARK SITE I-ANDSCAPE SPECIFICATIONS ' DIVISION ONE - SITE WORK i 1-01 GENERAL All work in this Section shall conform to the requirements of the General Conditions. 1-02 SCOPE OF WORK The Contractor shall furnish all labor, tools, materials, equipment, etc. necessary for the completion of the following items: 1. The installation of asphalt paving for paths. 2. The installation of wood railroad tie paving. 3. The installation of redwood headers. 4. Site grading as shown on plans. 5. The installation of concrete footings and wood posts for benches and picnic table. (Alt. No. 2) . 6. The installation of boulders as shown on plans (Alternate No. 1). 1-03 CODES AND STANDARDS The State of California Business and Transportation Agency, Department of Transportation Specifications, ► hereinafter referred to as "State Specifications". In case of conflicts between Standard Specifications i and as specified, the stricter requirements shall govern. 1-04 ENVIRONMENTAL CONDITIONS Bituminous paving shall not be placed when the ambient temperature is below 40 degrees F., or when there is frost in the base, or any other time when weather con- ditions are unsuitable for the type of materials being placed. f 1-05 GENERAL REQUIREMENTS Measurements: Layout work as shown on drawings, All paving is pitched and sloped as shown on the drawings. -1- 00190 f 1-05 GENERAL REQUIREMENTS (continued) All paved surfaces shall drain positively where indicated. Discrepancies shall be called to the attention of the County prior to proceeding with the work. All headers to be installed as shown in the drawings. deed control under paving shall be by use of an approved soil sterilizer in strict accordance with the manufacturers recommendation. The Contractor shall take all precautionary meas- ures to protect all existing trees from damage. Suitable barriers shall be installed during con- struction if necessary to avoid further compaction 1 of root system by trucks and equipment. Location I and extent of barriers shall be determined by County on site. 1-06 ASPHALTIC CONCRETE PAVING 1. Materials a. Asphaltic Concrete: Materials, testing, proportioning and mixing materials shall be in conformance with Section 39-1 through 39-3 of the "State Specifications". Asphaltic Concrete mix shall be as follows: Surface Mix - Type "B", 3/8" maximum and the paving asp alt shall be 60-70 penetration grade. i The percentage of asphalt used. in mix shall be a j minimum of 4.757. and a maximum of 7%. Drawings j indicate thickness, section and areas where mixes shall be used. 2. Procedure a. Subsoil preparation: Subgrade shall be prepared in conformmice with Sections 21-1 and 21-2 of the "State Specifications". i b. Spreading and Compacting Equipment: Spreading equipment shall be in conformance with Section 39.5.01 of the "State Specifications". 1. Spreading for 1 1/2" deep section shall be as specified in Section 39.6.02 of the "State Specifications." 2. Segregation shall be avoided and the surfac- ing shall be free from pockets of coarse or fine material, i Cold joints shall be constructed at the end of each day's spread. Such joints shall be trimmed to a vertical face and to a neat line. 00191 1-06 ASPHALTIC CONCRETE PAVING (continued) j Transverse joints shall be tested with a 12 foot straight-edge and no depression shall be greater than 0.02'. "State Specifications". b. Spreading and Compacting Equipment: Spreading equipment shall be in conformance with Section 39.5.01 of the "State Specifications". be 1. Spreading for 1 1/2" deep section shall�State as specified in Section 39.6.02 of t he Specifications." 2. Segregation shall be avoided and the surfac- ing shall be free from pockets of coarse or fine material. I Cold joints shall be constructed at the end of each day's spread. Such joints shall be trimmed to a vertical face and to a neat line. 00191 1-06 ASPHALTIC CONCRETE PAVING (continued) Transverse joints shall be tested with a 12 foot straight-edge and no depression shall be greater than 0.021 . 2. Compacting for 1 1/2" section: Initial or breakdown rolling shall consist. of com- plete coverage of the asphalt mixtures and shall be as specified in section 39-6.03 of the "State Specifications". 3. Tolerances: Tolerances shall be as specified in Section 39-6.03 of the "State Specifica- tions". 1- 07 CONCRETE FOOTINGS (ALTERNATE NO. 2) 1. All work and materials shall comply with applicable sections of latest editions of ASTM-American Society of Testing Materials and ACI American Concrete Institute. 2. Materials a. Portland Cement shall be domestic "Light Portland Cement" and shall conform to ASTM C-150 Type II. b. Water shall be*clean, free from deleterious sub- stance. c. Concrete aggregates shall conform to Sppecifica- tions for-Concrete Aggregates ASTM C-33. d. Concrete shall conform to following requirements: 3,000 lb. with a 4" slump. 1-08 WOOD PAVING AND WOOD POSTS 1. General Requirements: The Contractor is to coordi- nate all sub-contractors and suppliers as necessary to install the job. 2. Materials shall be of the size and type shown on the drawings. 3. Installation shall be as indicated on drawings. 1 -09 GRADING 1. The Contractor shall grade all areas of the site within the limits of the work to finish or sub- 00102 -3- j a ------------ .. -.u oil I 1 -09 GRADING (continued) finish the grades as shown on the drawings, and at the completion of the work shall dispose of any excess excavated materials on the site as directed by the County. 2. All areas shall be graded to drain positively. 3. The Contractor shall construct subgrades under all walkway paving to the slopes shown on the drawings. 4. All mound slopes shall be neatly finished. Toes of embankment slopes shall be graded to drain to the nearest swale. Smooth flowing transitions shall be constructed between excavation and embankment slopes and between embankments with different side slopes. Moundgrading shall be inspected by the County during operations. 5. Grades disturbed during the course of construction by action of mechanical equipment, labor and material shall at the completion of the work, be brought to the finish grades and elevations shown on the draw- ings. The Contractor shall remove all debris and rake or otherwise finish off grades in a neat and uniform manner. 6. Fine Grading a. Where new grading meets existing grades, such as in areas where existing planting is to remain, the profile shall be smooth and gradual to the approval of the County. b. Grades will be uniform levels or slopes. Changes in gradient will be rounded. Pitch all surfaces evenly to insure unbroken line of drainage. All planting areas shall slope to drain. 1 -10 CLEAN-UP During the progress of the work, the Contractor shall keep the area within his contract limits in a reasonably neat and clean condition, and free from the accumulation of waste material. Upon completion of the work, the Con- tractor shall promptly remove all of his equipment, dis- pose of all waste, refuse or debris resulting from his work-and leave the premises in a neat and clean condition. -4- 00193 T N IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the Livorna ) Road Realignment Project, Alamo Areal RESOLUTION NO. 76/550 (Project No. 4234-4257-75) } 11HEREAS Plans and Specifications for the Livorna Road Realignment Project on Livorna Road between interstate 680 and Trotter Way in the Alamo area 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 Board previously certified that the Environmental Impact Report on the project had been completed in compliance with the California Environmental Quality Act of 1970, and the Planning Director had been directed to file a Notice of Determination with the County Clerk; IT IS BEY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on July 13, 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 LAFAYETTE SUN PASSED AND ADOPTED by the Board on June 22, 1976 Originator: Public Works Department Road Design Division cc: Pubic Works Director County Auditor-Controller RESOLUTION N0. 76/550 ©0194 WORM4 u...., ...._.,. • LIVORNA ROAD PROJECT NO. 4234-4257-75 CONTRA COSTA COUNTY PUPLIC WORKS DEPARTMENT RARTINE2s CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HFRERY GIVEN RY ORDER OF THE ROARD OF SUPERVISORS OF. CONTRA COSTA COUNTY* THAT THE CLERK OF SAID BOARD WILL RECEIVE BIDS UNTIL 11 O'CLOCX A.M. ON JULY 13. 19769 FOR THE FURNISHING OF ALL LABORS MATFQIALS• ECUIPMENT. TRANSPORTATION AND SERVICES FOR LIVORNA ROAD RECONSTRUCTION. INTERSTATE 680 TO TROTTER WAY THE PPOJFCT IS LOCATED OX LIVOR4A ROAD BETWEEN INTERSTATE 680 b TROTTER WAY IN THF ALAMO AGFA. THF WORK SHALL BF DORE IN ACCORDANCE WITH OFFICIAL PLANS AND SPFCIFICATIONS PREPARED IN REFERENCE THERETO. RIDS ARE REOUIQED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITFM FSTIMATFO UNIT OF - 140. OUANTITY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTROL 2 560 SOYD OBLITERATE ROADWAY 3 _ 180 LF SALVAGE GUARD RAILING - 4 9 FA RESET MAILBOX -- 5 1 EA 'ADJUST MANHOLE (CASE 1111 6 LS CLEARING AND GRUBBING - 7 LS DEVELOP WATER SUPPLY R 130000 CY ROADWAY EXCAVATION - 9 3 040 TON CLASS 7 AGGREGATE RASE 10 1v60O T0M ASPHALT CONCRETE (TYPE R) 11 1•6650 LF ASPHALT CONCRETE DIKE . 12 3 FA VINOR STRUCTURE (TYPE C INLET) 13 3 FA MINOR STRUCTURE (TYPE C INLET WITH _ TYPE I MANHOLE BASE) 00195 14 1 EA MINOR STRUCTURE (TYPE I MANHOLE) N — 1 k%aofilmed-with board order --•-....�_.�•*:wrc..p-rlT-a'*S,Y,'�S}:.at7!9lL.+T:, .. ,. 6' (CONT. )' NOTTCF 70 CONTRACTORS --- ------ ITFM FSTIMATFn UNIT OF NO. OUANTITY MEASURE ITEM 15 1 FA MINOR STRUCTURE (TYPE II MANHOLE) 16 1 EA MINOR STRUCTURE (ENERGY DISSIPATOR SITE NO. 1) 17 1 FA MINOR STRUCTURE (ENERGY DISSIPATOR SITE NO, 2) 18 1 FA MINOR STRUCTURE (ENERGY DISSIPATOR SITE NO. 3) 19 145 LF REDWOOD RETAINING WALL 70 440 LF 1511 REINFORCED CONCRETE PIPE (CLASS III ) 71 90 LF 18" REINNFORCED CONCRETE PIPE (CLASS III ) 72 75 LF 30' ' REINFORCED CONCRETE PIPE (CLASS III ) 73 60 LF 15" REINFORCED CONCRETE PIPE (CLASS IV) 74 1+400 LF MINOR CONCRETE (INTERCEPTOR DITCH) 75 R5 LF 6" PERFORATED ASBESTOS-CEMENT PIPE UNDERDRAIN 76 70 CY PERMEABLE MATERIAL (UNDERDRAIN) 77 75 TORI ROCK SLOPE PROTECTION (LIGHT• METHOD B) 78 4 EA SURVEY wONuMEN T 79 IA5 EA TYPE D PAVEVENT MARKER 30 9 EA TYPE G PAVEMENT ,MARKER 31 7 EA STANDARD 48" MANHOLE (SEWER) '42 776 LF 8" SANITARY SEWER PIPE '43 54 LF 6" SANITARY SEWER LATERALS 14 LS TRENCH SHORING (5EWER CONSTRUCTION) 35 690VO 5 CONTINGEP:T SUX. - TO BE PAID AS FARNED (FLAGGING AND OUST CONTROL) 0019D N - 2 NO ICF TO CONTSACTOPS (CONT. 1' ----------------- FACH'PROPOSAL IS TO FE IN ACCORDANCE WITH THE PLANS AND SPECI— FTCt•TIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VTS()nSs ROOM 1'13+ COUNTY ADMINISTRATION FiglLDINGs 651 PINE STREET• PARTINIF7* CALIFOPNIA. THE -PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE- OFFICE OF THF CLERK OF THF BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPARTMENT+ 5TH FLOOR OF SAID COUNTY ADVINISTRATION RuILDING. PLANS AND SPECIFICA— TIONS (NOT INCLUDIMG STATE STANDARD SPECIFICATIONS OR OTHER DCCumE�NTS INCL11nFn DY PFFFDENCF1 AND PROPOSAL FORIMSs !!AY BE OBTAINED BY PROSPE:C— TIVF AInDFRS AT THE PUPLIC WORKS DEPART!rENT9 5TH FLOOR, COUNTY ADMINIS— TRATION BUILDING, UPON PAYMENT OF A PRINTING AND SERVICE CHARGE In THE AMOUNT OF NINF AND 59/100 DOLLARS (9.59) (SALES TAX INCLUDED) k'HICH AM01INT SHALL NOT PE RFFUNDARLE. CHFCKS SHALL BE M DE -PAYAF3LE TO 'THE rOt1rITY OF CONTRA COSTA' S A":n SHALL °E t4AILED TO PUF+LIC .JC;'RC5 DEPAlifilENTs 5T14 FLOOR.-APvINISTRrTIn^! PUILCINGs NAPA%EZ9 CALIFUNNIA 94»S. FACH PID SHALL PF MADE ON A PROPOSAL FORK' TO BE OBTAINED AT THF PUBLIC WWI KS DEPARTMENT, STH FLOORS COUNTY ADMINISTRATIO% BUILDING. RInS ARF RFOUIRFD FOR THE ENTIRE WORK DESCRIBED HEREIN. AND NEITHER PARTIAL NOR CONTINGFNT BIDS WILL RE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF, TEN (101 PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORM. OF A CASHIFP'S CHFCK+ CERTIFIED CHFCK OR BIDDER'S 110NDY MADE PAYABLE TO THF ORDER OF 'THE COUNTY OF CONTRA COSTA. ' THF APOVE—vENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THF RIDnFR WILL FNTFR INTO A CONTRACT IF AWARDED THE WORY.s AND WILL PF FOPFFITFD PY THE PIDDF4 AND RETAINED BY THE COUNTY IF THE SUCCESSFUL QIDDFP RFFUSFS9 NFGLFCTS OR FAILS TO ENTER INTO- SAID CONTRACT OR TO FURNISH TNF NECESSARY BONDS AFTER PEING RECUESTED TO DO SO BY T'IiE. BOARD OF SUPFRVISORS OF CONTRA COSTA COUNTY. - RID PROPOSALS SHALL BE SEALED AND SHALL RE SUBMITTED TO THE CLFRK OF THE BOARD OF SUPERVISORSs ROOM 103+ CCUNTY ADMINISTRATION al11LnINGs 651 PINE STREET+ PARTINEZ* CALIFORNIA* ON OR BEFORE THE 13TH DAY OF JULYS 1976+ AT 11 O'CLOCK A.M. AND WILL PE OPFNEn IN PUBLIC AND AT THE TIME DUE IN THE CHAMBERS OF THE ROARn OF SUPFRVISORS+ POOH 107s ADMINISTRATION BUILDING* MARTINEZ* CALIFORNIA* AND THFRF RFAD AND RECORDED. ANY BID PROPOSALS RECEIVED AFTFO THF TIME SPECIFIFD IN THIS NOTICE 1:ILL BE RETURNED UNOPENE-D. 001 a? N ^ 3 r NATICF TO CONTRACTORS (CONT•) THF SUCCESSFUL gIODER WILL BE REQUIRED TO FURNISH A LABOR AND MATFOIALS P.ONn IN AN A•806thT EOtlAL TO FIFTY PERCENT OF THE CONTRACT ' PRICF AND A FAITHFUL PrgFORMAYCE POND IN AN AMOUNT EQUAL TO UhE HUNDRED DFRCFNT AP TNF CONTRACT PRICES SAID BONDS TO BE SECURED FROM A SURETY '.. Cn"PARY AIWHOPI?rD TO !NO RUSINESS IN THE STATE OF CALIFORNIA. RInnFRS ARF HFRERY NOTIFIED THAT PURSUANT TO SECTION 1773 OF T14F L•A4nR CODF OF TIIF STATF OF CALIFORNIAs OR LOCAL LAW APPLICABLE THFRFT09 THE SAIn POARn NAS ASCERTAINED THE GENERAL PREVAILING RATE OF PFR nIFjv WAGES AND RATFS FOR LEGAL HOLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK IS TO HE PERFORMED FOR EACH TYPE OF WORKMAN OR :4!rCF4AIgIC 4FOL11RER TO FXFCUTE THE CONTRACT WHICH WILL AE AWARDED TO T11F SUCCrcSFtIL RIDDFR. THF PRFVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THF CLERC OF THF COARn OF SUPERVISORS. AND IS INCORPORATED'HEREIN RY RFFFRFNCE THFRETO• TH- SANE AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LISTS THE MINIMUM WAGF SHALL Ag THF GFKFRAL PREVAILING RATE FOR THE COUNTY. THF SAID DOARn RFSERVFS THE RIGHT TO REJECT ANY AND ALL BIDS OP AvY POPT104 OF ANY PID AnD/OR WAIVE ANY IRREGULARITY IN ANY•RID orrrTVFn. BY ORDER OF THE BOARD OF SUPERVISORS OF CCnTRA COSTA COUNTY • J.R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS RY DEPUTY N.AGR•MX 'OATFn- JUN 2 2 1976 DUPLICATION PATES- 00100 • N — 4 LIVORNA ROAD ' PROJECT NO. 4234-4257-75 BIDS DUE JULY 139 1976 AT 11 O'CLOCK A.M. ROOM 1039 COUNTY ADMINISTRATION . BUILDING. 651 PINE STREETS MARTI.NEZ9 CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTIkEZS CALIFORNIA P R O P O S A L F 0 R LIVORNA ROAD RECONSTROCTION INTERSTATE 69C TO TROTTER WAY NAME OF a I DDER BUSINESS ADORESS ' PLACF OF RFSIDFNCE TO THE POARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THF' UNDERS1Gi4En. AS BIDDERS DECLARES THAT THE ONLY PERSONS OR PARTIES I4TERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED.HEREIN— THAT THIS PROPOSAL IS FADE WITHOUT"COLLUSID& WITH ANY OTHER PERSON, FIRM OR CORPORATION- THAT FF HAS CARFFULLY EXAMINED THE LOCATION OF THE PRO- POSPn W%lRK 9 PLANS Ar;D SPFC I F I CAT I ONS- AND HE PROPOSES AND AGRECS• IF THIS PROPOSAL IS ACCEPTED• THAT HE WILL CONTRACT LITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY9 TOOLS• APPARATUS AND OTHER MEANS OF COKSTRIICTIDYS AXP TO PO ALL Tt+E WORK AND FURNISH ALL THE MATERIALS SaPCIFIF4 IN THE COtiTRACTS IN THE VAN%ER AND TIME PRESCRIBED. AND ACCORD- ING TO THP REDUIRFVFRTS OF THE FYGINEER AS THEREIN SET FOZTH9 AND THAT HE- WILL TAKE IN FULL PAYµE!�T THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPFCIFIFD HERFINPFLOW FCR THE VARIOUS ITEMS OF WORKS THE TOTAL VALUE OF SAM WOPK AS ESTI'PATED t-F.ZFIX BEING S tIASERT TOTAL) AND THE FOLLOWING POING THE UNIT PRICES 8ID9 TO WIT- 0(1139 . Microfilmed with board order. P — I aa;»OcAL CO':T. ) (PRICE NOT TO EXCFFD THREE (3) DECIMALS) ITE.. TOTAL ITC,., rSTI.'ATr+: UNIT Or PRICE(IN ( IN ,,, ':(IANTITY %1EASURF ITEM FIGURES) FIGJRES) 1 LS SIGNING AND TRAFFIC CONTROL -------------------------------------------------------------- ------------------- P 560 SOYD ORLITERATz ROADWAY -------------------------------------------------------------- ------------------- 3 lip LF SALVA:-E GUAR^ RAILING 4 9 EA RFSFT c',AILnOX -- --- ------ — --- 1 FA A^JUST MANHOLE (CASE 1111 6 LS CLEARING AND GRUSBING 7 LS DCVELOP ;CATER SUPPLY n 23911-10 CY ROADWAY EXCAVATION 3.240 TON CLASS 2 AGGREGATE RASE In 1*600 TON ASPHALT CONCRETE (TYPE R) -------------------------------------------------------------- ------------------- 11 1.650 Lr ASPHALT C0%CRETE DIKE — -- ------- — — 1P 3 CA I-'INCR STR:XT()RE (TYNE C INLET) ~ 13 3 FA I :CR ST!%UCT(:RE (TYPE C INLET WITH TYPF I "A':HCLE BASE ) 00200 P — 2 (PRICE %CT TO EXCEED THREE (3) DECIMALS) ITEM TOTAL iTt :• re,TI'•'ATUNIT OF PrRICE t IAV ( IN �• QUANTITY '-EASU F ITE(. FIGURES) FIGURES) 14 1 FA .•:INOQ STRUCTURE (TYPE I VANHOLE) lei 1 FA 41NOOR STRUCTURE (TYPE II VANHOLE) 1A 1 F:. "'%—R STRUCTURE (E%ERGY DISSIPATOR SITS ; ) l7 1 rA MINOR STRUCTURE (E'°;FRGY DISSIPATOR SITF 71 1s; 1 FA INOR ST^UCTL'RE (ENERGY DISSIPATOR SITE NO* 31 ---------------------------------------------------------------------------------- IQ 145 LF RFah00D RETAINING WALL 7.1 440 LF 15" REINFORCED CONCRETE PIPE (CLASS III ) 71 QO LF 1�" REINFORCED CONCRETE PIPE (CLASS III ) 77 75 LF 37" 1�-'INrcRCED CCNCRETE PIPE (CLASS III ) AO LF 1511 REINFORCED CONCRETE PIPE tCLASS IV) 74 1.400 LF MINOR CONCRETE ( INTERCEPTOR DITCH) 75 1;5 LF 611 PFRFORATED ASRESTCS-CCMENT PIPE W.'DERDRAIN 7ti 70 CY ?FR=•LAnLE :.TERIAL (t1t:^I-2^RA1N) 04201 P — 3 P - 3 PROPO!;AL (101.11 . ) (PRICE NOT TO EXCEED THREE (3) DECIMALS) ITEM - TOTAL ITE%* FSTI%!-tT! D UNIT OF PRICE MN ( I\ 10tH,- .TITY YFASURF ITEM FIGURES) FIGURES) .'7 75 TON ROCK SLOPE PPOTECTI0% (LIGHT• ':ETHOD P) 'R 4 FA SIIr%VFY O'.Uti'ENT %9 1t;5 EA TYPE D PAVE:-ENT f=rRKER 9 FA TYPi G PAVC':ENT 'ARKER ------------------------------------------------------------- -------------------- ?1 7 EA STANDARD 4810 "A?;HOLE (SEWER) ?? 176 LF °" SA NITARY S`.::ER PIPE ------------------------------------------------------------- ---------- --------- '.? 54 LF 6" SANITARY SEWER LATERALS ?t. LS TRENCH SHORING (SEWER CONST:RUCTI0N) 15 6•^n 0 s CONTMENT SU'•: - TO BE PAID AS $6+000.00 FARt.Ea (FLAGGING AND DUST CONTROL) NOTF-PLEASE S)iC'ii•: TOTAL ON PAGE P-1 TOTAL 01202 P - 4 • w 14 CASF OF A nISCREPAMCY PETWEEK UNIT PRICES AND TOTALS, THE UNIT !%DICFS SHALL PRFVAIL. IT IS UPDF09TOOn AND AGREED THAT THE QUANTITIES OF WORK UNDER FAC!I ITFM APF ADDOCXIiATF PNLYs PEING GIVEN FOR A PASTS OF COMPARISON OF P*nPVSAL• A\n TNF RIGHT IS RFSFRVE!1 TO THE COUNTY TO INCREASE OR DE- C'FASF THF AvOUMT OF WORK u%DFR ANY ITEM AS MAY RE REOUIRED9 IN ACCORD- Amcr WITH PRnvi510!y5 SFT F^QTH IN•THE SPECIFICATIONS FOR THIS PROJECT. IT IS FLIRTHFQ tiNf4F.RSTCOD ANP AGREED THAT THE TOTAL AMOUNT OF MORt'v SFT FOPTH FOR EACH ITFM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PoOJFrT• DOES NOT CONSTITUTE AN AGREEMENT TO PAY A-LUMP SUM FOR I E W3RK UNLESS IT SPFCIFICALLY SO STATES. IT IS H-RFRY AGREED THAT THE UNDERSIGNED9 AS BIDDER+ SHALL PI)ONISH A LAP04 AND MATE71ALS p1OND IN Ate AMOUNT EOUAL TO FIFTY PERCENT OF TItF TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TO BE O•!F Ht1NnRFn, nFRCFNT OF TNF TOTAL APOU`:T OF THIS PROPOSALS TO THE COUNTY OF CnMTOA COSTA AND AT NO FXPF.NSE TO SAID E3UNTY9 EXECUTED BY A RESPONS- IOLF SUQFTY ACCFPTADLE TO SAID COUNTY• IN THE-EVENT THAT THIS PROPOSAL 1,S ACCFPTFn PY SAIq COUNTY OF CONTRA SOSTA. IF THIS PROPOSAL SMALL PE ACCEPTED AND THE UNDERSIGNED SHALL GAIL TO CnUTQACT AS AFOR=SAID AND TO GIVE THE TWO BONDS IN THE SUMS TO pF nFTFQvI"'En AS AFOPFSAID9 WITH SURETY SATISFACTORY TO THE BOARD OF StIPFQVISO^S• WITHI`I SEVEN 171 DAYS• NOT INCLUDING SUNDAYS. AFTER THE PIMFP HAS RFCFIV=D KOTICF FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS RFAnY FPR SIGNAT!1!Eg THE RCARD OF SUPERVISORS N.AY, AT ITS OPTIVN9 OFTEP iNr THAT THE FIJDER HAS APANDONED THE CONTRACTY AND THrRFUPPN THIS DOOPOSAL AND THE ACCFPiA"CE THEREOF SHALL BE NULL AND VnIn AND T;lF FCRFFITIIRF OF SUCH SFCURITY ACCOvPANYING THIS PROPOSAL SHALL OPFRATF ANO THF SAmF SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SttPrn%TRArTS N THF CONTRACTOR AGR EES. PY SUBMISSION OF THIS PROPOSAL. TO CON- FOR-9 WNF1' APPLICAPLF• TO THE RECUIREMENTS OF SECTION 4100 THROUGH 4113 QF T►'F COVFR`IMFHT COnF PERTAINING TO SURCONTRACTORS• THE SAME AS IF INCOR- PORATF'%, HFRFINe A COvPLFTE LIST CF SUPCONTRACTORS IS REOUIRED9 AND THE nlnnFR WILL RF FXPECTF!% TO PERFORM WITH HIS OWN FORCES@ ALL ITEMS OF WORK 'FOR WHICH NO SUPCONTQACTOR IS LISTED. THF FOLLOWING IS A COMPLETE LIST OF ITEMS OF.WORK TO BE SUB- CONTRACTFn ON THIS PROJFCT• IF A PORTION OF ANY ITEM OF WORK IS DOME DY A. SUf000NT6ArTnl• THC VALUE OF TNF WORK SUOCONTRACTED WILL BE BASED ON THF FSTIMATFn COST OF cut!+ DORTION OF THE CONTRACT ITE! .- DETERMINED PQM' INFODmATION SL'PvITTEO aY THE CONTRACTOR. SUBJECT TO APPROVAL BY THF FNGINFER• TNF ttNE•FRSIGF'E!`• AS PIDDER9 DECLARES THAT HE HAS NOT ACCEPTED AVY- R I D FDOIA ANY SUfOCONT?ACTOR OR MATFR I ALMAN THROUGH ANY B I D DEPOS I TORY r T'+E PY-LAWS• allLFS OQ RFGL'LATIONS OF WHICH PROHIBIT OR PREVENT THE CON- TPACTOQ FWOM C0%SIDFQIkG ANY PID FROM ANY SU^CONTRACTOR OR MATERIALMAN9 W!IICH IS MOT PPOCESSFn THROUGH SAID 9ID DEPOSITORY. OR WHICH PREVENT ANY SURCOVTPAC'+O^ OR MAT-RIALMAN FROM RIDDING TO ANY CONTRACTOR wmO DOES NOT tISF THE FACILITIES CF OR ACCEPT FIDS FROM OR THROUGH SUCH BID DEPOSITORYs VVssRYM P - 5 P'W OSAL (CONT. ) ----------------- NO, ITFN' SUBCONTRACTOR ADDRESS ---- ------------------------ ---------------------- -------------------- :.CCv� Pi�•'�Y i���• THIS PROPOSAL I S n PROPOSAL �UA;2A".TY IN THE A'•C INT OF Tr*,'-'. i};)) PE^CENT OF A•'OU%T BIO -------------------------------------------------------------- (CASHIFR'S CHFCK% CERTIFIED CHECK OR ?IDDEP.'S POND ACCEPTABLE) THF r.AuFS OF ALL 0ERSONS INTERFSTED IN THE FOREGOMG PROPOSAL AS P.n ISj.,��IICI PALc; ARF AS FOL LOh'S- , IF THE aInDEP OR OTHER INTERESTFD PERSON) IS A CORPORATION. S?ATF LFGAL "!A'-•E OF COQPORATIGY% ALSO NAMES OF PRESIDENT+ SECRETARY% TRFASURFR% AND VANAGFR THEREOF. IF A COPARTNERSHIP, STATE TRUE NAME 0r rIPm. IF aI^DFQ C? OTHER INTERESTED PERS0N IS AN INDIVIDUAL% STATE FIRST AND LAST NA"E IN FULL. ---------------------------------------------------- ------------------------------------------------------- -------------------------------------------------- ------------------------------------------------------ LIrFnSrD TO ^O C^ SUP.CONTRACT ALL CLASSES OF WCRK INVOLVED IN THP PRC,;FCT* IN ACCOP^'A\CE WITH AN ACT PROVIDING FOR THE. REGISTRA- TION EGISTRA- TION OF CONTRACTOPS. L I UNSF NO. (CLASS- ------------- CLASS-------------- ---------------- -------------------------------------- -------------------------------------- -------------------------------------- -------------------------------------- (SIGNATURE OF BIDDER) �l!SI�rSS AnnprSS nt.ACF• OF PrSInrNCr ---------------------------------------------------- Tr ------- 19-- 00204 P - 6 K i BIDDERS' canyICdT m . I certifies that: - ------------------ ---------------- OFy(tIOWDEn1 �l!SI'�FSS A^7RFSS--------------------------------- --------------------- Pt4rF OF PrSIn%N+F - ------------------------------------------- ------------ ------ ----------------- 00204 ----------------------------- p — b BIDDERS' CERnFIC;jn0 certifies that: (Bidder) 1. it intends to employ the following, listed construction trades � . in its work under the contract and • (a) zs to those trades set forth in the-preceding paragraph one hereof for which it is eligible under Dart I of these Bid Conditions for participation is the Contra Costa Plan, it will comply with: the Contra Costa Plan on this and all future construction wort it! Contra Costa Countf within the scope- of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part !I of these ?id Conditions, it adopts the minis= ninoriry r..anpower utilization guals and the specific affir- mative action steps contained in said Part 11, on this and all future coastraction wor: in Contra Cos;.a Can:i?y tnab;ject to these Bid Conditio.is, those trades beim: and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the a-.:ard of any subcontract. under this contract the subcontractor certification required by these'Bid Conditions. (Signature of authorized reprc::cr.tative of bidder) i' .00205 LIVORHA ROAD REALIGMMENT . Project 4234-4257-75 For Pre-Bid Information Contact: Road Design Division Phone (415) 372-2131 SPECIAL PROVISIONS FOR CONSTRUCTION ON COUNTY"HIGHWAY L I V 0 R N A ROAD REALIGNMENT J. R. OSSON CLRK BOARD Or SUPERVISORS NTRA CO A CO. B COUNTY ROAD 110. 4233 VERNON L. CLINE, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA JUNE 22, 1976 Ktaofilmed with Goard order 00206 THIS SHEET IS FCR INFORVIATION PURPOSES AND SHALL NOT BE 'CO'IS I DEP.ED A PART OF THE CONTRACT Your attention is directed to the requirenenrs in Section E, "Bid Conditions-Affirmative Action Requirements, Equal Employment Opportunity." This project is r:ithin 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 r:hich is described under Part 1 and the other under Part 11 of the specifications. We have received infornation that specific crafts, listed in Section E (1) "urea Affirmative Action Plan" of the special provisions, have been approved as participating crafts for the Contra Costa Area Plan. QUALIFICATION UNDER PART I Any or all of the crafts listed in Section E (1) "Area Affirmative Action Plan" may be qualified under Part 1 . Iia contractor can qualify completely under Part 1 but may qualify the listed crafts under Part I and must qualify all remaining crafts under Part 11 . 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 S-1 "Goals and 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 :•rhich is contained in the Proposal or submit an A-'firmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part I1-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 with which the contractor has_ a collective bargaining agreement providing for exclusive referral failed to refer rinority employees." In order to be a responsive bidder eligible for contract award under Part 11 , the .contractor must cor:plete the Bidder 's Cert- ification of Affirmative Action for Equal Employment Opportunity • at the time of submitting his bid. I IIFORMAT I ON 00207 i'I LIVORNA ROAD -REALIGNMENT Project No. 4234-4257-75 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3. Contract Documents A-1 4. • Beginning of Work, Time of Completion, and Liquidated Damages A-1 5. Permits A-2 6. Additional Liability Insurance Requirements A-3 7., Hold Harmless and Indemnification A-3 SECTION B - GENERAL PROVISIONS I .- Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements ,and Con8itions B-1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. ContrGi of Work B-4 7. Control of Materials . B-4 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-9 10. Measurement and Payment B-11 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1 . Lines and Grades D-1 2. Materials D-1 3. Order of Work D-2 4. Public Convenience, Public Safety and Signing D-2 5. Dust Control D-4 6. Obstructions D-4 7. - Obliterating Pavement D-8 8. Mail Boxes D-8 9. Salvaging Guard Railing D-9 10: Adjusting Utility Covers D--9 11 . Clearing and Grubbing D-10 12. Watering D-10 13. Earthwork D-11 14. Clean-Up D-12 15• Aggregate Base D-12 16. Asphalt Concrete D-12 17. Asphalt Concrete Dikes D-14 00208 i IF- SECTION D - CONSTRUCTIOII DETAILS tont.) PAGE 18. Minor Structures D-14 19. Redwood Retaining Wails D-14 20. Reinforced Concrete Pipe D-15 21 . Underdrains D-15 22. Manholes and Manhole Bases D-16 23. Slope Protection D-16 24. Minor Concrete (Interceptor Ditch) D-16 25. Manhole Frames and Covers D-16 26. Miscellaneous Iron and Steel D-17 27. Survey Monuments D-18 28. Pavement Markers D-t8 29. Sanitary Sewer Work D-19 SECTION E - BID CONDITIONS, AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUUITY ATTACHMENTS COUNTY STANDARD PLANS: 109 302 303 3010 3013 3021 3040 3050 8-58 APPENDIX A - Pavement Controls APPENDIX 8 - Boring' Logs' 00209 SEt;TION' A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located on Livorna Road between Interstate "680" and Trotter Way, northeasterly of the community of Alamo. 2. DESCRIPTION OF WORK The work consists of realigning and reconstructing a portion of Livorna Road including constructing pipe culverts and other drainage faciaities, and such other items or details, not mentioned above, that are required by the plans, Standard Specifi- cations, or these special provisions to be performed, placed , constructed, or installed. 3. CONTRACT DOCUMEIITS The work embraced herein shall conform to the plans entitled, "LIVORNA ROAD REALIGNMENT" the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transpartation, dated January 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract (or Agreement) , the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section• 8-1 .03, "Beginning of Work"; Section 8-1 .06, "Time of Completion". and Section 8-1 .07, "Liquidated Damages" of the Standard Specifications and Section B.4 (c) "Execution of Contract" of these special provisions. Due to severe problems that would result if construction operations •+ere to extend into the winter season, the County of Contra Costa reserves the right to delay issuance of the "notice to Proceed" to April 1977 if the Contractor fails to return the signed contract and the other required documents) within the •seven (7) day time period stated in Section B-4 (c) "Execution of Contract." All documents submitted must be correct as to form or they will not be considered to have been returned. No additional compensation will be allowed due to any increases in costs that may result from this delay. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works De-partment and shall ; A - 1 00210 VUf.1V 6. ADDITIONAL LIABILITY 111SURAHCE REQUIREMENTS The Contractor shalt name the Central Contra Costa Santtary District as an additional insured on the insurance certificates required by Section B-8 of these Special Provisions. 7. HOLb HARMLESS AUD I NDEHt11 F 1 CATION The Contractor shall hold harmless and indemnify the Central Contra Costa Sanitary District in addition to Contra Costa County in the manner described in Section 7-1 .12 of the Standard Specifications. A - 3 00 412 ,. .. ,. . . SECTION' A - DESCRIPTION OF PROJECT 1 . LOCATION The project Is located on Livorna Road between Interstate "680" and Trotter Way, northeasterly of the community of Alamo. 2. DESCRIPTION OF WORK The work consists of realigning and reconstructing a portion of Livorna Road including constructing pipe culverts and other drainage fatuities, and such other items or details, not mentioned above, that are required by the plans, Standard Specifi- cations, or these special provisions to be performed, placed , constructed, or installed. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the plans entitled, "LIVORNA ROAD REALIGNMENT" the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January 1975, insofar as the sane may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract (or Agreement) , the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION, AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section- 8-1 -03, "Beginning of Work"; Section 8-1 .06, "Time of Completion". and Section 8-1 .07, "Liquidated Damages" of the Standard Specifications and Section B.4 (c) "Execution of Contract" of these special provisions. Due to severe problems that would result if construction operations were to extend into the winter season, the County of Contra Costa reserves the right to delay is-suance of the "Notice to Proceed" to April 1977 if the Contractor fails to return the signed contract and the other required documents) within the •seven (7) day time period stated in Section B-4 (c) "Execution of Contract." All documents submitted must be correct as to form or they will not be considered to have been returned. No additional compensation will be al '.owed due to any increases in costs that may result from this delay. 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 ; A - 1 00210 4. BEGINNING OF WORK, TIME OF COMPLETIOtl, ACID LIQUIDATED• DAMAGES (Cont. ) 1 . Complete all rough grading (grading plane plus of minus I foot) within 20 feet of the proposed center- line of Livorna Road within the allotted time of: 15 WORKIRG DAYS counting from and including the day stated as the starting date in the "Notice to Proceed" (the purpose of this is to allow the utilities to schedule their work) and, 2. Comple-e all r:ork on the project within the allotted time o -: 55 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." It is anticipated that the first chargeable working day on this project :,ill be the second Monday following the date of award of the contract. The Contractor shall pay to the County of Contra Costa the sum of $300 per day for each and every CALENDAR DAY of delay in completion of the work described in (1) above in excess of the number of workin,j days prescribed, and authorized extensions thereto and a sum of $300 per day for completion of the work described in (2) above in excess of the number of working days prescribed . and authorized extensions thereto. (Maximum payment to County - $600 per day) 5. PERMITS Grading - The Contractor shall comply with the applicable provisions in the County Grading Ordinances (Title 7 - Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess materials as fill on private property within the County. Flood Control - The Contractor shall comply with the applicable provisions of the County Ordinance (Division 1010-Title 10) in the process of doing any work involving •existing storm drain facilities, creek beds, channels, drainage ways, and water courses. Sewer - The Contractor shall contact the Central Contra Costa Sanitary District forty-eight (48) hours prior to commencing work on any sewer facility (including removal of castings during grading operations) . At that time a no fee permit shall be obtained by the Contractor and inspection procedures established. Full compensation for conforming to Permit requirements shall be considered as included in the price paid for the items in which the permits are required. A - 2 00211 q b. ADDITIONAL LIABILITY IIISURANCE REQUIREMENTS The Contractor shall name the Central Contra Costa Santiary District as an additional insured on the insurance certificates required by Section B-8 of these Special Provisions. 7. HOLD HARHLESS AND INDEHNIFICATION The Contractor shall hold harmless and indemnify the Central Contra Costa Sanitary District in addition to Contra Costa County in the manner described in Section 7-1 . 12 of the Standard Specifications. A - 3 0 02-12 REVISED 5-5-76 SECTION B - GENERAL PROVISION'S 1 . DEFINNITIONS 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 :fork 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 SPECIFICATI0i:S (S.S. ) means the Standard Specifications of the State of Cal"' fornia, Business and Transportation- Agency, Oepart::ent of Transportation, (hereinafter sometimes referred to as S.S. ) , dated January, 1975. Any reference therein to t' e State of California or a State agency, office or officer shal-I be inter- preted to refer to the Agency, or its correspondinq ag-ancy, office or officer acting ander t?;is contract. e. CENTRAL CONTRA COSTA SANITARY DISTRICT STANDARD SPECIFICAT MIS means the latest edition of the Standard Specifications issued by the Central Contra Costa District. f. EQGIPNSE1 T RENNTA'L RATES A::D GE.IERAL PRE1!AILI":G !dAGE RATES means the latest edition of the Equipment Rental ;fates and General Prevailing Wage Rates of the State of Cdlifornia, Business and Transportation Agency, Department of Transportation, adopted _ annLally by the Board of Supervisors of Contra Costa County, and on file in the office of tie Clerk of the Board of Supervisors . g. OTHER PE,RTIN:EUT DEFINNITIONS - 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 ;HND CONDITIONS The provisions of S.S. Sec. 2 shall apply except as r� modified herein. 00213 B - 1 SEC_ TION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREFIENTS AND CONDITIOt1S (Cont.) a. Examination of Plan, Sn 2. GE-l�L State Contract Act. Unless otherwise specified in a. rovisions , or elsewhere b�' special order, Section A of these special p provisions of the State contract t, reference the P shall not app_' 14250 et seq-) Sec. 1-1 .40 is hereby waived- thereto in S.S. incorporated herein b, Standard S �cb' �reLe�er.ce full�tandard Specifications (S.S.) referred to above are byrete modified herein. except to the extent that they CONDITIONS 3. PROPOSAL (BID) REQUIREMEN n:lD Sec. 2 shall apply except as r� The provisions of S.S. Ou213 modified herein. B - 1 I SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) 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. Proposal (Bid) Fbrms (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 ind"Cated 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 trork, in clearly legible figures , an item price and a total for the item in the respective spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1.05 shall not apply. C. Proposal (Bid) Guaranty (S.S. 2-1.07) The requirements of S.S. Sec. 2-1.07 are superseded by .the following: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1 .11) The requirements of S.S: Sec. 2-1 .11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of law referred to therein relating to the licensing of Contractors. B - 2 000 r SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIRET-MITS AND C014DITIONS (Cont.) d. Competency of Bidders (S.S. 2-1-.11 -(Cont. ) All bidders must be contractors holding a valid license to perform the required %York as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial responsibility, and experience, in order to be eligible for consideration of their proposal. 4. AWARD AND EXECUTION OF THE COUTRACT (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 ti) of the total bid, each in the form approved by the Agency. c. • Execution of Contract (S.S. 3-1 .03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, .to- gether with (1) the contract bonds , and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations , or (2-b) a certificate of 'Norkmen'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. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1 .035, "Increased or Decreased Quantities ," of the Standard Specifications , the following shall apply: 002I N B - 3 ------------ SECTION B - GENERAL PROVISIONS 5. SCOPE OF WORK (S.S. 4) (Cont.) If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1 .03B(1 ) , 4-1 .03B(2) , or 4-1.038(3) , as the case may be. A major item. of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply, 8. LEGAL RELATI03S 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 - 4 00216 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS A:31) RESPONSIBILITY (S.S. 7)(Cont.) a. Insurance (Cont.) (i) regular Contractor's Public Liabilit 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 Prooerty Damage Liability Insurance for at least Fifty Thousand Dollars ,UU U) for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars (;100,000 for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: (i) regular Contractor's Protective Public Liabilitv Insurance for at least Two Hundred Fifty Thousand Dollars ;000) for all damages arising out of bodily injuries to or death of any one person, and for at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or deaths of two or more persons in any one accident or occurrence; and (ii) regular Contractor's Protective Property 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 a gregate) 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 foreaoino 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, (� 0021"1 B - 5 I SECTION B - GENERAL• PRO:'ISION'S 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) a. Insurance (Cont.) (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satis- factory to the County, and shall be kept in full force and effect. until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or-cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least ten (1 0) days prior to cancellation of the policy. b. ` Public Safetv The provisions of S.S. Sec. 7-1 .09 shall apply except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable de- lineators , flashing lights , and other safety devices, shall be the responsibility of the Contractor at all times . The Contractor shal'1 respond promptly, when contacted by the Engineer, or other public agencies , to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of im- properly operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs ," for correcting. improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, ►:ill be charged to the Contractor and may be• deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1 .11 of the Standard Specifications shall apply to all improvements , facilities , trees or shrubbery within or adjacent to the construction area that are not to be removed. B - OU418 Y" z. SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) c. Preservation of Property (Cont.) . The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to Ether damaged facilities or property within the rights- of-way or easements shown on the plans , the Engineer may make or cause to be made such - repairs as are necessary to restore the damaged facilities or. property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall-. be • borne by the Contractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The rights-of-tray, easements, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights-of- way, easements , or permits which the Contractor determines are necessary or convenient for the performance of the work shall be obtained by the Contractor at his expense. e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits , and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for Damage The provisions of the sixth, seventh, and eighth paragraphs of S.S. Sec. 7-1.12, regarding retention of money due the Contractor shall not apply. 00219 B - 7 M,MM_1 .,.;.-. Ana m.0 s.4.._-. R7 R`C•'+9'•..:.;, <. SECTIOs B — GENERAL PROVISIONS g. LEGAL RELATIOPlS AID RES M-31BILITY (S.S. 7) (Cont•) I-LI119 Lran,portation and ingress and egress to the job site. The unavailability of "access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for Damage The rovisins paragraphs of S.S. Sec. 7-1-12,oregardingthetretentionhofamoneighth due the Contractor shall not apply. ey due 00219 B - 7 SECTIOU B - GENERAL PROVISIONS -8. LEGAL RELATIONS XID RESPOi.31BILITY (S.S. 7) (Cont- ) g. Damage by Storm, Flood, Tidal !-lave or Earthquake Subparagraphs A. C. E and F of Section 7-1 .165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of- the Standard Specifications are amended to read: - 1. Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the .the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed-to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifica- tions , take reasonable and adequate measures to protect the work or exercise sound engineering and construction .practices in the conduct of the work, and such repair costs shall be excluded from consideration under the provisions of this section. 3. -Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1 . 165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there shall be no markup allowance pursuant to Section 9-1 .03A, "Work Performed by Contractor," unless the Occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the require- ments of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. B - 8. 00220 n SECTIGN u - GENERAL' PROVISIONS 8. LEGAL RELATIONS AND RESP03SIBILITY (S.S. 7)(Cont.) 4. Payment for Repair Work--When the Occurrence that caused the damage was a tidal •rave or earthquake, tile- County will pay the -cost of repair, deternined as provided in Subsection E, that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes. When the Occurrence that caused the damage 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, per cervi 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 $100,009. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply except as modified herein. 00421 B - 9 K I SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont. ) a. Subcontracting (S.S. 8-1 .01) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors , nor in any event without the consent of the Contractor's surety or sureties , unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S.S. 8-1 .03) In lieu of the provisions of S.S. Sec. 8-1.03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "Notice to Proceed. " The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer.. d. Progress Schedule (S.S. 8-1 .04) The Contractor shall submit to the Engineer a, practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request. e. Time of Completion (S.S. 8-1 .06) The following days are designated as legal holidays : January 1 , February 12, 3rd Monday in February, last Monday in May, July 4, 1st Monday in September, September 9, 2nd Monday in October, November 11 , 4th Thursday in november, December 25, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. B - 16 09,;22 SECTION B - GENERAL 'PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) e., Time of Completion (S.S. 8-1 .06) (Cont. ) If any of the foregoing holidays fails on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT A11D PAYMENT (S.S. 9) The provisions of S.S-. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1 .045) The provisions of S.S. Sec. 9-1 .045 shalt not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. Sec. 11-1 .02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1 .065) The provisions of S..S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1 .07) (1 ) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the' Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a shorn written statement that all claims for labor and materials have been paid, and that no claims have'been filed with the .Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1 ..08 shall not apply. B - 11 OU�23 SECTION B - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont.) f. Clerical Errors (S.S. Sec. 9-1 .09) The provisions of S.S. Sec. 9-1 .09 shall not apply. 9. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. B - 12 00�2� SECTION C - FORCE ACCOUNT AND EQUIPMENT REIITAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1.03 shall apply except as modified herein. 1. DEFI;;ITION. As used here, "force account" means the method of calculating! payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra wort; is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1 .03A(la) , will be considered to be the prevailing rates in effect at the time the labor -is performed, and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. The labor surcharge percentage to be applied to the actual wages paid as provided in Section 9-1 .03A(lb) of the Standard Specifications will be 20 percent for all work, except that for the following types of work said labor surcharge will be as shown below: Type of Work Performed Labor Surcharge Percent Cleaning and painting metal bridge - - - - - 29 Concrete construction - bridoe - - - - - - - 31 Erection of structural metal for metal bridge, excluding sign bridge - - - - - - - 29 Piledriving, not including cast-in- drilled hole piles - - - - - - - - - - - - 26 3. EQUIPMENT RENTAL The provisions of S.S. Sec. 9-1.03A(3) 'shall apply except as modified herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time gaiting for the arrival of trans- , porting equipment to move the rented equipment will not be paid for. 00225 C - I SECTION, D - COINSTRU_f TNM DETAILS 1. L I NES AND GFzADt:S One complete set of stakes for each of the following items will ui i I feu nine pi lei — — — — — — — — — — — — 26 3. EQUIPMENT RENTAL The provisions of S.S. _Sec. 9-1 .03A(3) -shall apply except as modified herein. a. flo payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b, Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time gaiting for the arrival of trans- . porting equipment to move the rented equipment will not be paid for. 0022 C - l ............. ill W SECTION 0 - CON=,TPUCT10N DETAILS 1. L I NFS AND Grt?,D S . One complete set of stakes for each of the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1.07: a. Right of way and clearing b. Cut and fill slopes with reference stakes C. One set of final alignment and grade control stakes for use by the Contractor to control the basement-material and subbase, base and surfacing. No additional stakes or marks for alignment or grade control will be set by the Engineer, • The Contractor shall provide such separate grade controls for the basement material and the subbase, base and surfacing as are necessary to secure conformance with the plans and final stakes. d. Retaining walls, inlets, manholes, pipe culverts, storm drain pipes, ditches and sewer facilities, e. - Survey bbnunents The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades, or marks other than those set by the Engineer, the cost of labor, equipment, and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment, and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be deducted from any monies due or to become due the Contractor; a. Negligence in use of construction equipment. b. Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. C. Poor planning of sequence of operations by the Contractor. 2, MIATFRIALS Certificates of compliance will be required for cement, reinforcing steel, redwood lumber, reinforced concrete pipe, pavement markers, and epoxy. The asphalt concrete mix designs shall be designated by the Contractor ._subject to the approval of the Engineer. The Contractor shall provide theEngineer a;minimum mix design review period of four working days for a desien from an D - 1 0 02 2S �7 la 2. MATERIALS (Cont.) "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Minor Structures" of these Special Provisions. The Contractor shalt give the Engineer not less than 4-working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognized commercial plants and any other material from other than the usual commercial sources. The relative compaction of 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.) 3. ORDER OF WORK Order of Work shall conform to the provisions inSectign 5-1.05, "Order of Work", of tae Standard Specifications and these special provisions. Attention is dirccte.4 to "Beginning of t:ork, Time of Completion and Liquidated Damages and "Public Convenience, Public Safety and Signing" and "Obstructions" of these special provisions. The first order of work shall be to canplete all rough grading within 20 feet of the proposed new centerline of Livorna Road. Once the Contractor starts grading operations between Stations 39+00! and 43+004 he shall expedite his operations to completion of all rough grading on the project. Some of the utilities within this area are to be abandoned by their owners before grading operations begin and are to be reconstructed on a new vertical grade as soon as rough grading on the project is completed (refer.to the "Obstructions" section of these Special Provisions). 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Attention is directed to the provisions in Section 7, "Legal Relations and Responsibility," of the Standard Specifications and these special provisions. Section 7-1.09, "Public Safety," of the Standard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. Construction operations shall be performed in such a manner that there will be at least one 12-foot wide traffic lane open to public traffic at all times. At the end of the day's work and when construction operations are not in progress, 00427 0 - 2 4. PU 3L 1 C ("M'::'rf;l r't�^= PUCL I C SAFFTY AND S(Gfl l NG (Cont.) a passageway shall be maintained through the work of sufficient width to provide for two 10-foot wide traffic lanes for public traffic. In lieu of the conflicting provisions in Section 7-1.09, "Public Convenience," 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 plans to be County-furnished) installing, maintaining and-removing all signs (including County-furnished signs), lights, flares, barricades and other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4" x 4" wood posts, calvarizad carriage bolts and brackets for assembly shall be picked up by the Contractor at the County 1.13intenance 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 pro- poses 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 cor)iencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer, 11ood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the pest to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or 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 sions, barricades and lights shall be taken down and dismantled; and the County- furnished signs and posts shall be delivered to the County Maintenance-Yard Sign Shop on Shell Avenue during the Ccunty yard working hours of 7:30 a.m. to 4:00 p.m. Lane closure shall conform to the provisions in Section 7-1.092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by theContractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct* traffic around the Mork. Full compensation for conforming to the provisions in;ection 7 of the Standard Specifications and these special provisions, including full compensation for furnishing all le-or. (except for flagmen, which compensation shall be made in accordance with Section 7-1.0q5 of the Standard Specifications), 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, 00440 D — 3 a 4, PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont,) and posts, shall be considered as included in the contract lump sumprice 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 time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to became due to the Contractor under the contract. Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner; First Increment - 20 percent of the lump sum price upon satisfactory completion of installation of signs. Second Increment - An additional 50 percent of the lump sum price upon completion of work amounting to 50 percent of the original total contract price, Third 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, 5. DUST CONTROL Dust control shall conform to the provisions in Section 10, "Dust Control," of the Standard Specifications and these special provisions. Dust resulting from public traffic while the Contractor is performing any operations on the grade will be considered as dust resulting from the Contractor's performance of the work and no additional compensation will be allowed therefor. ' 6. OBSTRUCTIONS Attention is directed to Sections B-1.10, "Utility and Non-Highway Facilities", and 15, "Existing Highway Facilities", of the Standard Specifications and these special provisions. The sixth paragraph of Section 8-1.10, "Utility and Non- �Q Highway Facilities", of the Standard Specifications Is amended to read: 0090 D - 4 b. ORSTRIJCTI�'.S (Cont.) Attention is directed to the possiblo existence of underground main or trunk line facilities not indicated on the plans or in the special provisions and to the possibility that underground main or trunk lines may be in a location different from that which is indicated on the plans or in the special provisions. The Contractor shall a_certain the exact location of underground main or trunk lines whose presence is indicated on the plans or in the special provisions, the location of their service laterals or other appurtenances, and of existing service lateral or appurtenances of any other underground facilities which can be inferred frrn the presence of visible facilities such as buildings, meters t t . 1 , Attention is directed to Sections 8-1.10, "Utility and Non-Highway Facilities", and 15, "Existing Highway Facilities", of the Standard Specifications and these special provisions. The sixth paragraph of Section 8-1.10, "Utility and Non- �Q Highway Facilities", of the Standard Specifications Is amended to read: 00090 0090 D - 4 b. OPSTRUCTIr-N'S (Cont.) Attention is directed to the possiblo existence of underground main or trunk line facilities not indicated on the plans or in the special provisions and to the possibility that underground main or trunk lines may be in a location different from that which is indicated on the plans or in the special provisions. The Contractor shall ascertain the exact location of underground main or trunk lines whose presence is indicated on the plans or in the special provisions, the location of their service laterals or other appurtenances, and of existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prier to doing work that may damage any of such facilities or interfere with their service. If the Contractor discovers underground main or trunk lines not indicated on the plans or in the special provisions, he shall irmediately give the Engineer and the Utility Company written notification of the existence of such facilities. Such mains or trunk lines shall be located and protected from damage as directed by the Engineer and the cost of such work will be paid for as extra work as provided in Section 4-1.031). The Contractor shall, if directed by the Engineer, repair any damage which may occur to such main or trunk lines. The cost of such repair work, not due to the failure of the Contractor- to exercise reasonable care, will be paid for as extra work, as provided in Section 4-1.03D. Damage due to The Contractor's failure to exercise reasonable care shall be repaired at his cost and expense. Attention is directed to the utilities shown on the plans. Utilities and underground pipe lines, which are to remain in place, shall be worked around and protected from damage or interruption of service. The Contractor shall give the utility companies at least two (2) working days advance notice -before any work may start. Wtification of several utility companies may to accciplished by calling Underground Service Alert (USA) toll free'number 600-62-012.3. Attention is directed to the East eay Municipal Utility District's 12-inch waier main and Pacific Gas and Electric Company's 4-inch gas line along the north side of the existing centerline between Station 39+00= and Station 43+00-. The Contractor shall notify the Engineer, in writing, 10 calendar days in advance of the start of any grading operations in this area. The Engineer will, in turn, notify the utility owners who ::ill temporarily abandon their facilities within the above stated limits. Once these facilities are abandoned, the Contractor shall expedite his operations to the completion of all rough grading on the project. Attention is directed to the following listed utilities that will be relocated by their owners, their agents, or their contractors after rough grading 00130 D - 5 r p:. 6. OBSTRUCTIONS (Cont.) has been completed by the Contractor. For this purpose, rough grading shall be considered as within 1-0 foot of the grading plane. The Contractor shall notify the Engineer in writing 15 calendar days in advance of completion of rough grading. The Engineer will, in turn, notify the utility owner or owners. Coordinating schedules shall be worked out by the Contractor through the Engineer with the various owners, their agents, or their contractors with respect to relocation of these utilities. It is anticipated that no work(except for maintaining traffic) within 20-feet of the new centerline of .Livorna Road will be performed by the Contractor or his sub-contractors for approximately 15 working days while the utilities are, being reconstructed. The time limit specified in Section A-4 of these special provisions includes the time required for utility relocation work by others as specified herein. RELOCATION TIME UTILITY" PROPOSED RELOCATION WORKING DAYS East Bay Municipal Portions of the existino Main beween Utilities Dist. Station 33{00�.and Stition 36100- and 15 days* 12" Main (Existing) between Station 39+00- and Station 12" Main (New) 43400 are to be relocated to follow new vertical and/or horizontal alignment. Pacific Gas and Electric All of the existing line is to be 2" and 4" gas line replaced between Station 28400- and (existing) Station 43+00{. New gas line to follow 4" gas line alignment 17-feet right of new center- 15 days* (new) linea Pacific Gas and New joint poles to follow existing pole Electric/Pacific Telephone line. Height adjustments to poles at 5 days* and Telegraph Co. Statign 37+50{ (up 51) and Station Aerial 42+00- (down II') (•x•Note - the times shown shall run concurrently) In the event that the utility facilities mentioned above are not removed or relocated by the times specified (15 working days) and, if in the opinion of the Engineer, the Contractor's operations are delayed or interfered with by reason of the utility facilities not being removed or relocated by said times, the County will compensate the Contractor for such delays 'to the extent provided in Section 8-1.09, "Right of Way Delays," of the Standard Specifications, and not otherwise, except as provided in Section 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications. Abandoned pipe lines, conduits, culverts and foundations that are in conflict with the Contractor's operations 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 HighwayRight of Way," of the Standard Specifications. 004W) D - 6 w . SECTION D - CONSTRUCTIO;' DETAILS 6. OBSTR(ICT IONS (rent.) Full compensation for conforming to the requirements of this special provision shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 004032 D - 7 , SECTION D - CONSTRUCTION DETAILS 7, OBLITERATING PAVEMENT Existing pavement outside the slope lines of the new roadway shall be obliterated in accordance with the provisions in Section 15-2.O2A, "Obliterating Roads and Detours," of the Standard Specifications and these special provisions. Pavement shall be obliterated by scarifying. .8. MAIL BOXES Private mail boxes and newspaper receptacles shall be removed as directed by the Engineer, and reset on portable mounts consisting of red- wood timber posts in concrete pedestals formed in five-gallon cans or buckets, in accordance with the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. Redwood posts shall be dense structural grade conforming to the current Standard Specifications of the California Redwood Association. Five (5) sack portland cement concrete, otherwise conforming to the provisions in Section 90-10, "yinor Concrete," of the Standard Speci- fications shallbe used for the concrete pedestals. During construction operations, the portable mount shall be moved around as necessary to clear the way for the Contractor's operations, but at all times shall be easily accessible for the rural delivery. When construction is complete, the mounts shall be placed in a final position out- side the shoulder line as directed by the Engineer, after which the posts and pedestals shall be painted with two coats of paint conforming to the provisions in Section 91-3.02 of the Standard Specifications. :.ail Boxes shall not be erected behind the curb where P.C.C. sidewalk exists. The can or bucket form if neat appearing in the opinion of the Engineer, may be left in position over the pedestal; otherwise, it shall be removed and disposed of outside the highway right of way. If the can or bucket form is left in place, it shall be painted as above specified and the bucket handle removed. Newspaper receptacles mounted on the existing maid box post shall be.replaced on the new post. The contract price paid per each for removing and resetting mailboxes shall include full compensation for furnishing all labor," materials, tools, and equipment, and doing all the work involved in removing the boxes, constructing the portable mounts, installing the boxes on the mounts in final position, including any necessary excavation, and painting, all as shown on the plans and as above specified, including newspaper receptacles. 00233 D - 8 SECT D - co"STRUCTI0% DE _ TAILS �r 9. Sf+LY_ G�J;,2-- tt.G ted by the At the locations s'shall on salhe vaged lans in accordance r where cwith the Engineer, existing guard railing Facilities," of the Stan provisions in Section 15, "Existing Highway Specifications. 10. ADJUSTING UTILITY COVERS Where,sho�m non-the plans r°r directed tbd tnegradenafter efinaln9 `-yup} ._dL, and doing all the work involvedi 1n removiLJ, , materials, constructing the Portable mounts, installing the in on the mounts in f'nal Position, including any necessary excavation, and painting, all s Shown on the Plans and as above specified, including newspaper receptacles, fi 00233 D - g SECTION D - CONSTRUCTION DETAILS 9. SALVAGING GUARD RAILING At the locations shown on the plans or where directed by the Engineer, existing guard railing shall be salvaged in accordance with the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications. 10. ADJUSTING UTILITY COVERS Where shown on the plans or directed by the Engineer, existing manhole covers, shall be adjusted and/or 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. The Contractor shall contact the owners of the facilities which are to be adjusted to determine 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. The County reserves the right to delete any quantity of Utility adjustment without compensation to the Contractor. Covers shall be so adjusted that there will nct be any per- ceptible difference in elevation bet..een 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 (1") 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 51-1.35, ";Mortar," of the Standard Specifications. Precast concrete elements shall conforn to the provisions in Section 76-1.02H, "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. Dirt, rocks, or debris shall not be* pellnitted to enter server 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. OM 34 D - 9 i D - SECTION D _ CONSTRUCTION DETAILS 10. Adjusting Manhole Covers (Case III) (Requires raising or lowering the manhole cone and possibly adding or removing barrel sections.) Adjusting manhole covers (Case III) shall include performing all work and furnishing all materials necessary to remove and reinstall the frame and cover, remove and/or install concrete throat rings, remove and reinstall concrete cone section, remove and/or install barrel sections, remove concrete anchor block, if such exists, and construct concrete anchor block with Class I Portland cement concrete. The contract price paid per each in each of the above cases shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all the work involved in adjusting the facility (including removing and disposing of concrete) complete in place, as shown on the plans, as specified herein, and as directed by the Engineer. No compensation will be made for any adjustments which may be performed by the owners of the facilities. In lieu of.the provisions of Section 4-1.03B "Increased or Decreased Quantities," no adjustment of the contract unit price will be imade for utility item quantity increases or decreases. 11 . CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications. Clearing and grubbing shall be performed only as necessary within the grading slope lines. All trees which are to be left in place and which are caused to fall due to the negligence of the Contractor shall be removed by the Contractor at his expense and an approximately equivalent tree restitution shall be made by the Contractor at his expense. Said tree restitution shall consist of furnishing, planting, and maintaining for one year from the date of acceptance by the County of the contract as complete, a number and species of trees to be determined by the Engineer. The number of trees shall be approximately that number needed to provide an equivalent total diameter-inches to that of the trees destroyed by the Contractor. The species shall be similar to that destroyed. 12, WATERING Watering shall conform to the provisions in Section 17, "Watering," of the Standard Specifications. 00235 D - 10 3 i i SECTION D - CONSTRUCTIOt' DETAILS 13. EARTMORY. The provisions in the third paragraph in Section 19-2.02, "Unsuitable Material," of the Standard Specifications, providing for payment for removal and disposal of unsuitable material as extra work shall not apply. The removal and disposal of all unsuitable material will be paid for at the contract price per cubic yard for the class of material for the quantity involved. At the option of the Contractor, backfill material conforming to the requirements for 3/4-inch Class 2 Aggregate base may be used for structure backfill. Native material may be used for structural backfill only in accordance with Section 19-3.06, "Structure Backfill," of the Standard Specifications. In lieu of the provisions in the first paragraph in Section 19-4.03 "Payment," of the standard specifications, the excavation of interceptor ditches and earth swales will be paid for at the contract price paid per cubic yard for roadway excavation. The quantity of roadway excavation shown in the Engineers Estimate shall be considered to include the quantity of ditch excavation for those ditches and earth swales delineated on the plans. In lieu of the relative compaction requirements in Section 19-5.03, relative compaction shall not be less than 90 percent. The requirements of paragraph two of section 19-5.03 do not apply. Prior to placing embankment, subbase, or base material over existing pavement, the pavement shall be scarified to its full depth. After scarifying, the pavement shall be broken up and reconpacted. Pieces of pavement over six inches in greatest dimension remaining exposed or loose after compaction, shall be removed and disposed of as directed by the Engineer. Full compensation for scarifying, recompacting, and removing and disposing of oversize material shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. Concurrent with the construction of embankments, the exposed surface of embankment slopes shall be compacted by a tamping roller of a type approved by the Engineer. The slopes shall be rolled in increments of 6 feet, measured vertically. The roller shall traverse each increment of slope six times for a total of three round trips. If directed by the Engineer and before compaction is done, water shall be applied to the embankment slopes in a fine spray to avoid erosions. Full compensation for compacting embankment slopes shall be considered as included in the contract price paid per cubic yard for roadway excavation, and no separate payment will be made therefor. 00 3 D - 11 r� SECTION D - CONSTRUCTION DETAILS 14. CLEAN-UP- All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the construction-area in accordance with the pro- visions in Section 7-1.13, "Disposal of Material Outside the High-day Right of Way," of the Standard Specifications and these special provisions. Full compensation for clean-up shall be considered as included in the prices paid for the various contract items of work requiring clean-up, and no separate payment will be made therefor. 15. AGGREGATE BASE Aggregate base shall conform to the provisions in Section 26 of the Standard Specifications and these special provisions. Aggregate base shall be Class 2 and shall conform to the grading for the 1-1/2 inch maximum or 3/4 inch maximum grading. The aggregate base provided must comp:y wholly with the specifications for 1-1/2 inch maximum or 3/4 inch maximuim. A combination of the two separate specifications will not be permitted. The provisions in the second paragraph in Section 26-1.06, "fleasurement," of the Standard Specifications are superseded by the following: The weight of material to be paid for will be determined by deducting from the material delivered to the work, the weight of water in the material, at the time of weighing, as determined by Test Method No. Calif. 226, in excess of 9 percent of the dry weight of the material. The weight of water de- ducted will not be paid-for. Full compensation for furnishing and applying all mater after the material has been delivered to the roadbed, including.water required for dust control shall be considered as included in the contract price paid per ton for aggregate base, and no separate payment will be made therefor. 16. 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 of AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. Asphalt concrete for placing any course shall be supplied from one plant. Prime coat shall be liquid asphalt, Type SC-7000 C13'7 Paint binder shall be asphaltic emulsion, Type RS1. 0 - 12 ;d SECTION D - CO-NSTRUCTI011 DETAILS 16. ASPHALT CONCRETE (Continued) Asphalt concrete shall be spread in two (2) layers each of 0.15-foot thickness. Prior to placing the surface course the finished surface of the previous layer shall not vary at any point more than 0.05-foot above or below the grade established by the Engineer. All trirning of the surface shall be completed while the temperature of the mix is above 2000F. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. Asphalt concrete surfacing shall be placed one-half width at a time and the renaining one-half width of the roadbed shall be kept free of obstructions and open for use by public traffic at all tines until the half- width of surfacing first placed is ready for.use by traffic. Asphalt concrete surface courses shall be spread one layer at a time over the entire project. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides. Conforms between existing pavement and newly constructed pave- ment shall be made by saw cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. Temporary transitions shall be constructed to conformwith the existing pavement at each end of the project. The transitions may be con- structed using asphalt concrete, or cut back material, with a paper joint and to a minimum length of 5 feet. The material used to construct the transition shall be removed prior to placing the surface courses. Asphaltic emulsion shall be applied to asphalt concrete surfaces used by vehicles as a detour or roadway, before spreading additional layers of asphalt concrete. The rate of application shall be 0.07 gallons per square yard. Driveways, entrances, and road connections shall be paved as shown on the pians or as directed by the Engineer to connect with the new paving. The contract price paid for asphalt concrete shall include full compensation for the following: (a) construction and removal of temporary transitions; (b) construction of driveways, entrances, and road connections; (c) saw cutting existing pavement for conform work; (d) furnishing and applying asphaltic emulsion; (e) furnishing and applying liquid asphalt (SC-70) as a prime coat; (f) spreading sand cover over prime coat when directed by Engineer. 00'023 8 D - 13 a a SECTION D - CONSTRUCTION DETAILS 17. ASPHALT CONCRETE DIKES - Asphalt concrete dikes shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. In lieu of the provisions of Section 39-8.02, "Payment," full compensation for shaping of dikes at spillways and driveways, 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. 18. MINOR STRUCTURES Minor structures shall conform to the provisions of Section 51-1.02, "Minor Structures," and Section 90-10, "Minor Concrete," Type "C" Inlets. Energy dissipators, and manhole bases are identified as minor structures. The third paragraph of Section 51-1.02, " Minor Structures," shall not apply.t Precast.units will not be allowed. Three-inch diameter weep holes, backed by filter material in burlap sacks, shall be provided in the inlets as shown on the plans. Filter material shall conform to the provisions in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications for l" maximum combined aggregates. Forms for minor structures shall conform to Section 51-1.05, "Forms," of.the Standard Specifications. The provisions in Section 51-1.02, "Minor Structures," and Section•51-1.23, "Payment," of the Standard Specifications concerning payment for minor structures are superseded by the following: Minor structures will be paid at the contract price per each, which price shall include full compensation for all structure excavation and structure backfill, furnishing and placing bar reinforcing steel and miscellaneous iron and steel (including metal frames and covers, and frames and grates), furnishing and placing sacked filter material, and doing all the work necessary to construct the minor structures complete in place, as shown on the plans, and as specified in these specifications and the special provisions, and as directed by the Engineer, and no separate payment will be made for these included items. 19. REDWOOD RETAINING WALLS The redwood retaining walls shall be constructed in conformance with the details shown on the plans and the provisions in Section 57, "Timber Structures," of the Standard Specifications and these special provisions. The redwood retaining walls shall be constructed of select heart grade or No. 1 heart structural grade redwood (1200F). 00�Cc� 3 D - 14 SECTION D - CONSTRUCTION DETAILS 19. REDIMOD RETAII;ING 1lALLS (Continued) The contract price paid per linear foot for redwood retaining wall shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentials and for doing all the work involved in construction of the redwood retaining wall, complete in place, including structure excavation, structure backfill and concrete backfill as shorn on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 20. REINFORCED CONCRETE PIPE Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," of the Standard Specifications and these special provisions. The provisions of the last paragraph of Section 65-1.02A, "Circular Reinforced Concrete Pipe," shall nbt apply. Full compensation for structure excavation and structure backfill shall be considered as included in the contract price paid per linear foot for the various sizes and classes of reinforced concrete pipe and no sepa- rate payment will be made therefor. 21 . UNDERDRAINS Underdrains shall conform to the provisions in Section. 68-1, "Underdrains," of the Standard Specifications and these special provisions. Underdrains will be paid for at the contract price per linear foot for underdrains. Permeable material shall conform to the provisions in Section 68-1.025 .for Class 2, The Contractor shall exercise care when placing permeable material around and over underdrains so that dirt and other foreign matter shall not be mixed in with the material. All permeable material that has become mixed with foreign material to such an extent as in the judgement of the Engineer, to impair the quality of the permeable material, shall be rejected. No payment will be made to the Contractor for rejected permeable material. Permeable material shall be covered with sheets of 4 mil. poly- ethylene membrane . Polyethelene sheets shall be lapped 4 inches at joints. Where risers are included in the plans, the system shall be flushed after construction. The cost of flushing shall be considered as included in the various items of work and no additional compensation still be made therefor. nn 00440 D - 15 SECTION D - CONSTRUCTION DETAILS 21 . UNDERDRAINS (Continued) Full compensation for furnishing and placing polyethylene membrane shall be considered as included in the contract price paid per cubic yard for permeable material, and no separate payment will be made therefor. Full compensation for structure excavation and structure back- fill shall be considered as included in the contract price paid per cubic yard for permeable material and no separate payment will be made therefor. 22. MANHOLES AND MANHOLE BASES Manholes and manhole bases will be paid for at the contract price per each, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the manholes, complete in place, as shown on the plans, as Specified in the Standard Specifications, and as directed by the Engineer, including structure excavation, structure backfill, Type I, Type II, and Type III manhole bases, manhole frames and covers, concrete blocks, and placing asphalt concrete surfacing on the concrete block and around the manhole frame. 23. SLOPE PROTECTION Rock slope protection shall conform to the provisions in Section 72, "Slope Protection," of the Standard Specifications and these special provisions. Rock slope protection shall be placed in conformance with the requirements for Flethod B placement with light class of material. Full compensation for any structural.excavation required in the installation of the rock slope protection will be considered as included in the contract price paid per-ton for rock slope protection and no separate payment will be made therefor. 24. MINOR CONCRETE (INTERCEPTOR DITCH) Concrete lined interceptor ditch shall conform to the provisions in Section 72-4, "Concrete Slope Protection," and Section 90-10 "Minor Concrete," of the Standard Specifications and these special provisions. The combined aggregate for Class B portland cement concrete shall conform to the grading limits for the one-inch maximum size specified in Section 90-3.04, "Combined Aggregate Gradings," of the Standard Specifications. The edges of the-interceptor ditch shall be formed in order to obtain a straight, uniform line and the completed lining shall conform to the dimensions and shape shown on the plans. Weakened plane joints shall conform to the details shown on the plans and shall be constructed at 10-foot intervals. 00241 D - 16 II /_ SECTION D - CONSTRUCTION DETAILS 24. MINOR CONCRETE (IITERCEPTOR DITCH) (Continued) After striking off the concrete to grade and hand floating, native material shall be spread uniformly to an approximate depth of 1/8-inch over the concrete and tamped into the surface followed by a rater spray to moisten the soil thoroughly. The native material shall then be worked into the surface until a color similar to the surrounding soil is obtained. The native material shall be free from stones or lumps exceeding 1/2-inch in greatest dimension, vegetable matter or other deleterious material. The concrete ditch lining shall be cured with a clear or trans- lucent type of curing compound and shall conform to the provisions in Section 90-7, "Curing Concrete," of the Standard Specifications. The contract price paid per linear foot for Mir:or concrete (interceptor ditch) shall include full compensation for furnishing all labor, materials, tools, and equipment, and doing all ►-pork involved in preparing the subgrade and constructing the interceptor ditch, except excavation. Excavation will be measured and paid for as roadway excavation. Full compensation for any backfilling, grading, or shaping of the ground adjacent to the completed interceptor- ditch necessary to develop flow into the ditch, shall be considered as included in the contract price paid per linear foot for Minor concrete (interceptor ditch) and no separate payment will be made therefor. 25. MANHOLE FRAMES AND COVERS Manhole frames and covers shall conform to the provisions in Section 75, "Miscellaneous Metal," of the Standard Specifications and these special provisions. The manhole frame shall be set and accurately adjusted to finish grade after competion of paving. Grout used to adjust the manhole frame-to finish grade shall conform to the provisions in Section 51-1.135, "Mortar," of the Standard Specifications. Full compensation for furnishing and installing manhole frames and covers shall be considered as included in the contract prices paid per each for Type I and Type II manholes and no separate payment will be made therefor. 26. MISCELLANEOUS IRON AND STEEL Inlet grates and all structural shapes and bolts in connection therewith, shall conform to the provisions in Section 75, "Miscellaneous Metal," and these special provisions. Full compensation for furnishing and placing inlet grates shall be considered as included in the contract price paid per each for the inlets on which the grates are installed and no separate payment will be made therefor. 00442 D - 17 - a, SECTION D - CONSTRUCTION DETAILS 27. SURVEY MONUMENTS Survey monuments shall conform to the provisions in Section 81, "Monuments," of the Standard Specifications and these special provisions. Survey monuments shall be constructed as shorn on the plans. The contractor shall notify the Engineer five (5) working days in advance of the date that he intends to begin construction of the monuments to allow the County Survey crews to set the exact monument locations. dnu a _S_ �}���aI }nuY1,luu�. Full compensation for furnishing and placing inlet grates shall be considered as included in the contract price paid per each for the inlets on which the grates are installed and no separate payment will be made therefor. 4OK42 D - 17 NONNI=" SECTION D - CONSTRUCTION DETAILS 27. SURVEY MONUMENTS Survey monuments shall conform to the provisions in Section 81, "Monuments," of the Standard Specifications and these special provisions. Survey monuments shall be constructed as shorn on the plans. The contractor shall notify the Engineer five (5) working days in advance of the date that he intends to begin construction of the monuments to allow the County Survey crews to set the exact monument locations. The Contractor shall furnish the brass survey markers. 28. PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers," of the Standard Specifications, County Standard Plan CC 3050, and these special provisions. Pavement markers shall be placed to the line established by the Engineer, which will consist of a newly painted stripe. 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 Engineer. Rapid Set Type adhesive shall be used to cement the markers to the pavement. 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. 00,043 D - 18 SECTION D - CONSTR'UCTION DE7nILS 29. §AVITARY SI-::rR 1;0r, .01 - cr_Nn-,AL The •installaiion of new sanitary -..ewers shall be accomplished to the complete satisfaction of the Cenirai Centra Costa Sanitary District and in all respects in conformance with the requirements of the Standard Specifications, June, 1976, of said Districi. The Contractor shall secure a Sanitary District Work Permit and notify the district at least forty-eight (48) hours in advance of the Contractor's intent to start sewer facility installations. No construction of new sanitary server facilities sho::n on the plans shall be constructed until final subgrade of the relocated road:rdy has been completed for the entire portion of the road in which such facilities are to be installed. The Work Permit may he obtained at the District Offices, 1250 Spring- brook Road, Walnut Creek, California. The notice of beginning sewer construction may be made by telephone (415) 933-6727 in care of the Inspection Division at the aforementioned address. .02 - SEWER PIPE LINES Sewer pipe lines shall conform to the requirements in Section 22, "Sewer Pipe Lines", of the Central Contra Costa Sanitary District Standard Specifications and these special provisions. Sanitary sewer pipe shall begin and terminate with a standard pipe joint end and shall be plugged with a standard watertight Dlug or cap, as supplied by the pipe manufacturer. Prior to backfilling plugged pipe ends, the Contractor shall notify the Sanitary District Survey Section (phone 934-6727) so that they may reference the ends. Testing of sewer pipelines will be required. The contract price paid per linear foot for sewer pipe and sewer laterals shall include full co:ipensation for furnishing all labor, materials (including special fittings) tools, equipment and incidentals and for doing all the wort: involved in installing the sewer pipelines and laterals, complete in place, including excavation, bedding, backfill , compaction, cleaning, testing, disposal of excess excavation, as shown on the plans, as specified in the Central Contra Costa Sanitary District Standard Specifications-and these special provisions, and as directed by the Engineer. .03 - MAMMES Sewer manholes shall conform to the requirements in Section 25, "Concrete Structures," of the Central Contra Costa Sanitary District Standard specifications and these special provisions. 004244 D - 19 MFSECTION D - CONSTRUCTION DETAILS 29. SANITARY SEWER WORK (Cont.) .03 - MANHOLES (Cont.) The contract price paid per each for standard 48" manhole shall include full compensation for furnishing all labor, materials, tools, equip- ment, and incidentals and for doing all the work involved in construction of the manholes, complete in place, including structure excavation and backfill, concrete, reinforcing steel, steps, -caulking pipes, pre-cast sections, man- hole frames and covers as shown on the plans, as specified in the Central Contra Costa Sanitary District Standard Specifications and these special nrnvi-innc and as directed by the Engineer. .03 - MANI-CLES Sewer manholes shall conform to the requirements in Section 25, "Concrete Structures," of the Central Contra Costa Sanitary District Standard specifications and these special provisions. ' 0041,144 D - 19 SECTION D - CONSTRUCTI011 DETAILS 29. SANITARY SEWER WORK (Cont.) .03 - MANHOLES (Cont.) The contract price paid per each for standard 48" manhole shall include full compensation for furnishing all labor, materials, tools, equip- ment, and incidentals and for doing all the work involved in construction of the manholes, complete in place, including structure excavation and backfill, concrete, reinforcing steel, steps, 'caulking pipes, pre-cast sections, man- hole frames and covers as shown on the plans, as specified in the Central Contra Costa Sanitary District Standard Specifications and these special provisions, and as directed by the Engineer. .04 - TRENCH SHORING Full compensation for furnishing all design, labor, equipment, materials, tests, and permits necessary to construct, install and remove all shoring items required in the construction and completion of sanitary sewer facilities, including required submittals, shall be considered as included in the contract lump sum price paid for trench shoring, and no additional compensation will be made therefor. - 002-47 D - 20 D - 20 Daring the perfa---usce of this contract, the contractor, for hirself, his assigaees and successors in interest agreec as follows: The contractor x311 not discriminate against any employee or applicant for egplaquent becasse of race, color, religion, eau or national origin. The contractor viii take affirmative action to aware that applicants are crployed, and the: ec=loyeca are treated during employment without regard to their race, color, sea or national origin. Such action shall Includes but not be liaised to the following: employment, tqWadiag, demotion or transfer; recruitment or recruit•.srcat advertising; layoff or terai:mtion; rates of pay or other fortes of cospeosatton; &-A selection for training, icalu3ins a:prentleeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, nations to be pravided setting forth the provisions of this nondisctiat- nmtion clause. APETWA L7VE A^377CLS PLT M The contract will not be executed until the Contractor has submitted and has had approved by Contra Costa County a written Affirmative Action Plan, erbodyiog both (1) scala and timatablea of minor- ity nam?ower utilization ("141141noritym is defined as including Ile a, Spanish Su-�-ed :nerice.s, Orientals and A=ericaa Indianc�and specific affirmetive action steps directed at increasing minority manpower utilization by means of app3ying Scud faith efforts to carrying out. auch steps. Both the goals and timetables, and the affirmative aetlon steps moat meet the sogaire- nents as not forth below for all trades which are to be utilized on the project, whether sdbcoa:raated or not. a. Goals and T=cetables - The plan must not forth goals of minority uUliraz on for The contractor and subcontractors for all trades In terms of aaahours; within at least the following range for. each .teade which will be used on the project: 17.0% - •14.5% The perceatages of minority manpower utilisation above are eaprassed In terms of ma"ho+*s of training and aVloymeat as a proportion of the total manhours to be worked :y the contractor's and subcontractor's entire work force in that trade during the performance of this contract. The msnhours for minority bark and training mast be sWastantiolly unifo:•s• throughout the length ad the contras: and for each of the trades. Further, the transfer of minority amplo;cea or trainees from emp2ayer-to-employer or from project-to- project for the sole pur+pze of meatus the contractor's goals shall be a violation of these requirements. In reaching the reals of cinority za powcr utilization every effort shall be rade to find and cloy qualified 3ourneyren. Bowever, where eimrity journeymen are cot availal;le, aincrity trainees in pre-apprenticeship, apprenticeship, jou:.xr.an trainiz-6v or other training progre= ray be used, E - 1 00246 3.s • SECTION E - EQUAL E•PLOYMEI7 OPPO 71WITY AFPI.R•1ATIVE ACTION PIMI (Continued) In order ':hat the nonworking training hours of trainees may be counted in meeting the goal, such trainees must be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees atthe completion of their training and the trainees must be trained pursuant to established training programs. A contractor shall be deemed to be in compliance with the Affirmative Action Plan by the employment and training of minorities in the appropriate percentage for each trade of his and his subcontractors' work force. However, the contractor shall not to found to be in noncompliance solely on account of his failure to meet his goals within his timetable, but such contractor shall be given the opportunity to demonstrate that he has instituted all of the specific affirmative action steps specified in Section "b. below and has made every good-faith effort to make these steps work toward the attainment of his goals within his timetables. The contractor hereby agrees to inform his subcontractors of his obligations uncle= the teras and requirements of this Section "Equal Employment Opportunity", including the provisions relating to goals of minority employ- ment and training. b. Specific Affirmative Action Stens - The Affirmative Action Plan for the contractor :must set forth specific affirmative action steps directed at increasing minority manpower utilization with preference given to Contra Costa County minority residents, which steps must be at least as extensive and as specific as the following: (1) The contractor shall notify community organizations that the contractor has erploymeat opportunities available and shall maintain records of the organizations' response. • (2) The contractor shall maintain a file of the names and addres- ses of each minority worker referred to him acd 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. (3) She contractor shall promptly notify Contra Cosla County when the union or unions with whorl the contractor has a collective bargaining agreement -has not referred to the contractor a minority worker sent by the contractor or when the contractor has other information that the union referral process has impeded him in his efforts to meet his goal." (L') The contractor shall participate in training programs in the area, especially t:ose funded by the Department of labor. (5) nne contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in 0024'7 E - 2 .. ,. +�r.Yar..T........_..pro- f � Rill b # AT-717M!7,S ACI'_TG:l PLO. (Conti d) _..,. b S~ec_is-moi 1r.:ptive Action Stens- (Continued) coppa� r,uewszrarers, aL^u�2 report,, etc.,-by,cocdu ting staff, employee and 3 u':ion ;-epres :atipea' Meetings to explr�,n a- aisLuss the;,„polfcy, bye Posting � x” of the,pe4 cy,:am•.'cy specific`•rei-seH:of the,policy:with uinority eu►gloyrees k k d. . t (a) Me cow sector shall.disste;nete his F_70 policy e-,. rtj, by informing discussir�'iii,uit all re.rui-,.ment.sources, uy ,2c3vez ti'sing i news aetiiiiz ecitically incl.uni y; r ng-mi :�orir aez.., Odin `am b t notff i , and discussing it ;.with.allsubcontractors a€Asuppliers eeatr:c or shall cake specific end cow-tant personale s (both written,and ora?� tmentf fortesat all zationz schoo witoo3tudenf �ndim-, ec u =ew^ci� ty orhani '� o ceni..stxons and mirori:,y,z:$iuir.� ^r�snzatioctr, :-i' ;n t*e cantrectaw,`s ecruiErent area x s {$) e contractor shall :ale sz�ec;£ic effc--ts to encc�+-afire presence ittority employees to recruit their Sr;e cs and relatives c f ..) _-be cont a. __ .hall ;al_.a_e a1_ j b pec s r_ori, elect;lan - regairements, tcsts,.,e..c. t (10) 'lite con "actor shall rae?.8 very effcrr moo.a^'^-Qt@.. a_*ter � g ` school, summer and vacation,employ-mm to rrnority youth. f -mss= (ll) Mie contra ter shall develop on-tae-job trairzng.arsaQ�turiities p and garticipato,sac assist is any assoniaticn or empl6i7e+--�u5.trainin programs reler&at to the contractor's erm ogee needs. (12) 7he,contrac or shall continually invegto*v aud-e:�aswa,a all s._uority personnel. or r l=tion opport�Mies-and en.ou_rage minori,.y employees to seek such coortu.nities. (13) e contractor shall stake sure that ser3or v actices,.3ob :. : Classifications etc., ca not have a disc minntory effect.: (14) me contiactor shall .e certain that all faci?itieJ and i company activities are nor.-segega'ted. - F M (15) Tne cornxactor shall cont-Ima??y mon=t;,r ell:perso;uiel activs `x * ties to ensure that ^+- _.EO_policy is being carried out . � F k', (16) The contractor shall solicit c;ds for-Jurcontrarts.1roa avail able minority sLccontractorS in^l:ding circulation of minority contractor associations. ' c.- In ro even` ray a contractor utilize,the'reouired' �,- goals, time.at*acs o^ aff. motive ect;on stere in such a �zrer as fo cause result it d_scr .,'_=tIcr again;t any person o» account of race" color, religion, sex: or natior-al origin. vc All 111111111111111111 SECTION E - EQUAL OPPO?tDOMTY COMPLIANICE A,'.,D ESFORC-RENT Contra Costa County Bill review the contractor's employment practices during the performance of The contract. If the contractor meets his goals or can demonstrate that he has made a good faith effort to meet those goals, he shall be deemed to be in compliance with the Affirmative Action Plan, unless the County otherwise determines that the contractor is not providing equal employment opportunities. In the event of the contractor's willful violations of any non- discrimination provisions of this agreement, the contractor may, to the extent alloyed by applicable State Statutes, be declared ineligible for further County contracts for Public i;drhs, goods, or services until he satisfies the County that he -has established and is implementing an emplcy- ment program which conforms to the nondiscrimination provisions of this agreement. E - $ 00449 24" DIAMETER P.C. �Y CONCRETE JKCKET- I WITH 2'I':CHES OF ASPHALT CONCRETE SURFACING. 1 A ' 1 I f — ' CAST IRON G j PRECAST CON- CRETE BOX. CONCRETE CORE COVER NOT SHOWN WITH BRASS MON_ (-BROOKS SHOWN, . UAIENT MARKER, SEE NOTE 1.) PLAN SURVEY MO4UYENT MARKER, SOLID BRASS, 13/8" DIAMETER FINISHED TOP, 7/16" X 2" SHANK, WITH GRADE rF4 CHISELED CROSS AND R.E. OR L S NUMBER. LT CONCRETE-) NOTE: 1. COVER AND FRAME SHALL BE,BROOKS HO. 4TT-1726 OR fORNI;{RONSlDES" O�6 �. ' ' . • v , u p r.. P Q(I 11 - OR APPROVED EQUAL . t7� ,p' P V 'r o� r�p_ , p p• I t/ COVER SHALL BE !.BARKED"MONU-MEN f" �,� t. AND BE DESIGNED TO CARRY A 16,000 i)C Oi --rt o II D; "p. p -p* ."D"�c LB. MINIMUM WHEEL LOAD. 2. RISER ASSEMBLY AVAILABLE(NOT SHOHN.) _•7• h 30 FELT PAPER 3 6-INCH DIAMETER COLLAR FORMED OF TYPICAL \ C .�os'p_ � OR I/4 SAND OR #30 FELT, I-INCH BELOW COLD JOINT, PAVEMENT DIRT. (COLD JOINT) AS SHOWN. SECTION l� • Y p.v, SEE NOTE 4 4. TAPERED METAL CONE, OR 3/32" (OR HEAVIER) CHIPBOARD. DP v. 11 SEE NOTE 3 3 REV.10-8-70 ADDED FORNI"IRONSIDES"TO NOTE I. / REV.54I-66 ADDED A.C. SURFACING s p. p CONTRA COSTA COUNTY fl Da D PUBLIC WORKS DEPARTME INT o' MARTINEZ CALIFORWA STREET SURVEY M0NU!M," I APPROVED' 1r .C" "" SECTION A-A r PUBLIC WORKS DIRECTOR R E.CER NO 57:•9 Scott: AS SHOWN Date-. / TYPICAL I N STALLAT6Q /6t SCALE: II/�"= I�-O" /� 0 Drawn b � N. OAC. ril�Ra: C ��� Checked by: A. M GC Fw a_nvu ' C � LI _ ra.m3�ruoEi 2 i SS 3� F ell c4E- PI mopt, xj t _ a y^`� ' a * � �F dor r�^•�•y �^" (ice! ' Q 15, E ryi u �'• . try► �8 - -� �a«s t .be. hh �� E M _, r�-t} Y �e i o u e,' I."�L".`�'u��.n•"�f f 1 _' �� !H �� t iM p w� : i•-:i•-•w oi�oo•o`wa o} �� � � I •.Yr. ; Y ei„4+ ? ! 7� ,F...+'•a' o`f w o 1: � iY t. o_^.... .Y_ � 77•j._,rr i� Y � /7tt ��' i ,. '.-, vy Y .•� w. t , L^y .� roD i t 1���'—�"" �< « .. � t.�i f.��r f_SCi.�..i`:L.�.......1..� 1.'� �C.6Y '� [ Ic'Y• L�T-1_L11� « C` .._rem .:y..•. ;,.,:. ,... ..,. "..�.s••,w-°«...—.,.... � ,....-. r YT Y= Zr Y �� of • S, I `, Ye '�ti.=_—� t{l C'.,,,_.='='`^-• `J7�'r'�Z _ � i" � ry, I r y i Y _ ��j� y . • E�' I.... Q..S�,^»•::Pi = 1 ( i is t_*� � � 1� z _r.aI s:. •oo��.... -"$r _ r { ASF 1.. rA Lj SL .0 � 'N►--- �'r' a =`-' a W Q Q •`r j l�>fii�_ a J Y uCL Ail z � � O Q W S Ltd Q ?a w Lr Jill �Y ��� �e�4 �:,�"�-"*' !^—'-r'.. o oo. of moo`• .I o o Sri ae R: a Y' aj f oil: L I� f OU 52 :.M 'a..e ,, ,.. '.. r,.�-.' .1. :rev Y'. ... • .� a... .. ... 'rr m. .. .i--. .. lu W �`a Y U Z`Z a�� Z C a cr US LLS iz i�. ��; o• �t1 e_. 1:.. s Y Q♦ iC" i i j r I _ �`�'1 :. . � Yom: Q:. - � 112 _ � •� ,I a i���a:7 % Sn •.. � 'i� 1 x� "'�� � Q� � Y C .tl It' [ ti 41 �Ll a W UJ w V N i b Q �:• yWj ' (' LL Q � o a =b N i f owl u� + .i •f .if w � J iC.K.r'.Q:,..•- m.r.�,�-'.fY. ,-��-'�aS.: .Pl: .. • ,'.yw•.. y. i e p.. .. • � i Sei yC� J a s r 3 �e i to • V �! _��'•• �: �tom' •- � ,•i `: i ( ',�. � c.� i 'pt; t } uUi •wM l yb ' 1x�x11 3 g --Ctan..y till m yI" Zti o 4 y m v LLI J o <r Q v' • L + u - 0► J x. O.a. `re N 6 W p SYi i• Vz LLJ a= ;zd CL Ys O04S1 ,. ,. u . llf YIm sr J .Y •8!«4i1i�.3 mat f� 7a J V ..Zvi .'TySf3 ; .8 iLL a y• st• iY 'u,I : p d �f+-.i x =rile $s{ yY K:PP3ei.S a^ LLI J C • ; LLJ W q W�� Si i �f �F4}iPi s 1]C V) V GG Y r t Eza i --1}-- _ Fl 'o �• YrAs ;Ing Yu * . t �xY: Ffar r IL 8 N E i rn N -J Z t7 G 2 L.✓+•F.f 4 ,rte"!� L."+'� � Z I1 N us C � Qw. S W U- 2 t7 ty3 ��.'l dY , Z N V•Irl O r*t,,,y,.r 0 u r6`a t j Lo W O 2 a d O = tYl7 y ri p r a N p7cc �y ca N O U. 0 O „s Y N Uuul Q Z N til a to �a Z l U Y S u Cpn. � 5O '4'c Z w ` ;a 4 v N O U .► O ul O 2 CD N caCD j ,1 3 4 !�- t p W N d W Us z N O ♦ w� '� Z r2 K y 4 X N N . (71 tL o 2 Q&drd N W w x N Qy�t u r O r u N_ O O %0 w Q. oG Qa � u J C d3 tL S a • 2 • iP OY�i.w4 . NIL., ;� '� •'� es iZi sY k Yti+�: :�i �_ ,-� ��..+J sµ �. to IS Ol } •s: ii sr qE � t +i LI+«` o ice, l'f�`^��t« � • 14,E - i � , . 3 �= �' cc ,o ti IS 12 So si d ,c r ' t t 1 tt y :� � y �•.. � �n Tex tt11i n t t t1 i,n r � U y iii?.. �• Y779 —WIPWRI tu �r. it 7 e t L) i7 z 0 v LL� 'Y W U � i 'r � .�ny�1• � o ( CSI W 9 xm J Q at .£ Lu � N z O ��titi�1 4 LUO Z z o= eN J_ ;(a rcnD :) cs� •fir` 43 Ls � tari • — J j ! J' f ' IT -1 1-A ------ i I A 1 -1 It - + 4 iZ tD Q --p Q 6 n O V/. R (�D) 1N��2i9d Ni Scjo-lS. 4755 APPEPiDIX A 2/12/76 GJF LIVORN'A ROAD ROAD NO. 4233 C0111TRA COSTA COUNTY, CALIFORNIA PAVEMENT CONTROLS Edge of Pav't Left a Pav't Edge of Pav't Right Q.Station Desc. Elev. Dist. Elev. Elev. Dist. 24+60 Begin Const. 287.11 30.00' 287.71 287.37 17.00' 24+67 BVC 287.79 . 27.45' 288.34 288.00 " 28+84.94 289.53 BC 21.90' 289.97 289.63 " 24+92 1/4 Pt. 290.28 It290.62 290.28 " 25+00 291.02 so291.36 291.02 " 25+15.84 292.52 EC 17.00' 292.86 292.52 " 25+17 PVC 292.63 292.97 292.63 " 25+42 1/4Pt. 295.03 295.37 295.03 " 25+50 295.81 Is 296.15 295.81 " 25+67 EVC 297.50 297.84 297.50 " 26+00 300.80 301.14 300.80 " 26+20 302.80 303.14 302.80 BVC " 26+50 305.80 " 306.14 305.82 " 26+70 307.80 308.14 307.86 " 27+00 310.80 " 311.14 310.95 " 27+20 312.80 313.14 303.03 EVC " 27+50 315.80 " 316.14 316.17 " 27+70 317.80 318.14 318.26 -BVC " 28+00 320.80 321.14 321.38 " 28+20 322.80 " 323.14 323.42 " 28+25.79 BC 323.38 323.72 324.02 " 28+50 325.80 326.14 326.47 " 28+70 327.80 " 328.14 328.48 EVC " 28+80 328.80 " 329.14 329.48 BVC " 00/259 Fd a of Pav't Left 0_ Pav't Edqe of Pav't Riyht (L Station Desc. Elev. Dist. Elev. Elev. Dist. 29+00 330.80 17.00' 331.14 331.47 17.00' " 29+24.25 333.23 333.57 333.87 If 29+30 333.80 334.14 334.42 if 29+50 335.80 " 336.14 336.37 If 29+80 338.80 " • 339.14 339.25 EVC " 30+00 40.80 41.14' 41.16 BVC " 30+30 343.80 " 344.14 344.03 Is 30.1-50 345.80 " 346.14 345.95 is 30+80 348.80 349.14 348.87 31+00 350.80 " 351.14 350.83 " 31+30 353.80 " 354.14 353.80 EVC " 31+40 354.80 355.14 354.80 BVC " 31+50 355.80 " 356.14 355.80 " 31+90 359.80 " 360.14 359.86 " 32+00 360.80 " 361.14 360.88 Is 32+25 363.30 363.64 363.46 " 32+40 364.77 365.11 365.00 EVC " 32+50 365.72 366.06 366.00 " 32+84.58 BC 368.80 369.14 369.22 32+90 369.25 369.59 369.70 BVC " 33+00 370.07 " 370.41 370.57 " 33+40 373.03 " 373.42 373.70 " 33+50 373.77 374.11 374.41 " 33+90 376.26 " 376.60 376.94 EVC " 34+00 376.82 377.16 377.50 BVC " 34+50 379.22 379.56 379.82 " 35+00 380.97 381.31 381.34 EVC " 35+10 381.24 " 381.58 381.55 BVC " 35+25 PVC 381.60 17.00' 381.94 381.83 17.00' - 00260 Edge of Pav't Left (L Pav't Edje of Pav't gi-q t (_Station Desc. Elev. Dist. Elev. Elev. Dist. 35+50 382.07 17.00'- 382.41 382.18 17.00' 35+60 382.21IS 382.55 382.29 -,U 33+50 373.77 374.11 374.47 " 33+90 376.26 376.60 376.84 EVC " 34+00 376.82 377.16 377.50 BVC it 34+50 379.22 379.56 _ 379.82 35+00 380.97 " 381.31 381.34 EVC " 35+10 381.24 381.58 381.55 BVC ' 35+25 PVC 381.60 17.00' 381.94 381.83 17.001 0(�1 Cie of Pav't Left a Pav't Edge of Pav't Right 0-Station Desc. Elev. Dist. Elev. Elev. Dist. 35+50 382.07 17.00' 382.41 382.18 17.00' 35+60 382.21 382.55 382.29 36+00 382.52 382.86 382.52 " 36+10 382.53 382.87 382.53 EVC " 36+14.03 PRC 382.53 382.87 382.53 " 36+20 382.52 BVC 17.00' 382.86 382.52 " 36+50 382.34 382.66 382.32 " 36+70 382.12 382.40 382.06 " 37+00 381.62 381.81 381.47 " 37+20 381.18 EVC' " 381.29 380.95 37+50 380.34 It 380.31 379.97 " 37+70 379.64 BVC " 379.53 379.19 " 38+00 378.39 378.16 377.82 " 38+20 377.40 377.12 376.78 " 38+25 EVC 377.13 376.84 376.50 " 38+50 375.77 375.44 375.10 " 38+70 374.66 EVC " 374.32 373.98 It . 38+80 374.10 BVC 373.76 373.42 " 39+00 372.97 " 372.64 372.30 " 39+30 371.24 It370,96 370.62 39+50 370.07 " 369.84 369.50 " 39+80 368.27 EVC " 368.16 367.82 " 39+83.59 EC 368.05 " 367.96 367.62 " 40+00 BVC 367.06 " 367.04 366.70 " 40+30 365.29 BVC " 365.40 365.06 " 40+50 364.16 364.35 364.01 " 40+80 362.57 " 362.85 362.51 of 41+00 361.57 17.00' 361.89 361.55 17.00' 00261 Edge of Pav't Left Q Pali Edge of Ea Ric;int Ex. T.C. (_Station Desc. Elev. Dist. Elev. Elei. Dist. 32' Left 41+30 360.18 EVC 17.00' 360.52 360.18 17.00' 41+50 359.3I 359.65 359.31 to 41+75 358.28 358.62 358.28 " 42+00 EVC 357.30 356.64 357.30 " 42+50 BVC 355.40 " 355.74 355.40 355.53 43+00 353.77 ' 354.11 353.77 353.90 43+50 352.67 " 353.01 352.67 Pt. 17.00' Rt. 352.80 44+00 352.11 352.45 352.15 14.78'Rt 352.24 44+01.79 352.10 352.44 352.15 14.70'Rt 352.23 44+46.24 352.06 352.40 352.14 12.73'Rt 352.19 44+50 352.08 352.42 352.17 12.56'Rt 352.21 44+91.74 352.46 u 352.80 352.59 10.71'Rt 352.59 45+00 352.58 352.92 352.71 10.34'Rt 352.71 45+00 352.58 352.92 352.71 10.34'Rt 352.71 45+50 353.62 " 353.96 353.80 8.12'Rt 353.75 46+00 355.19 " 355.53 355.41 5.90'Rt 355.32 46+50 EVC 357.30 " 356.64 357.57 3.68'Rt 357.43 47+00 359.39 " 359.73 359.70 1.46'Rt 359.52 47+ 47+33 360.43 " 360.77 360.77 01 Rt--Crown .360.56 Q�Jf:UF1 e APPENDIX B BORING LOGS (Refer to plans for locations) N q, tNTLACE prD:n G].�7te L�q S fn tto. Loc+t w.' - 5t+nd+rd U.C.S. Qry W.oisture Grit of D E S C R 1 P T 10 N Pen T.S.F. DansitY Content SAM01.0 sio-SiFt. P.C.G. C/ BORING =I MY wt. I ,silty CLAY, very stiff to hard, moist, brown 1-1 ;.I A S IZ:DSTONE, some cementation, fine 106.7 16.7 grained, tan S Maximum Dry i•'eight: 106.1 ucf 1-2 Optimum Moisture: 19% ,;V.L10 ,\t. becomes clayey :L sa-dv SILTSTONE BORING u2 silty CLAY, moist, hard, grey- Ibro:,rn 2-1 t107 13.2 A' S NDSTO`E, fire grained, hard, grey 5 SIL'ISTO\E, medium hard, grey moisture increases 10 K)TE: Verification of all soil data shall be the Contractor's responsibility. Reference Section 2-1.03 of the Standard Specifications 0{.71.63 ������ F1GU9_ Pio. 3 EOR.:iJG Livorna Road dOB Pio, N6-0692-B1 'Jos. It\C()RI'JRAI ED Alamo' California DATE April 1976 1 F: 2 G 4'. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX-OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT June 22, 1976 In the Matter of Approving ) Plans and Specifications ) for Re-Roofing Fire Station ) RESOLUTION NO. 67 /551 No. 11, Clayton, California. ) (Work Order No. 5488) . ) WHEREAS Plans and Specifications for re-roofing Fire Station No. 11, 5850 Clayton Road, Clayton, California have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's estimate of the construction contract cost is $4,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project have been ap- proved 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 finds, and the Planning Director shall 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 project will be received on July 13, 1976 at 11:00 a.m, and the Clerk of this Board is dir- ected 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 ORTNDA S"M PASSED and ADOPTED by the Board on June 22, 1976. Originator: P. W. Dept. (Buildings and Grounds) cc: Public Works Director County Auditor-Controller Fire District County Administrator RESOLUTION NO. 76/551 09) 61 ,.r . NMI 'DIVIS101'� A. NOTICE: TO CO ITIIACTOR (Advertisement) Notice is hereby given by order of the Board of Super- - rn--ra County, that Clerk of said Board will receive I m inmenr rrnnspor- („vuilu.Lug,, a►au L cc: Public Works Director County Auditor-Controller Fire District County Administrator RESOLUTION NO. 76/551 � W, 'DIVISIO1N, A. NOTICE' TO CO NTI;JtiCTOR (Advertisement) Notice is hereby riven 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 Re-roofing Fire Station No. ll 5850 Clayton Road, Clayton, Ca i ornia The estimated construction contract cost (Base Bid) is $4,000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of •the Clerk of the Board of Super,,isors, Roosa 103, County Administration Building, i•tartinez, California. The drawings and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Work's.. Departmant, 5th Floor, County Administration Building. Plans and specifications may be obtained at the Public V orks Department, 5th Floor, County administration Building upon payment of a printing and service charge in the amount of $1- (sales tar. in- _ eluded) which amount shall not be refunda te. Checks shall be ,rade' payable to thq "County of Contra Cost-a" , and shall be mailed to the Public ldorks Department, 5th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract docu;rents should be directed to the Building Projects Division. Their telephone nuniber is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Public Works Department, 5th Floor, County Administration Buildinn, and must be accompanied by a certified cashier's check or checks, or bid bond in the Amount of the ten percent (1GI.) 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 July 13, 1976 at 11:00 a.m. and will be opened in public at the time 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 g:ork, 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 t_o_do so by the Board of Supervisors of Contra Costa County. -Microfilmed with board of&c ou06 -3- DIVISION NOTICE TO � A. CONTRACTOR (continued) The successful bidder will be required to furnish a labor and Material Bond in an amojnt equal to fifty percent (507.) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (1004) 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 work id the locality in which this work is to be performed 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. R. OLSSU County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California By .fl .fig Deputy DATED: JUN 2 2 1976 PUBLICATION DATES: OO'SS Rev. 5/76 • -4- • r.,w �111(�lil`1), D1VI�:I01� C. LIDS I-JILL JOE 1.ECEIV1,D UNTIL 13th_ _cizy of Ju1y, 1976 at 11:00 a.m, , in I:oon: 103, Aclmini.str=itzcn L'uilding, 1Jsrtinez, California, 91553. . (A) TO TILE 110NOWIL'LE BOARD OF SUIERVISO1tS OF C014TRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor, material, -tr.ansporta tion, and services tor _ Re-roofing Fire Station No 11 5850 Clavton Road, Clayton, l-fornza PUBLICATION DATES: 00265 Rev. 5/76 -4- ..w �lSl(�lil'r�, VIVl :IOi� C. J",tU1'(�S:1T. ('.i.(1 J �rrt) LIDS iJILL J.,E RECEIVED UNTIL 13th day of July, 1976 at 11:00 a.m. , in I:oom 103, Administration Building, Martinez, California, 94553. (A) TO TUE HONORABLE BOARD OF SUPERVISORS OF COIJTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, -transportation, and services for _ Re-roofing Fire Station No. 11, 5850 Clayton Road, Clayton, California in strict conformity with the flans, Specificaticns, and other 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 sums; namely: BASE BID: . Shall include all of the work for the construction:- and corn pletion of all facilities therein, but not including any of the work - in the following Alternates: For the sum of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work 'Within thirty (30) calendar days from and after the date of cormencement. , Microfilmed.with board ordet -10- - --0026.7 4� t. It; i..; under:tori), -wi.tll for unavoidable dela}'s, that if Lhe Contra r.Lbr :;hot:..d faj 1 Lo cczaplcte the- Work ot.-t:)W cc>;1t:r:1ct wiLhin the :;Uij)U!.Lcd L iMC, then, he shall be 1i:th1c to Lhc• 00.1-Wr in the a;::o;int eftwenty-five & no/100ths per ca1L'ndar day for v:ch day said t-.- ri: unco:::)ACLed lseyon(t L-)ce tit:e for co pleti.olt, as and for Uq- uidated 'dar.-ages and not as a penalty, it being agreed .end ex- pressly stilAulat:ed that it would be impractical and difficult to fig; .t:hc actual amount of damage. (D) The undersigned has examined the locati.cii of the proposed work ,nd is familiar with the Plans, Speci.ficaLions and of ter contract: docu;:crts .and Lire local conditions at the j)lace where the work is to be done. (r) The undersigned has chocked carefully all of the above fiZ;ares and understands that the Board of Supervisors will not bn re- sponsible for any errors or omissions on the part of the under- signed iii making up this bid. —11! • 100068 ___ T _ r � DIVISION C. PROPOSAL (Rid Fora) enntirued . (F) The undersigned hereby certifies that this bid is genuine and nat sham or collusive, or made in the interest or in beh.;lf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any =anner; sought by collusion-to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. n Cash O Bidders Bond c Cashiers Check []Certified Check (I) The following addenda are hereby.acknowledged as being in- eluded in the bid: Addendum# dated Addendum # dated Addendum # dated Fsm By Title Address Phone Lidensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19 Bev.5/76 _12- oa4s� DIVISION C. PMPOS 1. AID FORM cmtinued LIST OF St'$C.,):•`TiArTVT:S: (As required by Division B. Section 4. Paragraph (c)) (Substitution of listed su!contractors: See Division E., Section 6. ParaE:aph E_). Portion of Work Name Place of Bidders -13 002'70 SPEC IFICAfIC?.S FOR. RE-ROOFING FIRE STATION N0, 11 At 5850 Clayton Road Clayton. California Prepared by Building Projects Division Public Works Department Contra Costa County S L E J. R. OLS SON CLERK BOARD a- SUPERVISORS •�tRA C ACO. S-- 11 _.._...... _ J)e Prepared for Public Works Department Contra' Costa County Sixth Floor Administration Building Martinez, California Microfilmed with board ordtt • 00;x'71 •e.. �:'r'vfrn' !f, i,r';,p--.."CTeTn.�— 4.y_.p.. '.r..h.. .. .. s ...•.. • '. (.." TABLE OF CONTENTS- DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 State and County Labor and Materials - Requirement Section 5 Bidding Documents Section 6 Submission of Proposals Corti r 7 rni rhA• - •• 7 n I Microfilmed with board ordst 002'71 TABLE OF COA'TENTS- DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 State and County Labor and Materials - Requirement Section 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 Exectuion of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 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 of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives • 2'72 -1- 00 �I f 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 00/1'.'73 -2- DIVISION A. t\OTICIi TO C01- TACTOR (Advertisement) Notice is hereby given by order of the Board of Super- • r •,nr�• Thar .--of said Board will receive • -- n^nnr- OUr 73 -2- ------- DIVISION A. NOTICE TO C0N1T4%C1.OR (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 Re-roofing Fire Station No. 11 5850 Clayton Road, Clayton, Ca i ornia The estimated construction contract cost (Base Bid) is $4,000,00 Each bid is to be in accordance -with the Drawings and Specifications on file at the Office of •the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The drawings and specifications may be examined at the office of the Clerk ,of the Board of Supervisors or at the Public Works Department, 5th Floor, County Administration Building. Plans- and specifications may be obtained at the Public Works Department, 5th Floor, County Administration Building, upon payment of a printing and service charge in the amount of $1.0e (sales tax in- cluded) which airount shall not be refundable. Checks shall be made payable to thci "County of Contra Cosca ' , and shall be mailed to the Public Works Department, 5th Floor, administration Building, tiartinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Public Worhs Departraent, 5th Floor, County administration Building, and must be accompanied by a certified cashiers check or checks, or bid bond in the amount of the ten percent (107.) 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 July 13, 1976 at 11:00 a.m. and will be opened in public at the time 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 work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. • 00274 -3- I DIVISION A. NOTICE TO CONTRACTOR (coiitinued) The successful bidder will be required to furnish a labor and Material Bond in an amojnt equal to fifty percent (507.) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (IOWI.) 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 work in the locality in which this work is to be performed 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. R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California By Deputy DATED: PUBLICATION DATES: Rev. 5/76 0(�2 75 -4- ,.a.'t•• s: .+ ,. ,..,d ..,. ,. :r,.. y .,. - ,. . ., �. ^'.;... .. i'�I.: .. .. .< .,. { �.... ... DIVISION B. IfMTf: MON TG BIDDERS- The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must coc,ly prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. C0:,?ETE*.CF OF BI77rRS: (a) License: No bidder may bid an work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are biddirg and shall, upon request of the County, submit to the County a written list of cospleted projects, with the name of the owner or contract officer indicated. SECTION 2. SECURI:w DOCV'�..'SS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as tilled out in the "notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- Ing and handling costs. SECTION 3. r?A?fl-,ATIOa Ce PUNS, SPECIFICATIONS, AND SITE OF THF WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the cork. and the plans 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 performed, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that inforration is Showa in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the ppurpose of design, and the County assumes no responsibility whatever 1a respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. S- Rev. 5:76 it INSTRUCTION TO BIDD_fiS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for develepments say not occur. :laking such infer-ma- tion available to bidders is not to be =cnstrued in any way as a waiver of the provisions.o= this article concerning the Con- tractor's respon>ibili:y for subsuriace conditions, and bidders must satisfy themselves throuzh their can investigations as to the actual conditions :o be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in'subdivision (a) above, and without limitation thereon, :.e Contractor shall be responsible at his own cost for any and a:1 work, expense or special precautions caused or required Ly the existence of proximity of utilities encountered in putfor.aing the work, in- cluding without limitation thereun, repair of any or all damage and all hand or a=ploratory excavation required. The bidder is cuationed that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working er excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the follcw4rg: 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 er required. In connection with the foregoing, the bidder's attention is invited to Section 13 of Division : of these specifications. (c) DISCREPANCIES OF 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 clari- fication which will be given in the term of addenda to all bid- ders if time permits. Otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section IS of Divist-_. S 3f these specifications. S'tcrlor 4. RIDDI%G DOCL"t\TS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section C of this Specification), with all items completely filled out; nurbers shall oe stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted fora should be without interlineatiers, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5:75 -6- 0 /2177 SECTION 4, BIDDING DCCL•:Zti?S (continued) (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered. unless callea for. ::o oral, to:egrzphic or telephonic proposals or radificaticns will be considered. (e) List of Pro�oseedd Subccn:ractcrs: Each proposal shall have listed tnercin the namemac actress of each subcon- tractor to whoa the bidder proposes co su5co:tract portions of the work in an amount in excess of f of I percent of his total bid, in accordance with Chapter 2, Division 5. Title 1, of the Government Code. See Section 1 of Division E of these specifications for further reference to subcontractors. (d) Bidder's Securitv: All bids shall have enclosed cash, a cashier's cnec , certified c check er s bidder's bond, as describe belca, executed as surety oy a carp oration aut prized to issue surety bonds iv the State of California, made payable to "Contra Costa County% in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSI0% OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open s=h bid. Proposals which are not properly marked rsy be disregarded. SECTION 6. XITHDR=AL CF PROPOSALS: Any bid may be withdrawn at any cine prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Boatd of Supervisors of Contra Costa County. An oral, teleRraoME or releaionic reovest to withdraw a bid �,ro?osal is�t ae�ce cable. The wit:�4raval of a bi�snai;not prejudice one right or` 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- Rev. 5/76 -7- 00278 SFCTTON 7. PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION B. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alter- ation of form, additions not called for, conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called fcr on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any cemb£nation 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 agree- ment fixing the prices to be bid so as to control or affect the awarding of this ccntract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest-responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REOtTIREMFNTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Conditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (e) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 0f f° SECTION 12. MECLTIC% OF COWRACT: The contract (example in Section D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) c'.-.ys of receipt, not including Satur- days. Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until sane has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work per£o-med by him will be at his own risk and as a volunteer unless said contract is so approved. SECTIO\ 13. FAILURE TO SCUTE COMMACT- Failure to execute a contract and file accept- able bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment o: the award and the forfeit- ure of the bidder's security. If the scccessful bidder refuses or fails to execute the contract, the Cou-my :ay award the contract to the second lowest responsible bidder. If the second lowest respon- sible bidder refsses or :ails to execute the contract, the County may award the contract to the third lowest responsible bidder. Cn the `ailure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be readvertised or may be constructed by day labor as provided by State law. Rev. 5176 -9 - q 00280 M MM Bidder DIVISION C. PROPOSAL (F i.d Form) BIDS 14ILL BE RECEIVED UN''TIL 13th day of July, 1976 at 11:00 a.m. , in Room 103, Administration Building, martinez, California, 94553. (A) TO THE 1IONO::ABLE BOARD OF SUPERVISORS OF CONTM COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees "to furnish any and all required labor, rit.teria]., -transportation, and services for Re-roofing Fire Station No. 11, 5850 Clayton Road, Clayton, _ California in strict con ormity with the Plans, Specifications, anti oti:er con- tract docm eats on file at the Office of the Clerk of the= Board of Supervisors, First Floor, Administrntion Building, Martinez, Cali- fornin 94553, for the following sums; 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 ($ ) (B) It is understood that this bid is based upon completion of the work '%*4ithin thirty (30) calendar days frac and after the date of co=iencem.�-P.L. , -10- 0'0 f DIVISION A. NOTICE; TO CONITP.ACTUi (Adverti.sciment) 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 Re-roofing Fire Station No. 11 5850 Clayton Road, Clayton, Cali;:ornia The estimated construction contract cost (Base Bid) is $4,000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of -the Clerk of the Board of Supervisors, Room 103, County Administration Building, i•iartinez, California. The drawings and specifications troy be examined at the office of the Clerk 'of the Board of Supervisors or at the Public Works Dep<''•.rtm2nt, 5th Floor, County Adrainistr."ItiOn :)Llildi_ng. Plans and specifications may be obtained at the Public Uorks DeparLr:. nL, 5th Floor, County Administration Buildin-, upon payment of a printing; and service charge in the amount of $1.0�' (sales tax in- cluded) w1hich airount shall not be rc'_UT16,7t).Le. Checks .-;hall be maete payable to the "Courts of Contra Los La , ana _hall be mailed to the Ptuli_c Department, 5th i l:oor, a• dminIstr:tion Buildz:ll,", l:artinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is ( 15) 372-2146. - Each bid shall be made on a bid form to be obtained at the Public forks Depart^ent, 5th Floor, County Administration Building, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (104) of the base bid amount, made payable to the order of "The Cou:Ity of Contra Costa" and shall be scaled 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 July 13, 1976 at 11:00 a.m. and will be opened in public -t the tima due in the Board of Super- visors' Chalrhers, 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 York, and x:ill 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. 010282 -3- It is understovd, with dve cello mnce:: v-de for unav* oi.dable delays, that if t_hc (:Olid•:'-C'tC)r should fail to complete tlee worh of:-L-he contract within the stipul-a ted Lime, then, he shall be liable to the Ovrner in the az:aunt oftwent -five & no/100ths -- S2 0 pc': calendar day for each day s:id wurk rec;>;ins uncuu:pl.etcd bel•onci the time for co::pletion, as and for liq- uidated damages and not as a penalty, it being agreed and e:;- pressly stipiilaLed that it would be ishpractical and difxicult to fix -the actual ariount of damage. (D) The undersigned has exanined the locaticn of the proposed xlork and is f---niliar with the Plans, Speci-ficat ions ._nd other contract docu:-crts and the local conditions at the place _ where the work is to be done. (r) The undersigned h s checked carefully all of the rbove f:;;ures and th iderst;_nds that the Board of Su, oxvisor s will not bn re- sponsible for any errors or o-missions on the part of the Under- signed iii mal:i_ng up this bid. -11= r-T r DIVISION C- PFO!'QZAL (Rid Fere) continued (Fj ?he tweersigned hereby certifies that this bid is senuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigr..ed has not directly induced or solicited any other bidder to put in a -h-- bid . I - • 00'<"83 rIIr QIVISIOy C. PrON15AL (Rid Fera) cencinurd (F) The uneersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firs, or corporation to refrain from bidding, and that Cite undersigned has not in any r..anner, sought by ccllusion•to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. a Cash t3 Bidders Bond a Cashiers Check GtCertified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum 0 dated Addendum$ dated Addendum 0 dated Firm By ' Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License Na. Dated this day of 19 8ev..5/76 -12- .. DIVISION C. PRO?CSA1. BID FORM emcinued ' LIST OF SFF.CC1`:T%Z:.CT0RS: (As required by Division B. Section. 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work game Place of Bidders 0028.5 DIVISIONI). ARTICLES OF ACAEEtmyr (contract) CONTUACr ICoescrrctlao aarecn..t) (Centra Caata Coo.tr S nada td Forte) •-'r�ae•rc •..ae rarlab� - - 00285 DIVISIONI. ARTIC:3 OF ACOIMMrr (CCBST*CC) COYTkACT . (Coastractien Asreenent) (Contra Cast& Couaty Standard form) J. r1FJASZFS. :bete variable• are lacor ►elov by reference. [Pub:IC Adeacyl [[eat�ctorj (52) lffeetive Gall: ISee ji for starting date.1 (q) rkr cork: (la) CoeFlatioa ri*r: - Istr:ke oat (a) at Ch) 'calendar' or 'vorkins'J (a) 1y Id&te1 . (H Yithfm •calendar/vorkiat Gays fto* starting data. (gs) liquidated Dansges. S per calendar Gay. (16) Pathe Ageaeg's AS,.:. (5)) Contract Price. S (for-unit rrfce contracts: *ore or lss s, 1a accorGaec♦ •::h flnisaed puant:ttes At most bid prices.) [Sirs ie eat pare*tastical notarial If faapplfcable.J i. SJCSArrPFS t:C3:C�LFZ�N3f r. Frhlic Aper . 1y: (President or Chairman) (Secretary) Ce*traeter, hereby also aeknowletafng awareness of and cospliasce with Labor Code 51661 concerning Corkaen's C—pessation Lay. by. Desfsuu e:lic:a2 opacity In the &wsl neat [ore to Coctraeror: (J) l_ee.:e ar:coa:e!g�" form telou; and f:) if a aorfcrn- tipa, at:erk a certifiedCC:'• or ae ::J3�I. ._of :re rero:caor. of :he Stu.:of Directarr eu:k:riring eceru:ie< of :%i: e2grrao! and o; t%e tied* re4bired Arrehu. ----------------------------------------------------------------------------- State of California ) as ACJfOOW:F?C"FS7 (by Corporation, Ce*nty of ) Partnership. or Iadivldwal) The persoa(s) signing above for Contractor. isova to ve la fndfvldo&1 a.-- capacity ndcapacity as stated, petsoaally appeacet before at today and ackeaviedged•:IIat he/the; eaewicd It and that the corporation at partmersbip named above executed It. Dstad• (SEAL) metary fab:fc ' ---------------------------------------------------------------•--------- ------------FO1N Arf1OrED: J. 1. CLAUSES. Cwuaty Ceueee 1, f- `—oeruty (Page 1 Of 4) Rev. 12;72 -14- 00 86 i s 7. tclr COST►ACI, C4[':�ES. (a) Lf [Det[ ffgnaturrs In Srctlon 2, l[[ec[:et on the JDot. date, i!<se pas u.-a ;rx:zr art az rr< as sit [er eh Ln tris cen[tac[, lIc..poratlnt bT [Erse refer rac. Ss Sec. 1. (t) Conrracccc stall, at Ltc A cost tae e*pt ate, set is a tri r.aw3tir - r:.i, "!Ir and falth!vllc p-rzfc:- ar.Q conpl:o: Le this vori; asn wall leer c:s-t.11 rater uta, 2•`e r, —.1— and [uea,-[[torics nets sear+, eoaveafert anG Freper In order faSr2e to F.V'-.r a re4—a.rata a este <zt:ca::, a:l atriet2y tc atearG+ace va:n ix Pat i!< Asap;.'r p:ac;.. Gs-.ln;s aad•s;e ui:usinns. (r) This ...k <an Lt ct am rwly wlLD fat LS[ Aaeaf:'t pffof t•n vi:r[ <prc[1rinR sash ehaajr and it. rest aFs«ceto by ire z•rcirr; suC ares P a Lt:.A bra cI [cal: -erre hose .o Pay sore than sprclitce ac Sec. 7 vi[hau[ *c..: ae cele[. A. TIRE: SOT1[E IC PieC! . Contractor •]aSS sort t`.ta vo rk as d3[a-:rG 1¢ the spref- lleatioaa of the :.aesce .a Precead; and •hall Lec;tete 1: •s aye:ffirG l: Sec. 1. S. I. QVI"IED DAtlA.!S. If the Cont[actcr !ails to eeoplete this eortrac: and th:s work .l thin the it.. iia•, tLerefor. offs[sore beta[ cane (or cerilw[erc:e. a[ proriGed hrr•:a, \e be[[[es !fable to t1, klit Ag.w<rSts Iors api danau !wa tie ure of the care, it to •nQ • till t t! ucitraC:e aci ra[[[re . dldiff".., to ascertain anaaid fix the PtL11e AQepry'a :aj. ltcz +ny dela• t. ;erii:-ance Der•el, 1t !s ♦jraed t\at Cobtracior w:il Pay Aalli u:.•ted Hasa;rw to tha yaLl:c Ajrecy the reasobablc ova apec311ed Sa Sec. i, the rrs¢I: ci tae ;seers*' rratce•a:r en dearer to es[1c•Le fafr arerajr cotp<ba•cf On [berets r, fit each ealepea[ 2a.'s C•:ay !s fiwfshlag said veal; and !f tae use D• sot pu d. Pwl lSc Ageeey na/, is aQtttlrn :a ![s A.... r...dies, dcdvet the Saar iron asy cease dor ¢r :o r—... aur Camtrac:u: .pdri this con- tra[[. If the Public Ag•ecy tot Aar caysr • harisev or ...[rtbvices ca + dr:Ay, waprw- aloa o! "t\ or a>u nsion o[ tier, Its Guratlan •Hall Gr JaGsd co the ec_• allo:rd !os eompletios, bmr !t shall arc be Gerald s wale•[ nor b. used to drf.+t a • rl;at o[ the Agesey to laaages for e-n-[[pyla tlas or dela! Ee reorder. Pwrsuapt to 3oreracer.c Codr Src. ;213. the Contractor shall not be assessed if;uldatad !.sago. for 111 rr fc c¢-piacicn of the work, vhes arch [slay was caused by [he la:2ure of the Pub2!< A;sato cr the owner st a[131ty to peer!de for sazoral at relou cl os o! ealaciag wt illcy !acl::tfes. 6. ISTECFATED DOCrnESTS. The plans, drawieis and speclllca[loes, o! an. Public AS...y*s call far tlda, and Ezatractrt's — pt.d b!L far this yeti are Aerear tcca[poracel late Lhls CCnit•cL: aad they aft latendai :o .*-.,*tate. .o Lhat aeythiej ratiblted In the plass et dravi.gf and not senttoned :n the a;eciflcaclons, or rice [cera, !s :o be .,secured as 11 exhlbltrd, a.oiioead sad set farts in beth, to [!e leas it:e ac ani ....1n. t\eztaf when ukre a31 :ogetarr; as1 d!lSe[cares of opinlea eosc•rpinj these shall be !!sally leis[mined by FuSl2c Agrnry'. A;ear rp<eifard ib Sec. 1. - I.' PAT:tTST. (a) for his strict and !Iteral ful!llloemt of these procirrs asd c* 11001* asd el fu3: eolprasatloa fee •:1 tL1s work, It* ►vblic Agene. •\all par cn• Cebtrac[ot the sea saeellled la Se:. 1, <ac<pi chs: % uis ptice coat acts [h♦ pea t:ebc shall be fol finished wit bid price.. (b) Oa or about the !feat dey of eat\ ealebdar soot\ rte Con[ra ttor spall sobrtit to r the Public Agency a verff:ed •;Tli uilon Sp: percent, swFFortrd by a s:•te�ec[ saowing a31 materials aetaa:ly lastaSled Guzing the ptecrding spars, :be labor upeoQed t\rreoa, sad iDe cost thereet; wharevios, slier-chaciic;, the fcblfc Ag.ccr s`aSl sous ca Contratter a cart[!![ate for the aro ani deterc:aed to be Gue, minus tlrs w! pu[*uaat to Cerernarst Coda Src. 51067. but sot uat(1 %!ective vats amd macerta:s Dart been reso—d. [.placed aad cad. geed. 6. PAl Mr%-S tlTHKE1D. (.) The Pwb!IC Ajescy or Sts a;cel sey vi[h]c2d aey payn.et, or • because o! later d N....zed a."..ce nal it a.l or any crrt![Se.cr fee ; near, to such e>teni asd parlod at Lice only as .sy he aece•sory so Protect. the Public Agency fro. loss ►ecawae o!: (1) lblectlre work net taeedied, .r uace=pleird vori, (2) Claims filed or rea•aeable ertlence :eGlc•clnj prefab![ t1Sie�, (7) failure to ;zopez2y pas +ut[osteo tots of for u[•[!+1 or lobar. (A) I.rasooeble do.bc that the week sea to completed Co. the b•Sance t1, . wpaid. or (5) D—S. to moth.. —tract... - - (b) T\! Pub2!c Agency shall use rr•seea"I. dlifgrwce to Q N corer and rrpotr to the Cont octet, as the vori progresses, tae m+uslals and labor vDl ct. au not aattstaccory to 1e, is as to •ro1G t ....... ...able o[ cost to the Cortrarter Ln aaaing good any - delectfre .ori at I"', (e) 73 calendar dace atter the tvblle Agawey Iiia* lis retire e! CoaPl•ttes of the entire (Pa.e 2 of t) —14a— REV. 12172 00287 b e nteni and Ferloa at tine only at say he .scr•sary [o Protect the Public A{.aCy frOa loss ►ecauae of: (1) !blective work net resettled. or aacatpi.ird ,ori, (2) Clals:s filed or re••aeable ert,ence :aGicatlal prolabl< fillet, (]) fall wse Io ;zopez2F lay .aL co¢trattaa or for u[er Ll or labor. (A) Ieaeowable do.bl that the nark c.a be eoaplrt,d for the Da Lnce ,ken —1, 4- or (1) Damage to aa�thar coatracco.. (b) Tke Pob11c Agency •hall use rs•seaalIs dlifgrwce to tee*, and MO.,.", O.. to:,!he Contssee.., an cbc vosl ;rgtranes, tae a+saslals ana lobos ,RICA au hoc satt:,accory to 1e, is as to •void w ..nary .....le o[ cont to the Cortractor In a+aing good •ay delectf•e .ori er P+rt.. (e) 33 talendar A... it., the tubllC Agave) files Its Metter Of C*Mrlvtts¢ Of the •stirs f!'aae 2 of t) —14a— REV. 12172 00287 ...a ,�. re a, !t sha11 I...e + cr virile air to the Contract., and Pay the ►alae.. of the contract ►r3e. a!t<r Q<twc[1el all a ovate cienael; w1 G.r ":- Ir" .t• contract, prerf,rd nae Contractor shout tact all ci•inn !er labor •n! eater2als ,rove rra paid, Oo elalaa Aare been Prsses ted to the )•.:lit Alracy board as u u ;r "1ss!on• et [hs Conitac[oi, sad ro Ii.ns e[ rl[LhOId sails.• bare tee. !i:eC ag•last Lt. a o[ .l[r, aOd p[O v:trQ LbeZe ate aOf rua"able indications c! ;rlett3rt er ai•a2ag v k or of Ise s-records; aotican o! fleas eI e1<1Ca a6 a i a at Centra.Lor. S. IVS1•s ASCE. (Labor Code 111360-61) On s2{r.lr.g this contract. Contractor sue give t ub lie Ale»:) (2) • cestilicue o! .Moore[ tc • :esare i►aued by the Otrra et e! lmdustrl+: Felatloas, er l:) • Cr rx:t:c•Lr ef =:s.tra•n Ceapensu few iasuraacr fa scsG by am •daiL[eG 3aaerrr, az (3) a . ! ea;Y os Ge;::carr tae r.of ee,titin; tv eras 9l tris:r or the Sesuter. Contractor 1• acne of and ce;::ra ,S:h :oboe Code Sot. 3770 a--- chs L'o,lens's Cecp....Non :ay. 10. TOSJS. Oa algaing ski• conrr•xt C. tra::nr stall deliver to public Aleexr for ypro ral load and avllic2rat Land. ,iia aarrL:ea, to +anus(s) specified In ttr S;.Cifiz casinos, guarantr.3ag bra faits Sul ;cefcreaece ct ttis ccacrace and his psynaaL tar all labor and mater i•ls berg.der. ll. ralLCTE TO PlfrC.4. If the Coacraeter •: •t• tine refuses or neglects, vtthout fault e! tae Por tic Agency Cr :xs agent(*). to s -; . s_lfteleet n+terlals or rorimsa too eoeplCte tai• agrrca.n; sad aaN as prey:G.G :re:e, far a period of 10 days or ears alter ,,litre notice t1ezea! ar xhs Teblle Agency, tie ?:lIIC Agency may furnish Saar and deduct %be ....enable at news cesreof !sr Lht eanc a c: pttee. 12. LATS APPLY. General. lozh parties recaga:te the Applteabllf Dy of various frG<ral, stege ani lo:al las a»: reg alai:ens, espeeia::F Gra:ter 1 of Part 7 0! Las Ca:f!ernia Lase[ fele (leginnieg ,iib See. 3%:4 ana lac:.::n: Secs. :733 k 1777.6 forS1G!!»d c!s- e Hafeu lea) anG 1»[eCG tan: tLts ;it....et c:n;::rs tL<revith. Thr par:l.s atlpulat< tb.t the reSrvut :<n+l:res ana f:rtr2:e:es previGsd 1¢ tDt Labor Cog.. especia::y it Sr a. _'2, wccerelag pee va:_'icg w+ges ana noun, saa:1 apply to this agreaeemt as tbewgb fully stl;u2aLeQ arrsin. 13. S:PCO}T:ACTOIS. Cavern»ens Cede 11:2]: .217 are locotperatsd hotels. . 1A. CAGE RATES. (a) Pursaa»t ta'iabor Cads Se C. _'773, the govrrnt¢g bndY o! vac Public Agency ear of ce rta:acG x:e grams! Prt•al Sftl ratan of wages Per Qlsa, •¢; foe ho21CSY and overttn. vori, io tion _'cc+:3ty in watch Sala wori 1s to bs pesforaeG, Sar aach craft, ala ulllcatfoa, of ty;e of co arae aeedeQ :o air thf. co¢[racCs.aad salt airs are •s apeclf red is tLe ca:1 !az lSGs fo[ thfs ,ori :T1 rs om file with tA. Pub 21c A{sac>, aa1 ate het sty Into rporat.G bers:a. (b) Thia aehetuI. of .vies is baseG oa ♦ cera eg Gar e[ • hoer• uo2e as otAsrvlar sp.C1l le d; sad the l.12y rate 1• ta< ao+r_'y rate t+:t:plleG by he number of sours ear.- etitutlag ibe ,otilag ;a.. .nes less than ch.. e_.b<r of .......er works,, tae t•tly vast rate is Fzoportlo.•L.1) reduced, but the hourly rue aures aS stated. (e) Tae Cent,actor, Ali •31 his nu'contractors. Aust pay at least these rates to all P.t.ona en this cora, lmclvliel a12 travel, s.bsa zsaee, ant lrleg. benefit p.ye.r.[s Provided for by applicable ctl_'active Dargaia:-1 oitet-e.ts. All skills, hoar naL listed a►ore oast be pa!Q at lea: Lae cage scale es:.:::sard D• collr,tivr Da[{stn:»l altaer..aL ter auU labor !a ser lac•llty wDers such ao:. :ring prrtora.d. 1! i[ aseares awry for the Contractor ar an. •_xxtarractot :: :ploy aa. Person la a .rat[, C:asuft- utlee or t7 Fr of tor: tt.:e;L ",,"Cie.. sc:.rvaaoly. •d.tal.te.tts.. cisr:ea: or other Oen-usual ro[iera •s avchl for yr I" ne ala sus v ys sate to spec tI"', tLC Contractor shall Iacetlax<ly ..Illy the Public A.M. ..acv sba:1 7rerptly dst.. iot tae pr.vailtnl Wgt tate tb.retar • futaLsa IS. Contractor •1i. :he .,..I un tate ba+.d Laertan, In .9, shall app!• lroa tnentiv of the itfttal ecp_':r-rat of the per on sff:ct.d sad dnrtng [hs coatlauaar• e! sutA <cp3eyaewL. IS. 53r&S OrLAlPA. t haus a! Llor to ee...•hada, Qay ,00stfLutes -b!"'! days co[\, and ao wat:can <np:oreQ ae say tial oe tni♦ woe: by the C..tr..Cor er b. oar •cb- eoatrat[er sea:1 !e r.�_iseG of Gr m3tteG to .cs: l:mgsr tbrrsos C.Cept as Frovtdad in lahot code S.... 16. APP;!?TICES. Preies2) taG<at:rrd app renis:r• r+y ►e reploons on this work in aceasGaao vita Soot Cose Srca. 1777.3, one 1:I:.t ew wow-atscriminu ton. (Pols ) of A) Rev. 12 72 —14b— s , i 03 11. MFZ2E%Ct FOL MATtLI1LS. She Pobllc Aganty dealt*$ to rremoce the'Industries and ecwmay at Contra Ccsta Couaty. and the Contractor tbet*tore prontbes to use tae products. veil sea, laborers and necbaaics of this County to every case where the prlfe; fit".$$ and quality are equal. .. ,.. - it. ASSILMtS7. Ibis agreement blade the votes, sutcessoce, assigns. and repr eyensatf+es of t.be�teast utor; tat be cahoot arils. is in whote or in ;at-. or say moatef due or to _ _- • beceae due under it. wittout the prior written :eluent of :he 1tllic Alenty aad C%. Contractor's sorely or sureties, .ht*$s the* bane .lived act;c*-ef assitnment. is. 7Lo L•AtaY a.Y PCSLIC ASLSCT. tas;eettem of the work and/or ❑atertafs; or approval at work and/or aatetials tntpact.d. or stat.^eat be say offices, afert or employee o: ire Public Attacy ladicating the workk or aay pact thereof coc;:les with tad requirements a,' this teatract, or acceptance of tie vtole or say part of saL1 ':ora antler eater:&:$, or payrents therefor, or any cotLinsticm of hese act$, •salt not r,l:e+e the Coatracttr m1 his obllpattoe to fulfill this contract as pfescribedt tar shall the.roblic'Agttcy be - thereby estopped from krisatas any aeries for dazzles or atforte-went &!Islas free cls.; failure to comply with any of the Lac=e and eoedtttens hetsof. 20. COLO HAUYLISS a 1YDC.KlM. (a) Contractor proal..+ to and shall bold harmless aad fnEesr.ify tray ins llibtiltfas at defined in this a*ctioa. (b) The tadrnmite*s beuflt.d and protected bj this 9*o*!ss are the Public A:eac< s16- . it$ alettivt oat appeimtive boards, etmalsSIOAS. Officers, .tents and *npleye*s. (e) The li+bilitles protected agatast-ara mer 11$bitl:. or claim tot damage of ace kind alio sell+ sci{.r.d, Incurred at etreatened because of actions &*flood below, lacy.d:me personal ta)urv. death, property da=4z.. lavers. condemnation, of any conbinatton of --as*. tesardless of .harbor er net such liatillty. claim ar da-ate was unforeseeable at icy tine before the County a;ptcved the imptov*n*nt plan of accepted the iaprovenouts as complatad, and lstlndimg the defense of any :mitts) at actionts) at las or epuliy conceralal these." (d) The actions .aw.teg LLltlity ate aay act 0. oatasseo (macllteat at mon- =elligent) In e—rection with the natters covered by this caattazt moa attributable to tee eoatfactor, sutcehtfactor(s), at aay oiffeer(s), ag*at(s) or empley*e(s) of oae-of •orf of thea. • (e) Son-Condition.: The promise and agreen*at In tali Section 1$ not t0041tt—td 0t depeadent ea ib*ta*: at not any tademnitee has prepared. sc;plie_. or apvrcved ant of specificatica(s) In connection with this work, bas insurance at otter fodeaaititaa ea covering any of these $otters, at that the alleged damage resulted.partly true any o.sll- sent of willful niscooduct of any Iateeaitee. (page, a of C) -14c- Rev.Rev. 12/72 00289 t -�... TS.CTIOY E I]CLlti::10_3, LFrIK'.t__ _ L.—IM!.wUl..._4E_=, Part I: The provisions of:his Part 1 apply to bidders, contractors and subccatractes :-i:h re-pect to these cots:- :ion trades for which they are parties to collective barraiciagg agreements with a labor organization or organizations ani who together with szch labor organization have agreed to the Tripartite lb^eenezt for:cntrr Costa C:s=7, Za:ifornia (bat only as to those trades as to whith there are cc=iutnts by labor araniations to s-ecific Coals of minority na.?owe r utiIizatian) tc.etaer with all irplenerting agreements that have been and n.a.hereafter be deve.cpe: purzuant thereto, all of which documents are inccrp:rated heaein by refezerze ani are hereinafter-umulatively referred to as the Contra Costa Plan. Anew bidder, contractor or subcontractor usiag ace or r.-re..trades of construction v-plcees :mmt comply vitb either Part 1 or Part 11 of these Bid Conditions as to each such trade. zzs, a bidder, contractor or maycontractor may be in eemprliance�:•..t' these conditions h*its in-lusioa, :r_th its union, in the Contra Costa Plac a specific ccmut.vrt tf that union to a goal of Minority rarno+er utiliW.!cn for sc-h trade "37, therety nectina, the.provisicns of this Part I, aci by its ce.;ni:reut to Part 1: in regard to trade•H" in the instance in which it is not in-luded in the Cent.-a Ccsza Plan and, therefore, canrct meet the provisions of this Part I. To be eligible for award cf a eon.-acr under Part I of this Invitation for Bids, a bidder or subecut-atter=st ece:ate and submit as pa- of its bid the certification reeCred by Part M hereof. Part 11: Coverage. The p-oris=ons of this Part II shall be applicable to tlrse bidders, contractors and subcontractors, who, in regard to these constrcctica trades to be employed by Lyes on the project to which these bid cenditfons pertain. • t. Are not or hereafter cease to be signatories to the Coats Costa Plan referred to in Part I hereof; 2. ire signatories to the CcntmCasta Plan but are not parties to • collective baroaimiaT agreements: 3. Are signatories to the Contra Costa Plan but are parties to collective bargainice agreements with labor organization who are not or here- after cease to be ziLuatcr=es to the Cca:ra Costa Plan. h. ire sii,natories to the Contra Costa Plan but as to which not specific camaitnent to goats of winerit;ea=ver utilization by labor orZani- zatiaaa have been executed parsuant to She Contra Costa Plan; or Rev. 5/76 -u- '00g nn S. Are no longer partieipatlog in an afii—.-ative action play accep- table to the Director.OI•CC, including the Centra Costa Plan. -B. Reeeireoent — - .ff!rat-ve Actix Plaz. The bidders, ccntra=zors •t and subcontractors ascribed in para;zaphz I through 5 above will not eligible for award of a contract cadet this Invitation for Eids, %=less -it certifies as prescribed in paragrath 2b of the eertificat£en specified in Part III hereof that it adapt the tcicir..ca goals and tLxtables of minority aanpover utilizatioz.- aad speoLic affirmative action steps set fourth in Section 3.1 and 2 of this Part It directed at increasing 'minority=anpouer utilization by scans of applying good faith oftorts to carrying out such stets or is deed to have adopted such a pregra3 por- suaat to Section 3.3 of this Part U. Both the goals and ri=e=bles, rid the affirmative action steps zest nee: the require=enes of :his Par Il as set forth below for all trades which azo :o be utilized on the p:oleet, whether subcontracted or not. - 1. Goals and Timerabies. The goals of=inority manpower utiliza--ion for the bidder and subcontractors arc a=plicable to each trade no: ether- . vise bound by the provisions of Par I herr-f for the following :ire periods, for each trade which will be used an the project within Contra Costa Ca-=:y, - California. The ranges for all trades to be utilized on the project shall be as follows: From 1C/1/Th 174 -19.5% In the event tbst under a eeniract viich is subject to these Bid Con- ditions orditions any work is ti-forced fa a year tater than the Latest year for whi^-.t' acceptable ran.-es of nincrity vapor-utilization have been deterw'tei herein, the rances fcr the peeria£-1^/1/714 th.-u,-'s, 9/3-0/75 shall be applicable to ssca work. The percenta--es of rSxrity ranpc er utiliration above are exoressei in teras of asaboura ofaitr.ti,and eoloynent as a proportion of the ictal:anhcurs to be word by the bidder's. rontra:or's ind subcontractor's entire crk're in that trade on all p.-c:ects in Cc=:..-s:csta County, Caltfo^ia d':riu;the performance of its rent.-art or subccntrar_. The nazhou-= for:-ncri^._:i and training must be subztantiaL'y=ifor.. hr_ulhont the Iength of the ecs:t.-act, an all protects a:d fur earb of the t.-ries. Further, Lha tra=3fer or r:imrity employees or trainees fnrn erplerer-tr-evloter or fret protect-to-r=;ere for the sole purpose cf-eel-in: the ccnt.^a_.er's or subcontractor's 5ca23 --hal! be a violation cf t'resc rz''itions. ii£porit;i s neti=-I as:n,:luiizi:tee.- nasi Spanish Surnamel 1rer£ca„:, Orientals and!:arican Indians. Rev. 5/76 -16- 00291 and for each of tLe trades. Further. the transfer of minority eoployees - or trainees from glover-:o-eployer or from project-to-project for the . sole purpose of rxetinS the contractor's or subcontractor's goals shall be a violation of these conditions. In reaching the goals of minority=,--power utilization required of bidders, contractors and autcootracters psrsuant to :his Part II, every effort shall be rade to find and e:,:cr qualified jcurac�_en. However, %.-here ninarit:: jour:sey..ea are not available, minority ::sine.. in pre apprenticeship, a-,pren:fcesLip, iournc}-� training or other training programs ray be used. In order that the oonsorkfn;training hours of trainees say be counted in eeetirg the goal, such rrainees cost be e=ploreed by the con- - tractor during the trairino period, the contractor asst have rade a coo- cdozeat to employ the trainees at the cc=pletien of their :raining and the trainees t=st be trained persuzat to establishcd training pro_;rams- " which:asst be the cgairalent of tLe traieing progra:.s now or bcreinafter provided for in the Contra Co::a Plan with respect to the nature, es:ent and duration of training oficred. A contractor or subeon::actcr shall be deemed to be in cogliancr with the terms and tegc:irrcnts of this Part II by:he e=ployrent and training of aNuriries in the appropriate percentage of his aggregate .. work force in Contra Costa Cx»ty, California for each trade for which It is committed to a goal =--er this Part II. However, no contractor or subcontractor shall be found to be in mato=pliance 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 a`fi cativo action steps specified in this Par: 11 and has:Ade every good faith effort to make these steps work tosard the of its goals within its time- tables, all to the purpose of es-,.aadirg=inori-.y manpower utilization an all of its projects in Contra Costa Councy, California. In all cases, the ce_pliaace of a bidder, contractor or subcontractor: - will be dete:-iced in aecordanze with its respective cbliga:ioas under the. ., terms of these Sid Conditicns. Therefore. contractors or subcontractors ' %&o are governed by tae provisions of this Part II shall be subject to the requirements of that Part resardless cf•the obligations of its prime con- - tractor or lover tier subcontractors. All bickers and all contractors and subcentraeters perforriag or to perform work on projects subject to these Bid Conditions hereby agree to Inform their subcontractors of their respective obligations Lader the e---v and requiraarts of these Sid Conditions, including the provisions - ..: 'rag to goals of ninerity employment and training." Rev. 5/76 !! 92 2. Sveeifit Affi._.atiae Action Stens. Bidders, contractors and subcontractors subject to this Part 11, =st engage in affirmative ac- tion directed at trtreasirg minority=anpewer utilization, which is at . least as extensive and as specific as the foIjm%ing steps: a. The contractor shall notify cc==_.ity organizations that tl:e eoatraztor has e=plcy-ent opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and ad- dresses of each c:nority Barker refferred to him a•sd 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 seat to the union hiring hall for referral or if such worker was rot employed by the contractor, the contractor's file shall doc,=ent this and the reasecs therefor. c: The cont.-actor shall prc tly cct»'y the LD:Til CC!;—:A C^^ T PUe'."TC:TM?F:.? ^': sxn the unio 'cr uniccs with u tc-the ccntrar_cr has a collective barcaicirg atrea.ert has not referrei to the contractor a nirn.-Ity worker sent by the contractor-cr the cert..ctcr has other info^::ca that the union referral process bas irgeded h:=in his efforts to meet his ;cal.. d. The contractor shall participate ir.training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his .4 Can organization by including it in any policy manual; by publicizin: it • In company newspapers, annual reports. etc.; by conducting staff. c-m:oyee and union representatives' meetings.to explain and discuss the policy; by • posting of the policy; and by specific review of the policy with minority employees. • f. The contractor shall disseiaate his EFA policy externally by Informing and dt"scessing it with all reer*-ieeat sources; by advertis- Ing in news redia, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. S. The contractor shall-sake specific'ard constant personal (both written acd oral) recruitment efforts directed at all minority organizations. schools with minority students, minority recruitment organizations and minority training orgaairations within the contractor's recruitment area h. The contractor shall make specific efforts to encourage present minority cployees to recruit their friends and relatives. i. The contractor shall validate all ran specifications, selec- tion requirements, tests. etc. Rev. 5/76 00293 j."She contractor shall make every effort to promote after school. summer and vacation cniojaent to minority youth, V_ lite contractor shall develop on-the-job training opportun sties and participate and assist in any association or*=plover-group training programs relevant to the contractor's employee needs consistent with its obligations-under this Part 11. 1. She contractor shall coetinually inventors and evaluate all cinority persocael for ptozoiioa oppartuaities and encourage:inoriry ©- ployees to seek such opportunities. a. The contractor shall=Z a sure that seniority practices job classifications. etc., do not have a discriminatory effect.- n. The contractor shall make certain that all facilities and company activities arc non-sezzefz:ed. - - o. She contractor shall continually monitor all personnel ac- vities to ensure that his LED policy is being carried out. p. 'The contractor shall solicit bids for subcontracts f=ca available minority Suceatractnrs e~gaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and S-jbccnr:actors Deemed to be goad by Part Il. In the event a contractor or suzcoctrattor, arra is at the time of bidding eligible under Part I of these Bid Conditions, is no longer parcicipating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance. including the Contra Costa Plan, he shall be deemed to be cc-._itted to Part 11 of these Bid Conditions, Sur-.her,when- ever a contractor or subcontractor,oho at the time of bidding is eligible under Part 11 of these Bid Conditions, uses trades not contemplated at the time be sub--its his bid, he shall be committed to Part 11 for those trades. k'henever a contractor or srr'.ontzactor is deemed to be committed to Part 11 of those Bid Conditions,he shall be considered to be *omitted to a manpower utilizatfcu goal of the vi=i-a percentage range for that tr}de for the appropriate year. 4. Subsequent Simatory to the Centra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part II for any trade. at the Live of the submission of his bid who together with the labor or- ganisation vith vhor it has a collective bargaining agreement subsequently becomes a signatory to the Contra Costa Plan, either individually or through. an associtatien.rAy meet its requirements under these Bid Conditions for such trade. if such contractor or subcontractor executes and submits a new eertificatim conizting himself to Part I of these gid Conditions. No contractor or subcontractor shall be deemed to be subject to the requize scats of Part I until such certification is executed and submitted. Rev. 5176 -19- QO99A 5. Ven-discrimination. In no event may a contractor or subcontractor , utilize the goals, timetables or affirmative action steps.requiredby this Part 11 in such a=moor 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 Che following certifi- cation. which will be deemed a part of the resulting contract: BIDDERS' CERnricmos certifies that: (Bidder) ' 1. it intends to eopioy 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 w�icb 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 Ccntra Costa County t3thin the sem of coverage of that Plan, those trades being: and/or • (b) as to those trades for which it is required by these Bid - Conditions to comply with Part II of these Bid Conditions, it adopts the mint==tinoriry manpower utilizarion goals and the specific affix-native action steps contained in said Part II, on this and all future construction Lark in Contra Ces a County subject to these Bid Ccaditions, those trades being: and 3. it Lill obtain from each of its subcontractors and submit to the contracting or administering agency prior to the sward of any subcontract • under this contract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder) ]. S_xentractors' Certifications. Prior to the award of any subcontract ander this Invitation for Bids, regardless of tier. the prospective.sub contractor xst execute and submit to the Prix Contractor the following certification. which will be deemed a part of the resulting subcontract: , Rev. 5/76 -20- 00095 S178 -,-riACrDZS` CCRTMCt.T74x .. . certifies that: (Subcoatractcr) I.- it intends to e=ploy the follovins listed construction trades in its wort:under the subcontract 2. (a) as to those trades set forth in the preceding Paragraph one hereof for Duch it is eli5ible under Part I of these Bid Conditions for participation is the Contra Costa Plan, it will c.—.ply with the Contra costa Plan an this and all future coasteoctien wt-ti in Contra Costa County subject to tbase Bid Cordit'-ons, these trades teir..: and/or (b) as to those trades for tiiuch it is re_ired by these Bid eoodit£o=s to c=plg with Part I1 of these Bid Coaditioa:,it adopts the a£aimum rinority aa=pmer urlizatioa grals and the specific affirmative action steps contained in said Part I1 on this and all future consrruction work In Cnatro Costa Gar ty subje=t to than Bid Conditions,taose trades being: and 3. it will obtain frr each of its subcontractors prior to the award of any subcontract under this subcontract the v=tcrtta=tor certification required by these Bid Conditions. (Signature of ac=horiaed rePrese»ativt of bidder) " In order to ensure that the said subecntraetors' certification be- comes a part of all snucantracts under the prime contract. no subcontract shall be executed until as authorized represCtative of the Contra Costa County' Public storks Ceeart=ent has dete used, :»tr:ti g, that the said oerti-fication has been 1=erpo:a:ed in su--h subcontract, regardless of tier. SrW subcontract executed without such writ an approval a1a11 be voided. C. Haterialiry gid Fesxasiveness. the certificat£aas required to be - made by the bidder pursu=t to these Bid Ccnditio-s is rater£al and will govern rte-bidder's perforrance on the project sad will be rade a part .-f his 114 Failure to iu= t the certification will render"the bid . nonresponsive. Bev. 5176 -21- T 00� Part IV: Comoliance and Enforcement. Contractors are responsible for informinq their subcontractors re,ardles• of tier) as to their respective, obligations un.er Parts 1 and 11 hereof (.•x applicable). The bidder, contractor or subcontractor ihall carry out such sanuJons and penalties for violation of the equal oppprtunity clause including suspension, termination and cancellation of existing subcontracts as may be £nposed or ordered by the Contra Costa County Public Uorks Cepartnent. Any bidder, or contractor or subcontractor who shall fail to carr}rat such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial re:u£reaent in the Contra Costa Plan by a contractor or subcontractor eoveree by Part t of these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to ndet its fair share of the trade's goals of minority manpower utilization, or of the requircrents of Part It hereof by a contractor or subcontractor who is covered by Part 11 shall be deemed to be in nenconpliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of irposition of the sanctions and penalties provided herein. The Centra Costa County Public lurks Department shall review its contractors' and subcontractors' enploynent practices during the performance of the contract. In regard to Part It of these conditions if the contractor or subcontractor meets its goals or if the contractor or subcontractor can de^xinstrate that It has made every good faith effort to reet ttose goals, the contractor or subcontractor shall be pressed to be in compliance with these Bid Conditions and no formai sanctions or proceedings leading trrard sanctions shall be instituted unless the agency other.ise determines that the contractor or subcontractor is not providing equal e-ployrtat opportunities. In judging whether a contractor or subcontractor ' has net its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to co-ply with the requirements of these Bid Conditio-.s. the agency shall take such action and impose such sanctions as may be appropriate includingt_put not limited to: 1. Withholding of payments to the contractor under the contract until the • contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or In part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared Ineligible for further County Public Works contracts until he satisfies the County that he has established and is inplementinq an Equal Erploywent Opportunity program which conforms to the provisions contained herein. When the agency Proceeds with such formal action it has the burden of proving that. the contractor has not net the require^cnts of these Bio Coniditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the"goad faith" requirements of these Bid Conditions by Instituting at least the Specific Affirmative Action steps listed ab�e and by making every good faith effort to make those steps work toward the attainment of its noals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County Rev. 5/76 -22- Oa29771, , tai -in. When the agency Proceeds with such for al action it has the burden of proving that the contractor has not pit the require�unts of these Biel Codditions, but the contractor's failure to Deet his coats shall shift to him the requirement to:come forward with evidence to show that he has ret the"goo4 faith" requirements of these Bid Conditions by Instituting at least the Specific Affirmative Action. steps listed above and by raking every good faith effort to rake those steps work toward the attaienent of its goals within its tl•etables. The Pendency of such formal proceedings shall be taken Into consideration by Contra Costa Ccu.'ncy Rev. 5/76 -22- 00297 in determining whether such contractor c: subcontractor can comply with the requirements contained therein ar-d is tnerefore a"responsible prospective contractor." It shall be no excuse that the union with wnicn the contractor has a collective bargaining agree-enr providing the exclusive re:erral failed to refer minority employees. The procedures set forth in these conditions snail not apply to any contract when the Contra Costa County Public Works Ze.a.trent determines that iueh contract is essential to tre national security ane 0-at 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 lid Ccnditvont as shall be required by the Contra Costa County Public :Corks Department. Eucnittal of CALTRAPIS torr. HC-7, FEDERAL-AID HIMMY CO:STF„:LTIC'i CO:IT?;CTCBS EE: ?-EPCiT or optional form 66, M0:17HLY?W:POYER UTILIU.TICC REPORT will be rec.irez ronthly. Additional forms or reports that may be re-.aired will be presented at a pre-construction conference to be held prior to the snrc of work. For the information or bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Yorks Department. Rev. 5/76 -23- c i! 00298 DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the follcving:eaning; . Addendum - A doer ent issued by the County during the bidding per od which codifies, supersedes, or supplements the original contract doc=ents. Affirmative Action tiannower Utilization Report - A written oc—entidaT ilyy,weekly; or monthly) prepared by the contractor for submission to the County which reports the total tu=ber of employees, the total number of min- ority employees, and the present minority.manhours of total man- hours worked on the project. Arreement - The written document of agreement, exe- cuted by the County and the Contractor. Architect or En ineer - Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these speci- fications. '6hen Contra Costa County is designated as the Engineer, Engineer shall mean the public Works Director, or his autturized representative. Bidder - Any individual, partnership, corporation, association, TOR venture, or any combination thereof, submitting tproposal for the work, acting directly, or through a duly author- zed representative. Board of Supervisors - Shall mean the duly elected or appointed ottTcials v'no constitute such a Board, 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 subcontractors Pre ect Inspector, Construction Supervisor, Inspector, or Clerk of t e Works-snalZ mean tFic ut7iprized agent ol tie— County at[tie site of the work. Contract - The contract is comprised of the contract documents. Contract Docents - The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev 5/76 -24- • •Y 00299 DIVISION F. GENERAL COMMOVS SECTIO` 1. Definitions: (contimed) Contractor - The individual, partnership, corporation, association, joint vrnture, or any cmbination thereof, who has entered into a contract with the County. Counto - Shall mean 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 or-der - Is an instruction given during the •. course of the wor5,ee Section 163). , 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. Plans - The official drawings including plans, ele- vations, sections, detail drawings, diagrams, general notes, in- forcation and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location. character, dimension. and details of the work. Sif- -'The instructions.'provisions, condi- tions and detai el d requirements pertaining to the methods and man- ner o£_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. la n�•cnture, or any ceebination thereof, who con- tracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at[he work site at all times during perform- once of the work, Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. Suoolementary Agreement - A written agreement providing for alteration, amen nt, or extension of the contract. Work - The furnishing and installing of all labor, materials. articles, supplies, and equipment as specified, desig- nated. or required by the contract. Rev. 5/76 -25- t �� _t�eEJ�i�• 00" s "s WPM .: . - DIVISION F. GENERAL CONDITIONS (continued) SECTION 2. Governing Laws and Regulations: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said lays. which in anv wav affect the conduct of the work of this contract, B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal. 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 Stare 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 job at all times during construction period. C. Excerpts from 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. "No contract for public works involving an estimated expendtiure in excess of $25,000.00 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 whom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, brac- ing, 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 meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev, 5/76 - -26- '00301 MiSIOS F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Rovwlties: A. The Contractor shall provide and pay for all licenses and royalties necesssrl 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 per- mits for the use of =ny patented or copyrighted devices shall be secured and paid for 6- the Contractor and delivered to the County on completio^ of the work, if required. SECTION 4. Contractor's Resnonsibility for tory. and Public Utilities: A. The. fork 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 da= -e to any part of the work by the action of the elements or from any other cause ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and sake good all such damages to any portion of the work occasioned by any of such causes before its accept- ance. B. Public Utilities: a. The Contractor shall send proper notices, make all necessary arren ements, and perform all ether services required in the care and maintenance of all public utilities. The Con- tractor shall asst-e all responsibility concerning same for which the County may be liable. b. Enclosing or boxing in, for portection of any public utility equiFment, shall be Zone by the Contractor. Upon comple- tion of the work, the Contractor shall remove all enclosures, fill in all openings in ason-y, grouting the same watertight, and leave in a finished ccadition. c. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of same by the County during the entire progress of the work. SECTION 5. Bond and Insurance: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a cocitract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the sa=e time labor and raterial and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- 003020 �ic' „ DIVISION F. GEIZERiL CONDITIONS (continued) SECTION S. BCJND AM INSUSANCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Ftre Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERFOR-M.CE BOW: One bond shall be in the amount of One Hundred percent (1002) of the Contract, and shall insure the Owner during the life of the Contract and for the tem of one (1) year from the date of acceptance of the work against faulty or improper mater- ISIS or vorkcanship that may be discovered during that time. G. PAYHE:.T BOND.• One bond shall be in the amount of fifty percent (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 materials used or consumed in the perfor-mance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCOMACTING: A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered . as employees of the Contractor. B. 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 shall remove such subcontractor idiately upon written request of the Architect or Engineer and he shall not again be employed 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 dis- putes ambag subcontractors or between the Contractor and one or more Subcontractors concerning responsibility for performing any part of the work. Rev. 5/76 -29 00303 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 5. Bond and Insurance continued B. Corraensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequate Workmens' Compensation Insurance for all his employees employed at the site of the project, and in case any wort: is sublet, the Contract shall require the sub- contractor similarly to provide Workmens' Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable 1;orkmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, acequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, in- cluding wrongful death, as well as from claims for property damage, 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 them. The amounts of such in- surance 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 $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as re- quired in the Articles of agreement. D. Fire Insurance: Omitted. -28- 00304 DIVISION F. GEA'ERAL COMITIONS (Continued) SECTION 6. , Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only is case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord 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' listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the Subletting and Subcontracting 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 percent of the subcontractor's bid, and disciplinary action by the Contractors•' State License Board. SECTION 7. TIME OF WORK A%D DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall faediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, damage will be sustained by the County. It is and wilt be impract- icable 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 sun of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time Pres- cribed. If the Contractor faits to pay such liquidated damages the County may 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 accepted the same in writing. D. Written requests for contract time extensions, along with adequate justification, shall be submitted to the County not later than one month following the delay. E. Any money due, or to become due the Contractor, may 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. Rev. 5/76 -30- a03D5 DIVISION F. CENFAIL CO•.•DITIOUS (continued) SECTION 7. TL'+.£ OF 4ORR AND DANACES: (continued) F. Should the County, for any cause, authorize a Sus- pension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for ea-...ages for non-ccspletion of the work after the adjusted time as required above. SECTION S. PROCSESS SC2[FA'JLE: Prior to beginning work the Contractor 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 sub- division of the work, and the contemplated dates of completion of such subdivision. When required by the County, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) " days in error,) SECTIOV 9. TLl?OItaY UTILITIES AND FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. 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 upon com- pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all meters,all electric light and power equipment and wiring, all gas meters. gas equipment and piping that is necessary to per- form his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, vire for, install and main- tain temporary electric light wherever it is necessary to provide Illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place were said work is being performed. This tem- porary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer. Project Inspector, or any other authorized representative of the County whenever required for inspection. Rev. 5/76 -31- 00306 A DIVISION F. GE.'ERAL CO'01TIO`:S (Continued) SECTIO:: 9. TEMPORARY 1TTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men. These facilities shall be of an approved type conforming to the requirements of the County Health Department, and shall be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall 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. E. The County will nav directly to the utility companies connection fees, annexation zees, permit zees, acreage fees, and all other fees required by the utility comp,rate� and associated with the permanent utility services- If additional fees associ- ated with the te=porary services are required they will be paid by the Contractor. The County will not naw for water, gas, tele- phone and electricity consi- i! on the project until after the County cakes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. PERMITS: A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws, ordinances, rules, regulations. or orders, of any body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not reeuired to pay, any charges associated with per-- nits. (It is not one present policy of the County to pay fees to the incorporated cities for pea its.) SECTIOV 11. CONDUCT OF ::CRR, A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract 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 work. He shall adjust. correct and coordinate his work with the cork of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force,- materials of proper quality, and equinent to properly carry on the work and to insure completion of each part in accordance with his schedule and with the tire agreed. Rev. 5/76 -32- 00307 DIVISION F. CE!.'TML COMMONS (Continued) 'SECTION 11. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all times until the job is accepted by the County. This superintenTent shall be empowered to act in all natters pertaining to the work. D. Daily %anprwer 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 shall verify dimensions and scale of plot plans,. and shall clieck all dimensions, levels. and construction. F. Where work of one trade jofr-% or is on other cork. there shall be no discrepancy or inco:plete portions when the total project is completeIn enga^ing one kind of work with another, marring or damaging save w?ll 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 Lurk and shall see that required anchorage or blocking is furnished and set at proper times. An- chorage and blocking for each trade shall be a part of same, ex- cept 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. Watchmen, at Contractor's option, shall be maintained during the progress of the pork as required, at the expense of the Contractor. J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a dis- orderly or improper manner, he shall be discharged immediately on the written request of the Engineer%Architect, and such person shall not again be employed on the work. SECTION 12. R=SPONCIBILITY FCR SITF CONDIT1QNc 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 Contra-.tor encount- ers active utility installations which are not shown or indicatgd in the plans or in the specifications, or which are found in a location substantially different from that shown. and such utilities are not reasonably apparent from visual examination, then he shall Rev. 5/76 -33- 00300 DIVISION F. CES. X CO.-MITIONS (Continued) 229112E_12. RESPONSIEILITY FOR SITE (continued) promptly notify the County in writing. '.'here necessary for the work o_ the contract, the County shall issue a written order to the Contractor to ^^ Rev. 5/76 -33- 00308 DIVISION F. CEDER L CO.-MITIONS (ContinuedZ SECTION 12. RESPONSIEILITY FOR SITE (continued) 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 cake 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, a.-.d "utility installations" shall include the following: Steam. petroleum products, air, chemical, water, sewer, storm water, gas, electric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and ca:pensatien therefor will be each in accord- ance with Section 21, relating to ct•.anges 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 him due to the presence of such utility. If the Contractor fails to Eive the notice specified above and thereafter acts with- out instructions from the County, then he shall be liable for any or all damage 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. B. 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 change of depth or dimea- sions of such subsurface work due to discovery of unsuitable bearing material or for any ocher cause, then adjustment to con- trace trice for such change will be made in accordance with Sec- tion 21. Except for the items of test specified therein, the Con- tractor shall receive no compensation for any other cost, damage, or delay to him due to the presence of such unsuitable bearing material or other obstruction. SECTION 13. INSPECTION: A. The Contractor shall at all times perrit 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 obli- gation 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 notify- ing the Coun�y where and when such work is in readiness for inspec- tion and testing. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's ex- pense. B. Whenever the Contractor intends to perform work on Saturday. Sunday, or a legal holiday, he shall give notice to the County -_ -jch intention at least two working days prior to performing such work, or such other period as may be speci- fied. so that the County may make necessary arrangements. Rev. 5/76 -34- let - 00309 �a SIJJ y C DIITISIOV F. CENERAL CONDITICNS (Continued) SECTION 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Stork and materials not reeting such requiremcats shall he Cade geed and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected cr that payment has been r--de. SECTION 14, RZIECTIMS OF HATLTiALS: A. The Contractor shall p_o=ptly remove free the premises all =terials condemned by the Co;r_ty as failing to conform to the Contract, whether incorporated in the work or not, and the Contractor shall procptly replace and reexecute his own work in accordance with the Contract and without er_pense CO the County and shall bear the expense of making good a.: work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such condemned work and materials within reasonable tit-n-, fixed by written notice, the County may rem:eve then and rav store the raterials at the expense of the Contractor. If tie Contractor does not pay the expenses of such removal wit'.iin ten (10) days thereafter, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account :cr the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. I%-MPRETATT_O% Or Cf:TRACT P.EOL•IRQ�NMS: A. Correlation: The contract documents shall be interpreted as being cosalementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- ment occurring in any one of the documents is as binding as through occurring in all. B. Conflicts in the'Contract Documents: In the event of conflict in the contract documents, the priorities stated in sub- divisions 1. 2, 3, and 4 below shall govern: 1. Addenda shall govern over all other contract douccents, except the County s Standard Fore 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 case of conflict between plans and specifi- cations. 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 scale drawings shall govern over , smaller scale drawings. -35- Rev 5176 .�.. 00314 `r r� OIVISICN F. GE`:EPAL CC.TIITICNS (Coni.) -+ECTICN 15_ INTERMETATIOS Cr COS1a',CT M=Rn'.E\IS: (7on't.)' b. Conflicts within the Specifications: a. The "General Cenditions of the Contract" shall govern over all sections of the specifications except for specific modifications thereto that may be stated In the Special Conditions. b. Omissions: 1f 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 worYaantlke construction, such detail shall be deemed to have been lmplledly required by the contract documents in accordance with such standard. *!."inor detail" shall include the concept of substantially Identical co=ponents, where the price of each such component Is small even though the angregate 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. SECTION 16. CIARLc1CAT10\S A:3 ADDITION&L IISTRUCTION: A. Notification be 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 1f 1t appears to him that the work to be done or any matters relative there- to are not sufficiently detailed or explained In the contract doc=ents, then. before proceeding with the work affected, he shall immediately notify the County in writing throw;h the Construction Supervisor, and request interpreta- tion, clarification or furnishing of additional detailed instructions concerning the work. All such questions shalt 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 damape, defect or added cost. B. Field Orders: DurinS the course of the work the Architect and/or E^Sincer =" issuz Field Orders retarding the work. These Field Crders will supple=ent :he Plans and Specifications in order to clarify the intent of the contract docnxnts by adjustment to meet field coreltions or to make the various phases of the work meet and join properly. 'A Field Order i volves no change in contract ti=e 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 —36- 00311 DItISIOV F. GLNERAL CO:T;ITTONS (Can't.) SECTION 17. PRODUCT A%D REFERENCE STA.YDARDS: A. Product Designation: When 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 those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: Uhen standards of the Federal Government, trade-societies, or trade associations are re:erred to in the contract documencs by specific date of issue, these shall be considered a part of tnis 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 19. MATERIALS, ARTICLES, ANN EQUIP!'=1?: A. Material shall 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 accordance with Section 4340 et seq., of the Government Code, State of California. B. 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 acd material before uncrating. The County will, when desired, inspect such equipzent, 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 grand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be acco-anied by evidence satisfactory to the County that the material or process is equal to Rev. 1-7j72 -37- • OU312� �J I 31VISU::F. C_I:F:W. tt DITlo\t (Coni.) 16. :Al`-RIAIS• ARTICLES. AM EQUIP+!Q. : (Con's.) . That .speclfied. jequest for substitution shall be rade In acple time for tt:e County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size savples of material. testing laboratory reports on material or process, m- nu'acturer's specification data. field reports on product's approval aM use by oti-er public agencies, material costs. and installation costs and aintenance vrovlsfons and experience or other data as require.! by the County. The County's decision concerning :`e refusal or acceptance of proposed s•ibstitute for that sceci`ied shall be accepted as final. Reg-jests 'or suAste:uteon will only be cotsldered when offered by the Contractor with the reason for substitution. 'allure to submit competent evidence as required and requested by County shall be considered ,rounds for refusal of substitution. The Cant.-actor shall Include n notice of chance in contract prices. If substitution is approved. D. All materials shall be delivered so as to Insure a speedy and uninterrupted orozress of ti-e work. .lame small be stored sc, 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 loss by weal^er or other cause. E. Within fifteen (15) devs after the slonln_g of the Contract, the Contractor shall submit for a-proval tounty a co-plete list of all materials it is proposed to use u-.ler t-es Cont-act. which differ In any respect from materials specified. This list shall include all materials which are rroposee by rte subcontractors as well as by herself for use in work of-his Contract and which are not specifically mentioned in the Specifications. This list must also Include the figures received by the Contractor in bid form for the material or materials which are submitted for -approval or substitution. together with the figures in 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 raterials specified. the cost of which is less than the cost of the material or equipment specified. then a credit shall be taken for the difference between the two costs In order that the Coudty shall obtain whatever benefits ray be derived fro= the substitution. Failure to propose the substitution of any article within thirty-five (35) days after the sixninc of the Contracr may be deemed sufficient cause for the denial of request for substitution. 55Ci1O\ 19. SEOP DWUMS. DESCRIPTIVE DATA, SAMPLES, ALTFzfaTIVFS: A. The Contractor s`all submit promptly to the County. so as to cause no delay In the work. all she? drawings. descriptive data and samples for the various trades as required by the specifications. and offers of alter- natives. it 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. Rev. 12/72 -3b- O0313 DICISIO`lf- GF_tiERAL CA`iD S (C°n't.) ALTEF_YATIVES• (Con's-) DESCRIPTIVE DATA SAYS L°5 ' SECTIO`? 19. SHOP DRAHI�S. v or diagram drawings uircl is submittal schedule, or flue w melees y B• The Contractor shall submit to the Cow shop lies i 1n the number of copies as teq he drawings shall show comp e 11 be ease good by she Coatraotor 1- i. eluded 1n these docu-eats- _t rent, Rev. 12172 —35— .z. 00313 DIVISION f. GMERAL CONDITIONS (Can't.) SECTION 14. SHOO MUMS, DESMIFTIVE DATA SLY31..S ALTERNATIVES: (Coni.) B. The Contractor shall submit to the County shop or diagram drawings In the number of copies as tequirtd 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 race Rood by the Contractor at his amu expense, even though th-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 ocher data required by the specifications in the number of copies as required in submittal schedule, or five (5) topics if no schedule is included in these documents. The County will examine such submittals, noting thereon corrections, and return three copies with a Ietter of transmittal indicating actions taken by the County a.- required .required of the Contractor. D. Samples: Submit samples of articles, materials or equipment as requtred by the specifications. The mark 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 Co%mty's option. will becom the property of the County or will be removed or disposed of by the County ar Contractor's expanse. E. Alternatives: For convenience in designation an the plans or in the specifications, certain materials, articles, or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other Identifying Infornaticn, hereinafter referred to generically as "doslFnated by brand Mane". An alternative material, article. or equipment which Is of equal quality and of the required characteristics for the purpose !mended ear be proposed for use provided the Contractor ecrplles with the following requirements: 1. The Contractor shall submit Me proposal for an alternative In writing within the time Batt designated in the speciflcatloas. or If not designated, then within a period which will cause no delay in the work. 2. No such proposal will be ccasidered unless accompanied by complete Information, and descriptive data, necessary to determine the.oquality of the offered materials, articles, at 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- mcmt shall be upon :be Contractor. The County shall be the sole judge as to such cutters. in the event that the County resects 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 —3)- 00314 O11'ISIc`h F. CES'£:.AL CiNJI F WIN-(Coni.) SECTU%19. i`k:P 31%WlrCi• a=SC2iPTl:_ A%Tt. SAMPLEi, AU_dk\TItEi: (Const.) The Countv will examine, it]• reasonable procptness, such suhritials, and return of submittals to the Contractor %hall not relieve the Contractor from responsibility for ecvtations and alternatives fro-.. the contract plans and sprciflcations, ner shall it relieve hir• from responsibility for errors In the %ubrlttals. A failure by the Contractor to ldertif•- in ht% letter of transrittal material deviations fro-+ the plans and Specifications shall vold the subnittal and any action taken thereon by the County. Chen specifically requested by the County, the Contractor shall resubmit such shop drawings, descriptive data, and saeples as may be required. If any r_echanical, electrical, structural, or other chanes are required for the proper Installation and fit of alternative materials. articles, or equipment, or because ofeeviations .from the contract Glans and specifications. such chanres shall net be Bade without the consent of the County and shall be made without addittonal cost to the County. SECTIC% 20, SA.MPLLi .A%'j TENS: The Cotrfty reserves the rt¢ht at its own expense to order tests of any part or the work. if as a result of any such test the work is found unacceptable, it will be rejected and any additional test required by the Connry shall be at Contractor's expense. rnless of^er+i%e directed, all samples for testing will be taken by the County froom the Taterials, articles or equipment delivered, or troy work perforced, 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 requirinc tests shall be delivered in ar.plp time before intended use to allow for testinz. and none may be used before receipt of written approval by the County. Any sa-ple delivered to the Ccunty or to the premises for examination. Including testing, shall be eisrosed of by the Contractor at his own expense within not more t`an ten (10) days after the Contractor acquires laovledce that such examination is concluded, unless otherwise directed by the County. SECTION 21. CA-M-GE Oe2DEPS: 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 perforced in accordance with the original reeuirements of the Contract Documents and previous fully executed Change Orders. A Change Order say adjust the contract price either upward or down- ward in accordance with either or a co=bination of the folicuing bases, as the County may elect: (1) On a lump sum basis as supported by breakdown of estimated costs. Ret. 12/72 —40— . `- k O0315 I DIVISION p- GntERAL GO:OITIOSS (Don't.) S£CTIO% 21. CHANGE ORDERS: (Con't.) (2) On a unit price basis. (3) Ou a cost-plus basis in accordance with the following conditions: (a) MIRK-UPS- 1. For work performed by the General Contractor an amount equal to the direct cost (as de:4aed herein) of the work plus 151. cf 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 2O1.of the direct costs for overhead and profit. (SuEgested breakdown: 15'_ to the sub-contractor, 5% to General Contractor.) 3. For work performed by : sub-sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 251.of the direct costs for cverhead and profit. (Suggested breakdown-- 15t to sub-sub-contractor, 51. to sub-contractor, 5% to General Contractor.) 6. In no case will the Local nark-up be greater than 25Z of the direct costs notwithstanding the number of contract tiers actually existing. 5. For deleted work the mark-up shatl be 107 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 wcrkaen for health and welfare, pension, vacation and similar purposes. labor rates will not be recognized when in excess of those yrevailing 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 fro=a supply or source owaed'wholly or in part by the Contractor, payment therefore will not-exceed the current wholesale price for such materials- The term "trade discount" includes the concept of cash discount. Rev.12/72 Rev. —41- 00316 DIVISION F. GVUERAL CDr:DITIONS (Con't.) SECTION 21. CHANCE CRDMtS: (Con't.) 2. Materials: (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 him from the actual supplier thereof, then in either case the test of the materials shall be deemed to be the lowest current wholesa:e 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 shall have no claims for costs or profits on material furnished by the County. 3. Equipment: 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. No payment -ill be rade for tine while equipment is incperative due to breakdir ns 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 paid 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 pieces of equipment havint a replacement value of SI.C.)C or less shall be censidered to be te:_s or wall equipment. anc no c -ent vi11 be made therefor. For equipment owned, 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 amount to be paid to the Contractor for the use of equipment as set forth above shall ccnstitute 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 operatcrsl, and any and all costs to the Contractor incidental to the use of such equipment. (c) ALLMABL TI!'E MENSIONS: For any change in the work. :he Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to perfor-ante cf the changed work. ?ach estimate for a change in the work submitted by the Contractor shall state the amcunt of extra time that he considers should be allowed for making the requested change. Rev. 12/72 —42— . 0031'7 DIVISION F. CEEEML CO.'DITIO%S (Can't.) SECMON 21. C!'_ ME ORDERS: (Can't.) (d) RECORDS A%•D SUPPORTIVE IWOL-ATIM: (1) The Contractor shall ra intain his records in such a canner as to provide a clear distinction between the direct costs of ti extra work paid for on a cost-plus basis and the costs of other operations. (2) Contractor shall caintain daily records shoving can hours and anterial quantities required for cost plus work. The Contractor shall use a fora approved or provided by the County. The forms will be filled out in duplicate and the County's inspector will review and attach his annrovipc signature to the fort en the day the work is (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost retorts pertaining to cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO ACREE AS TO COST: Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upca 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 constructicn inspector, It shall becoce the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. Rev. 12/72 -43-• 00318 A - DIVISIOYF. MERAL CO:ZIITIOSS (Coni.) SECTION 22. WMR: Every part of the work shall be accomplished by workmen, laborers, or axchanics especially skilled in the class of work required and workmanship shall be the best. S£CT1C`: 23. (SCC?",11'CY 9Y;xE i0-STY PRIC3 TO ACCEPTANCE: The County reserves the right to occupy all or any part of the project prior to tox-pletion of the work, upon written order therefor, in such event, the 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 the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting defective work or materials found at any time before the acceptance of the work as set forth in Section 2I•or during the guaranty period after such acceptance, as set forth in Section 20. SECTIO!:24, PRE_SERVATION AND CLEANING: 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 construction as required by the County. This shall include any adjoining property of the County and others. B. 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 tte County. SECTION 25, Cr- FE3''r-kt OR STATE TAMES: 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- 12/72 —44— 90319 I t DIVISION F. GENERAL C08DITIONS (Con t.) SECTION 25. PAY".ETIT OF FEDERAL OR STATE TAPES: (Can't) Contract and which are exempt from Federal Excise Tax. SEC:'I0N 26. ACCEPTA!XE: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the canner as called for heretofore. C. County shall be given adequate opportunity to cake any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction., guarantee forms, parts Iist, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTIO% 27. FINAL PAYWEi.T AND .AIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form accept.ble to the County, a request for payment in full in accordance with the contract. The for= "Statement to Accompany Final Payment" (Page +i4 ) shall be completed, signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. CDARA%TEE: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of a'_1 con- tract, and further guarantees the work of the contract to be and remain free of defects in workmanship 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 in so doing, that may prove to be not in its workmanship or material within the guar- antee period specified, without any expense whatsoever to the County. ordinary wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- j , 00320 DIVISION F. GE2.LRAL CM TTIONS (Con't) SECTION 28. GUARANTEE (con't.) 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 cocply, 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 de- mand, The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incur-red upon the con- tractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an I diarehazard to the health or safety of the County's employees, property, or licen- sees, the County may undertake at.the Centractor's expense with- out prior notice all work necessary to correct such hazardous conditiois when it was caused by work of the Contractor not being In accordance with the requiresents of this contract. D. The general contractor and each of the listed sub- contractors shall execute-and furnish the County with the standard guarantee fora. See Page 4S ). Rev. 5/76 ' -A6- t _ _�' 00321 M L t �� i GILIBASTEE . FOR CONTRA COSTA CK"M BUILDING MAETINEZ, CALIFORNIA We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed in the (Nice 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 toy prove defective in workcanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which ray be damaged cr displaced 1n so doing. If we fail to comply with the above mentioned conditions within a reasonable time titer being notified in writing, we, collectively and separately, do hereby authorize the tuner to proceed to have the defects repaired and race good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terra, including time periods, specified for this work or materials in the plans acd specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GIIiML CDN?FACTOR Date: (Affix Corporate Seal) NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47- 00M a..:r 4 ....hyo ' • L cX�ri;Ptc.� FOR4 STATLTS—r%T TO ACC -A.\T FINAL PAY! To: Contra Costa County Public Barks Department County Administration Building aartinex, 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 cay 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 esticate 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 upd 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. Rev. 12172 -48- 00323 DIVISION G. SPECIAL CONDITIONS A. Utilities: Water and electrical service are available at the site. Contractor shall make temporary connection as required and remove same after his work is completed. B. Sanitary Facilities: The Contractor will be permitted to use the toilet fac- ilities in the fire station. Contractor or his forces . shall use care to keep.them tidy and clean. C. Damace to Existing Proaerty: -Contractor shall use care not to char, deface, or other- wise damage the existing fire station and grounds. Should damage occur the Contractor shall restore and re- pair same to its original condition. D. Visit Site: Contractor shall visit the site, inspect the existing roof and become thoroughly familiar with these specifica- tions before submitting his bid. E. Equal Employment Opportunitv Inasmuch as this project is less than $50,000, the require- ments of Division E are omitted. 00324 -49- DIVISION H. TECHNIQ.L COND�NS A. Scope of Work: The Contractor shall provide all materials, supervision, labor, and transportation as required to install the new roof at Fire Station No. 11, 5850 Clayton Road, Clayton, California, as described herein. 00324 -49- DIVISION H. TECHNICAL CONDITIONS A. Scone of Work: The Contractor shall provide all materials, supervision, labor, and transportation as required to install the new roof at Fire Station No. 11, 5850 Clayton Road, Clayton, California, as described herein. B. Demolition and Salvage: Carefully remove and salvage all flashing caps at the top of block walls. Remove old roofing materials down to the plywood deck. After old roofing has been removed repair or replace flashing as necessary for the installation of new roofing. C. Material Snecifications per 100 Square Feet of Roof Area: Three (3) layers of 15 lb. Asbestos Finishing Felt 45 lb. One (1) laver 77 lb. Flextone Mineral Surface Asbestos Roofing 77 lb. 190* Asphalt (10 lb. sprinkle mop and 3 ea. 23 lb. intermediate mopping) 79 lb. Total 201 lb. D. General Snecifications: Roofing materials and methods of application shall conform to Johns Manville Specification No. 403-P except that three (3) layers of 15 A asbestos finishing felts shall be used. This specification is referenced to establish a standard of quality for workmanship and materials. Contractor may sub- mit for approval-an equivalent specification. E. Rooftop Eauinment: Contractor shall remove all roof mounted equipment as necessary to install the new roof. The air compressor for the air cond- itioning system shall not be disconnected but raised as neces- sary to re-roof under it. Contractor shall set the air ccm- pressor on 4 x 6 redwood sleepers which are set•in mastic. Con- tractor to provide the new 4 x 6 redwood sleepers. All roof penetrations for fire signal's, t.v. antenna, or like items, shall be reinstalled weatherproof with pitch pockets at places such as guy wires. �V� Aj -50- w w ,...,.- .„^.. ,.,.-.. -av.. ., ..,,- ,.. a-.• . 1'n.irk.;, ,-.- - -. ES:q.... .. ,.. - .. ,+. ., r x. .. .. r:?^ .. • DIVISION 11. continued Specifications F. . Wall Detail: The new roofing shall extend up to the top of the slump stone walls. After new roof is installed replace all slump stone cap flashing in a workmanship manner and weatherproof. G. Spreader Box: Asphalt spreader box is not acceptable. All asphalt must be applied with a mop. H. Guarantee: All-work and materials provided under'this contract shall be guaranteed for a period of two years from the date of accept- ance of the work. Upon notice, any defects %-h ich develop dur- ing the two year guarantee period shall be promptly corrected to the satisfaction of the Engineer at no loss to the County, 003205 -51- VII I RECORp_D,-H ii-RF , 1 SI11'FiVl'i0i1S at O 1 clock- Contra lockConi:ra Co!;, L. Cniinty Fnenrcir 00320 -51- i.'I+cid IIT.�.U!\,�•�, IZ 'i i i i2 ii T\.tV1r ilyTl Atli rt;,-,U. :a To CLERK BOJI"'W OF SUPE::VI"ORS at o'Clock Ig, Contra Costa County Records • J. R. OLSSON, County Recorder. Fee s official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA . In the Hatter of Accepting and Giving RESOLUTION OF ACCk?t TA?ICE Notice of Completion of Contract with and NOTICE OF CO :PLETIOII Sparks Roofi Co. (C.C. 03086, 3093) (Work Order RESOLUTIOI: 110, 76/552 - r The Board of Supervisors of Contra Costa County P,ESOLVES THAT: The County of Contra Costa on April 20, 1976 contracted with , Sparks Roofing Co. , 4943 Laurel Dr. , Concord. !Jame and Address of Contractor) for reroofing of Various Buildings at County Hospital frith Mid-Century Inc. Co. of Merced, Calif. as surety, ?lame of Bonding Company for work to be perforned on the grounds of the Cour.ty;- and The Publin Works Director reports that said work- has been inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of June 222 1976 ; Therefore, said wort: is accented as completed on said date, and the Clerk: shall file with the Cowity Recorder a copy of this Resolution and Notice as a Notice of- Completion for -said contract. PASSED AND =PTED Oil June 22, 1976 CERlIFI^.MTIOII and VERIFICATION I certify that the foregoing is a true and correct cony of a resolu- tion and acceptance dull adopted and entered on the minutes of ti1is Board's meetir-g on the above date. I declrarc undsr penalty of perjury that the foregoing is true and correct. Dated: J. R. OLSSO?:, County Clerk & at 1.3artinez, California ex officio Clerk_ of the Board By . Tiiu"ty'Clcrr. cc:Eocora :..id re curia Contractor Auditor P►xblj.e Vork s 00327 Ad;a.ini:Astor PPSOLITTIOii NO. 76/552 r - sr t E - 1 2 3 BEFORE THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA 4 STATE OF CALIFORNIA 6 In the hatter of Resolution for ) Condemnatioli of Caoli property ) CONDEMNATION 7 for park and recreation ) RESOLUTION NIO. 76/553 8 facilities, CSA R-S, U Walnut Creek area. ) 10 11 The Board of Supervisors of Contra Costa County, California, by 12 vote of two-thirds or more of all of its members, RESOLVES THAT: 13 It finds and determines and hereby declares that the public It. interest and necessity require: 15 The acquisition, construction and completion by the County of 16 Contra Costa, of a public improvement; and in connection therewith 17 and necessary therefor, the acquisition of fee simple title to 18 real property as described in Appendix n attached 'hereto; 19 20 Said proposed public improvement is planned and located in the 21 manner which will be most comoati b'le t.*Ith the greatest public good, 22 I and the least private injury; 23 This Board shall acquire in the name of the County of Contra 24 Costa, the said real property and interest(s) therein by donation, 25 purchase, or by condemnation in accordance crith the prof inions for 25 eminent domain in the Code of Civil Procedure; 27 28 The County Counsel of this County and under his supervision, 29 special counsel, Gary Rinehart, are hereby authorized and 30 .; er:po .er ed,: 31 32 To acquire in t_.0 County's name, i cond.nnatiorl, the fees 33 zihaple .;it,le and estate in t;ie weal _ rot?ert f describe.I in 34 �f tppe.? ix .. in withe ri--ov=.:lona for emn i ent domain in !' and the on. _t uts.OI O Ca, `�orni?, 3: ,� f.ne �o::e of „xv_.'_ Pry - :tu e < i e C t t ��1 36 +' }v RESOLUTION NO. 76/553 1 2 3 for local part: and recreation facilities comprising the acquisition 4 of land for preservation of open space for local park and rec"rea- 'S tion facilities; in particular, public parks left basically in 6 their natural, undeveloped state to be used for recreational 7 purposes such as, but not limited to, hiking, biking, equestrian 8 purposes and picnicking, and 9 To prepare and prosecute in the County's name such proceedinxs 10 in the proper court as are necessary for such acquisition. 11 12 The said real property is more particularly described in 13 Appendix. A attached hereto and by this reverence made- a part•hereof 14 to the same extent as if herein set forth in words and figures. 15 16 PASSED AND ADOPTED on Jure 22, 1976, by the following vote: 17 18 AYES: Sunervisors - A. M. Dias, J. E. Moriarty, W. N. Boggess, 19 E. A. Linscheid, J. P. Kenny. 20 NOES: Supervisors - None. 21 ABSENT: Supervisors - None. 2< i 23 I HEREBY CERTIFY that the foregoing resolution c:as duly and 24 regularly introduced, passes and adopted by the vote of tiro-thirds 25 or more of the Board of Supervisors of Contra Costa County, 26 California, at a meeting of said board on the date indicated. 27 28 Dated: June 22, 1976 29 30 cc: Public Works Department J. R. OLSSON 31 Real Property County Clerk and ex officio Clerk County Counsel of the Board of Supervisors of 32 County Administrator Contra Costa County, California 33 County Auditor-Controller r. By � 35 i! N. V gratia.� 36 T; Deputy Clerk i RESOLUTION IdO. 761553 Parcel Ido. 103152-A LEGAL DESCI:IPTIO'N Real property in the State of California, County of Contra Costa, unincorporated, described as follows: Portion of Lot 66, R. N. Burgess Company's ika p To. 1, Del I1ambre Terrace, filed Septc=bar 10, 1912, I-lap Boole 3, Page 181, and portion of the Rancho Canada D.-1 Har-bre (Southern Part), also being the tract of land shourn on the Record of Survey :kap filed February 3, 1975, Fool: 58, Licensed Surveyors slap, Page 22, Contra Costa County Records, described as follows: Beginning at the northeast corner of said Lot 66; thence from said point of beginning, along the east line of said Lot 66, south 5' O1' 45" cast, 700.92 feet and south 27' 06' 45" west, 215.01 feet to a concrete monument at the most easterly corner of the tract of land designated on tha nap of Leacondale. Subdivision, Unit One, filed June 19, 1941, nap Bonk 25, Page 819; thznce north 69' 27' 25" west along th_ northeast litre of said Beacondale Subdiviso:.,- Unit One, 5S8.03 feet to the r-ost casterly corner of t:c parcel of lard described in the dce6 to Villi=- T. 11ornc, at u}, recorded February 27, 1947, I;ook 1004, Page 78, Os"iicizl records; thence north 55' 17' 25" rest, along the northeast line of said IForn parcel an(! along the northeast lues of the parcels of lard gr:need in t1he followin. dcetks: To .orn:n A. Teipcl, at ux, recorded January 1.6, 1.94-7, Boo, 98?, Pi:--e 60, Official Records; to PatricL I. Frost, at ur, recorded January 13, 19=7, Boot: 978, Page 2-9, Official R.--cords, ,-al to ratrick I. Frost, at u, recorded J:auary 13, 1947, Book. 985, 464, Official. l:-cords, 12C0 feet to the =out nor h-arly corner of said last t;tentionud Frost Parcel (985 OR 484); t1•cncc! north 89' 39' 09" cast, 256._'0 feet to the north-vest corner of said Lot 66; thence south S9' 55' 14" cart, .Song the north line of said Lot 66, 1286.84 feet-to the point of b_gi-.ninG. EXCEPTING Tri:P.Er O:l: That parcel of land dczcribed in the deed to East Bay Municipal Utility District, recorded October 7, 1942, Book 703, Official records, Page 200, as folia.-s: "Portion of Lot 66, as delineated upon that certain wap entitled 'R.N. Burgess Company's c;stp No. 1, Dal liambre Terrace, x portion of the Rancho Canada Del llatubre (Southern Part), Walnut Creel:, Contra Costa County, California', uhich tap p was ailed in the office of the Recorder of the County of Contra Costa, State of California, on September 10, 1912 in Look 8 of Maps, at Page 181 thereof. B ginnin- at a point which bears the follo-ing two consecutive courses fr,:: the northeast ce_aer of said Lot 66, Del Hambre Terrace, hereinabove referred to, south 5° 54' 15" east, 469.56 feet and south 84' 05' 45" c:•_.;t, 123 feet; runnln- thence front said actual point of beginning, :th 84' 05' 45" vest, 100 feet; thence north 5' 54' 15" west, 100 feet; north 84' 05' 45" east, 100 feet; thence south 5' 54' 15" east, 100 feet to the point of beginuin,,." 00330" i BOARZ OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Incorporation of the ) RESOLUTION NO. 76/ 5%* San Ramon Valley Area, ) - 30-day extension ) (Gov. C. §34303) " The Board of Supervisors of Contra Costa County RESOLVES THAT: On February 5, 1976, a "Notice Of Intention To Circulate Petition Seeking Incorporation Of A New City" for the San Ramon Valley area was filed in the Office of the Clerk of this Board. A period of 120 days runs from February 5, 1976 to June 4, 1976. On Jure 15, 1976, petitions to incorporate the city of the Toem of San Ramon Valley or Casa Ironte were filed with this Board. Taxpayers for Local Control Through Incorporation, the proponents of the incorporation, have requested that this Board grant an additional period of 30 days in which to have circulated their petitions and obtain signatures. The requested period of 30 additional days is hereby granted by this Board to run from, and including June 4, 1976. PASSED on fume 22, 1976, unanimously by the Supervisors present. VJI•::me cc: Taxpayers for Local Control County Clerk (Elections Officer) County Counsel County Administrator RESOL'MON NO. 7c/ 551: J:• 00331 1 ( 1 I - In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Petition for Incorporation of the San Ramon Halley Area. The Clerk having this day certified to the Board that the petition for the incorporation of the San Ramon Valley area is signed by qualified voters in excess of 25 percent of the number of voters within the boundaries of the territory propased for incorporation and that the legal description accompanying the petition is correct (Government Code Section 34306; The Clerk having reco.mrended to the Board that the sum of $500 will be a sufficient deposit to defray publication costs related to the incorporation proceedings, IT IS BY THE BOARD ORDERED that 3500 is FIXED as the sum to be deposited by the proponents therefor, and hereby DIRECTS its Clerk to accept said sum (Government Code Section 34308) . PASSED by the Board on June 22, 1976. Thereupon, r.!r. Donald Sledge, Chairman, Taxpayers for Local Control Through Incorporation, P. 0. Box 945, Danville, California 94526 delivered a check for the aforesaid amount to the Clerk. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc- D. Sledge Witness my hand and the Seal of the Board of Col!ntti Clerk (elections Supervisors Cf f=cer) affixed this 22ndday of June 19 76 County Treasurer 7- Co-nty Auditor—Controller Co,! tv Counsel J. R. OLSSON, Clerk County Adrninistrator � Bir � 1 ._�Q� , Deputy Clerk Ronda Amdahl H-24 3/76 Om 00332 ` l BOARD OF SUPERVISORS, C014TRA COSTA COUNTY, CALIFORNIA Re: Incorporation of the ) RESOLUTION NO. 76/555 San Ramon Valley Area, ) Hearing on Petition ) (Gov. C. §§6066, 34310 & 34311.1) The Board of Supervisors of Contra Costa County RESOLVES THAT: NOTICE IS HEREBY GIVEN that a petition for the incorporation of an unincorporated portion of Contra Costa County as a city has been filed with this Board, signed by the requisite number of qualified signers and correctly describing the boundaries of the proposed city. This petition may be inspected in the Office of the Clerk of this Board. The territory proposed for incorporation is particularly described in Exhibit A, attached hereto and by this reference incorporated herein. The proponents proposed the name of either the Town of San Ramon Talley or Casa Monte for the city. The names of the proponents stated in the "Notice of Intention To Circulate Petition Seeking Incorporation Of A New City" are as foflous: Donald H. Sledge Raymond L. Morton Norman C. Roberts John Mustard Mxs. Judith A. Roberts I4arie Mustard Ralph D. Cozire Pat Le:sis Edward E. Best Sandra Osheroff Claudia M. Nemir Susan. L. Lewis James A. Glaze James A. Lane I;ary Lou Glaze Susan M. Overholtzer David Stegman Lloyd E. Overholtzer Howard F. Nemir Gail A. Nanini Kenneth E. Oberholtzer Bonnie Parsons Robert C. Sneddon Jerry Parsons Henry C. Cantlion Robert Bendall Carol Rosenblum Dennis Dietz Florence B. McAuley John. Callan Gary Wyne George R. Cross Robert G. Buckner III Margot Cross Joyce N. ;:ahlig Marilynn Z. Grimm Phillip L. Whitehorn Thomas J. Grimm John D. Neakin Catherine J. Dietz Sherry K. Heatherly Linda C. Bendall Edward Heatherly Bonnie I:elson Donald P. nester John Nelson Elizabeth C. Mester Katherine K. Murphy Jean. V. Dickson Howard C. Kalb Jess Nan_ni Ruth M. Kalb Jean :.:orlon At ? p.m. on July 13 1976, in the Chambers of the Board of Supervisors, Room 107, Count;; r.dr-I istration Building, Martinez, California, this Board will conduct a public hearing on the P.ESOLUTICN NO. 76)/ 555 - 00333 R� •i i incorporation of said territory. At the hearing, written requests for exclusion filed pursuant to Government Code Section 34311.1; and all persons wishing to be heard on the matter of the size and share ani establishment of the boundaries of the proposed city, will be -heard and considered. This Board at the hearing will also consider including a twenty-five (25) cent or other maximum property tax rate on the ballot as part of the incorporation proposal. The Clerk of this Board is hereby directed to publish the text of this resolution once a week for two successive weeks, with at least five days intervening between the respective publication dates not counting such publication dates, in the Contra Costa Times , a newspaper of general circulation published in this County. the period of notice commences upon the first day of publication and terminates at the end of the -fourteenth day, including therein the first days. PASSED on June 22 , 1970, unanimously by the Supervisors present. VJtd:me cc: Vfaxpayers for Local Control County Clerk (Elections Officer) County Treasurer County Auditor-Controller County Counsel Co»nty Assessor County Administrator -2- RESOLUTIObi NO. 76/ 555 00334 OLLCAV1. 0AG&4CY FOR.AT Oil M _ Contra„Costa County, Califo.-.ia �. Description Dates '1117/76 Byl�'( FjaIBZT "A” Proposed Incorporation of the San Ramon Valley Beginning at a point on the general eastern boundary of Fast. 'Pay Huiieipal Utility District, said point being at the intersection of the southern boundary of Contra Costa County with the center of Dougherty Road; thence Southwesterly, along said southern boundary. of Contra Costa County, 12,000 feet, more or less, to its intersection with the western boundary of the Fast Bay Municipal Utility District. thence, leaving said County boundary, Northwesterly, along said western boundary of Fast Bay Municipal Utility'Distriet, 11,330 feet, more or less, to its intersection with the southern boundary of County Service Area R-7; thence, leaving said Utility District boundary, Southwesterly, along said southern boundary of County Service Area R-7, 3640 feet, more or less, to the southernmost corner of said County Service Area R-7; thence in a general Northwesterly direction along the western boundary of said County Service Area R.-7, 39,460 feet, more or less, to the eastern line of Section 31, Township 1 South, Range 1 West, Mount Diablo Base and Meridian, said point also b3ting on the eastern line of the parcel of land described as Parcel Cna in the deed to 2'•arie K. Otto, at al, recorded February 8, 1973. in Book 6860, of Official Records, page 172; thence, leaving said County Service Area R-7 boundary, Northerly and Westerly along the eastern and northern lines of said Parcel One (6860 O.R: 172) as followss North 30 04' 45" West, 789.08 feet; north 00 10110" East, 672.69 feet; South 64'0 43' 29" West, 317.80 feet; South 49".33' 56" West, 190.76 feet; South 100 27' 36" West, 407.70 feet and Ito rth 880 35' 35" West, 240 feet, more or less, to a point on the western borndary of County Service Area R-7; thence Vesterly and in a general Northwesterly direction along said western boundary of County Service Area Rr-7, 11,930 feet, more or less, to the southern 00335 line of the parcel of land described as Exception No. 1 from Parcel 5 in the deed to East Bay Regional Park District recorded Harch 29, 1974, in Book 7189, of Official Records, page 183; thence, leaving said County Service Area R.7 boundary, Westerly, Northerly and Southeasterly, along the southern, western and northeastern lines of said Exception No. 1 from Parcel 5 (7189 O.R. 183) as followst South 890 46' 44" West, 1137.38 feet; North 20 29. 091*. East, 899.91 feet and South 540 55' 54" East, 1249.80 feet to the western line of the parcel of land described in the deed to Brian W. Dodd, at al, recorded September 12, 1972, in Book 6748, of Official Records, page 400, said point also being on the western boundary of the East Bay Municipal Utility Distilet; thence in a general Northwesterly direction, along said western boundary of the East Bay Municipal Utility Mstrict, 22,465 feet; more or less, to the southeastern corner of Tract 3737 filed April 10, 1968, in Hap Book 120, at page 3, said point also being an angle point in the northern boundary of County Service Area R2; thence in a general Northwesterly direction, along said northern boundary of County Ser- vice Area P-2, 1670 feet, more or less, to the northwestern corner of the parcel of land described in the deed to Mason C. Williams, at ux, recorded July 11, 1946, in Book 922, of Official Records, page 482, said point also being an angle point in the northern boundary of County Service Area P-2; thence Northeasterly, along said northern boundary of County Service Area P-2, 2620 feet, more or less, to a point that bears North 530 47' 20" Fast, 1.00 foot from the western line of Interstate Freeway 680; thence, leaving said boundary of County Service Area P-2, South 360 12' 40" East, 1.00 foot; thence North 530 47' 20" East, parallel to and lying 1.00 foot southerly to the southorn boundary of the City of Walnut Creek, 292.08 feet to a point on the eastern line of Interstate Freeway 680, said point also being on the northern boundary of 00333 11 .. ... .. , ,:.:::..r. ....: .a-.-... .,.., ::rr.t..-. ;-.+k;, y....,...... .� ., ... .•r,:". .. .... ... ✓y.. ,..n .Sf'k. : r'. - .., r...o+. .. , _ 3 _ County Service Area Rr7; thence in a general Easterly direction, ~along the northern boundary of County Service Area R-7, 24,740 feet, more or less, to the southeastern corner of Section 6, Township 1. South, Range 1 West, Mount Diablo Base and Meridian, said point also being an angle point in the northern boundary of County Service •` Area P-5; thence, leaving said County Service Area R-7 boundary, Westerly, Southerly, Southwesterly and Southeasterly along the northern and western boundary of said County Service Area P_5, 3980 feet, more or less, to the northern most corner of Tract 4092 filed April 13, 1972, in 2fap Book 145, at page 25; thence leaving said County Service Area R5 boundary, Southwesterly and Southeasterly. along the northwestern and southwestern lines or said Tract 4092 as followss South 590 50' 05" West, 615.32 feet and South 250 07' 4011 East, 448.18 feet to an angle point on the southern line of Lot 6, of said Tract 4092; thence Borth 850 50' 361, East, 53.24 feet; thence South 00 071 26" East, 183.67 feet; thence South 150 09' 5711 East, 61.14 feet to the northeastern corner of Lot 34, Bolla Acres Unit 210. 3, filed April 10, 1953, in Map Book 50, at page 17; thence South 4o 07' 26" East, along the eastsrn line of said Lot 34, 180.00 feet to the southeastern corner thereof; thence South 120 33' 1911 East, 208.08 feet; thence South 690 37' 0811 West, 197.00 feet; thence South 6.40 02' 33" West. 241.68 feet to a point on the eastern line of Tract 4376, filed January 18, 1973, in 24ap Book 153, at page 40; thence South 120 O1' 4011 East, along said eastern line of Tract 4376, 80.00 feet to the northwestern corner of the . parcel of land described in the deed George L. Kennedy, et uy., recorded July 22, 1954, in Book 2352, of Official Records, page 335; thence along the northern and eastern lines of said Kennedy parcel (2352 O.R. 335) as folloiwss North 890 58' 15t1 East, 204,62 feet and South 120 43' 45" East, 160.07 feet to a point on the northern line of the parcel of land described in the deed to Lary S. 00337 . .r.� wq 4'_ 'Steiner, recorded May 4, 1959, in Book 3366, of Official Records, page 248; thence along the northern and eastern lines of said Steiner parcel (3366 O.R. 248) as follows; North 870 23' 45"-East, 202.30 feet and South 20 36' 15" West, 307.13 feet to a point on the northern line of Stone Valley Road; thence Easterly and South- easterly, along the northern line of Stone Valley Road, 2145 feet, sore or less, to the southeastern corner of Lot 96, Tract 2630, filed December 29, 1959, in Map Book 76, at page 1, said point also being on the western line of Lot l of Squier Acres No. 1, filed April 24, 1952, in Map Book 46, at page 36; thence along the western, northern and eastern lines of said Squier Acres-No. l as follows; North 10 08' 08" Fast, 176.62 feet; South 8810 51' 54" East, 250.00 feet; North 600 08' 06" dust, 167.00 feet; South 630 51• 54" Fast, 146.00 feet; South 520 51* 5411 East, 101.00 feet; South 390 06146" Fast, 190 feet and South 37' 46' 31" West, 228.89 feet to the south- eastern corner of lot 4, of said Squier Acres No. 1, said point also being a point on the northern line of Stone Valley Road; thence in a general Southeasterly direction, along the northern line of Stone Valley Road, 2413 feet, more or less, to the southern most corner of Lot 6, Tract 4030, filed September 30, 1970, in Flap Book 133, at page 8, said point also being a point on the northern boundary of County Service Area R,-7; thence in a general Northerly direction, along said northern boundary of County Service Area R..7, 2585 feet, more or less, to its intersection with the general eastern boundary of East Bay hunicipal Utility District; thence, leaving said boundary of County Service Area R-7, Easterly, along said general eastern boundary of East Bay Municipal Utility District, 2624.15 feet to the northeastern corner of Section 17, Township 1 South, Range 1 West, Mount Diablo Base and Meridian, said point also being a point 00M r5 — on the northern line of the parcel of land described in the deed ,to Bruce J. Allen, et ux, recorded September 10, 1971, in Book 6473, of Official Records, page 40; thence, leaving said boundary of Fast Bay Municipal Utility District, Northerly, Easterly and in a general Southerly direction, along the northern and eastern lines of said Allen parcel (6473 O.R. 40) as follows; North 00 l0' 49" Fast, 133.00 feet; North 880 18' 25" East, 960.00 feet; South 00 25* 29" West, 892.63 feet; South 270 00' 00" West, 1003.44 feet; South 59* 00* 00" West, 400.00 feet and South .90 00' 00" West, 790.97 feet to a point on the northern line of Stone Valley Road; thence, Easterly, along the northern line of Stone Valley Road, 1380 feet, more or less, to its intersection with the western line of Tract 4461, filed December 4, 1975: in iiap Book 180, at page 47; thence along said western line of Tract 44461 as followss North 70 59* 13" West, 610 feet, more or less; North 34* 46" 27" West, 395.13 feet; North 4611 55' 49" Fast, 510.31 feet and North 220 10' 49" East, 230.00 feet to the northwestern corner thereof, said point also being the southwestern corner of Parcel "C", as shown on that certain map filed June 15, 1971, in Book 17, of Parcel Maps, at page 14; thence North 220 10' 49" East, along the western line of said Parcel Map (17 P.M. 14), 1288 feet to the northwestern corner of Parcel "D" of said Parcel trap (17 P.M. 14), said point being on the southern Line of the parcel of land described in the deed to John 11. Bryan, et al, recorded November 28, 1960, in Book 3751, of Official Records, page 335; thence along the southern and western lines of said Bryan parcel (3751 O.R. 335) as follows; South 870 46' West, 753.06 feet to the southeastern corner of the Southwest Quarter of the Southwest ;;uartrr of Section 9, To=ship 1 South, Range 1 West, Hount Diablo Base ..z 2:a.�oia i, 2:orLnErly, along the eastern line of said South- west Quarter of the Southwest Quarter of Sect 9, 1320 feet and Westerly, along the nor •-:n line of said Southwest Quarter of the Southwest Quarter of Section 9, 1320 feet to the western line of said Section 9, said point also being a point on the northern boundary 00339 i of County Service Area R-7; thence Northerly, Easterly and .,Southerly, along the northern and eastern boundaries of County Service Area R-7, 13,990 feet, more or less, to the South Quartor corner of Section 110, Township 1 South, Range 1 West, Mount Diablo Base and Meridian, said point also being the North Quarter corner of Section 15, Township 1 South, Range 1 West, Hount Diablo Base and ;ieridian; thence, leaving said boundary of County Service Area R-7, Southerly, along the north-south midsection line of said Section 15, 2640 feet, more or less, to the center of said Section 15; thence Westerly, along the east west midsection line of said Section 15, 220 feet, more or less, to an angle point in the general eastern boundary of East Bay Municipal Utility District; thence ' along said eastern boundary of East Bay Municipal Utility District as follows; South 160 10' 35" West, 146.77 feet and South 680 159 06" West, 128.904 feet to the northern most corner of Diablo Community Services District; thence, leaving said boundary of East Bay Hanici- pal Utility District, Southwesterly, and in a general Southeasterly direction, along the western and southern boundaries of said Diablo Community Services District, 10,970 feet, more or less, to its inter- section with the north-south midsection line of Section 22, To,.mship 1 South, Range 1 West, Mount Diablo Base and Meridian; thence, leaving said boundary of Diablo Community Services District, Southerly, along said north-south midsection line of Section 22, 3530 feet, more or less, to the South Quarter corner of said Section 22, said point also being the No.th Quarter corner of Section 27, Township 1 South, Range 1 West, Mount Diablo Base and Meridian; thence Easterly, along the northern line of said Section 27, 2640 feet, more or less, to the northeastern corner of said Section 27; thence Southerly, along the eastern line of said Section 27, 4991.7 feet, more or less, to an angle point on the eastern line of the parcel of land described in the deed to Thomas Van Voorhis, Trustee, recorded July 309 1973• in 00340 --Ynr^ 4 rtrf'i i l R r i a A7'3. }}, I "-In}h 740 } northeastern corner of a".Lu ✓et:tst.-1 f.(, til,,.{.... JUUl llJ, 1V.16 t.il eastern line of said Section 27, 4991.7 feet, more or less, to an angle point on the eastern line of the parcel of land described in the deed to Thomas Van Voorhis, Trustee, recorded July 30, 1973, in 00340 -7 - Book 7 -Book 7003, of Official Records, page 672; thence South 360 *nest, along the eastern line of said Van Voorhis parcel (70085 0. R. 672), 586.8 fest to the center of Canino Tassajara; thence South 54 ° Fast, along the center of Camino Tassajara, 539.33 feet; thence leaving said center of Camino Tassajara, South 31° 53' 30" West, 474.74 •- feet to the most western corner of Lot 1, as shown on that certain' map filed May 8, 1959, in Book 18 of Record of Surveys at page 18; thence along the southeastern line of said Record of Survey (18 L. S.H.18) as followss South 320 11' 55" West, 91.13 feet; South 100 56' 20" Fast, 40.26 feet; South 630 17' 40"West, 91.29 feet; South 31° 53' 30" West, 325.22 feet; -North 890 511 40" Ilest, 39.67 feet and South 290 49' 10" West, 1586.20 feet to the southeastern corner of Lot 6 of said Record of Survey (18 L.S.M. 18), said point also being on the east-west midsection line of Section 34, Township 1 South, Range 1 West, Mount Diablo Base and Meridian; thence Westerly along said east-west midsection line of said Section 34, 1350 feet, more or less, to the northeastern corner of Parcel One of Annexation 75-6 to County Service Area L-45, by Resolution No. 75/602 on August 11, 1975; thence Southerly, along the eastern line of said Parcel One of Annexation 75-6, 3967.77 Feet to the southeastern corner thereof, said point also being on the eastern boundary of County Service Area R-7; thezice, leaving said boundary of County Service Area 1x.45, in a general Southerly direction, along the eastern bound- ary of County Service Area R-7, 13,390 feet, more or less, to its intersection with the eastern line of Alcosta Boulevard; thence Southeasterly, along the eastern line of Alcosta Boulevard, 2015 feet, more or less, to a point on the western line of Agricultural Preserve No. 20-75, said point being the southwestern corner of Assessor Parcel No. 210-040-031; thence along the western line of said Agricultural Preserve No. 20-75, being the southern line of Assessor Parcel No. 210-040-031 and the western line of Assessor Parcel No. 210-040-035, as followss North 60' 35' 14" Fast, 300 feet, more or less; South 760 25' 24" East, 1150.00 feet; South 00341 - 8 - 225° 43' 02" Fast, 1090.00 feet; South 700 40' 06" East, 366.26 feet; South 190 19' 54" West, 816.21 feet; Southwesterly along a tangent curve concave to the northwest, with a radius of 600.00 feet, through a central angle of 300 23' 1811, an arc length of 3 .23 feet and South 490 43' 12" West, 150.00 feet to the eastorn. lins of Alcosta Boulevard; thence Southeasterly, along the eastern line of Alcosta Boulevard, 4,369.91 feet to the northern boundary of Valley Co=unity Services District; thence North 63" 43' 35" East, along the northern boundary of Valley Co=unity Services District, 1908.48 feet to the most northern corner thereof, said point being on the general eastern boundary of East Bay Municipal Utility Dis— trict; thence, leaving said boundary of Valley Co=mnity Services District, Southeasterly, along the general eastern boundary of East Bay Hunicipal Utility District, 14,570 feet, more or less, to the point of beginning. Containing 28.4 square miles, more or less. 01342 In the Board of Supervisors of Contra Costa County, State of California In the Matter of Amending Resolution Number 75/523 RESOLUTION NO. 76/556 Establishing Rates to be Paid to Child Care Institutions WHEREAS this Board on June 30, 1975 adopted Resolution Number 75/523, establishing rates to be paid to Child Care Institutions for the fiscal year 1975-76; and WHEREAS the Board has been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution Number 75/523 is hereby amended as detailed below: ADD THE FOLLOWING SMALL FAMILY HOME MONTHLY RATE Proschold Home, Santa Rosa $ 475.00 PASSED by the Board on June 22, 1976. Orig: Probation Department cc: Human Resources Director County Probation Officer Social Service County Administrator County Auditor-Controller Superintendent of Schools 00343 k BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Fortune-Telling License to ) Bessie Costello ) RESOLUTION NO. 76/557 455 Valley View Road ) (6-22-76) E1 Sobrante, CA ) The Contra Costa County Board of Supervisors RESOLVES THAT: On June 15th this Board held a public hearing on Mrs. Bessie Costello's application for a fortune-telling license, duly noticed and conducted pursuant to County Ordinance Code Sec. 56-7.410, and considered all oral and written information offered thereat; and the Board finds that the conditions and requirements of Sec. 56-7.410 are satisfied. Therefore, pursuant to Sec. 56-7.412 the Board orders the Sheriff to grant this license according to law and the terms of the application. PASSED on June 22, 1976, unanimously by the Supervisors present. cc: Diss. Bessie Costello County Sheriff-Coroner County Counsel County Administrator GUM:mg RESOLUTION NO. 76/557 003W44 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA = In the I•Iatter of Expressing ) Appreciation to Mr. James ) Hernandez, Jr. for his Service ) RESOLUTION NO- 76/558 to Contra Costa County. ) WHEREAS Mr. James Hernandez, Jr. has served Contra Costa County as a public member on the Regional Criminal Justice Planning Board for the past five years; and WHEREAS Mr. Hernandez served as Vice-Chairperson of said Board from July 1973 to July 19711; and I1IIEREAS ?4r. Hernandez has served on the Corrections Review Committee during; his tenure on said Board; and WHEREAS Mr. Hernandez serves as Director of Police-Community Relations and Training, for the Pittsburg Police Department and has so served for the last 5 years; and WHEREAS Mr. Hernandez served on the Horth Bay Human Develop- ment Cornoration in Pittsburg from 1970-71; and :•'HEREAS Mr. Hernandez served as Vice-Chairman of the Contra Costa County Juvenile Justice Commission; and WHEREAS Mr. Hernandez now finds it necessary to resign his position on the Regional Criminal Justice Planning. Board; NOW, THEREFORE BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA RESOLVED that it expresses avpre- ciation to Mr. James Hernandez, Jr. for his service to the County of Contra Costa and to the Criminal Justice Agency of Contra Costa County_ PASSED AND ADOPTED this 22nd day of June, 1976. lic: County Administrator 00345 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the "Matter of Expressing ) Lnnreciation to IIs. Catherine K. ) Tong for Public Service to ) RESOLUTION NO. 76/559 Contra Costa County. ) WHEREAS Ms. Catherine Lona has served the County of Contra Costa for a period of almost five years as a public member of the Regional Criminal Justice Planning Board having served on various committees and as Board Vice-Chairperson; and 11HEREAS IIs. Long has served for the oast eight years on the Contra Costa County Juvenile Justice and Delinquency Prevention Commissions, serving as Vice-Chairman of the Delinquency Prevention Commission from January 1973 to January 1976; and WHEREAS in 1972-73 IIs. Long served as a member of the Juvenile Hall Auxiliary campaign to raise funds for the Juvenile Hall Gymnasium; and W.1-EREAS 11s. Long served as Co-Chairman of the Inter- A;ency Committee sponsored by the Contra Costa County Juvenile Justice and Delinquency Prevention Commissions to explore the drug abuse problem in the county and to develop effective co- oneration to combat it; and W*iEREAS Ms. Long served from 1970-71 as a member of the Hxvcutive Committee of the Contra Costa County Drul; Abuse Council; and WHEREAS `is. Long has served Contra Costa County in many canacities in addition to those set forth above and devoted many long hours to public service in Contra Costa County; and U,%":REAS Ms. Long has nor: decided to take a sabbatical .!save from her many and varied duties; NOW, THEREFORE BE IT BY THE BOARD OF SUPERVISORS OF THE COUN-Y OF CONTRA COSTA, CALIFORNIA RESOLVED that it expresses deep appreciation to Ms. Catherine K. Long for her service to the County o`' Contra Costa and to the Criminal Justice Agency of Contra Costa County and commends her for her public spirited efforts. PASSED AND ADOPTED this 22nd day of June, 1976. cc: County Administrator 00345 v t f In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approving Consulting Services Agreement with Mechanical Consultants, Inc. , Berkeley. (Work Order No. 5273) . The Board of Supervisors AUTHORIZES the Public Works Director to execute a Consulting Services Agreement with Mechanical Consultants, Inc. , Berkeley. The Agreement is for remodeling the County Finance Building Air Conditioning system in Martinez. Said Agreement provides for payment to a maximum of $4,000, which amount shall not be exceeded with- out additional written authorization by the Public Works Director. PASSED by the Board on June 22, 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 & Grounds Supervisors cc: Mechanical Consultants affixed this 22nd day of June 19 76 Public Works Department ^ J. R. OLSSON, Clerk County Auditor-Controller By_l/Lz/�L _ �'z,✓ Deputy Clerk Jean L. Miller 0034-7 { q n , IN THE BOARD O? SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA June 22 1976 In the :latter of ) Authorizing Contracts for the Provision of ) Mental health Services from July 1, 1976 ) through June 30, 1977 ) In accordance with the Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1976-77, IT IS BY THE BOARD ORDERED that: I. Payment Limit- The new mental health services contracts set forth below, an exemplar attached hereto, shall be subject to the payment limits specified in Paragraph III below for the 12-month contract term beginning July 1, 1976; II. Budgets. The new contracts shall contain program budgets showing the below specified amounts for specific program components and payment limits, and'estimates of the applicable outside revenues to be collected and the gross allowable program costs to be incurred by the contractors during the 12-month contract term. In the event the County submits a modified Contra Costa County Mental Health Services (Short-Doyle) annual plan, which is accepted by the State Department of Health, the budget of estimated program expenditures herein will be adjusted to conform the payment limit herein to the Contractor's net program costs expressed in said plan; and III. Execution. The Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the Board, new contracts with the below named contractors upon approval as to form by County Counsel, and recommendation by the County Mental Health Director or his designee, as follows: AMOUNTS FOR CONTRACT CONTRACT SPECIFIC PAYMENT LIMIT NUMBERS CONTRACTORS PROGRARS 7/1/76-6/30/77 24-000 Martinez Bus Lines, Inc. $ 79,000 24-700 Contra Costa Suicide Prevention $ 5,600 24-705 We Care Society, Inc. $ 166,920 24-706 Ronoh Preschool for Disturbed Children S 103,150 24-707 CCC Association for the Mentally Retarded $ 139,740 Lynn Day Treatment Center $ 92,453 Respite Program $ 47,290 24-708 Richmond Unified School District (Knolls) $ 57,001 24-710 City of Antioch (REACH) $ 15v400 24-722 BiBett, Inc. $ 349,219 Ozanam Center for Women $ 42,937 Diablo Valley Ranch $ 169,358 Green Street Detox (Central County) $ 136,924 24-723 Neighborhood House of North Richmond $ 209,640 Fauerso New bay Center $ 47,000 Hollomon Detox $ 162,640 24-725 Re-Entry Services $ 127,740 Re-Entry Homes $ 27,740 Chrysallis Center $ 100,000 24-727 Many hands $ 86,000 24-728 Rubicon $ 97,890 24-734 Mt. Diablo Rehabilitation Center $ 15,060 24-736 Sunrise House $ 70,671 24-739 National Council on Alcoholism $ 19,157 24-745 E1 Sobrante Activities Center $ 23,540 24-746 Los Nedanos Coomunity Hospital District $ 152,571 East County Detox 24-749 CCC Superintendent of ochaols $ 125,622 Center for Humin Development $ 108,342 Alcohol Provider Training $ 17,280 24-751 Phoenix Programs $ 201,876 Phoenix House/Satellite Housing $ 86,570 Phoe:: x Center $ 77,586 C•oticr rd Social Activity Center $ 37,720 24-753 Cambia, Inc. $ 461,768 Skilled &Nursing Care $ 27,778 Cha:bia Tray $ 433,990 PASSED BY THE BOAVD on June 22, 1976. CERTIFIED COPY Orig: Human Resources Agency f certify that this Is a full,true k correct copy of Attn: Contracts f. Grants Unit the orftrinal document which is on file In my office, cc: Cantractors and that It was passed & adopted by the Board of cupenrisors of contra Costa County. California, on County Administrator the date shown ATTEST: J. R. OLSSON. County County Aud itor-Controller Clerk E e:officio Gert of Bald Board of Supe-i"M by Deputy Clerk. %ounty Medical Services/ - �/� JUN 2 2 1976 00348 s s In the Board of Supervisors of Contra Costa County, State of California June 22 0119 76 In the Matter of Recommendations for Reduction in County Budget for Fiscal Year 1976-1977. The Board on May 18, 1976 having referred to its Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) and the County Administrator a letter from a Special Committee of the Crockett Improvement and Business- men's Association submitting a list of recommendations for possible reduction in the County budget for the 1976-1977 fiscal year; and Supervisor Boggess, on behalf of the Administration and Finance Committee, having this day recommended that the aforesaid matter be removed from committee referral inasmuch as these particular items will be taken up in connection with consideration of said budget; IT IS BY THE BOARD ORDERED that the recommendation of the Administration and Finance Committee is APPROVED. Passed by the Board on June 22, 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. cc: Board Committee Witness my hand and the Seal of the Board of County Administrator Supervisors affixed thhs!2nd day of June . 1976 J. R. OLSSON, Clerk By; Deputy Clerk Maxine M. Neufeld H-24 3/76 ISm 00349 u M In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Denial of Claim.of Ms. Gayle Arnold. Ms. Gayle Arnold by and through her attorney, Mr. Michael J. Oliver, 2255 Contra Costa Boulevard, Pleasant Hill, California 94523 having filed with this Board on May 19, 1976 a claim for personal injuries in the amount of $500,000; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on June 22, 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. cc: Claimant Witness my hand and the Seal of the Board of Public Works (3) Supervisors Attn: Mr. R. Broatch wed this22ndday of June . 19 76 County Counsel County Administrator Director, Human Resources J. R. OLSSON, Clerk Agency BDeputy Clerk I-?axine M. Neufeld 0 350 H-24 317615m I MICHAEL J. OLIVER A14 ATTORNEY AT LAW 2 2255 Contra Costa Boulevard F I L E, LO Pleasant Hill, California �11Cvt£-cG�lcc� �L 3 687-7575 t�c�y i,rt 191'u "t- 4 J. .M=4 aa�ri�_o+ suv:avt�s 5 4� � fi 6 7 8 Claim of ) 9 GAYLE ARNOLD ) CLAIM FOR PERSONAL INJURIES 10 v. ) 11 BOARD OF SUPERVISORS, SOCIAL ) SERVICES DEPARTMENT, CONTRA ) 12 COSTA COUNTY ) 13 14 TO: THE BOARD OF SUPERVISORS FOR CONTRA COSTA COUNTY: 15 YOU ARE HEREBY NOTIFIED that GAYLE ARNOLD claims damages 16 from the BOARD OF SUPERVISORS, SOCIAL SERVICES DEPARTMENT, CONTRA 17 COSTA COUNTY, in the amount, computed as of the date of presenta 18 tion of this claim, of $500,000.00. 19 This claim is based on personal injuries sustained by 20 claimant discovered by claimant on February 19, 1976, at 21 Children's Hospital, Oakland, California, under the following 22 circumstances: 23 Claimant was intentionally misinformed by representatives 24 of the Social Services Department and others as to the nature 25 and extent of the medical infirmities suffered by her daughter, 26 Chris. 27 The injuries sustained by the claimant are mental anguish 28 and distress. Microfilmed with Ewa order 1 005-1 i Damages incurred to date: 2 Medical expenses and psychiatric expenses in an amount presently unknown 3 General Damages $250,000.00 Punitive damages $250,000.00 4 5 All notices or other communications with regard to this 6 claim should be sent to claimant at: MICHAEL J: OLIVER, 2255 7 Contra Costa Boulevard, Pleasant Hill, California 94523. 8 Dated: May 19, 1976. 9 10 GAYLE ARNOLD, Claimant 11 12 MICHAEL OLIVER Attorney for Claimant 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 00352 In the Board of Supervisors of Contra Costa County, State of California June 22 , 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 $350 per month for a dependent child of the court (Court Number 36506) in the home of Elma Pulham, Antioch, California, effective June 23, 2976• PASSED BY THE BOARD on June 22, 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 on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Director, NRA Supervisors cc: Social Service affixed this 22nd day of June 19 76 M. Hallgren — County Administrator J. R. OLSSON, Clerk County Auditor-Controller CL, s , Deputy Clerk Ronda Amdahl mh 01353 H 24 8/75 10M III � • In the Board of Supervisors of Contra Costa County, State of California June 22 , 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 $306 per month for a dependent child of the court (Court Number 16585) in the home of George and Olivia Bellows, Pittsburg, California, effective June 23, 1976• PASSED BY THE BOARD on June 22, 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. Orig• Director, HRA Witness my hand and the Seal of the Board of cc: Social Service, Supervisors M. Hallgren affixed this 22nd day of June , 19 76 County Administrator J. R. OLSSON, Clerk County Auditor-Controller � > By t ce..mac c`•n c - cCc . Deputy Clerk 3onda Amdahl mh 00354 H 24 8/75 IOM t In the Board of Supervisors of Contra Costa County, State of California June 22 , i9 76 In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 47274, at Lincoln Child Center, Oakland, at a monthly cost not to exceed $1,631, effective June 22, 1976. PASSED by the Board on June 22, 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. O r i g- Probation Department Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors County Auditor-Controller affixed this 22ndday of June 19 76 County Administrator J. R. OLSSON, Clerk C2 .Y,-y-on 410 . Deputy Clerk Ronda Amdahl BRS UO�JJ H-24 3/76 15m In the Board ar` Supervisors r or Contra Costa County, State of California I hereby certify that the foregoing is a true and correct copy Of an Order entered on the minutes of said Board of supervisors on the date aforesaid. witness my hand and the Seal of the Board of Orig: Probation Department Supervisors cc: County Probation officer affixed this June 1976 County Auditor-Controller _12ndd,y of County Administrator J. R. OLSSON, Clerk Deputy Clerk Ronda Amdahl BRS H-24 3/76 I'm In the Board of Supervisors r or Contra Costa County, State of California June 22 19 76 In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 466)8, at Devereux Schools, Goleta, at a monthly cost not to exceed $1,068, effective June 22, 1976. PASSED by the Board on June 22, 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 Orig: Probation Department cc: County Probation Officer Supervisors County Auditor-Controller affixed this 22nddcr,, of June , 19 76 County Administrator J. R. OLSSON, Clerk -4, rA r-Qn Cn 0 Deputy Clerk BRS Ronda Amdahl 00, 15.--6 '`''' i.:v..e ... •fir. t ; In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Placement of a Child (546-15-4189-P) On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES placement of 546-15-4189-P in Plumfield, Inc., Santa Rosa, California, at a rate of $1055 per month effective June,23, 1976. PASSED BY THE BOARD on June 22, 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. Ori g• Director, HRA Witness my hand and the Seal of the Board of cc: Social Service Supervisors H. Hallgren affixed this 22nd day of June 1976 County Administrator J. R. OLSSON, Clerk County Auditor-ControllerY. dry C,Q . Deputy Clerk Ronda Amdahl mh 0035'7 H 24 8/75 IoM In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 46859, at Fred Finch Youth Center, Oakland, at a monthly cost not to exceed $1,844, effective June 22, 1976. PASSED by the Board on June 22, 1976. a 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. 0 r i g: Probation Dept. Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors County Auditor-Controller affixed th'h'2nd day of June 19 76 County Administrator J. R. OLSSON, Clerk By�Cc•r c� (� w ��n 1., C. Deputy Clerk Ronda Amdahl BRS 00358 H-24 3/76 15m C. Cr i, i ,. In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Executive Session. At 10:25 a.m. the Board recessed to meet in Executive Session in Room 108, County Administration Building, Martinez, California pursuant to Government Code Section 54957.6 to consult with its representatives in connection with discus- sions of salary matters. At 10:55 a.m. the Board reconvened its regular session. The Chairman asked the clerk to read the following statement: "During the Executive Session, the Board was advised that the meet and confer process was proceeding constructively with all employee organizations and that agreement had not as yet been reached with respect to terms and conditions of employment for fiscal year 1976-1977. "Since there is obvious good faith bargaining underway, the Board has agreed to make adjust- ments retroactive to July 1, 1976 so long as there is continued good faith effort to reach settlement and so long as agreement occurs within a reasonable period of time after July. l." Good cause appearing therefor, IT IS BY THE BOARD ORDERED that retroactivity is extended until July 13, 1976. PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order enbred on the minutes of said Board of Supervisors on the date aforesaid. cc: Director of Personnel Witness my hand and the Seal of the Board of County Counsel Supervisors County Auditor-Controller affixed this?2nd day of June 19 76 County Administrator — J. R. OLSSON, Clerk ByDeputy Clerk Neufel oo; H•24 3/7615m ............... 777 In the Board of Supervisors ' of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 45238, at Fred Finch Youth Center, Oakland, at a monthly cost not to exceed $1,844, effective June 22, 1976. PASSED by the Board on June 22, 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 oforesaid. Orig: Probation Department Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors County Auditor-Controller affixed this 22nddoy of June t9 76 County Administrator J. R. OLSSON, Clerk ByDeputy Clerk Ronda Amdahl ORS 00360 H-24317615m VVw In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of Authorizing Travel IT IS BY THE BOARD ORDERED that Thomas M. Finley, Project Manager, Contra Costa County Detention Facility, is AUTHORIZED to travel to Chicago, Illinois; St. Louis, Missouri; and Denver, Colorado, to inspect detention facilities at those locations for the dates of July 6-8, 1976, at County expense. PASSED by the Board on June 22, 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. Dept. Public Works Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Sheriff—Coroner affixed this 22nd day of June , 19 76 Public Works Director J. R. OLSSON, Clerk Auditor—Controller BQ�-.cCn_ CA Deputy Clerk H za 12/74 • 15-M Ronda Amdahl 00361 s � In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 7 In the Matter of Authorizing Attendance at 11th Western Regional Reciprocal and Family Support Enforcement Association Conference in Vancouver, B. C. IT IS BY THE BOARD ORDERED that Mr. James Shoras, Assistant Family Support Program Administrator, and Mr. Harry I. Bows, Deputy District Attorney, are authorized to attend the 11th Western Regional Reciprocal and Family Support Enforcement Association Conference in Vancouver, B. C. from July 5 to July 9, 1976. PASSED AND ADOPTED on June 22, 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. Dept. District Attorney Witness my hand and the Seal of the Board of Supervisors cc: County Auditor-Controller affixed this 22nd day of June 19 76 County Administrator J. R. OLSSON, Clerk Bfi�r-.•ter n GHQ . Deputy Clerk H 24 12/74 - 1541 Ronda Amdahl 00362 In the Board of Supervisors of Contra Costa County, State of California June 22 ' 1976 In the Matter of In the Matter of Authorizing P. Attendance at Meeting On the recommendation of the County Probation Officer, IT IS BY THE BOARD ORDERED that Cecil Lendrum is AUTHORIZED to attend the "Improved Lower Court Case Handling" Workshop in Las Vegas, Nevada, July 7, 1976 - July 9, 1976, cost of said travel to be paid in part from LEAA funds. PASSED by the Board on June 22, 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. Ori g• Probation Department Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors County Auditor-Controller affixed this 22n doy of June . 19 76 County Administrator J. R. OLSSON, Clerk Byer.,•�f�n C,t- w cin h Q . Depury C�^BSc Ronda Amdahl H-24;/76 ISm 00363 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Attendance at Lower Court Case Handling Workshop in Las Vegas, Nevada IT IS BY THE BOARD ORDERED that Mr. Gary E. Strankman, Assistant District Attorney, is authorized to attend the Workshop on Improved Lower Court Case Handling to be held in Las Vegas, Nevada, July 7, 8 and 9, 1976. All costs will be paid by LEAA funding. Passed and adopted on June 22, 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. Dept. District Attorney Witness my hand and the Seal of the Board of cc: County Auditor-Controller Supervsors County Administrator affixed this 22nd day of June 1976 1� J. R. OLSSON, Clerk Vx, . Deputy Clerk H za 12/74 - 15-M Ronda Amdahl 00364 e • In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of U. S. Senate Bill 3098 The Board this day considered the recommendation of the Economic Opportunity Council that it support U. S. Senate Bill 3098 pertaining to funding of Community Services Admini- stration/Economic Opportunity Programs for the reason that adoption of said bill will decrease the local share requirement to 20 percent and replace present law which increases the local share requirement to 30 percent in 1976 and 40 percent in 1977. IT IS BY THE BOARD ORDERED that a County position in SUPPORT of said measure is hereby established. PASSED by the Board on June 22, 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. Dept. CAO Supervisors affixed this 22nd day of June 19 76 cc: Economic Opportunity Council _ J. R. OLSSON, Clerk By ( .. C_ Q_ , Deputy Clerk H 24 12n4 - I&M Ronda Amdahl 00365 In the Board of Supervisors of Contra Costa County, State of California r June 22 19 -U In the Matter of Negotiation with the State for additional alcohol program funds At the request of the Director, Human Resources Agency, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to negotiate with appropriate State officials to obtain an additional $18,000 in alcohol program funds for the 1975-76 fiscal year with the understanding that county matching funds in the amount of $1,800 would be required. PASSED BY THE BOARD on June 22, 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: HRA Director Supervisors cc: Dr. George Degnan affixed this 2 2 n d day of June 19 7 Dr. Charles Pollack J. R. OLSSON, Clerk County Administrator By±:7'='�c._ i L _ rte:c. Q, Deputy Clerk Ronda Amdahl 0066 H 24 8/75 10M AR ,.y L In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Approval of Contract Renewal with Richmond Community Development Corporation/Education Religious and Community Development Corporation The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Richmond Community Development Corporation/Education Religious and Community Development Corporation for operation of a Halfway House Program, from July 1, 1976 to June 30, 1977, at a cost not to exceed $11,680.00. PASSED by the Board on June 22, 1976. I hereby certify-that the foregoing is a true and correct copy of an order entered an the minutes of said Board of supervisors on the date aforesaid. Witness my hand and the seal of the Board of Orig: Probation Department Supervisors cc: County Probation Officer Attn: W. C. Donavan, Jr. affixed this22ndday of June 19 76 Contractor c/o Probation Officer J. R. OLSSON, Clerk County Auditor-Controller County Administrator By Deputy Clerk i-+.ax ne M. Ne e WCD rr H.24 3176!sin ���L�•� s i In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Accepting Donation The County Administrator having notified the Board that a cash donation of $7,000 has been received from the Orinda Foundation for park improvements ($3,500) and operating expenses ($3,500) of the Orinda Community Center; IT IS BY THE BOARD ORDERED that said donation is hereby ACCEPTED on behalf of County Service Area R-6, Passed by the Board on June 22, 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. Dept. CAO Supervisors cc: Public Works affixed this 22nd day of June 1976 Auditor-Controller J. R. OLSSON, Clerk Orinda Foundation g 0, Deputy Clerk H 24 12/74 • 15-M —K o n d Amdahl fl0368 In the Board of Supervisors of Contra Costa County, State of California ,lune 22 • 19752_ In the Matter of Donation of Ambulance by Cadillac Ambulance Service, Inc. On the recommendation of the Director, Human Resources Agency, IT IS BY THE BOARD ORDERED that the donation of a 1969 Pontiac Ambulance, License No. Y 27121 and Identification No. 262909 P 171196, from the Cadillac Ambulance Service, Incorporated, stipu- lated for the purpose of aiding the training techniques of the Emergency Medical Technician Program available to residents of Contra Costa County and for advanced training programs designed for County Medical Services personnel, is hereby ACCEPTED. PASSED BY THE BOARD on June 22, 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 Orig. Dept. HRA Supervisors cc: County Administrator affixed this 22nddoy of June 19 76 Auditor-Controller J. R. OLSSON, Clerk County Medical Director By ("1 Deputy Clerk x 2a Aqr%X Health Officer Cadillac Ambulance Service Ronda Amdahl 00369 . .n In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Advance of Funds in the Amount of $238,500 to the OEO Program IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to advance funds in the amount of $238,500 for the operation of the Office of Economic Opportunity Program (Central Administration and Delegate Agencies) pending receipt of Federal grant for the third quarter of the 1976 program year. PASSED AND ADOPTED on June 22, 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. Dept. Office of Economic Witness my hand and the Seal of the Board of Opportunity Supervisors affixed this 2 2nd day of June 19 76 CC: County Administrator J. R. OLSSON, Clerk County Auditor-Controller BY c•,,rCeL �1..,��nln Q, , Deputy Clerk H 24 12/74 - 15-M Ronda Amdahl 003'70 w In the Board of Supervisors of Contra Costa County, State of California June 22 11976 In the Matter of Authorizing Destruction of Certain Records, Marshal, Walnut Creek-Danville Judicial District Pursuant to provisions of the California Government Code Section 26202, IT IS BY THE BOARD ORDERED that William H. Davis, Marshal, Walnut Creek-Danville Judicial District, is AUTHORIZED to destroy certain records dating from January 1, 1960 through December 31, 1970. Passed by the Board on June 22., 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: County Administrator Witness my hand and the Seal of the Board of Supervisors cc: Marshal, Walnut Creek- affixed this 22nd day of June . 19 76 Danville Judicial — District J. R. OLSSON, Clerk County Auditor-Controller Bys Q irCr._ n Deputy Clerk H 24 12174 - IS-M Ronda Amdahl 00311 In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of Representatives on the Economic Opportunity Council of Contra Costa County. The Board on May 20, 1975 having authorized the following Supervisors and their alternates as representatives on the Economic Opportunity Council: tl ame Alternate* Supervisor J. P. Kenny County Administrator Supervisor A. M. Dias Director, Human Resources Agency Supervisor J. E. Moriarty County Medical Director Supervisor W. N. Boggess County Health Officer Supervisor E. A. Linscheid Director, Housing Authority of Contra Costa County *(or their designee) Mr. Nick Rodriquez, President of the Economic Opportunity Council , in a June 16, 1976 letter to the Board having expressed the desire to retain the aforesaid representatives for the fiscal year 1976-1977 unless the Board wishes to appoint new representatives on said Council ; IT IS BY THE BOARD ORDERED that retention of the aforesaid representatives and their alternates on the Economic Opportunity Council is APPROVED. PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Office of Economic Opportu Witness my hand and the Seal of the Board of Appointees and Alternates 19LUrvisors County Auditor-Controller affixed thi,22nd day of June 19 76 County Administrator J. R. CILSSON, Clerk By -/V - C- f F Deputy Clerk Rdbbie Guilerre Z,/) 00314 11 24 3/76 1%in C In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Authorizing Issuance of a Certificate of Appreciation to Ms. Helen Shideler. IT IS BY THE BOARD ORDERED that a Certificate of Appreciation be issued to Ms. Helen Shideler for her 35 years of uninterrupted county employment in the Treasurer/ Tax Collector's office. PASSED by the Board on June 22, 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. cc' County Administrator Witness my hand and the Seal of the Board of Supervisors affixed this 72 day of Titnf- , 19 J. R. OLSSON, Clerk By U 2f7.00 ll/� Deputy Clerk Pon-!-*---- Boaz 00373 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Proposal to Ban Sale of Wild Animals as Household Pets. A June 10, 1976 memorandum having been received from Mr. John B. Clausen, County Counsel , in response to Board referral of a letter from Mr. and Mrs. Gene Wallen, 2660 Ross Place, Walnut Creek, California 94596 relating to a proposal to ban sale of wild animals as household pets; and County Counsel having advised that implementation of said proposal requires state legislation, and having suggested that the matter should be taken up with state authorities; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is ACKNOWLEDGED. PASSED by the Board on June 22, 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. c c: Mr. and Mrs. G. Wallen Witness my hand and the Seal of the Board of County Counsel Supervisors Agricultural Commissioner affixed this22ndday of_ June 19 76 County Administrator 7 J. R. OLSSON, Clerk BYC,/ -" Deputy Clerk Robbie GutiVrrez 003'74 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Sale of Excess County Property, Assessment District 1973-4, Danville Parking Lot Work Order 5408. This being the time fixed to receive bids for purchase of excess county real property located on the south side of Railroad Avenue between Linda Mesa Avenue and Prospect Avenue (Assessment District 1973-4, Danville area); and No smitten or oral bids having been received; and Mrs. Randi Dalton, 2196 Miranda Avenue, Alamo, California, having appeared and presented a petition containing approximately 27 signatures requesting that said parcel of land not be sold for private development but rather that it be used for park purposes; and The Board members having discussed the suggestion contained therein, IT IS BY THE BOARD ORDERED that receipt of the aforesaid petition is ACKNOULEI7JED and the matter is REFERRED to the Public Works Director, the County Administrator, County Service Area R-7 Advisory Committee and the Danville Parking District Taxpayers Advisory Committee. PASSED by the Board on June 22, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Soord of Supervisors on the date oforesoid. cc: sirs. R. Dalton ;1ht.n-tis my i'ard and i::s Scci of t^a i'.00rd of Public jlorks Director c_: •-rvisor Attn: J. Fears , County Administrator a :d i'is 22nay of_ .lune 19 76 CSA R-7 Advisory Cotiaittee Danville Parking District �, J. R. OLSSON, Mer!t Taxpayers Advisory Committ Director of g [ fi:•�-""� ���• Dzputy Clerk Plannin I1axine i:. :elu c 00375 AJ:mn �_ . • .. :i 4- PLTITICtr TO SAVE L,"T. %3, Ca•:T t6 � 1-i%96MQSa. P t Aw,,wLllsw-4*e�•=; r+ac( sx west) The u ndersig-na3 reside ate end nardhants of Danville, Call.Carnia anal/or Sail Rwexnsz Ysll;-, 4o beret; ask that the 12 acre pf land, nzov. wipty field of wilds grasses, NOT be sold for private develop-, ment (stors%s, apartments, etc.) but rather that it remain in P[ISLIC hands for park ;=—,oses. The arm ;s one of the fear r9+inino open space lands In Danville, and was originally pureed for a parkin.- lot with PArM*IG ASS3;3= DISMICUT . TnS, several years ago. Me . Iand Is now declared wexces eff and is to go up for PUBLIC AUCTION on June 22, 1076. The R-7 Citizens Advisory Coarnittee got- the Parks ani Recreation_ District, San Radon Ta11R;■ does not have: enough funds t-+ 'buy the Sand (operlina bids are for )229,,000). :fie therefore ask 11 'thte Par1:; Assessment District of 7)a.-!vi3.3 a people, 2) the =oard of Supervi sore. j) the R=? District Conmittae, 4) the D:�.rille C:nanher of Cwanterce, 5) any and s31 intarested parties or people to =help fl!-4 a ray to e•7-t i tably preserve the lard for future b neratlons of residents and aarc_hi qts, #hoppers to enjor. Perhaps : e tax mores alftedy 'collected and spent by.tee Parking District can be crsdi.tpd to the Parks taxes (25# per UW) required to be 2ald by peop3:e within the Park-Inc kneeswent District9 so double taxation will not occur (i.e. paid 1•nr packing, now do not went to ---ve tr p.y _••r ;-ark.- o:- *l:e as-:.e tsl:id - already teas land should he censiderod in j^.1A•3iC/cou1gtq %and.), harefore, thati:' v,%V, have paid t*799 far a e lands ahnuld be exwrpt i'r,-t =:-rks taxes to t!a extant ..:` ��.,•.._ r.,; ',cyan:, Tho trzffic is a3.rrf�dr .taa!1, L.firrt � s :°;r: in r :iv;a.'•. ::3 ..-ov- t-, hav3 a s±sucpu of v3 seal rellof r.. r F•t..-r •• reI. :ne;—e'i::: ^.`;$, C4^Crede, Z1a3Js* —P •:+ c.-:--!. ' he lan-:.'scar gid, v. '_L t`.r•ser., '•'�1w'3j`.., Annie tsit'�w:;1 Pt az i t al-e, r1r4Z3 a , a Ramon Vallay 13t%agr. 11fth '"a oro (please check one) Rn^r' S _ CHA"I'T A .•�..:�, /59 �U�r1�e� ✓ ✓ Lys' I t pe5-cl- e - S J� , zrnm D�r� '% Cis �'.�.�.�•r ��.:! c"CCS. J ,,�+ � ! �S.� �.i�yc�c.tcC2.1c.. GYT ' �a-•.ca-cls--R..�O l9.! .f.- L`"� 1 /} t .S-2 il U f v 1 • . � S-Z L LL c: 003'77 It should also ba noted that no PUBLIC 'REA IZIGS have been ha=d on the decision to sell the land. 11 ow it was determined to Ice �w }?e excess is i:l=aae Mheck Ono) • rr:;.M -� .ass - R:�.s/t.�c�{�� a�1s� �� 3!a i�il+w�t. {�!"7��.�4roa, j _ I�i�•c• e s f `•[`'._�' - s ` ��;. �r!" �i,. �i- :.r:t-�•rl lli a�'t L,t},� � L!�.�.rr,,;�//� . . , .•� ;lc*- ' LA 4! � . IL t ! • .. . : •. h� � .•.... •: ..••I a... 1 t • 00378 p. it �:e+ull also be •_rated that no :*MZC MUM= have bep• • • t •�cr• i�c :.4'._1 on the dec;�Acn to wall the laud;. rr. Ow it vine daternined to R In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of AaDlication for Fundinr, under the State Beach, Parks, Recreational and Historical Facilities Bond Act of 1974. The Board having received a letter from Mr. Michael W. Adams, District Superintendent, Liberty Union High School (on behalf of the City of Brentwood, the Brentwood Park District and the East Delta Recreation District) requesting Board approval of, a revised joint apolication for funding under the State Beach, Parks, Recreational and Historical Facilities Bond Act of 19711; IT IS BY ThE BOARD ORDERED that the aforesaid request is APPROVED. PASSED by the Board on June 22, 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: Liberty Union 1111 h School Witness my hand and the Seal of the Board of District Supervisors Director of Planni n affixed this 22 day of June 1976 Contra Costa County Recreation and Natural J. R. OLSSON. Clerk Resources Commission � County Administrator By t—A-377 ner-A: Deputy Clerk Bonnie Boaz �f 003'73 TRW- e e In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Transfer of funds to the East/Central Contra Costa County Wastewater Management Agency The Joint Exercise of Powers Agreement, establishing the East/Central Contra Costa County Wastewater Management Agency, provides that "The County shall advance from its general fund the amount necessary to operate and conduct the study of the East/Central County Agency," which amount will be offset by an 57-1/2 percent Federal and State grant-in-aid and the remaining 12-1/2 per- cent by contributions made by member entities of the East/Central County Agency other than the County; and The Public Works Director having recommended that the supplemental grant- in-aid in the amount of $44,100 that has been appropriated for the East/Central Agency in the 1975-1976 Fiscal Year Public Works Budget be transferred to the funds of that Agency in order to meet costs for work performed for the study in addition to that initially anticipated. IT IS BY THE BOARD ORDERED that said recommendation of the Public Works Director be APPROITD and the transfer of funds as he recommended is AUTHORIZED. PASSED by the Board on June 22, 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 on the date aforesaid. Witness my hand and the Seal of the Board of ORIGINATOR: Public Works Department Supervisors Environmental Control affixed this 22nd day of June 1976 cc: County Auditor-Controller J. R. OLSSON, Clerk Public Works Director By Deputy Clerk Environmental Control N. In _aham County Administrator 013380 H 24 8/75 10M H24 8/75 10M 1N THE i;0AF.D OF iii'cii IF;. 6i-j Z; OI,, COI?T.?A COSTA COUR?Tl, STATS OF CALIFO111111 t AS EX OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT In+the flatter of Awarding Contract ) for Remodel of the Former Administration ) June 22, 1.976 Building, Contra Costa County Fire Protection) District, Pleasant Hill. ) (Work Order No. 5544) ) Bidflt:r Total Amount Bond Amountr. 1. Kirkham, Choan & Kirkham Inc. $37,066 Labor & Fiats. $18,533 Faith. Pcrf. 37,066 2. F. S. Huyck Construction Co. Tho above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public 11orks Director recoim-anding that the bid listed first above •is the loriest responsible bid and this Board concurring and so finding; IT IS OEDEIIED that the contract for the furnishing of labor and materials fa.- said work is awardcd 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 ._nd sufficient surety bends, as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURT:qM ORDERED that, after the contractor has signed the - contract and returned it together t:ith bonds as noted above and any rocuired certificates of insurarco, and the County Counsel has rovie,?cd and approved them as to form, the Public dories Director is authorized to sign the contract for this Board. IT IS FURTIIE: ORDERED that, upon signature of the contract by the Public Works Diroctor, the bonds posted by the other bidders are to be efonorated and any checks submitted for security shall be returned. PASSED by the Board on June 22, 1976 URTMED COPY I ecr:try that this 1,a full. true k correct cony or the odrinal t'.ucument r.hich lti an file In my office. and that 1t was adnptrd by the heard of Sulx•rrlsur, of Cuntr_. t'o.ta County. t'rAliornlx. on the dat.• nhowu..11'•1'Y_-;T: J. l:. elX::UN, County MaL:•ca ufilclo Clrrl,of nafd l:oard of::uprn•tdorn, cc: Public Works Director by Deputy Ocrk. County Counsel on JUN 2 2 19'6 County Auditor Contractor Form 9.1 1"Ov. 0-71; 00081 k CONTRACT (Construction Agreement) (Contra Costa County Standard form) 1. JiliiIAL special teras are incorporated below by reference. (yy2,3) parties: [public ,LgcncyContra Costa County Fire Protection District Kirkham, Chaon and Kirkham, Inc. , 2750 [Contractor] {�g�in'te lOiab7-n� CA. Co-Meegal na�ie (S1) effective vctc: .Tu1V 5, 1976 [See 54 for starting date.] Remodel Former Administration Building of Contra Costa C>'u%itp F=reT'ro ection District at 2010 Geary Road, Pleasant Hill, California, Work Order No. 5544, Base Bid all in accordance with the plans and specifications and drawings or general conditions, prepared by or for the Public Works Department and in accordance with the accepted bid proposaj.j4) Corplation Kira: [strike out (a) or (b) and "calendar" or "working"] tai: X�Xs{KX (b) Within 90 calendar/Ucz3oOC[days from starting date. ($S) Liquidated Oamagea: S 25-()0 per calendar day. (yb) public Agency's Agent: Public Works Director (57) Contract trice: /537,066.00 (for unit price contracts: more or less, in Iccoruance with finished quantities at unit bid prices.) ( [Strike out parenthetical material if inapplicable.] SIG.JA21fXn.I v ACY.JJIILc:::L'.':J' �w _ i pu:rlic Ar,cncu, By: ,, / +� (president, chairman Or Other ernoa L. 1� ia vesignated Representative) Public Works Director Contractor, hereby also acknowledging awareness of and compliance with Labor Coue "1361 nearning Workmen's Compensation Law. By: /1 i /'!-i, .� — �it�.l •[CORPOPATE Lcs.<na t a o_f:cial capacity in C c inessj SEAL] ' y: UesiInate of ictal capacity in die busine dote to Contractor (11 .aecute acl:nowledUnert form below, and (2) if a corpora- ..c.r,, affi- Corporate Ccal. - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - State of •:ilifornia ) ss. ACe:J0YLEVG::BJ? (by Corporation, County of ^•JNTRA COSTA ) Partnership, or Individual) The persop(s) signing above for Contractor, known to ae in individual and business cepacit1 as stated, personally appeared before ne today and acknowledged that he/they e::ecutcd _` and that the corporation or partnership named above executed it. uated: .;uVIrILIAL 1`; .. ! C,',,:,,j J. S M,_1 �' �"� t:".r?r:ret• .r- T:ot rf Public ii t:SSrc,:""F- �_- - - 7` - -u- Ir by, APIRU':::0: De tY - (Page 1 of 4) (cc-1: Rev. 11-73) Microfilmed with rd or-;;,00182 r _ w, t Y ^.. 3, OUk2: Culr.'RACP, CHAMIGL'S. (a) By their si-3natures in Section 2, effective on the above- date. these parties promise and agree at.. sit forth in this. contract, incorporating by these references the material ("special term.') in Sec. 1. (b) Contractor shall, at his t,wn coat and e:;j.ense, and in a worLLianliGc taanner, fully anti faithfully perform and complete the work; and will furnis.i all cateridls, labor, services and trdnsportation necessary, convenient ane proper in order fairly to parfors the reyuire:aettts of this contract, all strictly in accordance with the Pui,lic Agency's plans, drawings and specifications. (c) The work can be changed onl;, with Pu:.lic Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in -cc. 7 witltuut such an order. 4. TIMC: 11OTICI: TO PRG=U. Contractor shall start this wort: as directed in the speci- fications or tae !:otice to Proceeu; and shall corplete it as specified in sec. 1. :i. LIQUIDATED DA21AGES. If tae Contractor fails to cocplcte tais contract and this work within tate itt•w >::ed therefor, allowance being made for contingencies as provided herein, he becomes liai,le to the Public Agency for all its loss and danaye therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fir. the Public Ag-ttcy's actual danagc fro= any delay in performance hereof, it is agree": Ciat Contractor will pay as liquidated danages to Lite Public Agency the reasonable sura specified in Sec. 1, the result of the parties' reasonable endeavor to estinate fair av"•ragc conpensatiun therefor, for each calendar day's delay in finishing said worl:; and if the same be not paid. Public Agency may, in addition to its other re:. dies, deduct the sant frou any money due or to become due Contractor under this con- tract. If the Public Agancy for any cause authorizes or contributes to a delay, suspen- sion of worI: or entension 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-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the worl:, when such delay was caused b, the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. o, I1:'LGI:iaLU LJOL14iE,aS. ':he plaits, urawinys and specifications or special provisions of the Public agency s call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that any-t, tiring c:cUl)ited in the plans or drawings at:d not mentioned in the specifications or sl-ocial provisions. or vice versa, is to be e::ecuted as if e:atibiteu, mentioned and set icrut itt i,ot;t, to tee true intent and L:--awing thereof wadi tal:cn all together; and differences of oi:inion concerning theac stall be finally Ceteruitted by Public Agency's :ty,!itt specifieti ill Scc. 1. 7- PAYMi:11T. (a) ;or :tis strict anti literal fulfillment of these promises and conditions, ani a3 tull compensation for all this work, the Public Agency shall pay the Contractor the sum specified in sec. 1, except that in unit price contracts the payment shall be for firishced-quatttitics at unit bid prices. ,(b) on or about t e first way of eacit calendar month the Contractor snail submit to ' ti:e Public .tgancy a verified application for paIntent, supported by a statement showing all:materials actually installed during the preceding t out t, the labor expended thereon, and thoccoat thereof; w:tercupon, after cacckiny, th.: Pul,lic Agency shall issue to Contractor a certificate for Lite a:.totutt deternined to be due, pinus 10;. thereof pursuant toA;cvQrnt.:cnt Code Sec. 53aL7, but not until d,:fective work and materials have been Yci:oveu, replaced and "matte yoou. U. PAY11SIiTS WITHHELD. (a) ':lte Public e'.gency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such e:aent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective wort: not remedied, or uncu:apleted wor):, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for laaterial or labor, or (�) Reasonable doui,t that tete wort: can ue coupleted for the balance then unpaiLs or (5) Vanaye to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b2 The Public Agency stall ure reasonable Cili"3euee to discover and report to the Co •.ractor, as the work progresses, tits: materials and labor which are t,ot satisfactory to' it, so cs to avoi": unnecessary trouble or cost to t:tc Contractor in making good any de!,c`:v+ wort: or part-•. (c) 33 calendar days after the Puhlic Ayenc'y files its notice of completion of�)sp� e (Pa(je 2 of 4) U (CC-1; Rev. 12-73) i (CC-1; rev. 12-73) ,oil l uvrl., it suull issue a certificate to the Contractor and pay the balance of the contract price after aeuuctiu.j all arhouttts witaheld under this contract, provided the Contractor sh n carat all claiuz for labor and material:: have been paid, no claims nave r,een pres.:nted to the Pul.lie .Agency Lased on act!: or ot.iscions of the Contractor, and no liens or withhold notices have been filen against the wort: or site, and provided there are not reasonatrle inuications of defective or m.":sing war). or of late-recorded notices of liens or claire^ against Contractor. 9. IhSLRUJCL. (Lai,or Code 5513uU-ul) Un 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 tiorkian's Compensation insurance issued by all admitted in::urer, 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 Wo6jaehh's Compensation Law. lu. BUNDS. Un signi.ny t:tiz contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amounts) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payr.hent for all labor and materials ueereundcr. 11. rJULLM: T'J PL1tFuldi. If the Contractor at any tim refuses or neglects, without fault o_ the Public Agency or itr agent(s), to supply sufficient materials or woriwten to (_replete this agreement and work as provided herein, for a period of 10 days or more after wi itten notice thereof Ly fire Pu:.lic Agency, tare Public Agency may furnish same and deduct the reasoi.ai,le expenses hereof fro= t:ac contract price. 12. LABS APPLY. General. Both parties recognize the applicability of various federal, state and oval laws aitu rc.3ulationn, especially Citapter 1 of Part 7 of the California Labor Code (beyirniny with Sec. 17[u, and including Sec.. 1735, 1777,5, & 1777.6 forbidding discrimination) and intend that this agreur.tcut complies therewith. The parties specifically stipulate that tine relevant penalties and forfeitures provided in the Labor Code, especially in Satz. 1775 & 1513, concerning prevailinq wager. arm hours, siwll apply to this agreement as Uiouga fully stipulated !herein. t. 13. SU2H021':IUACiUltS. Governra:nt Coue 5!,4100-:113 are incorporated herein. 13. .*WL RMI:S. (a) Pur:uartt to Labor Code Sec. 1773, tine governing body of the Public Agency nas ascertained the ge:aeral prevailing, rate:: of wac,us per chew, and for holiday and ovcrtir.te worI., itt the localit• ill w.ric:ih this work is to be performed, for each craft., classification, or tyre of vorknan neeued to execute: tnis contract, and said rates are as specified in the call for Lids for oris work and are on file with the Public Agency, and are caereby incorporated herein. (b) ;hies sclhceule of wages is based on a working day of 3 hours unless otherwise soccified; and the daily rate is the hourly rate multiplied by t:re number of hours con- st ituting tine -working day. igen les> than that nunl.er of hours are worked, the daily wage rac,c is pro;,ortionately reuucea, out tyre huurly rate remains as stated. (c) Yu. Contractor, anu all his sui,ccuhtractora, mu::t pay at least muse rates to all persuaas on this work, irtcludian3 all travel, sue,sistehsee:, and fringe benefit payments proviue:e: for by applicable collective bargaining agreements. All skilled labor not listed above must h,e: paid at lead tihc! wage scale estabiis.aee, by collective bargaining agreement for such lal.or in tine locality viere such work is Lcih.y performed. If it becomes neces- sary for tlhe Contractor or any subcontractor to employ any perzon in a craft, classifi- eatiorh or type of work (except executive, supervisory, adrhiuistrative, clerical or other non-manual workers as such) fur wiaica no minitruru vagc rale is specified, the contractor shall ir.nediate:ly notify t:re rwilie Agency vlaich s:call promptly determine the prevailing wale rate t ie:rofor and furnish the Contractor with t:hu uirrir•ru..r rate Lased thereon, which s;1a11 apply fr " Lte tirx of tine initial or_ployuent of t:hc person affected and during the continuance of 4;ucll enplogr:.:ret. 15. liuiat5 OF L1Uulc. ! iyat hours of labor in one calendar dad- constitutes a legal day's vor!., anti no sict. za cr"ploycd at any tit:.: on this nor:: Ly the Contractor or by any sub- CU:1Lra,7tOr ::'tail Le rNluircd or permitted to wor:: louycr t!u:raon except as provided in Labor Code Secs. 1310-181 . 16. APl-JUJ.TIC;Z. Properly indentured apprentices =.hy be employed on Lair work in accordance with LaLor Code Seer. 1777.E and 1777.6, fori,iddin1 discri=inat_on. (Page 3 o: 4) (CC-1; ttcv. 12-73) 00384 I n a rk. 17, Pit1d'1.it1:sCL' IY);: :lItSi:1IF)Li. The Public Agency desires to promote the industries and ecunos of Contra Costa County, rise: tee Contractor therefore promises to use the products, wti6a.en, lai)orers and mechanics of tisis County in every case where the price, fitness and quality are equal. 16. AS!;IQl::L714. :his agreer•:ent. binds the heirs, successors, assigns, and represertatives o rt.e Contractor; but he cannot assign it in whole or in part, nor any monies due or to Lacosac: due under it, without the prior written consent of the Public Agency and the Co)itractor•s surety or sureties, unless they have waives notice of assignment. ll' . NU :1AIVUZ BY PLULIC AC.LI:CY. Inspection of the wort. and/or materials, or approval of Nor, 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 contract, or acceptance of the whole or any part of said work and/or materials, or payraerrts therefor, or any conLination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be t:rereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terns and conditions hereof. 20. 11OLU 111d:!:11S5 a I,:L•IY=:I:Y. (a) Contractor promises to and shall hold harmless and iadcLuu2y froze flim liabilities as defined in this section. (S) The indemnitees benufitcu arld protected by this prurlise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (e) Th,: liai.ilities protected against are any liability or claim for damage of any kirsu allegedly sr:ffered, incurreu or threatened becawne of actions defined below, including pursuual injurl, death, property uanage, inverse conderuiation, or any combination of these, z�..Iardless of wacther or not such liajility, claim or damage was unforeseeable at any time a---lore the Pu!,lic Agency approveu the iuprove-ient plan or accented the improvements as c'i,pletuu, and including the defense of any suit(s) or action(s) at law or equity concerning these. (ci) the actions causing liability are any act or omission (negligent or non-negligent in connection withthe matters covered by this contract and attributable to the contractor;. • su:)contractor(s), or any officer(s), agcut(s) or etg)loyec(s) of one or more of them. (e) :ton-Cos:uitions: Yue promise and agreement ill this section is not conditioned or dcs)cndent on whether or not any In,ternitee Inas prepareti , supplied, or approved any plan(s), cira:ring(s), specification(s) or special provision(s) in connection with this work, has i:iu,urance or other inuerunification covering any of Muse matters, or that the alleged d:a:,age rc::ulted partly from any negli,ent or willful misconduct of any Indemnitee. 2l =XAVATIU:1. Contractor shall comply with t:u: provi.ions of Labor Code Sec. 6422, if app) icaLl.:, ay su!.r:fitting to Pup.lic Agency a detailed plass showing the design of shoring, bracinq, sloping, or other provisions to be nade- for wor;.cr protection from the hazard of caving ground durirry trenc:s excavation. (Page 4 of 4) 003Q� (CC-1; rev. 1.-73) V l(Jj L ♦ 'Si Sr' f ,K � n � rsa ,�J' $ ���2 §I�°�f I lid 91 '��I i _ - T- .'� COM?ENSATlON P.O BOX 807 SAN FRANCISCO CALIFORNIA 94101 °x40 INSR7.i2ANCEs * f N D '5t mi Y ,t CERTIFICATEOFYYORKERS'COMPENSATIONINSURANCE : a � r t Ea uiC)* o Cantu CoStO Fttl Ita�ilg NPrasGcL �I :qtr y — ��r r 40LrL' , Se 3 s .r x S fart nezj, 0 53'-- T y � a sry.T —�"'� r This a to oergfy that we have owed a rand Workers'Compensation insurance policy ut a form approved by the Cali ornia Insurance Conrmisstoner to the empbyer named below for the poCscy penod indicated tM Thls policy is Iwt subbed to rancetlation by the Fund except upon ten days'adrariee wntten nor -- 4 tum to the empl We w+ll alio 91va you TEN days advance nonce should tha poricy becanceUed prwrto Its normal explraUon �" err a " > aV — SAPLOYEft 3m — Y. " ► C i2ttti'i Ki i'kha:a litL ' �,'.r a '' `! 'Gtr �* l� Saar i64 � '=31nut CreclE, Ca X593 cab prc c> u1IsT�ii � Fl e�l?is� �t• ^li� 1� �far;ae t1uF}dt4X S � X a .^ i`" —_ - y { 4 yyyy { 4 ��d r' §� t'✓�T,fy,,, Yf�' ,[��+rte'^• �i� �t. s' o y R State of On July 5, 1976 California ,before me,the undersigned, ss. .a Notary Public of said county and state,personally appeared County of - a`"Frsnc,xo JOSEPH D.MARTIN known to me to be the Attorney-in-Fact of mnrraarar:rurarmarunaaaananrummnuauruaaa EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY �OFWISC L ot*FrcrAr.SE" the Corporation that executed the within instrument,and known '. OLGA C. DURAN to me to be the person who executed the said instrument on �.L.� NOTARY PUBLIC-CALIr'pRN1A is ` Mr c L IM4. °F�" `S° ' behalf of the Corporation therein named,and acknowledged to or cw�l.w.r.a...r.....,�.u,a '`` P t/uarulazunurauaaaauruuuurua:aaaaruranraata me that such Corporation cxe tC he same. ` NOTARY PUBLIC STATE OF CAUMRNIA On this 6 t:t day of. J_.u 1.Y.........it the year one thousand nine CONTRA COSTA hundred a 7 ._rd before me, CaUAtTY OF, a Notary Public Stele of Cali/orria,duty commissioned and sworn,personally known to me to be the__..._P_rM a .aCAL....._ of the carporation descn3ed in and that executed the within irutrurnert, and clso known to me to be the pews who executed the withininstrument on behalf of the carporafian OFFICIAL SEAL therri n named, and arknowlzrt ed to rte that such corporation executed the CUIT J.M Ea ;i neTxzr err~:t•awlrc^�:a IN R424IM VREREOFI haaz hereunto sit m hand and affixed my official i; z:yam WIT11%COSTA .n _ Co -ra Casta as ►an a �as t:cw snL T° :9 s.* seat in the _... " Cour:ty of... the day and ,r _ yi=r in Geis C:tijxcl±jusACout wntlxrL »_..»__ _. Notary btic,State of Chlifornia �s 00387 Cowdary's Fong No.28—Acl:nowtedyuent Corporation(G C.Sera.1191)-3190.1) Printed 5172 { 0650-35-037079C Bcnd Pk•_ —_-- _ Pritaium: $278.00 ENIPLOYERS MUTUAL LIABILITY INSURANCE COJIPANY OF %V;SCONSIN E>1PLOYERS MUTUAL FIRE INSURANCE COMPANYrbd, Hume Office: lvaumu. N'ixonsin PERFORMANCE BOND KNOW ALL MIEN BY THESE PRESENTS That we. KIRKHAH, CHAON & KIRKHAM, INC. IZIPLOYERS MUTUAL LIABILITY INSURANCE COMPANY (hereinafter called•'Principal"1 as Principal.and___ J OF I,(ISCONSTH a corporation organ- ized and existing undo the laws of the State of_WisCoasin and authorized to transact business in the State of California (hereinafter called -Surety-).as Surety.are Feld firmly bond unto CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT (hereinafter called'Obligee'),as Obligee.in the penal sum of THIRTY SEVEN THOUSAND SIXTY SIX AND 110/100 Dollars (F 37,066.00 )• good and lawful money of the United States of America.for the payment of which. well and truly to be male.we bind oumelves.our heirs.administrators.executors.successors.and assigns.jointly and severally.firmly by these presents. Signed. Sealed erd Dated this 5th day of July , 19 76 V.'hr:-:c, the above bounden Principal has entered into a certain written contrcc! with the above-named Obligee, da!ed the 5th day of July .1976 for Remodel Former Administration Building at Contra Costa County Fire Protection District at 2010 Geary Road, Pleasant Hill, California, Work Order No. 5544, Base Bid all in accordance with the plans and specifications and drawings or general conditions, prepared by or for the Public Works Department and in accordance with the accepted bid proposal. which contract is hereby re!ered to and made a part hereof as fully and to the same extent as if copied at length herein. 110W. THER=FORE. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH. That if the above bounden Principal shall well and in:!y keep. do and perform, each and every. all and singular. the ratters and things in said contract set forth and specified to be by the said Principal kept.done and performed at the time and in the rnanner in said contract specified. and shall pay over, make good and reimburse to the above-named Obligee.all loss and damage which said Obligee may sustain by reason of failure or default an the part of said Principal. then this obligation sha:: be void. otherwise to be and remain iii full lorce�chd effect. t KIRKHM-1, CHAON & KIRKWA'H, ,IHC. i EMPLOYERS '-IUTUAL LIABILITY INSURANCE COMPANY OF ti Surety 4lIS�Oil T_t�i JOSE { :' TIN,- - Atlorney•in•Fact ��— t t)8� R15 4750 6-73 i R t 5 4?5(1 6.73 . IN .r STATE OFCAUFORNIA On this day of—j-1-0-Y.—in the year one thousand note hundred � and—l_� beforem » CURT J. »COOPER _ COUNTY OF.GOitiIT.�_l!..Cf1S:�.-- a Notary Public,State of CallfotTtia,duty commissioned and sworn.personduy eppeared _ F-_.g known to me to be the PrE+;UeJXFr_».»...». of the corporation described in and that executed the within instrument, and also known to me to be the person_,.... who executed the within instrument on behalf of the corporation therein named. and acknowledged to me that such corpora=tion executed the Nr same.— OFFICIAL ame.OFFiCtAL SEAL IN IMNESS WHEREOF I have hercun to set my hand and affixed my official CU'I J.C08?FR sed in the »� Count o Contra_ Cost u -` ._ ttorAar t�a:ta.r>Etc sss y f, _»» 4—the day end �; Tt yearintF.istertifcatzf tcbovewrittetq '( ` v !] Ca=�:ss:on fs.'•:cu S:OL:!-19ri� ».....•� � t�� .L.. Mary! State of Tifornia Cowdcrl i Fotm No.28-Acknowleltment Cwpmtioo(C C Srvz.11P2-1190.1) t'rintcd 5/72 July 5, 1976 State of Catiiorrua On ,before me,the undersigned, }ss. .a Notary Public of said county and state,personally appeared County of 5»,Fr-&— j JOSEPH D. MARTIN known to me to be the Attorney-in-Fact of EMPLOYERS Pi ML LIABILITY INSURANCE COMPANY OF WISCONSIN o•t+++++++'""""""""" OFFjCIAL Sit11t�"m�`na the Corporation that executed the within instrument,and known CI&L SF—AL w N, OLGA C. D11R.4N - to me to be the person who executed the said instrument on NOTARY PUBLIC-CALIFORNIA C%U L CD""OF Sty F"Ictsw c behalf of the Corporation therein named,and acknowledged to 11 M,C a ;.rME=A'n l.aw7-'++''1 = me that such Corporation cxC ed the same. i ,`irUlNti!lIUTA/IW1llflUH/1/W/U1/L\WUtUUtta7 6 7 ;n NOTARY PUBLIC 003 A x, •t : , i aYt.:EL.t FONMI FUSLIC .-C.4 6r'r.( 0650-35-037079C $TATE OF CALIFORNIA vRsb pr•a a:+'-tunrn ns r[ rorcnttrC P.Ont1 % - L:4�- 1;��� �1�►i�ira� ���sit��»�i•�� ��t�� illli�li ;f 4W EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF IVISCONSIN EMPLOYERS MUTUAL FIRE INSURANCE COMPANY Hume Office: tt'auvu. %Visconcin KNOW ALL t.-EN BY THESE FFESL,',.TS That we. KIRKHAPI, CHAOY & KIRKHAM, INC. a.Principal,. and DIPLOYERSt PIUTMAL LIABILITY INSURANCE COMP�porated uns••r th•: laws of the Statc of Wisconsin and autharzce9 to ex�_uie Fon-=ate.i und••rtaaags W. ^^b:curet � Soret•• are held and firmly E•ound unto any and all! } i r arsons named ui Cafdo.nia C3:d Code S••rt.+n 3;Ri •.•h-:-•• -i:.r: h-- nA los ;7-:; by the cr:rtra•,tnr eornp^.rty or Barra:at:on in the aggregate to:alol EIGHTEEN THOUSAND FIVE HUNDRED THIRTY THREE AND NO/100 - - - - - Dollars,IS 18,533.00 1. for the payment whereof. well and ::uly to be m,de. said Principal and Surety bird themselves•thear heir,administrators,successors c:td assigns• lo:n:ly and sever-illy, !::r.-Iv by these presents. . a Condition of the rote::in—. i:r,:tic:: a su_h the:t, whe:ec: tae aLcve bo::r.-ien P::rn,1 h-r entered it-:o a con%=ct,dated July 5, 19 76- with the CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT In do the fallowing,.-ort,tu,':Remodel Former Administration Building at Contra Costa County Fire Protection District at 2010 Geary Road, Pleasant Bill, California, [fork Order No. 5544, rase Bid all in accordance with the plans and specifications and drawings or general conditions, Frupafiedfbon �or �hePublicWorksDpZ4rtment and in accordance the acepted- pfldsropsal.ycooVrapcc ie.ePC: any cia:mant named in Section ?!Fl of tht`C+vti C,-.4e of the Sta:e c! California. or encunts due under the Unemp!oynent Insurance C. :e. w::h resp•�ct to wa.k or labor performed by any ruck da;mast that. the Surety on this bond will ray ti:e same. in c-i amount ra exree—,nq the agg:eeae acn s,-ec:L•ed in lh;: }.on^' ural a:co, in ca.:e sed is brought u;;n this bond•n rem;,on=c,le attorney's fee, s which shall be awarded by tiro court W the F:era:l:ng party in card suit, sad attorney's tee to be taxed as costa ::t said sort. t This fond shall inure to rho bcne!it ct any ,�•:a-: named in Sett:t)n 3181 of the Caval Cod.:cf the State of Cihf2:nia so as to give a right of action to them o:thea a:�r:Gn•_•_,: in e-:y :.u:t i rought ur_% t!i:a bon•t !This bond is executed and bled to comm-ly with :he r:cvistcns of the act of Legislature of the'Stats a! CcNwraa as designated in Civil Code.Sections 3217.325 anduzre,and ail a.-aea:!aents the:ctc. a• Signed and Scaled this 5th day of July 1 , I 76 9 • KIRKHAM, CHAOX & KIRKHMI, .INC. . Prnapal -EMPLOYERS MUTUAL LIABILITY INSURANCE CO3'•IPANY OF Surety Wlscousttd a• I,!(j���.i:.� ). Zt:1R nt:Jrn^_y-In•FaCT 875:39 G73 lJ , 00390 - . _._. -. w .rya -.•,...mw ,- :. *� • EtiIPLOYERS -,%IUTUr1L LIABILITY INSURANCE,COMPANY OF WISCOtiSIN l?OhT:R OF,1TTOR.�EY t SOW ALL MEN BY THESE PRESEor irrd and cxisting That the Emphycas f4mual Liability Ipsuiatce Company of Ku unsi0.s cotporatiaa duly pea sdn the Its of the State oC K'is:mau,acid htsia,its pstncipil off; in the city o[1t auuu.County of 11larathoa. tthis bond is executed anal filed to co:aFlp with the r-cvisic.�is of the Civil COde,Sections 3-247.31-51_ act of Legislature of th ,Stora of ct4N rtz as designated tnclts rvc,a:d all c tandmenis taccta in h ' .Signed and Sealed this 5t ;t •�• t day of July r 19 I:IRKFi76 Aa�I, CIIAOX & KIRKRA I Pr:nc1P-3l / — =EMPLOYERS MUPUAL LLNBILITY INSUR0.NCE CO-lPANy OF i sit;ety WISCONSIId 875-•%339 G73 stWrney-in•Fact 003( E.NIPLOYERS INILTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN POKER OF ATTORNEY h\OW ALL MEN BY THESE PRESS\-TS: That the Er, crs Mutual I.iabit ty fnsuuu;nce Company of w' uava a corporation duty orpnieed and Cooing under the 6ws of the State of Wisconsin,and luting its principal office in the City of Wausau.County of Marathon. Stats of W aconin.has wide.anasurnted and a,poiV.and does by these presents male.constitute and appoint_ Joseph D. Martin its true and lawful attomeyin-fact.with fun power and authority hereby conferred in its name.place and stead.to emote,sol,ackaowkdge and deliver any and all bonds•undertakings.recogdzusces or other written obligations in the nature thereof•------•----ad to bind the corporation thereby as fully and to the same exttmt as if such bonds were signed by the president. seakd with the caprate seal of the amputation and duly attested by its secretary hereby ratifying and contertwtg all that the said attocricyin-Pct may do in the prertises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duty called and held an the IM day of May,1973•which resolution is still in effect: 'RESOLVED.that the President and any{lice President—elective w appointive—of Employers Mutual liability tnauana Company of Wsscmuia be,and that each of them hereby it.autharired to execute powers of attorney qualifying the attorney named in the given power of attorney W execute on behalf of Employers Mutuat Liability insurance Company of Wisconsin bonds,tmdatakind p aall contracts of suretyship:and that any secretary or amisrant seattary be,and that each or any of them hereby is,authwrired to sticst the execution of any such power of attorney,and to attach thereto the sal of Employers>tutud Liability Insurance Company of Wisconsin. `FURTHER RESOLVED, that the signatures of such officers and the seat of Employers Mutual Liability Insurance Company of Wisconsin may be affixed to any sud4 power of attorney or to any certificate refacing thereto by facamik.ad any such power of attorney or certif►'ate bearing such facsimile signatures and fi imile seal stip be valid and biWmg upon the Employers Mutual Liability Insurance Company of Wisconsin when so altvtvd and in the future with respect to any bad,undertaking or contract of suretyship to which it isatracied.' L\WITNESS WHEREOF.Employers Mutual Liability Insurance Company of Wisconsin has caused there presents to be siped by the vice aaident and attested by its secretary,and its corporate seal to be hecto affixed this 6th dyy of y ,19 75 EMPLOYERS>tITIII� TY jhCSU"%CE CO)IPANY OF WISCONSIN s GGG,+++1���/` T. A. Hack Vice President Attests, —7R. J. Geadorff�/ Secretary STATE OF WTSCOWN ) )sa. COLIN'TY OF MARATIIO%) On this6th d, of May .19 75 ru ,before e personally came -T'��c ,to me known,who being by me ddy sworn,did depose and say that he u a»x president of the EmpWyers Mutual liability Iwurance Company of Wisconsin.the corpon1100 described in a.'nd which executed the above uutmmeat:that he known the sol of and corporation:that the seal at6xed to said ins.:. at a such corporate seal and that it was so affixed by order of the Board of Directors of said nxporatiou orad that be aimed his stme thereto by like order. LV WITNESS WHEREOF.I have hereunto set my band and aftaed my official seal the day and year herein first above written. 72�n= c-e N CY I- OELKE NOMY Public NOTARY PUBLIC STATE OF WISCONSIN My Commiaaion Expires F.bnzuy]ir 197-2 CERTIFICATE STATE OF R7SCO\SIN ) CITY OF U:A11SAU )ss COIN-tV OF 161.ARATII0\T 1. ulr w'aietve:xd,vis preu,:tnt of F=V!o)cxs Mutual Lubdity dmAa3=e Coaraay of Witconsm.a T-Isconsin carr;v.'eva,do hereby certify that the fore;wag and at:aded power of attorney ttmauns in fu7 force and ha.not lar-n revoked.and furthermore that the nsolutioo of the Baud of Directors set forth in the power of attorney is wilt to f,ws. S_me,'.ad wiled in the City of Waumu.ManQurn Crusty.State of W o"An,this 5th day of-- July 19—Z6 -r"�_•` R. ViceR. Klein' , Vice President 00391 i In the Board of Supervisors of Contra Costa County, State of California June 22 ' 19 -76 In the Matter of Section 8, Housing Assistance Payments Program. The Board having received a June 15, 1976 letter from United States Congressman George Miller in response to Board Resolution No. 76/414 pertaining to Section 8, Housing Assistance Payments Program, advising that his district staff is keeping him informed of the progress and problems related to administration of said program; Ii IS BY THE BOARD ORDERED that receipt of the aforesaid information is ACKNOWLEDGED. PASSED by the Board on June 22, 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. cc% CCC Housing Authority Witness my hand and the Seal of the Board of Director of Planning Supervisors Director, Human affixed this22ndday of June 19 �oResourAcest�A,gency C Costa ouncil on Aging J. R. OLSSON, Clerk By Deputy Clerk Helen C. Marshall 00392 H-24 3/76 ISm In the Board of Supervisors of Contra Costa County, State of California June 22 , 197 In the Matter of Cancellation of the Right of Way Revolving Fund and Release of These Funds for the 1976-77 Road Budget This Board previously on August 25, 1959 in accordance with Section 1627 of the Streets and Highways Code of the State of California authorized the establishment of a highway right of way acquisition revolving fund. In order to simplify procedures and upon the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that the right of way revolving fund is CANCELLED and the County Auditor-Controller is DIRECTED to return $100,000 to the road fund to cover an increase in the 1976-77 road budget for unscheduled arterial road right of way acquisition and; IT IS FURTHER ORDERED that the Public Works Director is DIRECTED to include funding in each year's road budget to restore this Unscheduled Right of Way item to $100,000 at the beginning of each fiscal year. PASSED by the Board on June 22, 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: Public Works (B&S) Supervisors cc: County Administrator of xed this 22nd day of June 1976 County Auditor-Controller J. R. OLSSON, Clerk Public Works Director By , Deputy Clerk Real Property via P.W. Road Design via P.W. 94393 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 In the Matter of Report on Agencies Responsible for Senior Citizen Projects. In a June 14, 1976 memorandum Fir. C. L. Van furter, Director, Human Resources Agency, having responded to the Board's referral of I•iay 4, 1976 with respect to the petition of 83 county residents that all agencies responsible for senior citizens projects comply with federal regulations on hiring or employment; and I-Ir. Van Barter having advised that it is his intent to fully comply with the regulations governing those projects for older citizens for which he is responsible without circumventing Civil Service regulations; IT IS BY THE BOARD ORDERED that receipt of the aforesaid information is ACID 01—JL-EnGED. PASSED by the Board on June 22, 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. ec• hr. Frer_ei s i•efford Witness my hand and the Seal of the Board of (Petitioner) Supervisors 2703 Goodrick Ave. affixed this_2;>rithy of June 1976 San Pablo, -^A 94806 Director, Furan .resources J. R. OLSSON, Clerk Agency, Director of Personnel gy ,,� `�i t Lrl , Deputy Clerk County Counsel Helen C. I•iarshall County Administrator 01394 11-24 t/Y.ism ANON= Tuman : Resources Agency D;le June 14, 1976 CONTRA COSTA COUNTY To Board of Supervisors RECEIVED From C. L. vanJ. IL OtSSON / Ite'rDir,, ,;llN 1 5 1976 CLERIC BOARQ OF SUPERVISORS Subj AGENCIES RESPONSIBLE FOR SENIOR CITIZEN PROJECTS i�"Lci .aa, Ref: Board Order, this subject, dated May 4, 1976 The referenced Board Order referred to me for report a petition from 83 County residents asking that all agencies responsible for senior citizen projects comply with applicable Federal regulations. The Human Resources Agency is currently operating two specially funded projects for elderly citizens--the Nutrition Project and the Area Agency on Aging Project. Each of these is established with separate Federal regulations regarding staffing. The attachment to the petition submitted to you is a copy of Title 45 CFR (Code of Federal Regulations) 909.35, which states that "preference must be givan to persons aged 60 or over in the hiring for all staff positions." This wording is preceded by the requirement that "each recipient of a grant or contract will provide for adequate numbers of qualified staff." It has been my policy that the overriding consideration in staffing such projects is to provide the maxiw.um level of service to the population to be served. Within this context we have given preference to aged persons when there was a choice between equally qualified individuals. It is my understanding that our contract providers have also complied with this policy. A copy of Title 45 CFR 909.35 is attached. This section sets forth the staffing requirements for the Area Agency on Aging. You will note that these require- r.::,nts are slightly different from those for the Nutrition Project. They state that "the State plan shall provide that, subject to the requirements of merit employment systems of local government, preference shall be given to persons aged sixty or over for any paid staff positions in the Area Agency for which such persons qualify." These regulations are consistent with our previous policy and with the procedures established for filling the vacancies in the project. We have established positions with the qualifications we feel are necessary to perform the work and will fill those positions with individuals best suited to deliver needed services. Within this context, elderly citizens will be given preference over other comparably qualified candidates. In addition to the above comments regarding the specific projects in operation, I wv,:1d like to offer several general observations regarding employment of 01�:2;- persons. First, it has been our experience that older persons who are a'•:!e to work and are qualified for cur positions are either still working or ar- ret_red and not interested in Tu�l-time employment. Second, the County's retire.ent age of 65 almost prohibits our use of older persons for a ,t�hin� other than paraprofessional duties on an on-call basis. Third, the ira;,;�nding layoff and transfer of Social Service staff may inevitably restrict oQ:- au i l i t r to hire any ne:a employees. This necessary policy decision will ra!strict our ability to fill positions with elderly applicants. DU39J 0 «:• rc c fes, �.c r1- .amu Microfilmed wifK Eoard order C_ _ ,A Board of Supervisors June 14, 1976 Page 2 To the extent that I can do so without circumventing your Civil Service regulations, it is my intention to fully comply with Federal regulations governing those projects for elderly citizens for which .1 am responsible. . CLVM:clg Attachment cc: Arthur G. Will, County Administrator Geraldine Russell, Chief Clerk of the Board Program Policy Board, HRA (Degnan, Pollack, Wood, Jornlin) I. H. Reynolds, Personnel Officer, HRA - O039S ... . . .. . .. .. i k� In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of An English Havithorne Tree from The Chartered Bank of London. Supervisor J. P. Kenny having advised the. Board that an English Hawthorne Tree has been presented to the County by The Right Honorable Lord Barber on behalf of The Chartered Bank of London; IT IS BY THE BOARD ORDERED that the Public Works Director is requested to have the tree planted in some appropriate place. PASSED by the Board on June 22, 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: C',artered sank of London Witness my hand and the Seal of the Board of l: : ent3o:nery Street Supervisors San Francisco 94104 affixed this 22 day of June Ig 76 At#:.1: !Miss Patti Jones Pu is Works Director -County Adcslinistrator J. R. OLSSON, Clerk By 1'A227 J710 / L.-A�' Deputy Clerk Bonnie Boaz 00397 11 24 %!76 15m „. .. ♦ :.. `� 1. a . . .....f In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Addendum to a Software Usage Agreement with Cullinane Corporation IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an addendum to a Software Usage Agreement for a Generalized Communications Interface with Cullinane Corporation as a requirement for the use of teleprocessing with a data base system at a cost of $7,500. PASSED by the Board on June 22, 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. Dept. County Auditor- Witness my hand and the Seal of the Board of Controller supervisors cc: Cullinane Corporation affixed this 22nd day of June 19 76 c/o Data Processing J. R. OLSSON, Clerk Data Processing County Administrator B ” Deputy Clerk H 24 12174 . 15.1.1 Maxine M. Neu eld 003198 3198 WcHesley Office Park s'x..? = • 20WiIIismStreet Wclksk-Y.llass.02181 V •SC D S 1 Yt LS Phony.(v17)2371,000 IZt D Tolnc 92-2411 ~ MAY 24 1976 2140 Shattuck Avenue Berkc1cy.C2Efomia94709 Aax��. ;:• (415)8.15!241 OFFICE SER iICES AUOEma-CONTROLLER May 21, 1976 Mr. D. Nitchman Assistant Manager, Data Processing Auditor-Controller Office Contra Costa County Finance Building Martinez, California 94553 Dear Mr. Nitchman: Please consider this letter as an addendum to the Software Usage Agreement between the Cullinane Corporation and the Board of Supervisors of Contra Costa County, State of California, dated June 30, 1975. This addendum is for the Generalized Communications Inter- face (GCI) for use in supporting a communications monitor as part of the Integrated Database Management System. All terms and conditions apply with the following exceptions: 1. User agrees to pay a license fee for the use of GCI at one site as follows: GCI (Object Version) - $7,500 2. Usage charge of 10% of the license is applied each year after the first. 3. Cullinane Corporation will install the GCI with any communications monitor of the user's choice. 4. Payment will be upon installation and successful demonstration of the GCI on behalf of the user. Signing of this addendum and returning one copy to us will . constitute an agreement. Contra CosL-a County Cullinane Corporation Board of Sunervisors J, P!. Kenny B By ( t horized Signa-ure) (Aub ori ed Signature) ran, Board of Sv o isors president (Title) (Title) 0035 s ;atist.innatabt.eSofnvarr Microfilmed with Eioord order Elm In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Approval of Contract #22-053 with Contra Costa County Superintendent of Schools in Relation to County Health Department Workshop for School Secretaries IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #22-053, effective June 22, 1976 to September 30, 1976, with the Contra Costa County Superintendent of Schools for purchase of two hours release time for school secretaries to attend a Contra Costa County Superintendent of Schools/County Health Department sponsored workshop for training in assisting with implementation of an Immunization Assistance Project--Child Health and Disability Prevention (IAP-CHDP) recording system at a total cost of $1,000 budgeted in State of California Contract #75-53369 (our #29-208) . PASSED by the Board on June 22, 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. Dept. HRA (Contracts Witness my hand and the Seal of the Board of and Grants Unit) Supervisors CC: County Administrator affixed this 22nd day of June 1976 County Auditor-Controller J. R. OLSSON, Clerk County Health Department C_ County Superintendent of B j Deputy Clerk /A H 24 12/74 - 15-M Schools DSax a M. Neu Gld 00400 TM,77,717"F Contra Costa County Standard For:.: SHO:T FOR4 SERVICE CONTRACT 1. Contract Identification. Humber Department: Health Department - Subject: Immunization :assistance Project (School Secretaries Tdoikshop) 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: 75 Santa Barbara Road, Pleasant Hill, California 94523 3. Term. The effective date of this Contract is June 22, 1976 and it terminates September 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 $ 1,000 6. Countv'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: $ 1,000 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one( 1) service unit(s). Funding for this contract is provided by State Contract 075-53369, Immunization Assistance Project. 7. Contractor's Obligations. Copt shall provide the following described services: Two hours of release time for ' school secretaries to attend one two-hour workshop session under joint sponsorship of the County Health Department and Contra Costa County Superintendent of Schools as training in adopting a County Health Department Immunization Assistance Project (IAP) and Child Health and Disability Prevention (CHDP) reporting/recording system. Three workshops will be presented, in the western, central and eastern parts of the County, to accommodate secretaries in each locale, and will include curriculum in the attached proposal, Exhibit A, attached hereto and incorporated herein by reference. For payment purposes the release time purchased for the secretaries to attend a workshop constitutes one (1) session. S. 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. Inderzification. 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. I.cegal Authority. This Contract is entered into under and subject to the following legal authorities: California Go-:ernment Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFOMNIA CONTRACTOR By 0, Kenny4 Chairman, Boarj0 ervisors Designee Recommended by Department (Designate offici4 capacity) By 6 ,/,� �; ,/.�j_': ;�'C ; /l�; (Form approved by County Counsel) Designee r :/G"� 00401 (a-4620 10175) Microfilmed with board order J�Gj��'_ II Z2 a 5 n III. i:ORKSHO?: Focus on health services for children. Perspective is the Kindergarten Registration Process. A. The Laws: Immunization Law CUD? Law Education Code School Secretaries need to be aware of the enabling legislation gives authority and legitimacy to request compliance fro= parents. Must respect the ultimate rights of parents to waive requira--encs. The "tools" are convincing and persuading. Immunizations and health services are in the best interests of the child. B. Resource Information.: As to where parents may obtain the services that =he: the lav and. school health admission policy. C. Options for Compliance: 1) School Health Form (possibly incomplete data) instead of State CHDP certificate 2) State CHDP certificate alone 3) Inmunizatioa Data (Kaiser forms, Baby boo'.:s) 4) Bearing-Vision Data separate (School recores) 5) LkP Survey Form 6) Lab slips D. Documentation That Health Pre-requisites Have Been Xet: Inter- pretation of Data Source. This depends upon the judgment of the School Secretary. Does it meet the law? What constitutes minimum requirements for first entrv? What is the current procedure utilized by Sc::ool Secretaries when health pre-requisites are incomplete? Are school folders flagged? School'Nurses informed? E. Reporting-Recording System: WorIkload eased greatly by having survey forms completed at Kinder- garten registration, then filed in child's cumulative folder for future statistical summarization. School Secretaries learn process of: LAP Survey ZAP Summary Sheet How to obtain additional data (School Nurse) CHDP Survey CHD? Sur..=ary Sheet _ 4 _ O0402 a School Secretaries to see how data computerized by State. (:1L? Contra Costa printout by School District). Utilization of all- data ildata for program planning and immunization and 'health examina_:oa clinics and services. Ability to change pro.-rams with the use of planning data. Value of feed-back from the reporting recording system is to create and improve services for the child. The programs may be kept by producing evidence that the progrars are meeting goals. Feed-back can show: 1) Weaknesses in the reporting-recording system itself. 2) Levels of immunization status of school children: - if reasonable but spotty, program direction would be either to provide immunization services at school or to encourage parents to get child immunized in clinic setting. - if significant number of children have no immunization, at all, tnis indicates need for care and services far beyond simple immunization. This can be met by a re- ferral into screening with concomitant follow-up. F. Parental Interaction. Determining parental perspectives and health values. Non-authoritarian: convincing and persuading plus providing information for specific referrals. Avoid forcing parents into using waiver options. Create alternatives. Need to avoid waivers, especially for immunizations. If a large number of unimmunized children are in a particular school, there is a real possibility of an outbreak of communicable disease. The recent Measles outbreaks are such an example. Low immunization status of children in a particular school require close monitoring to prevent outbreaks of contagious diseases. Health exams are necessary for school entry so that'a baseline can be established for a particular child. wrhat that child's "normal" is may be ascertained. Screening may identify health problems that may be corrected before the child's school experience begins. Possibility of preventing learning disabilities associated with health problems. Each child may be able to reach his full potential in school. G. School Nurse Interaction: If School Secretaries supply the parental support necessary to obtain parental compliance with school health pre-requisites, and obtain documentation of compliance, then summarize this into stat- istical data, School Nurses may then be utilized to work with the - S - 004 77 u w . self-identifieda + 053 p rents La I=aye not beea able to complete school health pre-requisites. These parents have leentii.ed themselves and have some reason for not rteetin' i=uaization or screening 're- no finis may be dun to: 1) no funds 2) lack of a health resource is may be ascertained. �,,,e-jL11`b ' , experience bagins• that may be corrected before the chdisablities associated with Possibility of preventing learning ach his full potential health problems. Each child may be able to re . in school. G. School Nurse Interaction: ry t° If School Secretaries supply the parental support necessaand obtain parental compliance with school health pre-requisites, documentation of compliance, then summarize this into stat- obtain urses may then be utilized to work with the istical data, School „ S - 00403 4 f.),2 - 053 self identified parents who have not been able to complete school health pre-requisites. mese pareats have identified themselves and have some reason for not reeti^.o immunization or screening re- quirements. This may be due to: 1) no funds 2) lack of a health resource 3) language 4) transportation S) child care 6) time (working parents) The School Secretaries may refer to School Nurses those children not completing the health pre-requisites as these are parents with children-at-risk who need the specialized skills of a School Burse. JE:dk 6 - 00404 In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Contract #24-075 with Patrick T. Donlon, M.D. to provide training for Mental Health Staff IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #24-075 with Patrick T. Donlon, M.D. to provide training in Medication Side Effects and Comparative Outcome Studies on June 16, 1976, with a payment limit of $75.00, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on June 22, 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 Supervisors Attn: Contracts h Grants Unit cc: County Administrator affixed this22nd day of June 19 76 County Auditor-Controller J. R. OLSSON, Clerk County Medical Services— By Deputy Clerk Mental Health MMne M. NeuAYd Contractor 00405 H 24 8/75 10M Contra Costa County Standard Form SHORT ]ORH SERVICE CONTRACT 1. Contract Identification. Number 24 - 075 075 Department: Medical Services - Mental Health Subject: Mental Health Program staff training in "Medication Side Effects" and "Comparative Outcome Studies." 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: PATRICK T. DONLON, M.D. Capacity: Self-employed individual (Training Consultant) Address: 65 College Park, Davis, California 95616 3. Term. The effective date of this Contract is June 16, 1976 and it terminates June 16. 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. Pavment Limit. County's total payments to Contractor under this Contract shall not exceed $ 75.00 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: $ 75.00 per service unit: (X) 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 Medication Side Effects and Comparative Outcome Studies 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 four (4) 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. Welfare and Institutions Code, Div. 5, Part 2, The Short-Doyle Act; and California Administrative Code, Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By 'Ni P: Kenny B42& 70L% r1k4, 4./ Chairman, Board aDesignee Opervisor' C.-,e A "^ /,,,*./ e-c-i Amt.-r Recommended by Department (Designate official capacity) 00405 By, � 4If! (Form approved by County Counsel) Designee Microfilmed with board order (A-4620 ]0/75) In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of State Contract #AGR-NDA-28084 (Our #29-406-1) The Board having approved an application to the State Office of Narcotics and Drug Abuse (SONDA) for Federal 409 funds on January 26, 1976 for a County drug program project; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State Contract #AGR-NDA-28084 (our #29-406-1) for the provision of Discovery Program augmentation and a project to offer alternative non-narcotic treatment to methadone maintenance during the period June 30, 1976 to June 29, 1977 in the amount of $67,377 in State Office of Narcotics and Drug Abuse (SONDA)-- Federal 409 funds with no County match. PASSED BY THE BOARD on June 22, 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. Dept. HRA (Contracts & Witness my hand and the Seal of the Board of Grants Unit) Supervisors cc: County Administrator wed this 22nd day of June 19 76 County Auditor-Controller J. R. OLSSON, Clerk County Medical Services/ I Mental Health Bf Deputy Clerk ►+ za State Office of Narcotics P1 ine M. Ne ld and Drug Abuse 0040'7 �I - ❑ CONTRAC rOR STANDARD AGREhMENT— A Yrd V GENEA ❑ STATE AGENCY STATE DF,CALIFORNIA +TO. ;: INLV. 11/751 0 0 ❑ OE-T.OF GEN,SER. 11CONTROLLER THIS r`,GREEMENT, made and entered into this 3Cuth day of ?� , 19-1, ❑ in the State of California, by and between State of California, through its duly elected or appointed, ❑ qualified and acting ❑ TITLE OF OFFICER ACTING FOR STATES • AGENCY NUMBER 13 sr., Financial Management 9 Depart mnt of t ealth -- SAP_-2E08A heroalter called the State,and - - COt*"PA COS=k C)U%"-Z 900406 - 1 herao f ter called 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: f5ct forth service to be rendered by Contractor,amount to be paid Contractor.time for performance or completion,and attach plans and specifications,if any.l I. Discovery renters Provide two (2) fall-time staff pezzms to work as therapeutic a &m in the county's aamotunity-based drug abuse education, prevention and treatment program I.:.n+tn a9 Discover] Contl��. A. nae two (2) persons shall tree* the require:,ents and perforce the futwtions described In the attached BxWhit "C" entitled, Diseovezy Cantor Aide Project, which is rade a part hereof by this reference. B. The two (2) pex-soma, Discovery Center Aides, shall work at various County Discovery Centers to aLVment the service ca_nabilities at the county's existing discovery facilittes. EMPUTY (continued oa next rage) Coma CJSTi C=xu,C41f, The provisions on the reverse side hereof constitute a part of this agreement. Jerrenco H. IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGcNCY D�� tF Q� E----I th CONTRACTOR III OTM[w r"AM"I8901YIOOAL, 5T•TL ,YM LTM LM A CO/.ORSTIOM Cute aloes of Harcotics and -Dr—no Nnt!se M 1 03M l.VV1Ai BY IAUTHO-ZrO SIGNATUREI BY IA T O.IZED SICK aJ / P. Is J. Pi Kencl T17LE :�.7J�. t.' .t FrT..cJ�a._ar,r.� �[. iM.N�^•Rr�TrT� TI -E ) / 1 BRAI-4= I'"'T". P_T.:'.iL'IG Da. airman, board Of 4-11-lsors ADDRESS (CONTINUED ON-2—SHEETS. EACH BEARING NAVE OF CO,ITRACTORI 651 Pine Street; Plartinez, 'CA'J 94553 A.OUIT ENCU-BEMEO AFPROVR(ATION FUND Deportment of General Services Use ONLY S66,377.00 Vocal Assistance ' COaeral UNENCU•SeERED BALANCE ITE. CIIAVTER STATUTES FISCAL YEAq S 276a 176 1975 1975-76 •.�. Iw Cwr•zlwc Ir.cu...•.CC FUNCTION _, at c.[aslwc rw ru•.•.awC• LITE I-f- ALLOTVENT cl:rti upon m owe r�vrzal nno:dedv_ that hud cord urid� T•e.A.NO. e•R.NO. .I'r,•t,y 7y W S' rv' ti• S / :,.aaihable fr•r Lye period and p•,upa.p of flh• expenditure stated ahov .v3;:J.IC OF ACCOJr.-ING OFFICER OATC 1 h. c!,y t•-t•,`y that all er.ndawns for eilTnption 5,•f!oath in State Administrnrive.Mnaal Secrina 1209 huIc t- •,comp lied with and rho document is et^mpt from review by the Department of Finance:. *' CNATVRE C•% DF'FICER SIGNING O': BEHALF OF THL AGENCY GATE 08N - --- --- - - Microfilinad with board org?-e "Elmo ICON TINU EO ON 't SM SETS,EACH BEARING NAyE OF CON TAACTOAI 651 Pine Street V ; 01POtrnenf Of General Services A►OUNT ENCUmBERED AppRppg1AT10H + lfarUNDt:in 'CA 94553 Use ONLY S66,3?7_Ot) A10ca2 Assi3r.8riCe FUND t CDrtora2 UNENCUMBERED BALANCE ITEy CH APTEq STATUTES S 276a 176 IQ75 FISCAL YEAR •+�-..C—S—C—CUMB*AwC[ FUNCTION J 2975-76 S .: o[Cwcislwc[w Ctau Aww�c[ LINE ITEy ALLOTy ENT "I•rcliy Certify upon my own prrwnal knowledge that hadgeted fund. T.B.A.No. '•rc a,whihle for the period and fxlrpusr u(tIlr.expenditure stated uhovr GNi iUH[Or -"CO-JN TING OFFICER DATE I hereby C,•t,fy that all Condltn•ns for me mption s.•t forth in State Administrative.tbnaal Seetinn 7_09 have" �• complied with and flim document is rs^apt(read review L,•the UP s GNAT URE O: OFFICER SIGNING ON by partment of!mance. i 9EHALF OF TH��JD E Microfil n_-d ,iith board order 1. 11te Contractor agrees to indemnify,defend and save harmless the State, its officers,agents and employees from any and all claims and losses accruing or resulting to any and all contractors, suhctintractors, materiahnen, laborers and any other person, firm or corporation furnishing or supplying work,services,materials or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. ? The Contractor, and the agents and employees of Contractor, in the performance of this agreement.shall act in an independent rapacity and not ;is officers or employees or agents of State of California. 3. The State inav terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State.The cost to the State shall be deducted from at,% sum due the Contractor under this agreement, and the balance, if any, shall be paid the Cuutractor ulwn demand. 4. Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part_ 5. Time is the essence of this agreement. 6: No alteration or variation of the terms of this contrlet shall be valid unless made in writing and signed by the parties hereto,and no oral understanding or agreement not incorporated herein, shall be.binding on any of the parties hereto. 7. The ct tesideration to be paid Contractor, as provided herein, shall be in compensation for all of Cort tictor's expenses incurred in the performance hereof, including travel and per diem, till] eth nrise'ac ressly so provided. I ' f t OM CONTRA COSTA COUNTY AGR-NDA-28084 Page 2 C. The rules and regulations contained in Part 1402 et al_and 1403 as cited in the Federal Register, Volume 40 No_ 102, dated May 27, 1975 do not apply to this consultation, educa- tion and informational service project. II. Nonmethadone Narcotic Abuse Treatment Program Provide treatment and nonnarcotic medications as needed to drug abusing clients as augmentations to the current treatment pro- cedures utilized at the county methadone maintenance clinics. A. The services shall be provided as described in the attached Exhibit "D" entitled, Description of Proposed Services. B_ No less than 60 persons shall be treated by staff working specifically on this nonmethadone treatment program. The static capacity of the project shall be not less than 40 slots. C. Individual, Family, or Group therapy sessions shall be conducted weekly. Sessions shall be a minimum of one (1) hour as appropriate. D. All persons receiving medication shall be under a physicians care while participating in the project funded by this contract. E. This project shall comply with all regulations under the rules and regulations of Part 1402 et al-and 1403 as cited in the . Federal Register, Volume 40 No. 102, dated May 27, "1975, attached hereto as Exhibit "E". III. The period of this contract shall be from June 30, 1976 through June 29, 1977. IV. The amount of this contract shall not exceed $66,377.00. V. The attached Exhibit "A(F)" entitled, Additional Provisions, is made a part hereof by this reference. VI. The Contractor shall submit any subcontracts to the State for approval prior to implementation. Upon termination of any sub- contract, the State shall be notified immediately. VII_ Chris Benevent is designated the Project Director. The State reserves the right to approve any substitute Director. VIII. The Project Director shall submit an initial written progress rtgrjrt to the State during the ninth week after the effective date of the con-ract and quarterly thereafter during the contract period. The report shall include but not be limited to a descrip- 00410 INN AGR-NDA-28084 CONTRA COSTA COUNTY Page 3 tion of the Contractor's progress in implementing the contract, a cumulative description of the work and services provided under " E. L' „ez-eoc by this reference. -L, Af,.I'' L' VI. The Contractor shall submit any subcontracts to the State for approval prior to implementation. Upon termination of any sub_ contract, the State shall be notified immediately. I'II. Chris Benevent is designated the Project Director. The State reserves the right to approve any substitute Director. l'III. The Project Director shall submit an initial written progress rte-ort to the State during the ninth week after the effective date of c:ie con-ract and quarterly thereafter during the contract Period. The report shall include but not be limited to a descrip- 00410 CONTRA COSTA COUNTY AGR-NDA-28084 Page 3 tion of the Contractor's progress in implementing the contract, a cumulative description of the work and services provided under the terms of the contract, any difficulties or special problems, any pertinent facts or interim findings, and a statement that the Contractor is or is not progressing satisfactorily in achieving all the terms of the contract. The Contractor shall . also submit a final report to the-State which shall include but not be limited to an evaluation of the quantity, quality, and impact of the work undertaken pursuant to this contract. IX. The attached Exhibit "B" entitled, Budget,-is made a part hereof by this reference. X. Tn consideration of the above services performed in a manner acceptable to the State, the State shall reimburse the Contractor no more frequently than monthly, in arrears, upon submission of an invoice in triplicate stating the time period covered, and stating the contract number, for actual expenditures in accor- dance with the Budget herein contained provided however that the Contractor shall not exceed by 25% or $1,000_00, whichever is less, any individual items in the Budget, that the Contractor submit an explanation of the need for such excess with the claim for reimbursement to the State Office of Narcotics and Drug Abuse, 915 Capitol Full, Room 235, Sacramento, CA 95814- X1. Pursuant to Public Law 92-255, Section 409, monies paid to the Contractor hereunder will be in addition to the total amount of monies from other sources currently receivable, to be received, available or expected to be available for the use of the Contractor for services similar to the services required herein, and will not for the term of the contract, or any extension thereof, serve to supplant, replace, substitute for, or other- wise cause, directly or indirectly, a reduction of such total amount and will not be applied to services being funded or which would be funded with monies from such other sources_ XII. This contract may be terminated by either party with thirty (30) days prior written notice. 004 .1 1 •• � • Exhibit A(F) STATE OF CALIFORNIA DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS (1) The Contractor hill 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,color,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 employment, 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 ole 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 Septem`:-r 24, 1965, and of the rules, 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,records 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, 1965,and such other sanctions may be imposed and remedies invoked as provided in Federd 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 s:.,.••-:tract or purchase order unless exempted by rules, regulations, or orders of the Secretary of L; issued pursuant to Section 204 of Federal Executive Order No. 11246 of September 24, I so that such provisions will be binding upon each subcontractor lir vendor.The Contractor i :,ace such action with respect to any subcontract or purchase order as the State may direct as a HAS 1197(4176) 00412 � Bance—provided,however, means of enforcing such provLslons irlcludsn0 sanctions for is threatened p on b the State.the Contractor may request o - the event the Contractor becomes direction in, or is threatened with. litigationation a that in subcontractor or vendor as a result of such ��Titing to the State, -'rho, in turn'may of the Un�itcd Statt the ested States to enter into such Ing protect the interests of the State and emacs and Per diem shall be at rates ( S) Any reimbursement for necessary travelingnployees exp livable to regular Stan emPl°yees under State Board of Control rules.No clot to exceed those app reimbursed unless prior wntten authorization is travel outside thec tare of California shall be rt"-in"A frnm th- UL `u` �' �'deral executive Order No. 11246 of,Scpt September of c that such provisions will be binding upon each subcontractor or vendor. The Contractor 2 1' 1 ::ke such action with respect to any subcontract or purchase order as the State may direct as r a HAS 1197(4/76) OU412 I means of enforcing such provisions including sanctions for noncompliance—provided,however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the State,the Contractor may request in- writing nwriting to the State, who, in tum, may request the United States to enter into such litigation.to protect the interests of the State and of the United States. ( S) 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 same 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 clause: "A'ame 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 (Alame 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) pit-chase orders not exceeding $1,000; and (b)subcontracts or purchase orders for public utility st: ces at rates established for uniform applicability to the general public. (1I) all i ersonncl empla ed by the Contractor under this contract shall meet the standards of traininand experience required for comparable positions in State employment, as d.tern red by the ,;tatr. !'the Contractor maintains s local merit or civil sc:rice rystem,then the personnel emplu.-ed under the budget shall be subject .hereto, providing such local system is pcnerally comparable to standards with the State civil service system as determined by the State. 00413 -2- r Exhibit A(F) (12) Examination of Records (a) The Contractor agrees to maintain books, records, documents, and other c6dence 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 (c) below any of the records for inspection,audit or reproduction by an authorized representative of the State. (c) 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,oy any other clause of this contract,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. (d) Except for the records described in subparagraph (c) 2 above, the Contractor may in fulfith lent 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. (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 applications shall not be filed on such inventions without the prior written consent of the aforementioned individual_ (15) Officials Not to Benefit 10 member of or delegate to Congress or the State LegisIatu:e 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. -3- 00414 . ._W. r ;yek (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, percentaaae, 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 contract 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 in the provision of services because of race, color, creed, national origin,sex,age,or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964,42 U.S.C.Section 2000d,rules and regulations promulgated pursuant thereto, or as otherwise provided by state and federal law. For the purpose of this contract, distinrions on the grounds of race, color, creed, or national origin include but are not limited to the following: denying a participant any service or benefit or availability of a facility;providing any wrvi:c 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 determining whether he satisfied 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,creed,national origin,sex,age,or physical or mental handicap. (19) Procedure for Complaint Process The Contractor agrees that complaints alleging discrimination in the delivery of services by the contractor or his or her subcontractor because of race,color,national origin,creed, sex, age, or physical or mental handicap,will be resolved by the State through the Department of Health's Affirmative Action Complaint Process. 00415 -4- Exhibit A(F) (20) Notice of Complaint Procedure The Contractor shall,subject to the approval of the Department of Health,establish procedures under which recipients of service are informed of their rights to file a complaint alleging discrimination or a violation of their civil rights with the Department of Health (21) 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,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 emergency health services are available without regard to race,color,religion,sex,or national origin and without regard to ability to pay. (22) Only Applicable to Hospitals Accepting bfedi•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: advertising conspicuously displayed advising the public that Mc&..Cal services are available to the public without regard to race,color,religion,sex,or national origin. -5- 00415 e e INSTRUCTIONS Please complete this report in duplicate, return the original to the Department of Health, Business Services Section, 714 P Street, Sacramento, California 95814, Attention: Property Control Element. The duplicate should be retained by you for your records. For information - Tele: (916) 445-3107. Upon receipt of the report listing non-expendable equipment that has been acquired, the Department of Health will forward to you identification decals which are to be affixed to the equipment by you or your staff. IDENTIFICATION OF NON-EXPENDABLE EQUIPMEP{T Within practical limits all equipment to be identified will be tagged as follows: Tables, desks, and Place tag on upper left-hand similar articles corner of the front of the left leg or pedestal just under the top. Chairs Place tag at center of the rear edge of the seat. One piece files Place tag on the upper left- or cabinets hand corner of the front of the frame. Upholstered furniture Place tag on the side of an exposed leg. All items will have tags so placed as to be in plain sight and easily read. Manufacturer's marks will be left intact. 00418 AGR-NDA-28084 Exhibit H Discovery MS=ntatinn 1976 - 77 8,02as PERSONNEL title FTE monthly salary annonl arrnrint Discover/ Aide 1 764 9,168 Discovery Aide 1 764 9,168 Benefits at 23' 4 2I7 Savings at 22% :�4r03r31- t. .r Total Personnel . 8,465 TRANSPORTATION Mileage 3600 miles at 17c per mile 612. Travel three trips at 3150 each 450 EQUIPMENT, hL1TERiALS b SUPPLIES Office Expense 150 Books and Subscriptions 50 . Equipment 340 File Cabinets (two at 5170 each) Recreation 100 OPERATING EXPENSES Professional Services 100 Overhsad charged at a rate of 20a of direct expenses covering: 6,136 Phone Utilities Occupancy - 62-a i ntenance, rent, etc. Administrative Services contract administration, personnel, accounting, legal, program supervision, pharmacy, ancillary medical services Total Nonpersonnel 71938' TOTAL 26,403 40419 t� AGR-NDA-28084 -2- Exhibit B Nonmethadone iL:rcc:tic Ayilse Treatneat 19016 - 77 Eud1^t PEPSON.N'EL titla HE minthly•-salary _ annual emosnf Drug Worker 11 1 1214 14,565 Drug Ifor ker 11 1 1214 14,566 Bsnefit at 23% 6,701 Savings at 14% d gga Total Personnel .30,839 TR/ihSPO?.TAT ION Vileage 2647 miles at 17C per mile 450 Travel one trip at $150 150 EQU 1 R ONT, PLATER 1 ALS S SUPPLIES Office Expanse 150 Boo's o Subscriptions 50 Equipment 840 Desk ( one at 5150 ) File Cabinets t two at $170 ) Chairs t sever. at S50 ) OPERATING EXPENSES Overhead charged at a rate of 20P' of direct cxpctnsns covering: 7,495 FFane •- Utilities Occupancy maintenance, rent, etc. Administrative Services: contract adninistration, personnel, accounting 'legal, progran supervision, pharmacy, :ancillary medical services. Total Nonpersonnel 9,135 TOTAL 19t274 GRAI.'D TOTAL . 66,377 00420 IN lop PIRM 11 Rip �. rc 3 AGR-I:DA-28084 �. Exhibit c DiSCO:'LRY CLUTFR g1DF _ PROICCf DEFINITION: Under g^neral supervision, -lo work as a therapau;ic aide in a Discovery Center; to sterve in the training and pravontion eoTponents of the Discovery Program; and to do related work as requ i.rd. DISTINGUISHING CHy LACTEPISTICS: Discovery Center Aide - Project positions are assigned to Discovery Centers which offer short term counselling services, on a drop-iii basis, to people experiencing a wide range of problens, not to include hard drug addiction. Supervision is received from the director of -the center to which the position is assigned. This class differs from the class of Discovery Aide Trai:ies - Project in that positions in the later class work in a training capacity. Positions in the class of Discovery Center Aide - Project are exempt fro,•n the classified service. TYPICAL TASKS: Plans, organizes and leads problem solving groups for bo-Fh youth and adults; offers crisis intervention counselling in person and on the tele- phone tO people experiencing feelings of anxiety, depression and s•fress; plans, organizes and directs workshops on a variety of subjects; recruits workshop participants; assists in planning and directing fund raising events; spews before school groups and community service jroups on the services offered by the Discovery Program; writes activity reports as assigned. MINIl1UM SILJALIFICATiO`+S: Licens-a necuired: Valid California Motor Vehicles. Operatoris License. Experience: Six months of counselling experience in a co-ncinity based drop-in conte- which included participation in family and, individual counselling, group lead :r ship, and public sp -tkirg. (Incumbents must be free from drugs and drv_; use for -A least six r.,onths.) General knowledge of the accepted principles and method:, of group work and individual counselling; ability to corm.-unicate with people experiencing feelings of anxiety, stress and depression and the ability to offer solutions to :hair problems; ability to perform cornmuni•ty relations work; ability to spi�zk effectively before large groups of people; ability to write clearly and concisely. Class No. 925 Class Code ff 5BA 00421 • AGR-NDA-28084 Exhibit D [� jCi:lt T1O:! U= fT•'.�ii J.`cf) S- ;/lr:rS: After review of tits six r.onth report of th•. Centra Costo County Methadone F`3 i ntenarc:: Clinics and th a reed for an i nnovttt i ve afrp:oath -to the treatmen 1 of narcotic addiction. It is p.-opos,ed that a treai-ta,nt !coda l i ty utilizing a professionally train_d and credentialed staff in conjunction with non-narcotic medications (whin appropriate) would capitalize on the effectiveness of the methadone maintenance orientation to while providing for those potential clients who are not receptive to long tern. methadone stabilization. This modality wilt operate in the methadone maintenance clinics and incorporate all operational prccedures and treatment orientations. including Documentation of narcotic addiction, age (at least IU years of age), county.res idance, physically fitness (wedical examination and treafirent as appropriate); In addition intensive individual, group and family therapy will be provids:d as appropriate. The fundamental difference between this proposed modality and methadone t,.aintenance will be the msdications (if any) provided to clients. Only 'non- narcotic medications for s}• , famatic relief of medical problems associated with narcotic abuse withdrawal Trill be provided. The following list represents withdrawal symptoms and the medications which will be utilized in -their con-trot: Slr,.ptom Medication (s) . Anxiety Vistaril, I•teprobamo•te, Valium Gastro-intestinal problems Phenobarbital/Beladonna, Compazine Diarrhea Kaopectate, 1_6motil (non abused narcotic) Sleeplessness Chloral Hydrate Not more than 2 days medication will be dispensed at any one tics-- This will preclude, tate potential for stre-,J diversion of rsdications, while 00422 . \ AGR-NDA-28084 -2- Exhibit D L. C-t•iJr•Intl T'ta::1r71T1 d:!11-y n.]ri iCipJ• !CTI is .r...l lity. In c.dl[i'tlo:l i-, is expeCt�d that fou IN:j ical ions xi 11 b3 pre!;:rii ed for pat ients, in that enrol lr»ent in this rvadal i:'y will require refrrral frons tire: anbulatory rrse-thadone detoxification clinic wh?re narcotic withdrawal symptoms will b AGR-NDA-28084 -2- Exhibit D • �. crs:rrinll ma.:irrrra dally p_tr;icipaticn zt tha treat-n. n; foci I ity. In addition ii is expect--d t;_rt few i.,c:dica;ions xi l i ba prescribed for patients, in that enrol lrsnt in this rrY191 i i will require rnfnrral from. thy ambulatory methadone de'roxification clinic where narcotic withd.-at-ral symptoms will be resolved in 21 days of treatment. Criteria for Client Salec-tion; Prospective clients will be referred from 'the embuiatort methadone detoxification clinic at the County Hospital. Those prospective clients will generally fall into one of the following categories: Z) Clients who choose to enroll in a long term drug abuse treatment program but who do not find methadone maintenance or drug free residential therapeutic co:miunity as acceptable modalities, 2) Clients who world choose one of the existing long term treatment programs but due to the unavailability of treatment slots at those facilities cannot enroll there. 3) Clients who would choose one of the existing long term treatment programs but are not acceptable to the program ( i.e_ lack required documentation of addiction, or previous treatment). In addition, selected clients will be informed that this is a one year" - demonstration project. That is, the funding is limited 'to a one time basis and in •-the absence of on going funding they will be terminated from treatment after the project funding period. 00423 . ti 7 k E3'fir P 4 h '" 1'.0_ 4`,3!k 4 l'#h a """ {`` ,S' y°"a":'+ +'., '! ��yysL, " - 1" jx 5 ���� � r. p [WRj�AT28o� y 2tiif&1 AULS I+iHDiftECxilLAnoNS ��r -.k �'t.Ct,lam addict 8S Slt.fO[t21 bC)Ow -.�C.) 'rr ,6tid,tfCGt7Atnt�jlj6il.�,.}j83bbOQjG7� �i��1�tCftat{O r. ct" :Sec. '„ f rr L ti. hOr LbG dd',LhStD3{'a the'CQSAi9tIIdr'slYtrP.. P)tpslCal �Ac1CSsIRq aiOs41'`APPuaaWltlf 'YRSL^iEat' a h7Cltldlir lIILtnl��rlss� Matt y4ythlatifor2aedlcIIl Car -.01-1124:=15"Madalttoaf. ,,`y'.: Y r 4 OOZiQs�t{lt,Aya;aAd�caNs Othtr 6tlllO�K,�O[ ADd-aLSO10C LhG`d4W�.x[IO�,p�1E�tt�AGOf.`WC ,' .tiOy,N oeacnl regatnlamts.`' d*4' rtCtlCitt4sCOtlled Oa;fa.StbQ DurPO�,Qf• �strratmeAtplan .Thc ' u� gxi,�3sli atano xae d1a Ls, tteatmesik- -6i, PhT4d or a3 ittCidmt LO pb t`'d �' %"xISAY '2Y�-adatteeilun 1aLi7lat�' �`;. 1pail 22IIbUttZtlPR wait tCSpCGt lob.dit$�d(SCOttLa1'.C2IIegtinnd3ahn11Eh..'"dr.. �t«.►.w 1srsAeA rdr,ai�ac++tay{ r tnembcs stteQle81 proles+�on bttrid r 'ens)1csLDcttCtnblet(pts s „2aosta7 x�atathrslu�ouusnttalloa tmeai PrOgram 11M,no Wcum Y't-'.gli lib Q�WN4T,St4;." t r "�.�.,,.. LSM LLY171 ','LClAtWC!?t D)QR ''I[tMI10`u1C�lO1S11fr'« mill1w.7, tllrQLipa((l7! _ - a�oairs toca mode of;ttat:nent that tt w4IC411 pbtWitedbya '! "'2itt rvoewttwiit srlsbttitstron and'cm- oafUa�<<patletrt.reetztlse,obJectlreixed,�tCclll�itLLIntakeU�o a'pnticu wliu a r c wwaxrtcfencdto - t nt11�5 bq#aucil t �f) t2sat(ltaf nttufal hatlth+praJcs-� unit{ proasarn �,�;2iO3.tT"�:'2'aticut leCV['d syattul.a;.w 4r srona2..�vThe, tttf71.�1 x infosrnapoabdccai - � 2iac to .r-o�rua non�sr,�c.e:r(ce. auaUDed meAtnt�faauniWctc os¢Pmts qucsttoriabtet Th" aaoaaa rroswoa,tar met.r Pzotoual:noses a Pfrsori xtw�� A ,.I syaaoa is caomP.t.no. wtrII an rlst and hv!vittue,o[edueatloA.tsaintna ex mit be ' a ssste Peden04 S capable o`—csank the PSY Narlittm.... P[- erred to" �a� iaoz2a-,Etoept1nmf roqukammLti L` t)1o1o41ee1psDd aadoIot 1 baekatound ° £at� i;(ZiIgSC«tt2Q,,tsl`..nSll�') Stfl"'D2OalSSRS amCOA drur- 1Odthe,tit-_VA— WCAl aoYlIIital6ja3m?e6lZ.adCd t"lhCeII a' POaf,tft� t� aba . aMMds , � t S tOdecs -- Emm 1 ? whichthat 1Atmc to whteh�tbis 47,§1140 :'.UI tt s Pit[tiapplYea6Pter "?'"�'hls P1 ANLtlorth the critetta trhleh §1402AS .Caecal ergmrenknt�- s� oz whstantfatif - ' 11s edesul*departmeAtspend�ageae[n a? The g�antu or,conttaetwsbsll.pm- �Jt f - SbaU afialy tCltlt respect,to standards Of vide the,"narstacY'�aciltties.AlateriaLx hater; a aceprdance with decision resiea ! int,to be tuaintaiaed in ptn8rams services.and pasonnet for ttu operationProcedtues establish orprNectsotherthvarisGuchor.aem of a4dcug abuse..Dsogcam to aehich tbfsforttiat r :onstratton) loaded by them,byx2ne�at part applies.The eoatrsctor or grantee r �.� ar ,°f,8s :s of eontcactt awarded oc 2c- aliall estshltsh sad,apera(t" or ahalt, IfJl.LL AI'wtmnmiwnJaocpbr ".aelved sf [ettre$ tis auterhte ' z + {:-°3xi1't.iordlug,abuse treatanmt servloet�:opetrtt�such faetlities and,:thali Dro- (o)�Perlannance�re4atremwrts" a =1�tcludtag but tot I(caited to ontDactent „ride'such:materlal,aervlas, and per DilysteaL and s)abandory cxaAUnotion q� , ,711�`ttladO��ltSldMt(A1 2AethadOn!',rGl SORCd aS vrar!pdaIIild'`AL'Ct33ar1f toss ad011AfitQlCdry 177t`g48I t �r dasttal dszsttic��out J�ent,dcu�ieeDlnvidePatieatswdthservlces;iasccord-` soI�asaooa�sapractteablabuCAotlA��` 4 da.V;ale dtttC ttee,whether such aaoe wlth,,the provisions of.Lltis part <tifali2ldepssatteradatiasiorto the :;serl'.gcs rue performed dinectlY b7x the TIu grantee or eontttletorsshalikrs,pa tieatTbrJresttltsxotEt 'rs1 1ptrnt.o:ensu aitch Static or,contract W ;itp;>roprtate,Jacittttes Frovide�bfljd Or3T arnminagon a d�n SDI!° dor lAdt.-ectlq Lh1nuS1 ;subcaattraeGx .services titrnugh such drat abuse treat= q for•tticDattent'3 tseatauaK �r��Srsata.or other meant ia'imPlmlenta meat fatiittles as ma7�be apptoprlsta�beiktatial�ta�bis'trentmeA�piuu�Resi 5 atiaet of the rrciptent's contract or grant at such sttGar sites as sbaII be, e aPp dedtfta st vrl.lt Lbt;Ftdetal aLeagr or depsltmeAi by the co�actft orx awardlug fres p ze, * SSUPP1vZng thtlustds In the wse of a anthorlts " ' �z <.r r ¢ Pert Physical `" * sngram;Ssmded b9 seversl sos:sces,poly tb)r:3fdftttaite frttn sonitdry'caadtlfo b se', !tie Dasatbm Pii q r bTe oKeofxblch..soorce Ss°uFedernitbe ,3lsintaln alt facilities to s clean: if Gence ctnfectious; whkhiAigh „ 'standards of rtreatn a t set forth 1n this sad saaltr4ry coirdltion to acc°rdance ,t b atCeet of ts, the�eveattis shall:apply to aU segtonents of,suCh with eyplleabicfi a:s;tdards atabllshedthereddentlatPsograAt sequlresisPe lar to w2lich Sht part spxles:xhtt part ciitaia..Develop tion abotttd lir rov1de the, 'rWoludinition Y' �hngrever:tloesnotapplY,toPsoSrafsueoa tette ve2diti meet the requiranentsrnof`�PAttea DraaraAl'needino T t?4ducLed vr)thlnzor,b9 departments and .ihls Darbor$the idmtsslowot batieats 2nPeat suY DBst g i,ho.�ri.i ,_,.�:►:'_ � stgeacies of the Federal GovertlntestC and lilt tennioatto>s:of services to"them_, ratoryte:amlttatioet}vthtch been �ar The adoa ctiterfs are.;;appikabie O 1311' .De6n.uaa+� _ coaspleted byr s£eeatiat itt um or betadLzsnosls ortreatasdlt forf°1,w�ha►ever ttieze is etldmx�that file)evel �m td -z abiiii:*6bitm.parer than sleohoL" less ��° mrxttt anY=.person who hat aPDiled.for .� Services to a patient tmrst be teaafAated r ocu ..�� +:+,.�,..a trraLmeatyrograrir or offsersices does riotmeet alst= ttse rM�tire= ° these exam! t�erltral IAtuke IIilit which admiAatioiis rho bewtontainecC itt the " meati of flats Pari oz where legitlmate�ttenKi'fntake�i^eco n secvlt b,whtchthis Past. pcn fire CreatmeaCD Poatranaferto � �, to.yersoa,seerSas arc not � .� iib)sProDrara. Ilse term er at lesst aike yermo=an amg Beans ztiY drOS abuse Pro�eet or aetiv-t vlrirlr schedsSed basis„* " °� ua3aoCeptlotsto LYYwbich adminiSten Sert�ClS t0 Abich �< " tlleregttired:DbyalCaf 'audiabOrotory v td) EQrt(pmeat sad fantisTrisrp;.sln- ezaminatfoA,a sequeatfo Ants Port,aPPb�' „ _, sial! sad matatafaa;appropciate equb-n tionxiaa be ` ` - te) Prapros>:duertor The term'xtto- taest and fddAd v4i whlcti are suitable f IS421Gof_thLs Part Such"requestm�ses it LF issnaB for,ttx type of trrttm.... sesvlces being be submttted�A t6rt edieal ter ttta conducted , ir sad aupetvlslnt a drat abuse:Pr°- (e) Pusorus� raedfeef,aad drno'his� theneed�fa ,the� :% 4 ficaar which sdmtrtlsU=services to which exception to"the see- ` torY.Estsbllsh proeeduxts under oshlch s qulreanents.However the Sraatttie OL arty. fi,.t diedtea(dfrector The term"med Complete:yersonal,r:medleal.,and drn6 -eKevtloA unde%tbls part?ahawnot�be r. ices di�etor means a"wdu)y^awed hO�'for each patteat'a111 be seeuc>d as alt exceptioato�auyr 4» pisys ctaa g who has'been appointed to as-,upon the patieath".eatry„hew the”Pro- pitiable seSnbtttoa of the Fwd,=d Drug, ,w �awtse resZlosssibittty Loc aU snediealaf :Srsca and shalt be asalatalaed and Crept bdministratlon.. Y 1. „;candv<teds67:s;;.p�vgrsm Asakh .np,_to date tbrooghout the;Dstl stn (b)%Physicaand,iabvratoryexencusa (. k adw.:: tens serv'ces to whlth tit part "treatattnt`Thit 8=essential. fo: the tion.The phystsa2 aAd laboratory ezam 1tP4�tes purpose o1' SdenLlfytoS symptoms of fastba oL each DaUersL alutt'inetuc&_e �'� { s t Ft�EtAt 1EG15TFi< VOL:iO t(O. iOZ—tUESOAY MAY 27 t975 �t��„,H��rr .P' t RULES AND REGULATIONS (1) luvestigation of Use pos�.fbility of 41a supportive services determined to able for each patient either by the pro- lufecL otLs disease,pulmonary.liver,rsr- be needed by the ladirldual patleut gum or by an outside qualified constdt- d!..:c »normalities , dernsawlogie sequa- 6140-.0G bleshcalaerr;ce. ant Under a contract. For residential lac o, rdd.ctlon and possible corwurreat dru3-free, resldenU31 methadone, and sur,::ral problems: (a) Destgriztian of IredicaI director- day care drug-free programs,a minimum 12) Complete blood mount and differ- Each grantee or contractor shalt destg- of 10 hours of formalized counseling per entlal; n:.te a medical director who must assume week shall be made available for each (3) S.'rologlcal Les:for syphUU'. responsibility for the administration of patient either by the program or by an (4) Routine and microbcopic urtral- all medical services performed by the outside gt:alined consultant. The hours Y5 L-; prozram_lie must be licensed to practice of counseling actually provided should t5) Urine screening for drags (toll- midtrine In the jurisdiction In which he vary according to the needs of the cology)• admintstem medical sLeVicei It will also patient. (G) lIultlphasle chemistry pre.Ille: be his m-ponslbility to assure that the 110''-'.07 lieu.i-ion!or eu (7) Chest x-ray: inittsl evaluation Is properly performed, scrv- (8) %us7t.raltani antlsen IIM%z testlne Ui medical needs of each patient are (IIAA testing)I as alysropriate,and ti rtaiicaily evaluated, and that any The following supportive services shall (9)EliG and blcloglcnl tests for v-_.- entergency medical services, when be provided: nathcy,as appropriate. taetdtd, are adequately provided. The (a) Educational; 6 1•d0_.OS fire adr.atrloo lutet-tea, medical director shall also be responsible (b) Vocational counseling and trafn- for determining what emergency medical Ing; (a) Information to be obtained.Each equipment and supplies are needed to' ln) Job development and placement; ImUent seeing admission or re-admis- deal with possible overdoses and other and slon for the purpose of obtaining treat- medical emergencies that might arise (d) Lewd services through Iocal It- F imnit services shall be interviewed Ly a and to make certain that such equip- tensed lawyers to the extent such serJlces qugllfled mental health profesatonal aunt and supplies we provided. are related to the patient's treatment. having qua-lications as described in par- (b) Scru(ccs to patients (other than To Use maximum extent possible, pro- r agraph(f) of 11402.02.or by a quallned mrfhadoee) receiving prescription med- grams shall utilize community resources intake counselor under the supervision of icatinn.Fach grantee or contractor shall, to provide these services.Copies of any such a professional•Under the supervd- for those patients receiving prescription agreements for the provision of such (1 start and guidance of such protetat^^"( medication through the program,estab- services shall be furtushed to the con- the staff shalt obtain a complete personul Iish procedures under which consults- tracting or awarding authority. If any ly.Aory including information relating to tion with the medical director or other program Is unable to obtain any of the tits patient's social,economic.and family program physician will be provided,at a requ1Le supportive services, a formal tn%kg ound, his education and voce- nilnimum.once In every four week period request to provide such services directly tto:hal Achievements.any h4tory of past or more frequently depending upon the must be made to the project officer for drug zbuss and treatmcnt,any record of needs of the pajient the contract or grant award. pas:criminal conduct,and ally other in- (e) Provision for emergency medical formation whlch Is relevant to his appll- serticm (1) Each Program Is required S 1402-10 Proeedurra for urine surveil- catlon and which may be helpful in de- to formalize a written agreement with lance. terminLng tin appropriate treatment pro- a licensed hospital or hospitals in the The following standards shall be op- h 9nun- commuidty for the purpose of providing plied for urine surveillance: o (b) Dzrelopineyzt o7 eppropriale frcel- :me:-,envy. inpatient and ambulatory (a) Procedures.Urine specimens from 'e trc-t;,:cis.A lhimary obiect!ve of the ad- medical services,when needed. each patient must be collected In a mun- W.Won Interview Is to determL•se the (2) Medical services which are not dl- ner that mlalmizes falsification and on rnast appropriate mode at treatment for rectly related to Use provision of drug a randomly scheduled basis.In program: Via patient and to assure that tie under- abuse treatment services are not ream- dispensing methadone, urine specimens d stands the nature of the program and Lttmable under Federal contracts or for ull patients must be analyzed weekly v hat may be expected of him.Any pro- grants.To the extent practicable,hose- for opiates and monthly for methadone, gram of treatment recoruuended must ever,each program bnould arrange for Amphetamines. barbiturates, as well as If die designed to meet Use needs at the the provision of such services other drugs as Indicated. For all other :y pattent consistent with Use projected 5 1102.0: 1leelal health ronaultatloa programs It is recommended that urine a• pro3ram cxpectattons. It a Central In- specimens from all patients be analyzed t- t.cke Unit provides intake screening, It Each program shall provide, trough at least monthly for opiates,methadone. Is the responsibility of the program to a qualified mental health professional,s amphetamines, barbiturates, as well as v?hlch the patient has been referred by tndnimum of five hours per week of men- other drugs as indicated.more frequent uch Unit to develop an individually tal health consultation for each I00 ps- testing should occur when clinically Ia- ty taidered treatment plan based on the In- tients.The objective of this consultation Bleated. )I tervlew and hs case histom should be to review selected cases and to (b) Compliance with other itcridards. (c) Reexamination and reports. For provide husdstaace to the staff In the Laboratories used for urine testing shall ,d persons recetvlrs outpatient treatment, management of patient services or for comply with all applicable Federal pro- Ind!vldual treatment plans shall be re- the purpose of referral for psychiatric ficlency testing and licensing standards e>jatalned by the treatment team at least servlces. and All state standards in conformity once in each ninety day period nad al- §1102.08 CAM=-Cling. therewith. Laboratories covered by this tered where nec�cary to satisfy any requirement Include any Independent, - needed changes.For all other modalities. Ali counseling services are required to clinical,government or program facility e the Individual treatment plan shall be be performed by trained personnel under that offers to perform presumptive anal- b rtexwrdned at least once In each 30 day the supervision of a qualified profes- ysis for screening purposes As well as les 1_ec!od.A complete report of esrh review a!onal, utilizing the ladlidtlel, family, definitive qualitative analysL9 for con- t shall be recorded in the patlent's,ecor. or soup counseling technique which firmed Identifications. s1 (d) InformcCan to be doc-unented. best meets Use needs of the patients.Ia (c) Use of urine te3ting results.Urine » £s:h tree tmert plea mtul Include docu- the cast of group counseling.the sL-e of testing results ahall be used as one chin- raaut•d la:orrnatlon relating to(1) short the group should be left to the discretion teal tool for the purposes of diagnosis, t of the professional under whose super- end in the determination of 3t and: g term gnu for treatment f ca- patient lei by both 5:%=and paUent,(2) tate vis!on the group counseling services are treatment plans. patient records must s_cstbriment o:a primary counselor.(0t a adtu'tnste;:d.For outpatient methadone reflect the manner In which test re;Wts do x:r!ptlon o: the type of coo.sel a3 and outpatient drug-free- program_-, a fire utillced, and shall distinguish pre- serlrtes to L-s provided, and the fru mtn!."tan of three haus zed of formalized sumpuve qualitative laborator7 results ruency thereo:,and(4) a description of ooursehtrsg per week shall be made avatr- from thosa'whfett tare definitive. r E ff01lAL 2£GIST£1, VOL 40, NO. 102-11JcSDAY, MAY 27. 1975 00425 f t (ds t;se o; iib RULES �y 6ri d ¢ 4 -n2sit. pro AtYD REGULATIONS hxtvsLs lore a ar preL Iles to serer! Ss on �.G3_.TDA-2ci083 U ay e qua taure's°rsab2 caut4Jc` �t use hofm Ldp tmP-Mo d�that s n�ccstoi Ipso ne est to ur het. u=se tvt err c laboratory dennl- oil day must be u3 of such a 2'atierit s3'stcfa ��-�co.ds .eg 83miYsls for thza the scbrduled at eight t4o3o2 Rete cies las i-ne t1d ttene teSl�Uaal tier reema SCMceanedmjrs�;ta•rrh. to 3 A 1403 Ia ,ta `-0f�a a prasq vo.d thet±t Ocedu- C paWrnt alien S On -A a twod4Y1 meed during the 1'�1.1I pr n to a , S si2r drubs A rd rte)ttYq basedeses 3'of any tients. a I221e nhost corleasren; I)ursr eaek ]401.13 azraarporaxfor Uertp a r"04aee, of OLIon t 11-1(12.11 Ing od otdeteclablebr ascreen dential eside..tr If rze!ha eat to the Ax- r4o3.t4 ltegalrerY "`Wr,a",n LlII and eom_ Vel4l P'_lite oda an 7 Jrte-Each t les dente an rest- I tO3.rs �mrO,cedurpa be oPLed fn CIr) OCArz r. to erultloir'+nit pros li7irariun: s nC d r"Ide D ranee AD pat! `°tux ad Ittlt protide rrt)sl drrvicesug-t,Ye�meth- r.103, Brace re e,,.' art F rw MY to seven da e "I 2 rin aha b,enromagenrol; I ru io rolpmt pu131 0fclp¢ 4 harm day. Ys er OMCAu Boazrt lees �rare4 emenbc and Irrg p m red 1t la p - s1C peGS at � 1131 day Per ry ll Provide 51103 U cand a12 1131,oand 72 P41),L. rneSlt vs -1, )1 ed on at least Ate of r`Mr. 01 'tPpt;cyL;(ihr, 1132.) This doses oI d,., is, ;d t for the D of patient ncnit6 a of group coulsse the discretion lean too,the determination cons must id ra"utd) Into to b L(na de Gocu- L et6hro l thou d be feft und supero r-nd in treatment plans Patient hich test results v hose staris test roe' �`Io t -afessl°� services senect the manner distinguishPre- t. aert p f treat ro(�t _ els on(he 6 auP Otutpatten.me(hado are utAtced. �tatld 6Ve)abOMtor7 results 1 oTtau11 ,.ig tc cs 6,.. d patSeat (2) the adR i ed For -fze' Prog> s S,y-nptive Gtlall �'�.�s n city- c�c 01 16 on %o eII su ofrrn3uedulir_ from thosa xhtch are detlliltfse. a_�ls 1N) r� d io protid4t)da d {ption Of oou^seL'n► tetrl= a` lJ42:) 11 tlterto and( 1UjSDAY, 'Aa"27. 1975 rruency O,102-- FfDitAl ffL%Stft,VOL 4c,N f ..•x2 •t NOGG ® RULES AND REGULATIONS Exhibit E (dt Use of i�borafory analyse. Pro- :e:en days&hall be on the basis of an �. Cr= and meueal directors electing to eight hour day provided that,services for 1403.08 Patient file. rely on the results or presumptive tu!- a mtnimu i of two adios of such fight 140300 netcrrat for treatment. nslysis for patient management must hour clay must be scheduled at a time 1403.10 Adoption of procedures to &rod d:amonstsate reasonable access to dennl- other than the regular 9 am. to 3 p.rn aced cat oz. 1403.11 Proudu;e forur2.•iaaurreOtuet. t!ve cuaiitative latbomtory analysis for day. SmIces administered during the 1403.12 Patent reaordxteptag. tae when necessAry,ex-criminal justice remaining two days must be scheduled 1403.13 Agretment.bttwttn Cit?and eom- syi;tcal records. Intake urine testing an for a period of at least four hours each munrty progrants. all yroswctit a methadone clients, any day at a time most convenient to the pa- 1403.14 nequirementa to be adopted In CIU loss of patient privileges based on tui- tients. procedures. ralysis mulls.and any frequeccy of use (2) Reslde:.tial metha;1ore and res!- 1%03.15 Compiiaace with all Federal and of other drugs not detectable by a screen- der tial drag-free.Each residential meth- 1103.15 Exec,a regulatus to ions, Ing method. adone and residential drug-free program c sl Lill prorlde sen•ICes sctTn days per Atrzi10arrr::eco.210.^21,222,Drug Abuo a 1-10 11 Vocational rellabiiitatiun:�a are:,provitwenta ser ices per da Otaca and Treaunent Act of 1972 Pub,L.92- ctuploynteat prnarrtua. (3) Outpatient drug-free. Each out- 255'(21 UB.C.3320,1153,and 2]92.) All patients enrolled In out-_:leat patient drug-free program shall provide §1.103.0I Applicability. treatment should be encou.-ngcu to par- services at least six days per week.Serv- This Part sets forth the criteria to be Uctpate In an educational a-job Lra111- Ices provided an at least five Of these als aPPI'cd by all Federal de Irtg program or to obtahn gainful employ- days shall be on the basis of an eight aS encles with res padardsa and 4; merit as soon as appropriate but not later hour day provided that a minimum Of poet standards to be % than 120 days from the date of enroll- two hours of such eight hour day mist maintained for drug abuse programs or resent.In the csise of patictits enrolled In be scheduled at a time other than the Projects(other than research or demon- resWentlal prograam such patients regular 9 eta ta 5 pan day. hanSert a ration) funded by them by means of should be encouraged to participate In ad.^.rinl5teted during the rematlning grants or contracts awarded or renewed one o1 such pmgnrnis or to obtain gain- (sixth) day must be scheduled for a pe- after the ct of effective only of tale part, for ful employment wt',hin slMy days from riod of tit least five hours. the conduct of central intake services, the date of admission.All etforts toward u4) Day care drug-free.Each day care whether such services are performed dl- either of these objectives and the results drug-free program must provide services redly tr the recipient Indirectly any such grant derived therefrom must be noted In the at least five days per week, ten hours or contract or Indircetly through sub- derived treatment plan and the notesr 1xr day. Services provided for the re- gr wit contracts.Crania,or otter means In Im- of his p.mgress.If,for any reason,a pa- ma.ntng two days may be so schedule( ont it of the recipient's contract tient is not encouraged to pursue one of as to accommodate the needs of the pa- th—me altetuatives,the reasons therefore tietits. Partment supplying the funds. In case ata shall be recorded In the patient's (5) Central intake unit.Each central Of a program funded by several sources, rr`=ords• lnta::e unit must provide services at least only one of which source is Federal,the stan§:102.12 Patient record system. five dssa per week.eight hour per day, part shall of treatment set forth f this part shalt apply to all segments of such Exch program shall establish a patent §1402.1-11 Provision for tneals. Provam which provide the type of sere- :,ord system to document and moar:Or Residential methadone and residential ices to which this part applies.This part, p;vnim: care. This system shall ooai;.1Y drug-free progcaus shall provide each however. does not apply to programs wi:t a!!Federal and State reporting re- pout a minimum of three meas per conducted within or by departments and r-,::�_mcnu.Ail records shall be kept eon- day. UWle meals are not required for ug``ncles of the Federal Government -r.ntiz,l in accordance with the applica- day care drug-free program .such pro- §1103.02 Dellnitiool. bee -tire .liars (currently 21 CFR, Part grams are encouraged to Provide each proposed to be Incorpomted In 42 patient one meal daily,if practicable. (a)Patient The term"patient"means .` Part 2; see 40 FR 205_2, MAY 9, any person who has applied for or been Y §1102.IS Compliance with all Federal given diagnosis or treatment for drug and State ret-tatiam. abuse at a treatment program or central A. §I +l_13 I'rogant hours for eerr:er� i1 programs which else methadone far Intake unit which administers services to 4a) Gere.-ai requ!rerents.A reason- detoxtticaclon and maintenance treat- which this part applies. ode el:0rt must be made to adjust the meat must comply with all applicable (b) Program. The teras "pmgmnl" I ),t s of program operation to meet pa- regulations of the Food and Drug Ad- mtarls any drug abuse project or activity treat needs. For outpatient treatment ministration,is well as other applicable which administers services tO wh ch this pratiratn3,consideration should be s,.ven pederal and State regulations and dlrec- part applies. to t`:e employment hours of patients, Lives. (c) Central intake unit, The term und,to the extent practicable,ehnie op- `Central Intake Unit" (CIU) means a c�tinghours should beschedu/ed at such §1102.16 Exceptionstorequlremcnu, centralized facility which is responsible tunts as will accommodate the working Exceptions to the requirements set for the initial screening, evaluation, hours of such patients.Patients who are forth In this Part 1402 may bt requested diagnosis and orientation of a patient =t employed or who are not attending by submitting a request to the Director, for purposes of referral t0 an appropriate rchool or training programs are expected D!vtslon of Community Assistance,Na- modality for drug abuse treatment. to arrange their schedules in such man- tions) Institute on Drug Abuse, 11400 (d) Qualt!ted mental health pro%s- ner rs to receive services at suitable Rockville Pike, HocJcvilte, Maryland clonal. The term "qualified mental times.tt'here ntemsary to accommodate 20352. The request must fully explain health professional" cleans a person the needs of patients,the program must and justify the necessity for the excep- who,by vlrtut of education,training,or 2ecognize that the usual 9 am.to S pmL bort experience is capable of assessing the i{ workday shall not be rigidly adopted for psychological and sociological back- outpatient• treatment In many clan cspart 1401 1s added as net torah below: ground of drug abusers to determine the ! i w!th large patient adralaslom.a 12 hots treatment plan most appropriate for day of operatlons Is frequent;necessary. S• patients In Prot-rams to which this part r » 1403.01 Appilcarah• t: Yb) M mum..houm of operation.The 14o3.w DCnluana applies. f(::lawIng minimum hours of operation i4a3.c3 General roqu%rerents. (e)Treatment and treatment plan.For z!:r.:l be rt:ilntaL•ned: 1403.04 Opersuoa of racuitics and ex-ra!- the purposes of this part, the term t t 1 Or::pa:!Ent methadone.Each out- nation of pauen s. "treatment"Includes Interviewing.eoun- vuLe:it ra-Zhadone program &hall pro- 143 as Medical ae+1:e.. Ming.and any other services or acUvi- 24A1.rr3 ;•greement roe tmtrgtncj taedltbl v±.:d ser vices seven days each cert.Serv- 4attcc tics carried on for the purpose of,or as zits provided on at least five of these 110307 n--udz=U lua tntcrrlvar. incident to,diagnosis,treatment,or re- FEDERAL REGISTER. VOL 40, NO. 102—itr.SOAY,MAY 27, 1475 004263 fr Iowa RULES AND REGULATIONS MCG7 habllitrtlon with respect to drug attse §1103.05 3IvJicaf srn;crs. All records shalt be held confidential In achetlier or not conducted by a 1%ember (a) Desi?r:at(on of %edL--a( director- accordance with the Coa3dentlaitt7 of the tnrltatl profs-;Ajn:and the v:ren Each grantee or contractor shalt deal¢- Regulations set forth In Part 1401 of this "tr eatm;nt plan- nteaas the mode of nate a medical director who shall assume chapter. treatanent that Is determined appropriate responsibility for the administration of $'1.103.09 lteferrai for trvatntent. to meet the objective needs of the pa- all medical services performed by the Witt. CIU.Such director mu7t be Licensed to Upon reaching an agreement as to the 41) Prtmgrom and medical d;rector,The practice medicine In the jurisdiction in modality to be applied. the patient term "prograrn director" and "medlcO which the program is located. should be referred to treatment within director' shall have the meaning set 43 hours and his inta're records trans- ;ortli 1:1 §2 1402.01(c) and 1402.02W, (b) Initlal cnoluation. It will be the ferred to the center administering such respectively,of tart 1402 of this chapter. responsibility of the-medical director to treatment. assure that the initial evaluation is prop- 1-103.03 Cencral rcyuirrmrux • erly performed and that the appropriate 5 1.103.10 Adoption of proccduret to The grinteeorcontractor shalt .to, ,te nerds of each patient are evaluated and avoid duplicution. adequate facilities, materkiL sen ices, the type of treatment,if any,prescribed. Each program shall adopt such Intake and personnel for the opr:..uon of a The evaluation shalt include an initial procedures as will avoid Uie duplication central In•,ake facility,Tl:e contractor or diagnostic work up,an Identification of of services by programs receiving pottents grautze shall esLabllsh and operate, or medical and sumicsl problems for re- through the central intake process. shall engage a subcontractor to establish Ll ute,such facilities and provide s periodic review of the patient's records,ferral to�other treatment facilities,and 1403.11 Procedure for urine sttrvci!- and opencu such n aterlal. 'services, and person- If the patient has a previous medical nei as are necessary to render such sere- record and it 1s available,the medical tit- Urine specimen shall be obtained by Ices to drug dependent persons in ac- rector should obtain It if possible and In- CIU from each patient under approprl- cordance aalth the provisions of this part nude It with the records sent to the ata supervision.The specimens tnmt be The Cental Intake Unit shall be estab- treatment center to which the patient analyzed for morphine, methadone, ltshed at such site or sites as shall be has been or is being transferred. cocaine, codeine, amphetamines, bar- approved by the awarding authority.The g 1103.06 ,A=,rrt..rut for enterganry biturates,as well as other drugs It Indi- ut,it shall operate under procedures taftliiral.rrv;rra, cated. Laboratories which are used for v,Iiich provide eat criteria for the admt,- (a) Each p Ogram Lc required to for- urine testing must comply with appli- ston of patients and for the termfnation _ cable Federal proficiency testing and of.ar.•tces encs.ted to them and ib) !n- mal'-e a written agreement with a 1t.- licensing standards and all Stitte turmnl, es rendered initial patient ort- denied hospital or hospitals in the eotm- standards 1n conformlty therewith.. roiddIng entation, m0tiphaslc health screening. murky for the Inpapurtient An o1 ambulatory � en:ergethey, lnpstieni and at»bttlatory §1403.1.. 1'at;rtri rreordl,ceputF. and referral to an appropriate treatment medical services,schen needed. Each CIU program shall establish a [nodality for new or readmitted patients. (b) Medical serrlees which are not di- record system for patlent3 processed §1.103.Qi Operat;..n of favilities and redly related to the provision of drug which must be adequate to meet all Fed- r"wn;nation of 1.at;ruts. abuse treatment services are not relm- eral and State reporting requirements tat I.curs of oper4:0:_Each CIU fa- bursable tinder Federal contracts or and all patient records shall be muln- cli:ty r::stl remit: open at least eight crsuts To the extent practicable,how- tafned 1n accordance with the Coanden- .co..i each day, five days per «eels. ever, mch proe•-raut should arrange for ttallty Rebvintiona (currently set forth '...i intake process must proceed expo- the provision of such services. as Part 1401 of this chapter;proposed to .::0,asly to avoid discouragement and §1103,0; ptt.dau..;.,,cinterview. be Incorporated In 42 CFP. Part 2; see Mould not exceed a period et two drys 40 FR 20522,Dray 9,1975). The factitty shall be appropriately fur- F=grsT3!shalt conduct an Interview 1403.13 Agreements between CIU and riWied to provide the required services by a tort:t.1 health protesslonaL or by commuA ro t a qualtdW !make counselor under the 7 P gram& cont shall with h appli abl 1r a condition of suPI—t ion _t such a professional, o1 Each CIU program shall estab7Lth and cnnsitenL with appllcab?e regulations of Federal.State and local authorities. each pattet or former patient read- provide the contracting or awarding (b) Fra:t(natim At the time of 1n- taitted. In the course of the Interview, agency with documentary evidence of take, am initial personal, mediral, and the staff shall obtain a complete personal formal agreements with community evil.^ 1:'s tory shall be obtained and a �t�' Incudtn3 information relating based drug abuse treatment programa. dh;g 1.I and laboratory examination a d a to the patients social, economic, and Such documentary evidence shelf In- S" ade:talstr rti by laboratory qualifipersonnel. famlly background' his education and elude the treatment program's agree-'vontlonal achievements,any history of ment to utilize the CIU for patient in- Su int examination shall check the pos- past drug abuse and treatment,any ree:- take functions. The agreement should.- sili,.lty of Infectious diseases,pulmonary, and of past criminal conduct and any also provide for the acceptance of only cardiac abnormalities,dermatolo- other Lnforastlon which !s relevant to those patients who have been gcc sequelae of addiction and possible his aplIcation and which may be help- through the CIU. P d ces�ed L In an appropriate treat- er toy examinattan shall Include a �� 1m ntpro4r determining Ttie stag should then d15- 5 1403.14 Itedluirements to Be adoptrd (1)Complete blood count and differen- in CAU Frdxeduray. cites with the pallor.the various treat- uta): went rnodalitlea available to him Atter Each CIU program shall adopt pro- t2) Serologhbl test for syphilis: discussing the availability of these mo- codons relating to the following: (3) Routine and microscopic urinaly- dalittes in the light of the patient's par- (a) Orientation of patients with par- Els: ocular needs (including the results of ocular instructions on the avaliable (4) Urine screening tar drugs (tort- p!L,tclaas evaluation), a treatment treatment options and the spectle treat- oology): p:aa should be selected by mutual agate- went program recommended to meet the (5) :L1ttphasIc cberalstry profile; taint and an appropriate referral made. needs of the patient; tLia 6)Chestx-ray: (b) Consideration and determination - (7) Atstruh&n Suttl3ea MAC testing S 1403.08 Patron (1!9,4 test!n:)I as ato Uprophiate• The program should maintain a file the most appropriate method to be I.) EKG wid biological tests for prea- for each drug dependent patient.This ttozed for referral to treatment; at a:croprlate;radfile should be kept up to date by the (eY The negotiation of an agretment t9) Pup -: ear and gonorhea cults.-", particular agencies and -1l transfer to with the Pailent covering the tenni and as appropriate. other programs wd termLvtlors noted. conditions of referral to treatment;and FEDERAL REGISTER, VOL 40,NO. 102---TUESDAY, MAY 27, 1975' 00427 .........�-i s ,.ra:-c..n ::at;oo s,iJLG� i+rvu nctautlittUrq ACS-:ILS-2::40- �1 • Tdi Subject to wproval by Federal �xhl�lit is and State project representatives.estab- 11shment of standards for meeting the needs of patlmts referred to CIU for rescreening and for referral to a modal- 1ty or program detemured to be more suitable for their needs. 1403.15 Compliance with all Federal and State repdAtions. Ali programs using methadone for de- toxitieation and maintenance treatment laust comply with all regulations of the Food and Drys Administration as well as all other relevant Federal and State reg- ....-- Mations and directives. i 1403.16 F.aeep6ons to requlmvents. ' I Requests for exceptions to the criteria ' and requlretueats set forth to this Part l 1403 shall be submltted to the Director. Division of Community Assistance,Ma- tlonal Institute an Drug Abuse, 11500 RockvMe Pike; Rockville. Maryland 20852,for his consideration and action. Each request shall fully explain and Jus- tify the necessity for the requested exception- IFU nx75-18602 Tread 6a3-�6:8:46 amt S t 2 FEDERAL REGISTER,VOL 40,Ito. 102—Tt1ES0AY,MAY 21, IV$ 0208 0 04 t n Sue- - - _ Of Slats O-i C".1ifa-f;i1a Goch,Q C031a Count,r • = 19 � . In$1s}AOl:^r of • - f 1t R V.M 44 Na. ro7��A7.Mor 77.1" 00428 MWM ....... ............. . _-. In the' Doc'rd or". Superknsors• OF Contra Costo County, Shote of-California Jin=vry= 26 01 19 76 In the Matter of :z0• '.'.L'St kor A'J,rt?val of W)aa�yZlication for Mt"ycoc''.iCS azi The dmi-xAstratioa and Finance Committee (Supervisors !L Bo=css and J. B. I ari srty)' aavi~g reported this day on its review: of tele request joade by the Dix'ector, Human Resources PZency, for approval of an application to the State Oi'fice of Barcotics and DrIG_ Abu-se for a Federal W. 9 Grant in the amount of _3872503; and The Committee having indicated that the request- is-a _ ti-o-part proposal to increase and inprote County services by" . _ providirZ additional sL•aff at the County Discovery ery Centers and for a'dem- r.stration prosect to offer alternative treatment to, persons eligible for methadone mar.tenance; and" The Coemittee havirg further reported that these services trill be fully financed b, Federal 409 -Grant funds _ - -rtith no County matchix% requirements; , W f, THMIZ-r O. E, 3T IS BY T HM BC RD 07MEREED that the afores.-id application is approved a:u' sub.-,ittal' to the State is authorized frith the understanSing that the' proms-ar. financed by this grant ::ill be termirated at the and of the project period unless Federal or State funds are provided for its . continuance. . PASSE by the Board or. Janizary 26; 1976. 1 hereuy ce.:ify :Trot the foregoing h a two and carrot*caM of an order entered on the m.iwes of said Board of Surserrisors on the elute aforesaid. ♦'Ttness toy hand and An,Sect of the Board of :i.;:s:(:': 1•.' .t.. 1'•� - �t/�74►Visar3 - " r o x-ed tnis?. day of_.j_- � 1975 C -- _. Cfark .__. J. f ULSSO�t llur�i:f•�,(.�esie%i:,;� 6Y��- --^�;Lni,_ s .. j* (- Deputy Clerk en-a :0.9-nn. S .ack_le3 • .—. '� - ONO .•�._—__rrr:s•R'+R'd'r.:v.:.....P`v Pl�gwwi Noun .. .. .............:... mow.-�....�. .....•. z t _ . .. ........ .. i In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Contract #29-206-2 with Brookside Hospital in San Pablo IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract $29-206-2 with Brookside Hospital in San Pablo for said Hospital to pay the County up to $8,760 for the County Health Department's provision of public health nursing and/or social worker services for Brookside Hospital patients during the term July 1, 1976, through June 30, 1977, and under terms and conditions as more particularly set forth in said Contract. PASSED BY THE BOARD on June 22, 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 Seal of the Board of Attn: Contracts h Grants Unit Supervisors cc: County Administrator affixed this 22nd day of June 1976 County Auditor-Controller �/ J. R. OLSSON, Clerk County Health Officer ! "/ Deputy Clerk Brookside Hospital Maxine M. -Mmfiqd 00430 H 24 8175 10M CONTRACT Number 2 9 — 2 0 6 — 2 1. ParI ties. The County of Contra Costa, California (County), for its Department of Health, and Brookside Hospital, San Pablo, California (Hospital), do hereby mutually agree and promise as follows: 2. Term. The effective date of this contract is July 1, 1976 and it terminates June 30, 1977 unless sooner terminated as provided herein. 3. Termination. This contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. 4. Payment Limit. The total amount to be paid under this contract shall not exceed $8,760 5. Countv's Obligations. The County shall provide approximately nine hundred (900) hours Of Public Health Nursing and/or Public Health Social Worker's service for the purpose of facilitating and coordinating discharge planning and medical social service for patients of Brookside Hospital. 6. Hospital's Obliaations. The Hospital shall pay the County the sum of Two Thousand nine hundred and twenty dollars on each of the following dates:September 30, 1976; December 31, 1976; and march 31, 1977. 7. Procedures of Service. There shall be a letter of understanding signed by a designated representative of Hospital and the County's Health Officer which will establish the schedule for the provision of the County's services. BROOKSIDE HOSPITAL COUNTY OF CONTRA COSTA, CALIFORNIA ® 2000 Vale Road 651 Pine Street San Pablo, California 94806 Martinez, California By % By .,� J, P. Kenny OR E W. WACKER rman, Boar VCO pervisors ADMINISTRATOR (Des nate official capacity in Attest: J. R. Olssounty Clerk business a;d affix corporation seal) ,2 State of California ) By h7Je Coun-ty of Contra Costa ) ss• Deputy Maxine M.Neufeld AQUiOWLEDGLITM (CC 1190.1) Recommended by Department The person signing above for Hospital known to me in those individual and , business capacities personally appeared By before me today and acknowledged that Designee he/they signed it and that the corpora- tion or partnership named above executed (Form Approved: County Counsel the within instrument pursuant to its bylaws or a resolution of its board oGerald A s`dcer f directors. By � j /D Deputy Dated: / I /�J 1;76 L/ eNo ary Public /'� hCLYY P oCt, F R.YIA Microfilmed with board order• V��r71 a V t3P2;�7 pit O:flCc IY C:!sitA C75TA:1981Y My Comm issrn E»ues ward S.1977 icy Pity_?1IO:il�_I• VIC.G C1SIA C=U9SY YY Com°WOW- Ysrca S.1971 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Contracts to provide training for County Social Service Staff IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contracts for provision of Social Service staff training under terms and conditions as more particularly set forth in said contracts: Number Contractor Term Payment Limit 20-094 Lorna Forbes, M.D. May 27, 1976, one day only $255.50 20-095 Judith Wallerstein July 13, 1976 to July 20, 1976 $240.00 PASSED BY THE BOARD on June 22, 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 Supervisors Attn: Contracts & Grants Unit affixed this 22nd day of June 197 cc: County Administrator County Auditor-Controller J. R. OLSSON, Clerk Social Service Department BL '&z Oe Clerk Contractors y Cine M. e f d Deputy Q( '032 BEJ:dg H 24 8/75 loon Contra Costa County Standard Form SHORT FORMSERVICE CONTRACT 1. Contract Identification. Number 20 - 094 Department: Social Service Subject: Social Service staff development training in "Working Effectively- with Abusive 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: LORNA FORBES. M.D. Capacity: Self-employed individual (Training Consultant) Address: 1542 North Garey Avenue, Pomona, California 91767 3. Term. The effective date of this Contract is May 27, 1976 and it terminates Mav 27, 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 $ 255.50 6. Countv'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: $ 200.00 per service unit: (Y) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). Fee Rate is to include $55.50 for round trip air fare from Ontario, California to Contra Costa County and return. 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in Working Effectively with Abusive Parents 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 four and one-half (4-1/2) 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 Authoritv. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. State Mandate 14-200, California State Social Service letter #75-10, Title XX, Section 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, C.%LIFORNIA CONTRACTOR 00433 By� J, P. Kenny By Chairman, Joard SupervistWfignee RecI by Department (Designpt fficia capacity) By, (Form approved by County Counsel) Designee (A-4620 1.0/75) Microfilmed with board order �I Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT (� 1. Contract Identification. Number 2 O - O 9 5 Department: Social Service Subject: Social Service Staff Workshop for Adoption Personnel "Psychological Assessment of Child Treatment and Strategies" 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: JUDITH WALLERSTEIN Capacity: Self-employed individual (Workshop Consultant) Address: 290 Beach Road, Belvedere, California 94920 3. Term. The effective date of this Contract is July 13, 1976 and it terminates July 20, 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. Pavment Limit. County's total payments to Contractor under this Contract shall not exceed $ 240.00 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: $ 120.00 per service unit: (X) 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 Psychological Assessment of Child Treatment and Strategies 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 six (6) 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. State Mandate 14-200 California State Social Service letter #75-10, Title XX, Section 228.84. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By J. P. Kenny By_` Cl Designee Chairman, Boar of Supervisors Recommended by Department (Des ikiate.. cial capacit ) By 0 / (Form approved by County Counsel 434 Designee (A-4620 10/75) Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Contract #22-051 with Richard R. Korn For Alcoholism Staff Training IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract $22-051 with Richard R. Korn, Ph.D. to provide training in Group Psychotherapy and Psychodrama for the staff of the County Health Department's Alcoholism Information and Rehabilitation Service (AIRS) in two sessions from June 17, 1976, through June 24, 1976, with a Payment Limit of $500 under the Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on June 22, 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 Orig: Human Resources Agency Supervisors Attn: Contracts & Grants Unit cc: County Administrator affixed this 22nd day of June 19 76 County Auditor-Controller J. R. OLSSON, Clerk County Health Officer By A/-- Deputy Clerk Contractor Maxine M. Neu _ ld ©0435 RJP:dg H 24 8/75 10M r mom Contra Co.-;La County _ Standard Fora SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 22 - 051 Department: Health Subject: Training in Group Psychotherapy and Psychodrama for AIRS Staff 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: RICFLARD R. MORN, Ph.D. Capacity: Self-employed consultant Address: 416 Everett Street, El Cerrito, California 94530 3. Term. The effective date of this Contract is June 17, 1976, and it terminates June 24, 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 $ 500 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: O hour; or FEE RATE: $ 250 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 2 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in Group Psychotherapy and Psychodrama 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 four (4) 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, sici:ness 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. Leal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Contra Costa County Mental Health Services (ShortLDoyle) Annual Plan 1975=76 (State approved) 11. Signatures. These signatures attest the parties' agreement hereto: CObNTy OF CONTRA COSTA. CALIFORNIA CONTRACTOR J, P-ignee Kennysyairman, Board of SVpe isors D Recommended by Department (Designate official capacity) 1_ f 00435 By ��l �j�� `�lL ?=z�J�----__ (Form approved by County Counsel) Designee Miaofilmed with 6oara or7er _. i y a In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Contract 124-729-3 with Las Trampas School, Inc., for Mental Health Services in Fiscal Year 1975-76 In accordance with the Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76, IT IS BY THE BOARD ORDERED that the prior mental health services contract expiring June 30, 1975, which was extended by contract amendment agreement #24-729-1 and contract extension agreement u24-729-2 for the period July 1, 1975, to November 30, 1975, with Las Trampas School, Inc., be REPLACED for the aforesaid period beginning July 1, 1975, and RENEWED by Contract #24-729-3 for the six month term from July 1, 1975, through December 31, 1975, and IT IS BY THE BOARD FURTHER ORDERED that its Chairman is AUTHORIZED to execute said Contract #24-729-3 with Las Trampas School, Inc., for the provision of mental health services from July 1, 1975 through December 31, 1975, under the Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76, with a Contract Payment Limit of $4,050 and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on June 22, 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 Seal of the Board of Attn: Contracts b Grants Unit Supervisors cc: County Administrator affixed this 22nd day of June 1976 County Auditor-Controller J. R. OLSSON, Clerk County Mental Health Director Contractor fly Deputy Clerk Maxine M. NI'u eld E3i3 37 H 24 9/75 10M E Contra Costa County Standard Form'' STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 24 - 729 - 3 3 Department: Medical Services - Mental Health Subject: Developmental Disabilities/Residential Respite Care for Children (Short-Doyle) 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: LAS TRAUMAS SCHOOL, INC. Capacity: Nonprofit California corporation Address: 3460 Lana Iane, Lafayette, California 94549 3. Term. The effective date of this Contract is July 1, 1975, and it terminates December 31, 1975, unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 4,050 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 SDecial 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 foucrding 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 COS'T'A, CALIFORNIA CONTRACTOR By J, R. Kenny .airman, Boa--'I&of Su rvisors —' Attest: J. R. Olsson, County Clerk Designate offici# capacit:✓ in business- and affix corporation seal) gy 2State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recormended by Department The person signing above for Contractor known to me in those individual and 77 71 business capacities, personally appeared 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. i Rosemary Matossion Dated: Deputy 00438 Microfilmed with 6oara order. /Deputy Co ty Clerk (A--317 3-:7 W7;) i =ter 'Contra Cosa County Standard Form PAYMENT PP.OVISIONS (Cost Basis Contracts) dQ c� umber 24 - 729 — 3 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.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 652 monthly and, in addition, $30 per unit as defined in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular F14C 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 CX] 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 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 2. (Payment Amounts) above. Initials: Contract r County Dept. 00439 (A-461S _. V 6/75) 4 e. z _ t Contra Costa County Standard Form PAYMENT PFOViSIONS (Cost Basis Contracts) {� c� Number 2 4 — G 1� �G�G J � y7 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insuf=iciently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or 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 fora 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 16 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. B. 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: A _ Contractor County Dept, 00440 (A-46_3 RZV 6/75) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 2 4 — u��f A2 % — U 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as nay be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. S. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. 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. r,41 Initials: Contractor County Dept. (A-=6_5 ?,'.V 5/75) -1- .K.X Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 24 — 9 !lumber 7 2 9 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 lairs 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 exanination 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. Pk AP Initials: Contkoac or County Dept. 00442 (A-4615 EV 5/75) -2- • +� t Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) (� Number 2 d — 6�f 2 9 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 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 Coaditions. Initials: ,jPI NI /JV ConaFtor County Dept. 0044.3 (�-holo 5/75) -3- SPECIAL. CONDITIONS Number 24 - 729 - 3 1. Novation- The parties, having entered into a prior contract amendment agreement To. 24-729-1, effective July 1, 1975, and a prior contract extension agreement, No. 24-729-2, effective October 1, 1975, hereby substitute this Contract for said agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. SERVICE PLAN 1. State Cost Regulations. Pursuant to Paragraph 3. (allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, including, but not limited to, the Community Services Systems Manual, Chapter 9. (Accounting Guidelines), Section 9.5 (Allowable Costs), as issued by the State Department of Health. Allocable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. 5. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6- Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible fo•- receipt of services pursuant to State regulations. 8. Service. Contractor shall provide for County certain administration and staff services to establish and operate a Respite Care Program of inpatient, residential services, consisting of full-time supervision and residential care for eligible patients who are mentally retarded. Contractor's Respite Care Program shall provide short-term periods of residential service lasting up to three (3) weeks for each patient, or as otherwise may be agreed upon by Contractor and County. Patients admitted to the Respite Care Program under this Contract may continue their customary participation in whatever outside recreational, social, medical, or educational programs they may be enrolled in. Contractor shall incorporate all patients into its regular, ongoing school activities, including those patients not able to attend an outside day-activity program. Initials: / �j� Contilactbr County Dept. -1- 00441 a SERVICE PLAN Number "X X " 7 2 9 r 3 9. Program Administration. Without any limitation upon its obligations under any term of the General Conditions expressed herein, Contractor shall administer the Respite Care Program as follows: a. Residential Facility. For provision of services under this Contract, Contractor shall utilize its facilities located in Lafayette, as follows: (1) 3460 Lana Lane (2) 3437 Moraga Blvd. (3) 3548.0'Connor Drive b. Service Availabilitv. Contractor shall maintain at least one bed available to County dental Health Services for use under this Contract at all times. When this one bed is occupied by an eligible patient under this Contract,- Contractor shall be free to use any other available beds as it chooses, except that it shall give referrals under this Contract from County Mental Health Services first priority over other patient referrals in accepting admissions to such bed vacancies. Contractor's services shall normally be available seven days per week. c. Admission Process. Admission to Contractor's Respite Care Program under this Contract shall be accomplished in two steps, as follows, subject to the Admission Policy specified below: (1) County Mental Health Services shall send to Contractor a written request for admission, certifying that the referred patient is eligible for services_ (2) Contractor's social worker or nurse shall determine the availability of bed space for the referred patient, notifying County Mental Health Services and the patient's parent or caretaker regarding bed avail- ability and date of first possible admission. d. Admission Policy. Admission to Contractor's Respite Care Program shall be conducted according to the following policy: (1) All patient referrals will be considered for admission regardless of race, color, religious or fraternal affiliation, or national origin. (2) Initial inquiries received by Contractor regarding services under this Contract shall be referred to County Mental Health Services for eligibility determination and admission according to the process specified in Paragraph c_(1) above. Contractor may accept direct admission of returning patients who have been previously referred and certified as eligible by County; Contractor shall promptly notify County Mental Health Services of any such admission under this Contract. (3) Admission shall be subject to County's referring social worker providing Contractor with the following: (a) A doctor's statement completed within the past 6 months regarding the patient's medical condition, (b) A doctor's statement completed within the past 14 days regarding any medications or medical treatments or therapies currently prescribed for the patient and/or any acute medical problems, and (c) Pertinent information regarding the patient's current behavioral problems and family situation. (4) All medical, psychological, psychiatric, and social information shall be kept confidential and may be released only upon written authori- zation by the patient and parent or guardian. Initials: ,�1 A, /0 Contrac or County Dept. -2- 00445 SERVICE PLAIN Number 24 - 729 - 3 (S) Contractor will accept for admission to the Respite Care Program those patients who are diagnosed as mentally retarded and are age three (3) through twelve (12). Contractor shall also consider admission of patients under age 3 and over age 12, upon mutual agreement by County and Contractor that such patient is suitable for the Respite Care Program. (6) Due to building and licensing. limitations, Contractor is unable to accept patients who: (a) Have severe emotional problems. (b) Are non-ambulatory. (c) Are totally blind or deaf. (d) Have mental retardation only as a secondary diagnosis. (e) Require extended, closed hospital treatment. (f) Are considered chronic runaways and/or a danger to self or others. (7) Once admitted, the patient may remain in residence in the Respite Care Program under this Contract for up to 21 days. Any single stays in excess of 21 days or multiple stays totaling more than 60 days for any one patient during the term of this Contract are only possible with written approval from County Mental Health Services. (S) Any disputes over the admission of a patient, the administration of the Admission Policy, or length of residential stay shall be settled between County's referring social worker and the Contractor's social worker or between their respective supervisors. e. Medication Costs. The cost of medications, when not met by the patient's parent or guardian, shall be met by Medi-Cal or paid by County dental Health Services in accordance with State Medi-Cal and Short-Doyle regulations. f. Professional Staff. For provision of services under this Contract, Contractor shall provide qualified, professional staff, including a Program Director, Social Worker, Registered Nurse, part-time Psychologist, Recreation Director, and Credentialed Special Education Teachers and Aides. 10. Service Unit. A unit of service for payment purposes is defined as one day of inpatient, residential services as specified herein for one eligible patient. A day shall consist of twenty-four (24) hours of service, or at least twelve (12) hours of service on the day of admission and the day of discharge, with time counted from 12:00 p.m. midnight; service for a period of less than twelve (12) hours on the day of admission or the day of discharge shall be chargeable as one-half (1/2) unit. The $30 payment rate specified in Paragraph 2. (Payment Amounts) of the Payment Provisions shall be paid for units of service as specified above, but only for patients who are admitted to bed vacancies which are in addition to the one bed maintained for full- time use under this Contract, as specified in Paragraph 9.b. (Service Availability) of this Service Plan. The $652 monthly payment shall be for the cost of maintaining the one bed for full-time use under this Contract, including the cost of services for patients utilizing said bed under this Contract. Initials: Cont ac r County Dept. w4i ;e In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of Approval of Contract with Judith David, PhD. for Probation Staff Training The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract with Judith David, PhD. for staff training in Crisis Intervention from July 9, 1976 to August 1, 1976, at a cost not to exceed $192, PASSED by the Board on June 22, 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. Orig. Dept. Probation Witness my hand and the Seal of the Board of cc: Probation (attention Supervisors W. C. Donavan) affixed this 22nd day of June 1976 Contractor (c/o Probation) County Auditor-Controller J- R. OLSSON, Clerk County Administrator By 4 Deputy Clerk H 24 12n4 - 15-M I4aXine M. Neuf d 001-2147 iutLUAInALl (Purchase 0 pecia services) 1. Contract Identification. r , -:,er 35037-308-2310 Department: Probation Subject: Staff Training in Crisis Intervention 2. Parties. The CoLn_y o: Centra Costa California (County), for its Department named above,—a-.:I the folle',iin_ n_-ed Contractor mutually agree and promise as follows: Contractor: Judith David, PhD. Capacity: Consultant Address: 643 - 33th St., Richmond, CA 94805 3. Term. The effecti:- = of this Contract is July 9, 1976 and it terminates August 1, 1976 unless sooner terminated as provided erein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon ivf ve—day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed15 92.00 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: , FEE RATE: $ 8.00 per service unit: (X) hour; or ( ) session, as defined below; or ( ) calendar (insert: day, week or month) NOT TO EXCEED a total of 24 service unit(s). 7. Contractor's Obli ations. Contractor shall provide the fgllowing de5cribed services: Consultation, specialized instruction, and training in Crisis Intervention for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. 8. independent Contractor Status. This Contract is by and between two independent contractors and is not lnten ed 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 Authorit 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 CO;iTRA COSTA, CALIFORNIA CONTRACTOR B /-` �/rt%'0!�'• j�/rLi..�:;°�s P: Kenny By.- i s�r�..A 1 ..i 'f_ . a.•: 'e ;4 0 an, Board o uper•:::ors 1 I Attest: J. R. Olsson, Cou y Clerk esignate official capacity CO;iSI ILTAt1T ' �Eaxine M.heutaldDeputy Microfilmed with 50cra Omer `1 p Rec ende y D� ment 00448 By (Form approved by County Counsel) 1 l In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 L! the Mtte Authorizincl 'airmanator I xecute Grant Apolication for Head Start services to Handicaoned Children IT IS BY THE BARD ORDERED that the Chairman is Authorized to execute a Head Start Grant Application to the Department of Health, Fducation and Welfare to provide Head Start services to Handicapped Children for the amount of $47,125 ($37,70n Federal Funds and $9,425 Local Share) PASSED BY THE BOARD ON June 2.2, 1976. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of grin. Rept.: �Fn (21 Supervisors cc:County Administrator Auditor-Controller affixed this 22nd day of • un? 19 75 �1 J. R. OLSSON, Clerk By �7J�� ; � �� Deputy Clerk 00449 r IM Now W- 1 - M low.x4m, 0M9 MO..D•Row) 1. Ste.Cl..ri.ph.as.W.M., APPLICATION FOR FEDERAL ASSISTANCE 76061502 (NONCCNSTRUCTION PROGRAMS) . S. Appl:c.q',Appi:ce:ow/:� PART H 0375 K 3. F.dw.t c,e.dar Aa..cy v Applic..r Ha.» CONTRA COSTA COUNTY Department of Health, Education, BOARD OF SUPERVISORS and Welfare 0.Doefsw:...1 U.it O.pwt,...t Oiris:ee Office of Human Development Ad..wstrwl..Offic. St—P AdL.,,—P.O.Bo+ 50 Fulton Street Martinez Contra Costa S,...t Add.»,—P.O.So. City Carey San Francisco, CA 94102 California 94553 City spot. Zip Cd. Ste. Zip God. S. O.wipii..Iia.•.of th.Project Head Start - Services to Handicapped Children 6. F.dr.ttotiq!iw 7.F;7,700 dwd Fw.di.y R.tp...,.d 13.600 Seti. C.—Ty. City, Oth.r dS.ci/) 9. Type el A.,jw .w.w R.ou.st x t...Gan., Coeiove:a.. seppl.+...p, Oths,Che.p.,jsp•cily) N.T,7..1 w,•i.....e 11.Popuiria...:r.crly B..rtiti to Los.the Pioj.ct 13.L.Neh d Project 100 Indefinite 12.Ce;p .Io j District 14.8.3; q O.P. 07 September 1, 1976 b. Ud 15.De.e1 Applicetl— _ June 22, 1976 16.Th►eppli—W c•.tii:.s tha 1e Ph.1.4 e1 his Lro.t.dp,oed belief Ph,da.o in this opplicejsR w.1,»and c_t,and that hw will con.ply with the attxh.d es,venc.s U 1r,.e.i..,tit.parr. ' Typed neer. Tito Tolsyho N—It. James P. Kenny Chairman All A Cooc MV.30t CIT. Siy.ot�Ai.,hwts.d R.p..s.atori» Fw F.dwol Us.O y i I . Peggy Salvador, Po l cY Council C`:airpers j� aC,/ f JJJ JLdy Ann Puller, Executive Director b.'3rd urCer y� ;- Y; ...:,.......s..-erre-....es+..c.w+.nsa'•R""`.. -3 �.�....rrn.T..c.Ar•.mv>' ...erre -erre •. ONg ti0.O6N0 105 PART 11 PROJRCT APPROVAL INFORI�A-1101i s;,,,,�es P- Kenny raw yl �"'�•;:.a tr.,.-'tea.:,. . Cftaiz-man 7 4' •ALr f00[ � ff ru,,gLw peggY SalvadorL=r. pal c Fw Fd_.'u Council Cti Un /l.e a0/1) t F: GGi76o,3T rpers/]� Z" • •tidy Ann r tiller, EXCecutiv t e Director ICL, f r G• :M is PART 11 ow9 r+o.so na tes PROJECT APPROVAL INFORMATION item 1. • Does this assistance request require State,local, Nome of Governing Body regional,or other priority roting? Priority Rating Yes__X__No Item 2. Does this assistance request require State,or local Nome of AVency or advisory,educational or health clearances? Board Yes x No (Attach Documentation) Item 3. Does this ossistcnce request require clearinghouse (Attach Comments) review in accordance with ORIB Circular A-95? X Yes ►+o from 4. Does this assistance request require State,local, Name of Approving Agency regional at other plc-sning approval? \ Date Yes ►'lo Item S. Is the proposed pr=;eet coveted by an approved compr-- Check one: State 0 hensive plan? Local 0 Regional 0 Yes No Location of Plan Item 6. Will the assistance requested serve a Federal X Nacre of Federal Installation installation? Yes No Federal Population benefiting from Project Item 7. Will the assistance requested be on Federal land or Name of Federal Installation installation? X Location of Federal Land Yes No Percent of Project Item a. Will the assistance requested have an impact or effect See instructions for additional information to be I on the environment? provi?_d. I Yes X No ( , Item 9. Number of: (I Will the assistance requested cause the displacement Individuals 1 of individuals,families,businesses,or forms? Families i Businesses I Yes X No Forms i Item 14. Is there other related assistance an this project previous. See instructions for additional information to be pending,or anticipated? provided. ___Yes_X tfo i- 004E51 dpi r o _ _ L _ - N N n i1I n n �T cn %0 Ln 0 c„1 Ln G C. 1 _ w N rl M H � I • � _ t N Ln I N z ? IT • a I rn j N 1 = N I j N N 1 • O O CD > LL O C OG N cn W 1 ZE N M p e Ix W i O w IL I- Z U3 - V U. N N - rC-71-- -- a 1 1 D < W 1 � F d v Y � o CO � d ' CN M 1 L tD `� n I a% N t co a0 C .-I n O c'C2 %D1 %0 % 00 p p 2 - N ! V•1 n n G LU Z N E W ' N d V N n 1 CO N %DO 1 p O C F+ n N %oC Ln I o0 O O 1 O .L-1 N O C O e z• O - .,. •-i to c1 c = .-I N U v U E o. n '- U g-o A t N U _S C Q c E u J E O n ►- O [L d n ..i tv d d u ti u 00452 ................ s t Contra Costa County Board of Supervisors {i 0375 K { c 0 0 0 z y .i J gn 3J < Sccy H t«. a tr Ln 04n P 4J CL CTUUj Q' m » 11 44 U -H P. W z u a o 0 4 )Aj x < � mW 41 0 On i Y a C3 " 0 0 s.s 0: 0 l!. rz N A 1.)" a1 F 14 3410 M c i ^ J � 0 O .-t a3 O °Q •r4+4 '0 N r4 ri o+ a� c » Z ` 4a 3 w O c i M ~ » z U.-4 RSV eJ a0) C* o cm z p,> N d x u < Q a O tt o ! ° t~ P% tai+ w o c U w O u- m m th O o` a zA clis w w " o 0.-i o >.W r 0 = 0 LL 0 0 ryt A O� u W x y 0 o 0 oro " rn Q V1 a H r4 J.7 til a eu 0 cs to < t m `* u a ¢a a.. eej v U- a! s~ to 0 II Q t� d � 0 M uY 1 p' to of Q 0 M Ln a) O: Ol 3 04 L x .oi ami v 4 H 41 coO D H rz 'd O til ro � U � C'S U cV a0 U °` O » r3 • o ,a u 0o yr t+ v » » t U. t 414114 mv�i -.cd 4 a x Z Ll- z ` 4j v 9Q M • o p o a o ca n: > iliip UJ O O Q t32 011 4S O O U ri f cl Of Of ci M M n 10 G,C O 0 cd "a n.. 0 t—LU M o w tci i +4 u U 0 a! Lu VST U A. H H -0 t-) 4z C7 O 0 S .. =,p0 +01 a •r u Y m a y.t m to C) t 4! d `e U o. W o A. t3•+ � of 0...�. Z U O a7r' a) d) 01 M N U Lu = o a o �4 cli R. z Z yr yr - a y V z o J5 00453 A R f PART V ASSURANCES The Applicant hereby assures and certifies that he wall comply with the regulations,policies,guidelines,and requirements including OMB Circulars Nos.A$7,A-95,and A-102,as they relate to the application,acceptance and use of Federal funds i for this Federally assisted project.Also the Applicant assures and certifies with respect to the grant that: 1. It possesses legal authority to apply for the grant;that a 4._It will comply with requirements of the provisions resolution, motion or similar action has been duly of the Uniform Relocation Assistance and Real Property adopted or passed as an official act of the applicant's Acquisitions Act of 1970(P-L 91-646)which provides governing body,authorizing the filing of the application, for fair and equitable treatment of persons displaced as a i including all understandings and assurances contained result of Federal and federally assisted programs. therein,and directing and authorising the persons identi- 5. It will comply with the provisions of the Hatch Act fied as the official representative of the applicant to act which limit the political activity of employees. in connection with the application and to provide such 6- It will comply with the minimum wage and maximum additional information as may be raquired. hours provisions of the Federal Fair Labor Standards 2 It will comply vn:'1 Title VI of the Civil Rights Act of Act,as they apply to hospital and educational institu- 1964 (P-L 88-352) and in accordance with Tide VI of tion employees of State and tope governments. that Act, no per=n in the United States shall, on the 7. It will establish safeguards to prohibit employees from i ground of rani, c=.--,t, or national origin, be excluded ustng their positions for a purpose that is or gives the from participation L-4 be denied the benefits of,or be appearance of being motivated by a desire for private otherwise subjeet.2d to discrimination under any pro- gain for themselves or others, particularly those with gram or activity:ar which the applicant receives Federal whom they have family,business,or other ties. financial assists and will immediately take any mea 8 It will give the grantor agency or the Comptroller Gen sures access�y t=Yxerate this:,greement oral through any authorized representative the access to t and the right to examine all records,books,papers,or i 3. it will comply voi-m T-rfe VI of the Civil Rights Act of documents related to the grant 1964(42 USC 2^Mc,prohibiting employment discrin i- 9. It will comply with all requirements imposed by the i nation where (1) ti primary purpose of a grant is to Federal grantor agency concerning special requirements l provide employrner-or(2)discriminatory employment of law,program requirements,and other administrative practices will rx:t:i•s unequal treatment of persons who requirements approved in accordance with Office of are or should be Srsenting from the grant-aided activity. Management and Budget Circular No.A-102 t - t f t t 001 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Execution of Agreement with California State Personnel Board for Testing Services for Civil Service Examinations. An agreement dated June 30, 1976, having been presented to the Board between the County of Contra Costa and the State of California, California State Personnel Board, Cooperative Personnel Services Division, which provides for complete testing services for Civil Service examinations, under terms and conditions as more particularly set forth in said agreement; and On the recommendation of the Director of Personnel and the Civil Service Commission, IT IS BY THE BOARD ORDERED that aforesaid agreement is hereby APPROVED and Supervisor James P. Kenny, Chairman, is AUTHORIZED to execute same on behalf of Contra Costa County. Passed by the Board on June 22, 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 Orig: Personnel Supervisors cc: State Personnel Board affixed this22ndday of June 19 76 c/o Personnel Department County Administrator County Auditor-Controller J. R. OLSSON, Clerk County Counsel By Deputy Clerk Maxine M. Nelifgld 00455 H-24 3/776 Ism a COST SERVICE CONTRACT AGREEMENT THIS AGR.rEMENT, made and entered into this aDth day of lune 19 769 at Sacramento, County of Sacramento, State of California, by and between the STATE PERSONNEL. BOARD, through its duly appointed, qualified and acting Executive Officer or his authorized representative, hereinafter called the Board, and the County of Contra Costa , hereinafter called the Local Agency. WITNESSETH That the parties, for and in consideration of the covenants, conditions, agreements, and stipulations expressed, and pursuant to authority contained In Section 18707, Government Code, hereby agree to the conditions as found in attached "Cost Services Contract Rules and Procedures" marked as Exhibit A and "Written Examination Price List" marked as Exhibit B which are incorporated herein by reference and made a part hereof. Exhibit B may be amended by the Board from time to time without renegotiating the contract. Further, the parties agree that the Board shall, as a normal course of action, submit invoices covering those servicer rendered during a calendar month and the Local Agency agrees to pay such invoices within thirty days following receipt thereof. The provisions of the attached Fair Employment Practices Addendum, Standard Form 3 (4/65), are incorporated by reference and made a part of this contract. The term of the contract comxnces July 1, 1976 and terminates 11ir p- In 1977 This contract may be terminated by either party upon giving the other party 30 days written notice of termination. 00456 NGcrofilmed with boord order. In the event of termination. the Board will be paid such amount as is due under the contract to and including the effective date of termination. STATE PERSONNEL BOARD By Chief, Local Government Services Division FG�:v t.rFr(j;'�7 Title i1FiTta:.. t:.C_a+Pi LOCAL AGENCY t Contra Costa County �• Name of agency c I F? Kenny, - By •JJ//�✓ • ' Name James P. Kenny •i . Chairman. Board of Sue isors Title 11/74 00457 I Exhibit A COST SERVICES CONTRACT RULES AND PROCEDURES Section I - General Conditions In performing the services incident to the planning, scheduling, preparation, construction and scoring of written examinations for classifications to be mutually agreed upon by the Local Agency and the Board, the following provi- sions shall govern: a. Scheduling of Examinations. Whenever during the tern of this agreement, the Local Agency desires the services of the Board in the preparation of a written examination for a job classification, the Local Agency will submit to the Board a request for such services. This request shall include examination dates and closing dates for filing applications. These dates shall be set by the Local Agency within the guidelines of the Board to allow sufficient time for examination scheduling and preparation. b. Information to be Furnished by Local ARencv. The Local Agency shall supply the Board with a written descrip- tion of the work performed in the classes for which the Local Agency desires an examination prepared, including a statement of the minimum and/or desirable qualifications and the salary of the class. C. Notification of Number of Comz)etitors. Immediately afr=r the closing date for filing applications, but not less than 1=j working days prior to the examination date, the Local Agency will notify the Board of the total number of competitors in each classification. d. Preparation of Test materials. The Board shall construct a written examination, based on the information furnished by the Local Agency, for each job classi- fication for which an examination has been requested by the Local Agency and agreed upon by the Board. e. Transmittal of Test materials. The Board shall transmit to the Local Agency sufficient exami- nation booklets, instructions for administering the examination and such other material as the Board may deem necessary. Rev 4/1/76 00458 ,. F.� f. Administration of Test and Return of Test Materials. The Local Agency shall administer the examination in accordance with instructions provided by the Board and immediately following the examination will return to the Board all used and unused examination booklets, keyed booklets, scoring keys, instructions, and any other materials furnished by the Board and not consumed (except that in such cases as provided in paragraphs I(i), I(j), and I(m) time extensions may be granted by the Board). g. Re-Use of Test Material. The Local Agency requesting test material for use on a specific date will not be allowed to re-use the tests on another date without prior permission of the Board. h. Scoring of Tests. At the discretion of the Local Agency, the responsibility for the scoring of tests may be delegated to the Board. In such cases, the Board will score the answer sheets and report the results, together with a recommended qualifying score, to the Local Agency within 14 working days after the answer sheets are returned to the Board, provided that in unusual circum- stances involving large numbers of competitors or unforeseen difficulties in administration of the test, the Board may extend the period for receipt of results. i. Test Papers Inspection Under Local Agencv Policy. If the Local Agency has an officially adopted rule or established policy regarding candidates' privilege of inspecting a keyed copy of an examination or answer sheets following the examination, and this rule or policy has been submitted in writing to the Board at least 10 days prior to the first examination scheduled under this agreement for which such inspection is desired, the Board will comply with the inspection privileges as officially recognized by the Local Agency except that no inspection shall be allowed for standardized test materials, or tests preduplicated as form tests or semi-form tests, or of questions not scored by an absolute standard. During key inspection a representative of the Local Agency personnel or administrative office will be present to assure that no candidate takes away with him any notes regarding a test question. Upon request of the Local Agency and when sub- mitted in writing by a candidate who participated in the examina- tion, the Board will analyze protests resulting from such review and recommend the action to be taken by the Local Agency. i. Test Papers Inspection Under Board Policy. If the Local Agency has no officially adopted rule or established policy regarding candidates' privilege of inspecting a keyed copy of an a:=_ination or answer sheet(s) following the examination and wishes to allow such an inspection privilege, the following policy of the Board shall govern: -2- 00459 i 1. Key Inspection. Inspection of a keyed copy of the examination question book, which is for the purpose of requesting a review of such items as the candidate may believe are incorrect or improperly keyed, will be allowed for the five working days immediately following an examination, providing this has been requested by the Local Agency at least 10 days prior to the examination. The inspection time allowed a candidate will not exceed one-half the amount of time originally allowed to answer the question during the administration of the examination. During key inspec- tion a representative of the personnel or administra- tive office of the Local Agency will be present to assure that the candidate takes no notes of any kind regarding any test materials. Upon request of the Local Agency and when submitted in writing by a candi- date who participated in the examination, the Board will analyze protests resulting from such review and recommend the action to be taken by the Local Agency. 2. Answer Sheet(s) Inspection. Inspection of a candidate's answer sheet(s), which is for the purpose of detecting whether any clerical or other error has been made in the scoring of the answer sheets, shall be allowed for a 14-calendar-day period immediately following the notification to the candidate of examination results. Upon request, the Board will return the candidate's answer sheet(s) after scoring and a copy of a keyed answer sheet(s) to the Local Agency. Candidates are not allowed to review the question booklet during this Inspection period. Not more than one hour will normally be allowed for answer sheet(s) review, during which time a representative of the personnel or administrative office of the Local Agency shall be present to assure that no changes or marks of any kind are made by the candidate on his answer sheet(s) or the keyed answer sheet(s). 3. Certain Tests Not to be Open for Key Inspection. Stan- dardized tests, and tests preduplicated as form tests and semi-form tests, and questions not scored by an absolute standard will not be available for keyed copy inspection nor may candidates be allowed to review copies of these tests at any time. k. Retention of Test Material by the Board. The Board shall, if requested by the Local Agency, retain the completed question booklets or answer sheet(s) for such reasonable period of time as the Local Agency's rules may prescribe. -3- 00460 J. enc Responsibilities The Agency shall perform all parts of the examination process, the ce of which has not specifically been requested of and poTCea to by the Board, and shall assume responsibility for s. rules, Y «L- , L ' " `andld-lea be allowed to copies of these tests at any time. Reterevieweti� �. Retention of Test Material by the Board, The Board shall, if requested by the Local Agency, retain the completed question booklets or answer sheet(s) for such reasonable period of time as the Local Agency`s rules may prescribe. -3- 00460 x..,4.. .u.. 3... .X 1. Agency Responsibilities The Agency shall perform all parts of the examination process, the performance of which has not specifically been requested of and agreed to by the Board, and shall assume responsibility for the conformity of the examination process to any applicable laws, rules, or ordinances and for the examination as a whole. Under the selection guidelines of the Equal Employment Opportunity Commission and the California Fair Employment Practices Commission, the Agency as test user is responsible for the results of the selection process and must be prepared to demonstrate that the process is valid and meets other testing standards if it adversely affects groups protected by fair employment laws. The Agency agrees to hold harmless the Board, its officers, agents, and its employees from, and to indemnify the Board, its officers, agents, and its employees from, any damages or liability which may arise from the use by the Agency of any examination or selection procedure which is the subject of this agreement. El. Extended Usage If the Local Agency wishes to administer examinations on a continuous basis for certain mutually agreed upon classes, the Board may, in its discretion, supply the examination booklets, a scoring key and instruc- tions for extended usage. Extended usage is defined as the Local Agency's retention of examination booklets and instructions after their initial administration for the purpose of readministering them. The Local Agency will score such examinations. U. Security of Test Material All teat materials supplied by the Board under this agreement shall be and remain the property of the Board, and shall be held and stored in a saner that will prevent unauthorized persons from having access to it. The Agency agrees to be responsible for the security of all test materials supplied to the Agency and agrees to reimburse the Board for a portion or all of the replacement costs, as determined by the Board, for test materials that are lost or whose value for testing purposes, in the opinion of the Board, may have been destroyed while said test materials were subject to the custody of the Agency. Question booklets shall not be duplicated nor test questions copied by the Agency, under any circumstances. If any test material obtained from the Board should become involved in legal proceedings by a court or other body vested with legal authority, the Agency will take appropriate measures to safeguard the confidentiality of the test material including answer sheets such as by motion for protective order. -4- 00461 . . o. Examination Charges In consideration of the performance by the Board of the testing services specifically described in this Exhibit, the Agency agrees to reimburse the Board in accordance with Vritten Examination Price List" (Exhibit B). p. Canceled or Postponed Examinations Agencies may be billed for work done on a canceled or postponed examination up to the time the Board is notified of such action. Under certain circumstances, credit may be given for work already performed if the test is rescheduled. -S- 00461 . u._. t. r Section II - Special Services Upon the request of the Local Agency, the Board, in its discretion, shall supply any or all of the following special services: a. Advice and asbistance•on examining procedures and problems. b. Preparation and distribution of examination publicity. c. Distribution, receipt, and appraisal of applications. d. Preparation, administration and scoring of essay, problems and performance tests. e. Advice on and conduct of oral interviews. f. Preparation of eligible lists. g. Preparation of special information or affidavits regarding exaadnations provided, including giving of depositions and presentations in court required by legal action arising from use of any Board examination. h. Other technical personnel services. -6- 00463 i ExhiJit B To Cost Service Effective July 1, 1976 Contract Agreement Cooperative Personnel Services $XAXMTION PRICE LIST STOCK. TEST COST Schedule A Schedule B Nuaber of (CPS scored and (Scored by Local Candidates Scheduled tabulated) Agency)* 1 - 10 $ 95 minimum charge $ 85 minimum charge 11 - 100 $ 95 plus $1.65 $ 85 plus $1.30 per candidate over 10 per candidate over 10 101 - 200 $244 plus $1.25 $202 plus 804: per candidate over 100 per candidate over 200 201 or more $369 plus 60C $282 plus 450 per candidate over 200 per candidate over 200 CUSTOM TEST COST meat Schedule A Schedule B Number of (CPS scored and (Scored by Local Candidates Scheduled tabulated) Agency)** 1 - 10 $240 $230 11 - 100 $240 plus $1.65 $230 plus $1.30 per candidate over 10 per candidate over 10 101 - 200 $389 plus $1.25 $347 plus 800 per candidate over 100 per candidate over 100 201 or more $514 plus 60F $427 plus 45C per candidate over 200 per candidate over 200 *Charges for stock tests used by an agency for extended usage shall be computed at the regular stock test rate plus $175 per year. Please refer to oar Guide to Selection Services. **The charge for extended usage of custom examinations is $35 per month. This charge is in addition to the schedule charge for the first usage of the examination. Please see our Guide to Selection Services. *"See PtragmPh 3b =dA- Specia Services on page 2. (1) 00464 _w f'. S I Exhibit B To Cost Service Effective July 1, 1976 Contract Agreement SPECIAL SERVICES Our listed examination prices cover the costs of normal examination preparation services. Services beyond the normal scope could result in additional charges. Examples of such services would include: 1. The preparation of specialized material or revision of existing materials which can be utilized in one agency only; for example, material covering local building codes, and individual department rules and regulations. 2. Research and analysis of candidate appeals, at a cost of $15 for each appeal denied. (If an item is found to be faulty, Cooperative Personnel Services will absorb the cost of analyzing and responding to the appeal.) 3. An unusually high amount of technical or clerical staff time being spent to meet an agency's examining need. Several examples are: a. Agencies requesting they be sent review copies of custom test segments will be charged $1.50 per 15-item segment. The charge can be waived for agencies making significant contributions to the quality of custom test items sent for the test by sourceing items, rewriting outdated items and writing new test items. b. Agencies requesting a lengthy custom written test (120 or more test items) will be charged for actual costs for typing time exceeding four hours. c. Agencies which call in higher candidate counts after the original,y estimted number of test booklets has been duplicated and assembled, will be charged for actual costs for any additional press work required to meet the higher candidate count. k. -The payment of such proctor services and arrangements for out- of-town test administration as might be requested of Cooperative Personnel Services. 5. The cost of general consultation on selection systems and other services not directly related to a specific examination. 6. Scoring of problem and essay type questions. 7. Preparation of special information regarding the content, coverage or validity of the examination provided, preparation of affidavits, giving of depositions and preparation for and appearance in court which is required in connection with any legal action pertaining to the use of any examination provided by the Board. Rev 6/1/76 011V46-, (2) V I Iii °' lyhibit B To Cost Service Effective July 1, 1976 .'Contract Agreement Note: State and Federal selection guidelines indicate the employer Is responsible for the results of the selection process and must be prepared to demonstrate that the process is validated for their specific jobs and meet other selection standards if it adversely affects minority or women applicants protected by EEO laws and guide- lines. Consequently CPS cannot assume either the legal responsi- bility or the cost for litigation or substantive complaints arising from local agency use of CPS test materials. CANCELED OR POSTPONED EXAM MTIONS Agencies may be billed for work done on a canceled or postponed examination up to the time we are notified of such action. Under certain circumstances, credit may be given for work already performed if the test is rescheduled. PERFORMANCE TESTS An additional charge of $4.00 per candidate is assesed for scoring typing Performance tests, and $3.00 per candidate for scoring stenographic per- formance tests. Prices of other performance test materials and services vary, depending upon the needs of the local agency. For specific information please contact one of our offices. Charges for "Common Book" custom examinations will be: full cost for the base examination, plus half cost for the added class(es). A "Common Book" examination is one prepared for successive classes in a series (such as Senior and Supervising Clerk). All competitors take the base examination; only competitors for the higher level take the last several segments. Rev 6/1/76 (3) 00466 FAIR EMPLOYMENT PRACTICES ADDENDUM 1. In the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, color, re- ligion, ancestry, 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, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employ- ment, 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 shall post in conspicuous places, available to employees and applicants for employment, notices to be pro- vided by the State setting forth the provisions of this Fair Employment Practices section. 2. The Contractor will permit access to his records of employment, employment advertisements, application forms, and other pertinent data and records by the State Fair Employment Practice Commission, or any other agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this con- tract. 3. Remedies for Willful Violation: (a) The State may determine a willful violation of the Fair Employ- ment Practices provision to have occurred upon receipt of a final judgment having that effect from a court in an action to which Contractor was a party, or upon receipt of a written notice from the Fair Employment Practices Commission that it has in- vestigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order, under Labor Code Section 1426, which has become final, or obtained an injunction under Labor Code Section 1429. (b) For willful violation of this Fair Employment Practices provision, the State shall have the right to terminate this contract either in whole or in part, and any loss or damage sustained by the State in securing the goods or services hereunder shall be borne and paid for by the Contractor and by his surety under the performance bond, if any, and the State may deduct from any moneys due or that thereafter may become due to the Contractor, the difference between the price named in the contract-and the actual cost there- of to the State. STD. FORM 3 (4/65) 00467 �P e � In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Agreement #29-405-3 with the State of California (Department of Health) For an Alcoholism Program Study and Computer System Changes IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Agreement 929-405-3 with the State of California (Department of Health, State #ALC-340S4-5) providing $10,710 in State funding for the County to conduct an alcoholism program study and make certain changes in the County's computerized mental health program management information and evaluation system, for the term flay 15, 1976, through January 31, 1977, and under terms and conditions as more particularly set forth in said Agreement. PASSED BY THE BOARD on June 22, 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 Supervisors Attn: Contracts $ Grants Unit cc: County Administrator affixed this 22nd day of .lune 19 y County Auditor-Controller J. R. OLSSON, Clerk County Mental Health Director By ��;-�� Deputy Clerk State Office of Alcoholism ' Croig 00468 E ❑ cotTRAC76. APYR t)YeD PY THE 13 !rAT<AG=.'i GY STAND AGREEMENT— PT PTO` e�� AL 0 Derr,of GEN.SFR_ �:�►r� ��,__, (� GOnTAOLLS�l ^moi$_�G:,�. \1 NT,made and entered into thin 17 day o� Hareh 19 76 ❑ in for Stare o:C ?forma,by and between State of California,throw its duly elected or appointed, 11 ❑ (;ll1L�ed a=d actin.- - i :,Z=QF.O�F.0 2 AC !G FOR STATE AGE.YCY I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts $ Grants Unit Supervisors cc: County Administrator affixed this 22nd day of June 19 z County Audiror-Controller J, R. OLSSON, Clerk County Mental Health Director State Office of Alcoholism By '� �' Deputy Clerk "� ' Craig 00468 w.R.. ``•• r� AAYAUVFD NY THE CONTRACTR G STA,.,r nRD AGREEMENT ATTOR"EY GEN_RAL STATE AGENCY ST:.TS OF r'--_:F.R.NIA P .- •TC/.Imo•'-1 DET.OF GEN.SuT_ STO O CONTaOLLER - I jS AC:iZ_EMENT,made and entered into this 17 _dav or -March � 19 76� 0 in the State c C-t_'fo.-nia,by and bct een State of California,thruuoh its duly elected or appointed, quaLed a=d actin. 0 -ITL�OF OFF7C-2 ACTING FOR STAT= —_--AGENCY YUML.T �SS3.SL?_3t canc-a: "=nagement Branch 1 Droartreent of Health ALC-3LO;s_5 irrecfer ec:��::.a S—e,cry' f County of Contra Costa (for its :cental Health Servicers) - 1DI'I'IILSSEirI: That the CosLractor;or and in'conside:alon of the covenants, conditions, agreements, and stipular oas of the State herein=:er em-ressed, does hereby agree to furnish to the State services and materials, as follows: Se jar i.si*^-a o be renders by Cor«rce or,cr.--srt to be peal Contractor,tires jar perjormarce or eompktLon,avid ancon pTcru end spte Tyr'nes,it army.) 1. Cortractor.shall implement the revisions attached hereto as Exhibit A, and hereby attached as reference, for collecting and reporting of "Core Items". Said implementation to be completed not later than July 30, 1976. - (see Par. 19, p.3) 2_ Contractor:shall assist the Office of Alcoholism, lrerea€ter. referred .to as QA, in a.follow-up study with clients after admission to alcohol services for a one-month sampling_ -,: .. .._._..._.. 3. Contractor shall hire two-interviewers with the concurrence of OA, -experiea,_, with local'alcohol programs, having rapport and acceptance in the alcohol cc-.-:unity. Selected interviewers should have demonstrated ability to follotr written instructions and keep and maintain clear orderly records: Said interviewers should also relate well with a diversity of people" representative of the treat=ent populations. FORM AP?ROVED 10Ht1 B.ClAUSM County I�nsel C1n RoseMarY T:a provisions on the reverse side hereof constitute a part of this agreement By Deputy Lel NVIi\'ESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above«Titten. STATE OF C_aL,IFORNLA. CONTRACTOR - - AGENCY - CONTRACTOR)Ir OTNER THAN AN INDIVIDUAL.STATE WNLTHSR A CORPORAT.1ON. CTC_ DeDarWe»t of Haalth CMnty of Contra Costa 7Y(AUTHORI_:D SIGNATUREI BY ORIZED SIGN TU ) J. P. Kenny TITLE Assistant :tanager T' E --inancia1 'earagement Branch Chairman, Board a RerVireirt 17 ADDRESS (P.O. Box 91 651 Pine Street (CO`ITINUED ON SH==TS,EACH HEARING NAME OF CONTRACTOR) Martinez, CV 94553 VDI Ve+'rVrYS in TSi1 Soace IAMouNT OF THIS FST134ATE AYPAOY.i IA TION FUND , 510,710. Local Assistance General UNENGLHHEF ED SALAYCE ITE?) CHAI1T2R STATUTES FISCAL YEAR S 275 D 176 1975 1975/76 AOJ.ISCAEASSING EYCUM- FUNCTION URA^CE ADJ.DECREASING ENCUM- LINE ITEM ALLOTMENT DRANCE S 810-520-43-00 a I heresy eer:ify upon my oxr.per oncl:.no•J:1ed�e:hat lnuige.ed ft:rai T.D.A.NO. U.:+.NO. ere a.:412rer..r i-:;w p~ricd and purpose of the above. IJ SIGN.liTURE OF ACCOUH rING OFFICER I DATE. Y I her-by certify f:tet a1 conddians jor ezemp:i•n set forth in S:e:e Admen4trative Sfannez Soe::m 1"01,13 hrcr"hoen carrapli+d wi:h and this&ctln,enl is ercanpt from re r;iew by the D�,x:rtnt est of Fira Ice. SIGNATURE OF OFFICER SIGNING ON UEHALF OF THE AGENCY DAT Y -- _--- ---- -- IVlicrofiTm with bcrtrd order - _--- - �J111icrofiTme with b1 rd order I 1. The Contractor agrees to indemnify,defend and save harmless the State,its officers,agents and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, materialmen, laborers and any other person, firm or corporation funaishing or supplying work,services,materials or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this cont--act. The Contractor,and the agents and employ ees of'Contractor, in the performance of this _ agreement shall act in an independent capacity and not as officers or employees or agents of State of California " 3. The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to performs the covenants herein contained at the time and- in the manner herein provided. In the event of such ternination the State may proceed with the work in any manner deemed proper by the State.The cost to the State shall be deducted from any.sum due the Contractor under this agreement,and the balance, if any, shall be paid.the Contractor upon demand.- 4. emand._4. Without the written consent of the State, this agreement is not ass ognable.by Contractor either in whole or in part 5. Tune is the essence of this agreement. 6. No alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto,and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. 7. The consideration to be paid Contractor, as provided herein,shall be in compensation for _ all of Contractors expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided .. 00470 ti ;. - ll M� v , IN County of Contra Costa -2- ALC-34054-5 4. The OA shall conduct a one-week training and orientation session for the selected interviewers. Training will be held in Sacramento between September 1, 1976 and September 30, 1976. If, after the training, O.A. determines that any selected interviewer fails to meet performance standards, the Contractor will be required to select an alternate interviewer(s). 5. The Follow-up Interviews will be conducted within a two-month period following the training and orientation of the interviewers. 6. The Follow-up Interview Form for the interviews will be developed by OA. Strategies for conducting interviews will be used in a uniform manner for all interviews without exception as follows: A. with a sample of clients who were admitted or readmitted to alcohol services during the month of May 1976. (1) The sample will contain all clients for the selected month, or if the clients exceed 125 in number, a sampling plan designed by OA will be used to select a maximum of 125 clients. a. OA anticipates that the Contractor will locate and interview approximately 60 percent of the sample (75 clients). The remaining clients (40 percent) a::e considered "hard to find clients". Contractor should further sample the 40 percent to select a minimum of 11 clients. B. Interview of clients shall start on November 1, 1976 and be completed not later than December 31, 1976. 7. Contractor shall provide OA with the completed Follow-up Interview Forms as they are completed at 15-day intervals from November 1, 1976 and the last forms not later than January 20, 1977. A. Contractor may make copies of said Follow-up Interview Forms for their own use, however, said Forms may not be circulated outside the State or County in whole or in part, nor released to the public without authorization from the Director of OA or his designee. 8. Jerry Nava is designated by the Contractor as the Project Director. State reserves the right to approve any substitute Director. 9. Jeff Pell, Data Collection and Analysis Section is designated as Project Coordinator for this project. 10. State reserves the right to use and reproduce any and all materials produced pursuant to this contract and reserves the right to authorize others to use and reproduce such materials. 00471 County of Contra Costa -3- ALC-34054-5 11. The Contractor shall submit a progress report in writing at least once a month to the Project Coordinator. Said progress report shall include, but not be limited to, a statement that the Contractor is or is not on schedule, any pertinent reports or interim findings, and an opportunity to discuss any difficulties or special problems so that remedies can be developed.as soon as possible. In lieu of a written report, the Contractor and the Project Coordinator may meet and discuss the above matters in person. In either case, the written report or the meeting must be consummated on or before the fifth day of each month following the first month of this agreement. 12. Contractor shall meet with the State to hold a final meeting during which the Contractor shall present his findings and conclusions. The final meeting and the remaining Follow-up Interview Forms must be consummated on or before January 24, 1977. 13. This contract may be terminated by either party upon 30 days written notice. 14. Exhibit A (F), entitled Additional Provisions, is attached hereto and is hereby incorporated by this reference. 15. The period of this contract shall be from May 15, 1976 through January 31, 1977. 16. The State shall reimburse the Contractor monthly, in arrears, upon submission of an invoice in quadruplicate stating the time period covered and the contract number. Said invoices are conditioned upon the Contractor's compliance with conditions of the contract. Invoices to be submitted to the Office of Alcoholism 825 -15th Street, Sacramento, California, 95814, and in accordance with the budget. 17. Budget, Exhibit B, is attached hereto and is hereby incorporated by this reference. 18. The total amount of this contract shall not exceed $10,710. ADD: 19. In accordance with Paragraph 1., page 1, of this Standard Agreement, Contractor shall revise the data identification codes that are used for identifying or coding certain computerized data (known as Core Data or Core Items, as specified in Ex2hibit A), which are collected and reported as part of Contractor's computerized management information and evaluation system established under the prior Standard Agreement Number ALC-072-74, as amended. Approval Initials: /� State V_ oun y 00472 ti tf�� 1 Exhibit "A" Changes to Office of Alcoholism Core Items as of March 22,'1970': Item 1 and 2 - Month and Year Add two digit day after month Expand year to two digits Item.6 = Age Expand to two digits and collect actual age Item 7 - Race/Ethnicity Delete code 8 — other oriental Item 8 - Marital Status Delete code 6 -- living with Item 12 - .Primary Source of Other Income Add the following codes: Unemployment Code 3 111ilitary Retirement CcZa 8 Family Code 7 Other Code 9 Item 13 - Years in Cor unity Change to Years in County Item 16 - Emnlo�•ment Status Add the following codes: Seasonally Employed Now Code 7 Seasonally Unemployed Now Code 8 Other Code 9 Item 17 - Typical Drinkir_o Level Delete and replace as follows: Length of Abstinence Abstinent Last Six Months Code 1 Abstinent Last 30 Days but Less than Six Months Code 2 Drinking Within Last 30 Days Code 3 00473 y� Item 17A - Binge Drinking I Delete Item 19 - Source of Referral at First Contact Expand to two digits and add the following codes: Driving While Intoxicated Programs Code 9 PSI (Alcohol) 10 Occupational Programs 11 Emergency Medical Services '12 Medical Detoxification 13 Social Detoxification 14 Hospital Services 15 Residential Recovery Services 16 Self-Help Groups . • 17 Outpatient Services Individual 18 Outpatient Services Group 19 Drop-In Services 20 Vocational Rehabilitation 21 Information and Referral 22 Other 23 Item 20 - Referred to -at First Contact This Admission C►--e to First Referred to D-=in7 "_'re=t=ent Tris Admission Expand to two digits and add the following codes: Occupatior-al Programs Code 9 Self Help Groups 10 Outpatient Services Individual 11 Outpatient Services Group 12 Day Treatment 13 Drop-In Services 14 Vocational Rehabilitation 15 Information and Referral 16 Other 17 Item 21 - Referred to During or at End of Treatment Change to Referred to At End of Treatment Add the following codes: Occupational Program Code 12 self Hein Grocps 13 Outpatient Services Individual 14 Outpatient Services Group 15 Day Treatment 16 004741 , Drop-In Services 17 Vocational Rehab i itation 18 Information and Referral 19 Other 20 -2- Items 22-36 - Service Elements Reformated and expanded as follows_ Admissions Units of Service 2 digits 3 digits Driving :chile Intoxicated Programs N/A PSI (Alcohol) N/A Occurational Proszra`.s N/A Emergency Medical Services ( No. of Days Medical Detoxification 1 No. of Days Social Detoxification No. of Days Hospital Services No. of Days i I Residential Recovery Services I Ito. of Days Self-Help Groups N/A Outpatient Services Individual rr No. of 1 hr- Visits t� i Outratient Services GrouD 1 No. of 1 hr. Visits 1 Day Treatment i . j No. of Vi--its t i DroD-Zn Services i No. of.Visits Vocational Rehabilitation I N/A t � Information & Referral Ito_ of Contacts 1 i Other N/A 0047.5 -3- i 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, ser or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employers are treated during employment without regard to their race, color, 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 employers and applicants for employment, 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 rules,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,records 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, 1965,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 _04 of Federal Executive Order No. 112.16 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 (10/75) 004'77 .µ 7 means of enforcing, such provisions including sanctions for noncompliance —provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the State, the Contractor may request in writing to the State, who, in tarn,may request the United States to enter into such litigation to protect the interests of n`ie State and of the United States. ( S) 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 same purpose. Such inventory will be required not more frequently than annually. At the close 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 shali 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(5150) or more per day. The Contractor must provide in its request for authorization all partiLulars 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 ab-ence of bidding must be adequately justified.The Contractor must include in a written agreement with the vendor,or the subcontractor the following clause: "Marne 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 $1,000; and (b) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. 01) All personnel employed by the Contractor under this contract shall meet the standards of training and experience required for comparable positions in State employment, as determined by the State. If the Contractor maintains a local merit or civil service system,then the personnel employed 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 Stare- -2- ®04~17 i Exhibit A(E) (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 derail 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 covered 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 subcontract, 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, :f 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- 00478 i (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 applications 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 conrract without liability or in its discretion to deduct from the contract 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_ (1S) 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. § 2000d,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, creed, or national origin include but are 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 determining 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 are provided services without regard to race,color,religion,sex, or national origin. -4- 004f9 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, 4-7 t1 v r 6 -Wr"i d r,1 d f• I ensure that intended beneficiaries are provided services without regard to race,color,religion,sex, or national origin. -4- 004 i49 i 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,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 Iimited 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. EXHIBIT ^Bn COUNTY OF CONTRA COSTA CONTRACT NUMBER ALC-34054-5 May 15, 1976 Personal Services Authorized Positions Percent of Time Monthly Salary Total Senior Interviewer 100% $1,000. $2,250. Interviewer 100% 800. 1,800. $4,050. Staff Benefits -0- Total, Personal Services $4,050 Operating Expenses Core Data Revision design, programming and printing $ 3,500. Communications 300. In-State-Travel 2,860. Total, Operating Expenses $ 6,660. Total Budget $10,710. 00481 j In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Assertion that firemen are doing woek ordinarily done by building trades unions. The Board having received a June 15, 1976 letter from Mr. Tony Cannata, Secretary-Treasurer, Central Labor Council of Contra Costa County (AFL-CIO), stating that firemen are doing work ordinarily done by building trades unions at a time when unemploy- ment among building tradesmen is the highest in the nation, and urging a statement of policy be made that firemen should do firemen's work only and nothing else; IT IS BY TU BOARD ORDERED that the aforesaid matter is REFERRED for report to the following County Fire Protection Districts employing personnel through the County Civil Service system: Contra Costa County, Administration Building, 2010 Geary Road, Pleasant Hill 94523; El Sobrante, 4640 Appian Way, 21 Sobrante 94803; Noraga, 1280 Moraga Way, rloraga 94556; Orinda, 33 Orinda Way, Orinda 94563; and Riverview, 315 W. 10th Street, Antioch 94509. PASSED by the Board on June 22, 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. cc: Central Tabor Council Witness my hand and the Seal of the Board of Fire ?rotection Districts Supervisors listed above affixed this22ndday of June 19 76 Director of Personnel County Administrator � - J. R. OLSSON, Clerk y '� '�C� , Deputy Clerk Helen C. Marshall Cr195? H-24 3/736 15m S' P �y In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE GOVERNING BOARD OF THE BYRON FIRE PROTECTION DISTRICT June 22 , 19 2b- In the Matter of Approving Addendum No. 1 to the Contract Documents for the Byron Fire Protection District Metal Apparatus Building, Byron. (Work Order No. 5483) . The Board of Supervisors, as ex-officio the governing board of Byron Fire Protection District, APPROVES Addendum No. 1 to the contract documents for construction of a Metal Apparatus Building at Byron Fire Protection District, Byron, which addendum deletes wall vents and does not significantly change the engineer's cost estimate. PASSED By the Board on June 22, 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. cc: Originator - P. W. Dept Witness my hand and the Seal of the Board of Buildings & Grounds Supervisors Public Works Dept, affixed this 22nd day of June . 19 76 County Auditor-Controller J. R. OLSSON, Clerk Byron Fire District By CL___Knsy,r_ , Deputy Clerk Ronda .1r-danl 00483 A nnIrNnir •r Nn i I hereby certify that the foregoing is a true and correct copy of an order entered on we minutes of said Board of Supervisors on the date aforesaid. cc• Originator - P. W. Dept Witness my hand and the Seal of the Board of Buildings & Grounds Supervisors Public Works Dept. affixed this 22nd day of June . 19 76 County Auditor-Controller J. R. OLSSON, Clerk Byron Fire District By E r-�,r c0n- Q�� „cGn_9`0 , Deputy Clerk Ronda Amdahl 00483 A D D E N D U M N 0. 1 METAL APPARATUS -BUILDING BYRON FIRE PROTECTION DISTRICT BYRON, CALIFORNIA June 10, 1976 The Contract Documents shall be modified as follows: Plans: Sheet 1 of 1: Delete the wall vents shown on building elevations. Q0a64 Addendum No. 1 t. r t In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Supporting Senate Bill 2081. The Board having this day considered the recommendation of the County Administrator that it support SB-2081 pertaining to financing of Public Social Services for the reason that the re- vised method of determining the County liability for the State Supplementary Program and the Medi-Cal Programs would provide a more uniform and equitable procedure for financing these programs and would eliminate precipitous increases in the County obligation in those years when the State Board of Equalization completes its sample appraisal; IT IS BY THE BOARD ORDERED that a County position in SUPPORT of said measure is hereby established. PASSED and ADOPTED on June 22, 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• County Administrator wdness my hand and the Seal of the Board of Supervisors cc: County Assessor affixed this 22n4fay of June 19 76 County Legislative Delegation CSAC J. R. OLSSON, Clerk Assembly Ways b Means Cte. By moi. U Deputy Clerk Governor Edmund G. Brown F_ r•,,Ne„ez OU4�� H-24 3/76 15m c 1 17. In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 In the Matter of Transfer of Park Dedication Fees -to County Service Area :1-6 Orinda The Board on May 18, 1976 having referred to the Park and Recreation Facilities Advisory Committee the request of the Citizens Advisory Committee for County Service Area R-6 Orinda for release of ;,13,000 for use in developing Phase II of the Orinda Community Park site in the Orinda area; and In a June 15, 1976 memorandum the Director of Planning having advised that the Park and Recreation Advisory Committee had reviewed the request and recommends said request be approved; IT IS By THE BOARD ORDERED that the aforesaid recommendation is APPROVED. IT IS FURTHER ORDERZD that the County Auditor-Controller is AUTHOF.I7, D to transfer 313,CCO from the Park Dedication Trust Fund to County Service Area R-6 Orinda. PASSED by the Board on June 22, 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 cc: Director of Planning Supervisors (P-ark & Rec. Fac. Adv. axed this 22rddo of_ June _ 19 76 „te., Attn: D. -.ransen) Y _ Public ''forks Director Countv Administrator J. R. OLSSON, Clerk County Auditor-Controller , 8n C . Deputy Clerk Ronda Amdahl FI-2i;/;/,15M 0048�S , 1 • • In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Stray Golf Balls from .Buchanan Field Golf Course. Supervisor W. X. Boggess having brought to the attention of the Board a June 16, 1976 letter from Mayor R. I. Harman, City of Pleasant Hill, transmitting a copy of a letter to Buchanan Field Golf Course dated June 10, 2976 from Ms. Acme Crawford stating that her car was struck by a stray golf ball while she was traveling on Concord Avenue; and Mayor Harman having suggested that if it is found that the fence shielding the golf course from traffic on Concord Avenue is not high enough to prevent stray balls from leaving the course, the operator be persuaded to take necessary steps to remedy the situation; IT IS BY TER 30ARD ORDERED that this matter is REFERRED to the Public Works Director for evaluation. PASSED by the Board on June 22, 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. c c: Mayor R. I. Harman Witness my hand and the Seal of the Board of 3300 Forth Alain St. Supervisors Pleasant Hill 94523 affixed this 2znqiay of June 19 76 Hs. Anne Crawford 1414 Chollo Court d2, J. R. OLSSON, Clerk Pleasant Hill 84523 Public Works Director By_ .��� /��� r— -' . Deputy Clerk County Administrator /,/' Joan L. Miller 00487 H-2.13/76 Ism • • In the Board of Supervisors of Contra Costa County, State of California 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. c c: Mayor R. 1. Harman Witness my hand and the Seal of the Board of 3300 ?Forth Alain St. supervisors Pleasant Hill 94523 affixed this 22n4asy of June , 19 76 Hs. Anne Crawford 4" Choll-j Court d2`; J. R. OLSSON, Clerk � Pleasant Hill 84523 Public Works Director By , .ci Deputy Clerk County Administrator ✓% Jean L. Miller 00487 H-2.1 i/:6 15m r In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE GOVERNING BOARD OF BYRON FIRE PROTECTION DISTRICT June 22 1976 In the Matter of Bids for Constructing the Metal Apparatus Building at Byron Fire Protection District, Byron. (Work Order No. 5483) This being the time fixed for the Board to receive bids for the construction of the Metal Apparatus Building at the Byron Fire Protection District, 1st and Holway Streets, Byron, California, bids were received from the following and read by the Clerk: Ted A. Molfino, Lodi Leuning Construction Company, Hayward IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation on July 6, 1976. PASSED by the Board on June 22, 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. cc: Public Works Director Witness my hand and the Seal of the Board of County Auditor-Controller Supervisors affixed this 22nd day of June 19 76 J. R. OLSSON, Clerk By - , Deputy Clerk N. t6graham O04� H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California June 22 P19 76 In the Matter of County Ordinance Code and State Legislation with Respect to Subdivision Requirements. Supervisor E. +. linscheid having called attention to a letter from Nr. ^harlie Pringle, P.O. Box 305, Brentwood, California 94513 seeking clarification with respect to applica- bility of the provision of the County Ordinance Code and State legislation pertaining to subdivision requirements; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFERRED to County Counsel and the Director of Planning for report. PASSED by the Board on June 22, 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. c c: H r. Charlie P r i n a l e Witness my hand and the Seal of the Board of County Counsel Supervisors Director of Planning ofbuced t11g2nd dap of June 1976 County Administrator J. R. OLSSON, Clerk By �✓/<. .�� Deputy Clerk Robb e Out errez 00489 H-24 3/76 15m .:. t„_. -1 .,pt..n .... y«er. r.. . . :_ ,�,....:r: nd+ .. F IGN a r "P.r• .�` In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Use of Vacant School Buildings to Meet Space Requirements of County Departments. The Board having received a June 12, 1976 letter from Mr. Thomas Bidowski, 54 Dorello Road, Martinez, California 94553 suggesting that the County explore rental of vacant school buildings to meet space requirements of county departments and that the County acquire excess Martinez School District property in the vicinity of morello Road and Arnold Highway; IT IS BY THE BOARD ORDERED that the aforesaid suggestion is REFERRED to the County Administrator. PASSED by the Board on June 22, 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. c ' I�.r. T. P3dowski Witness my hand and the Seal of the Board of County Administrator Supervisors Public Works Director wed this 22n, - ay of TLre 197 t {{ J. R.. OLSSON, Clerk By /.LLte G ��.� �� , Deputy Clerk Helen C. Marshall 00490 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of County-Owned Property, Lafayette Area. Supervisor J. E. Moriarty having received a letter from Mr. M. J. Tynan, 3238 Andreasen Drive, Lafayette 94549 requesting that certain County-owned property on Olympic Boulevard in Lafayette be fenced to deny access to those without. proper right of entry; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Administrator for reply. PASSED by the Board June 22, 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 on the date aforesaid. cc: Mr. Tynan Witness my hand and the Seal of the Board of Public Works Director Supervisors County Counsel affixed this 22 day of_ June 19 76 County Administrator — Q J. R. OLSSON, Clerk Z.i By �A7 ,2 ,A-A9.10 . Deputy Clerk Bonnie 5oaz o0d,1 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Proposed Dissolution of Inactive County Districts. The Board having received a June 15, 1976 letter from Mr. Earl L. Lucas, Chief, Division of Local Government Fiscal Affairs, Office of the Controller of the State of California, enclosing a list of inactive county districts which may be sub— ject to dissolution pursuant to Government Code Section 56174; IT IS BY THE BOARD ORDERED that the matter is REFERRED to the County Administrator. PASSED by the Board on June 22, 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 cc: Public Works Director Supervisors County Counsel County Administrators th'ur2 day of Juan 19 J. R. OLSSON, Clerk By /7/- , f Deputy Clerk Ma,iy' Cr 00492 H-24 3/76 Ism �0 0 O O 0 O H y m � Ua a a tv J ~ c< ` C< C< 0 0 OD r r r m ►off a .cis c'js c0i- a y �, I. A C A a Q n (AD m 0 0�11 b K H K K K O r C'! 0 a 0 ID fD fD cT 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 Seat of the Board of cc: Public Works Director Supervisors County Counsel affixed thi d of 19 County Administrator °y Sure - J. R. OLSSON, Clerk Deputy Clerk Maly Craig 00492 H-24 i rG 15m d O O O H 94 00 rA En En CO 1 1 t p Ri A C1 O O p1 K a 44 0 n c)a 'a H y K K K 'C ? O A O O MiD fJ it A ty d C+ Cl C1 41 H t+K M ct, rA Ca w d d �j O Ozz iA r M 0 N tM ! cc 9 H 100 0 C1 0 K D C] O C O 0 O � � O -n 0 N0 � O 23 ra 3► 07 t O• Q' ► H? C) C+ 110 to Cr rt o Y N COO I1In O MCA CA CA CA CO ►tC!Ga N CZ CO I N N d tY+ O �O tS►* tti to°n o ty-J O � r 0fts r � G A t t.J Z e 1 N O i N N O t, w i� 1 4 I tM 1.J1 =r 0 O [ Y C w vs °c rn Zy io o m int1�i� Cr 1!4 w 0 j J 1 t f o 4.n .n o ; 8 Cr t. =x I Microfilm �:it 'Soar Gr awl "�: � In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Potential County Liability in Connection with Swine Influenza Immunization Program. Supervisor J. E. Moriarty having advised that he had attended a meeting of the Board of Directors, County Supervisors Association of California, at which the subject of potential malpractice liability and cost of the swine influenza immuniza- tion program was discussed; and Supervisor Moriarty having further advised that there is a bill in the State Assembly which would provide that the State hold harmless of any liability the counties and personnel, including authorized volunteers, administering the vaccination; and Supervisor Moriarty having noted that it is important that the status of this bill be reviewed and that it be supported in the State Assembly, and having recommended that the matter be referred to the County Administrator; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tion is APPROVED. PASSED by the Board on June 22, 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: Director, Human Resources Supervisors Agency affixed this22nd day of June 1976 County Health Officer County Administrator J. R. OLSSON, Clerk By Deputy Clerk 00494 H-24 3/76!Sm M In the Board-of Supervisors of Contra Costa County, State of California --shint- 22 , 19 76 In the Matter of Request for Refund of Park Dedication Fee. The Board having received a June 14, 1976 letter from Mrs. Carl Brosamer, 320 Alhambra Avenue, Crockett, California 9-1,525 requesting a refund of $220 park dedication fee paid in connection with issuance of a building permit No. 25789; IT IS BY TRUE: BOARD ORDLIRED that the aforesaid request is R13FERRLD to the Director of Planning for recommendation. PASSED by the Board on June 22, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Svp.=rVu%ors on the date aforesaid. C. Brosc: rz, ne r %%Mneu my hand and the Seal of the Board of - Supervisors!cto.- of Pl:,--in" Lz.'. i Cowity Buildirig affixed tris22rIdday of June 19 76 Pub,sic forks Director Co=ty Adr:%_inistrator J. R. OLS3014, Clerk BY n-.- t, (?)ViQ' , Deputy Clerk Ronda Amdahl 0049.5 It-24 /76 15M In the Board of Supervisors of Contra Costa County, State of California June 22 19 T6 In the Matter of Recommendations with Respect to Oakley Clinic. The Board having received a June T, 1976 memorandum from the Contra Costa County Mental Health Advisory Board submitting recommendations with respect to the feasibility of the Oakley Clinic as a health care provider in East County; IT IS BY THE BOARD ORDERED that said memorandum is REFERRED to the Administration and Pinance Committee (Supervisors W. N. Boggess and J. E. Moriarty), Director, Human Resources Agency, and County Administrator for review. PASSED by the Board on June 22, 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 on the date aforesaid. cc: Contra Costa County Witness my hand and the Seal of the Board of Mental Health Advisory Supervisors Board affixed this22nd day of June 1976 Board Committee Director, Human Resources J. R. OLSSON, Clerk Ay County Administrator a Deputy Clerk ��. �_..- Mary, a Cralgr ' 0040lr3,b H•24 3!76 15m rJ- CONTRA COSTA COUNTY MEDICAL SERVICES ADVISORY BOARD RECEIVED as=duiwManw AWNUE wsarwez u►uroa:ua mass JUN 14 1976 LIMMICK To: Board of Supervisors Dam 7 AIN 76 J' CM ewrrahensivo repor( and rea.ead3tions on Oakley Clinic Fes: Mantel Health Advisory Board . 4. O3IECTI VE .. A. To study the feasibility of the Oakley Clinic as a health pre provider in East County. B. To assess the clinic's currwt physical plant, staffing and prograeoiipg needs . with atteMits to project this evaluation for a fiva year period. i l. Re�C'JCy�'�.ft<:.iTlalS A. That a combined iedical•-r+ ntal;health clinic be'continued as a satellite of County radical-Ren al health Services in Oakley. 1. that prefabricated or cabile eoVonent(s) hou;s the fdcillty an O'Hare Street an County,pr-jperty adjacent to the presently utilized Comity building; a. that the structure size and design consider the finidings'of this report and bs patterned after the blueprint subaiitt@4 by W2. I;ole ^ur-Anis, R.H., and with interior dosig. 0stalls discussed Pith the prpent clinic staff and thdical Services Director; 2. that the concept of "cluster services""guide the officials in designing and locating the facility; 3. that final Implementation be handled by appropriate county officials In concurrence with the Directors of County Radical Services, County Health Dopartwmnt, Social Services and Hunian iiasources Director; 4. that this project be given prinrity status by the County Administrartion; a. that a eo',alotiaa dale within six (6) wonths be targeted. B. That clinic staffing be adequate and annually reviewed by the Directors.of . i4ed ica I/Renta i Hea 1 th and Nursing services; 1. that the nursing service- be headed by a registered nurse serving as clinic supervisor, educatar and head nurse; 2. that clerical assist arta be carne:-:t a-wJ Iaimrlr,w^+stile in the remrcc:4 of Hum-in liarourcaa Ag+nry and tho c••+•■:city and :an-ami i rof-rrsl rosponsibi i ity and procedure cepabi i i ty, Incladi - rr nsportati-3n, for patient reforral must be fun=tianii and practical for +he patient; 3. that ilea "rlustar sirvicas" include an uligibiiity worker, a socfel service ince ra9i!tt�a+n:•� •r►rk�r, rad it Public Health nurser; 4. Spanish spoakin3 co<-rability ppr.t he avadiasle for phone and pewwW497 commipication. J7 l 'llil/tom"--=' • .-• --ard 'order e Ill. C.4.a.(.!) p. S. a e. / ''' ...'-fe!Q- ` � • PAGE 2 noerj of Super-visors 7 JUtd 76 Health Advisory f3:)ard Oakley Clinic 1). ni=Y'lENDATIONS (Yantinund) C. That clinic services interdigi#ate with other providers of health care in bath the public and private sectors to insure compre.::�nsive and fiscally ,appropriate programs with continuity for tha residents of the des.ribVd ares. 1. that cooperative prcgram:sing efforts be initii;fed im-radiately with irate- gratidn 3s possibia between the county social-hoslth agencies, area school authorities and special interest groups, D. That County administration and schiol di:.tricts make concerted efforts to provide adequate personnel at the basic family unit level : Community aides, visitinq home care spacialists, homemaker assistants and nurse practioners. E. That dental facilities be included in tied new clinic design with priority . over ancillary support services such as x-ray, lab or pharmacy. ' F. That County Administration work in consultation with public and private providers of health care in Far East County to resolve the financial structure which ennenders exc^ssive episodic or crisis care; 1. that^consideration be given to interdepartmental sharing of cost; 2. that sliding pay scale and prepaid health pians be given thorough consider- ation a> possible alternatives for the "near-poor" patients. G. That steps be initiated by appropriate County Officials in cons+ultation with existing area programs to establish a transportation system capable of meeting the health neads of those unab)s to travel privately for factors of finances, age, distance, disability or vehicle. unavailability. H. That appropriate recognition and support be given the Oakley Clinic and Cluster Services as a prototype for training rural health care tears - so vitally needed in today's society. 1. That the )!ental Health Advisory Board and Human Resources.Agency Director continue to direct the assistance of the fiscal administration of County itedical Services to provide available statistics and data necessary to give fiscal consideration to recoamen;ations such as these. J. That the Mental P�allh Advisory Board requ-nst from appropriate sourcrs a progress report in six (6 14 and tke:ve (12) months on the recommendations prosanted herein. A. Co",,ittee Reso-arce3 and A tivities 1. The following a-zti vi t ies occureI. Minutes av-ei iable. a. Pantal !'vel"?: providxc - Co..snty i.lanslal Hua):'r. Clinic, Antioch, If ;qtr+f 76. b. Ea3 t Co.:nty Consu.:�-r repre5en:a i i va:, - Oakley Coxinun i tv Cean thr (Spanish Speaking C�; ncil Cen.er), 13 t'%Y 76 c. i%,?3ti*ty; with Orl;n .;:oo�, i'.D., Wnu tor, 07un,"I Health Dapjr-tmsnt 26 -MY Ib d. Co-issite+iv.* .ii')h Geer" �?•n l i, `:.i)., );rector, Gounry ttlad;cTl Services, dnr t%r. .li)I ian Crisl'y, RuPres�-nfa iv-.', Hum-3a Resources Aga nzy. 00498 1-'.P ... .r:jn:7's2R•:•si. 't<+-�n!$:a•. .a+.fi_:.f� PACE 3 Board of Supervisors 7 JUIN 76 Mental iisaltti Advisory Burd Oakley Clinic M. A. I. (continued) e. Written co==nlcatioa to Lexis G. Pascal I!, Jr., Medical-4antai Health Services Administration. f. Oakley Clinic correspondence initiated by the Mental Health,Advisory Board dating from 4-ma.a'er 1974. g. Health Coraittes ceotinns during the watis'.January - May. IN. Written communication invited -by the Heaith Owmittee from providers B. Demography 1. East County, for purposes of this project, is defined as extending from Antioch to the eastern boundary of the county and the north-south limits bordering this parallel line. Inciudsd are the corporated and unincorporated centers of Bridgehead, Oakley, Bethel Island, IGnightsen, Brentwood and Byron. a. this represents an extensive geographical area in size with•asparce population as coicipared to other sections of the County. (1) the population herein is identified as amorphous in age, ethnics, heritage, and socio-economic strata with readily identifiable con- centrated'population pockets representing such sub-groupings. (2) the population of concern to this Coaaaittee's project is centered along the northern or waterfront sector of the geographical area. as identified in B-1 with natural traffic flow along Highway 4 and Cypress Road; (a) the southern border of Solano County adjacent to the shared water frontage of the Stral+s and San Joaquin River Kith access to.Contra Costo County via the Antioch Bridge rrist be considered in the populace utillzin3 the health care facilities of the defined geographical area. (3) significant dw.v3raphic changes for the projected time interval of this report ars unkno-an but may include two significant groapings; (a) blue-collar families attracted by the projected extensive.' Industrial (petro-chamical) expansion; (1) this population segment has historically utilized in some degree the county's radical-mental health facilities; (b) eor-miting, niddle class families attracted by rapid transit to an'area of open space with water accessibility; Cl) this population will have little ierpect directly on facilities under consideration. (4) Oakley is identified as the natural cantor for this geographical- population ore-3. C. Findings Basic health nsads are not unlike those required in'othat County geographical sections, but grist be identifled as "rural" to facilitate delivery. 1. many aganries and groups are att�-.pting to rsezt the social-.health needs of this area's population; a. inadequacies existing are significantly related to program and personnel overlap cr duplication; lack of coordination of programs and their persannel and facilities; inadequate Rdsntification of avrlla+bie resources or acco.s to earn fcr th•v cRrsurmrs; lark of effective pt!lo:ophical 00499 PA'=S 4 Ek and of Suoervisors 7 JIM 76 Nantze Rr!alth /Advisor, Board Oakley Clinic Ill. C. 1. a. (continead) administrative M.r..rrnication batw-sen the depsrtrrants/recto:S imrol.v::d: e.g. county madical-cental health, probation, public health, social service departrzants and the private r..edical, sc-bool, business and social facilities. b. contributing to this "gaposis" is the pra.tica of identifying East County as the exparse from Pittsburg eastward with administration and facilities headquartered there or in Martinez. Thereby, engendering a philos•-iahicai aad physical reratenes:. producing the ci•orx-:sari:tic consumer copalusion: "we are s=ere of being ss:rveyed and merimented with." e. b atant lack ot continuity exist; in The identification, troetc.:nt and follow-up of health problems: (1) lack of eooriination and comuiication ar.,vng the various agencies limits maximal utilization of the various health care providers from physicians to con.-nunit•I aides thereby weakeiing the rotes of personnel available and their available services. d. priority groups identified by providers include: children's servicogJ Including adolescents; geriatrics, substanco (drug and alcohol) abusers, .and chronically disabled. e. presant health care resources are identified by providers as being limited denta! facilities, nutritional eed!ecation stressing dangers of over and undernutrition, health hygiene, family planning and venoreal diseases. f. in d.:pth assess-ant mast be undertaken before initiating time-limited funded health programs to ir►surx short term benefits will not be followed by deprivation to consumer and chaos in coVrehen:.iv4 programing upon termination of the project. 2. The methodology of providing bi-linguistic capabilities must not be allowed to generate segration and isolation of a population se2rant,but be viewed as a temporary measure to assist such groupings during their integration Into a health care system which is go,ird to the population needs of thea entire gamgraphical area under consideration. - a. this Cox.-ittae's long term projartions anticipate diminution of the existing language priority for Chicanos as demographic changes will decrease the agrarian eco:eamy and its dewnd for irrrigrant labor while time %?iII integrate mono 1ingulstics into tha English speaking cormaenity. 3. Team Concept -• Far East Coun+y is nost ar•enobie to a "rural team" health caro philosophy. a. prir+ary person.-.el include teachars, oarm�unity aides, home health specialists, visiting health nurses and nurse practioners for purposes of problem detection and assessment. referral, and follcm-up including supervision and instruction in the recomiended corrective social-health programs; b: second line support is provided by school nurses and counselors, case workers. probat!oh officers and para..+edical personnel as screening clinics, clinic nurses, psychiatric social workers, and cow.unity rap/ therapeutic group.;. c. tertiary care i-ar definitive diagnosis and treatmont- programs becomes the res ogsibility cf the arsas public and private in/outpatient medical and r aa'al health facilities with speclal i ty care referred to appropri ato regional facilities. 00500 PAGGE 5 Rn.ird of Supervisors 7 JUM 76 IVAntal Ha*Ath Advisory Board Oakley Clinic Ill. C. 3. (continued) d. enlistrz-ant of volunteer Individuals or groisps for datal Is ns trans- portation, harta aid or eco-l-lonal support will strengthen this concept. 4. Space a. Oakley Clinic currently serves a vital rate in the health-wental health needs of this defined Far East County area. CD a physical plant adequate to cast prosent and anticipated patient loads as a combined facility Is mandatory; (2) the Clinic's role Is Identified as a tortiary component In the Team. concept schas-0; (3) the Clinic will function as a satellite of the larger County Medical- Rental health Services while continually striving to function cooperatively with the area's private In and outpatient facilities; (4) Clinijc location shall cWII=nt the concept of "cluster services" wherein other county social-legal-health agencies are In close proximity. b. Input from currant Oakley staff personnel and profession-medical facility P13nnars Indicates a miniftim of approximately fifty (50) by ninety (90) feet necessary for a functional floor plan. (1) adequate subdivision of this footage requires a mini-mum of six (6) medical examining roans, two (2) mental health offices with facilities 'for child play therapy and testing. dental space, lavatories, combined office-staff lounge area, record room, office space for eligibility, social service and public health personnel, janitorial room and adaq-,ate space for clerical-receptionists and patient waiting area. (a) Ion?, term pr3jectiors raquirs-s consideration of space for x-ray; (b) child care facilities; (c) the blue print as designed by Mrs. Lain Parsons, R.N., graphically damnstrates an adequate clinic plan with the above considardtions. 5. Personnel a. mental health with bilingual capabilities will ro-quire forty (40) hours of staff tier divided among psychiatric social worker-, psycho1ogists, and psychiatrists to service al) age groups and referrals from all sources, including the private sector, school and probation. — b. nursing service support must be adequate to accoradate both the medical and mental health staffs. CD it's role shall include provision of clinic administrative continuity, nursing wippart. performance of technician duties (drawing blood, screening patients' vitals, performing EKGs) and health education to both patients and co-Tounity aides. (a) a registered nurse with attendant support Is mandatory (2) the 0-May, Clinic has aretit potential as a teaching prototype for developing the rural wedicipe team concept of family physician, nurse pra=t1ltion3r or physician assistant, public health nur-.9, social service v-3rkar, school health personnel and family. 6. Financial Considerations a. linalth care must be f lrar=ial ly accas:;ible. (1) a sizeable perr.eitage of Far East County's-paPulation are seasonal worlv-�rs wi th I imi tcj ir. s making than. incl igible thfwjghaut the 00501 .. • PAGE 6 board of ;unervisors 7 JUU 76 Rental t':3ith Advisory Raard Galley Clinic 111. C. 6. a. (1) (continued) ` year for support programs, elderly with fixed incomes or working families earning near poverty, non-support levels of incor..a. (a) health care is given IoW priority by these peoples and is frequently limited to crisis or catastrophic care. (I) continuity of care and preventive or early detection/cur- eative treatment is impossible. (2) all modalities for resolution of this prohle:n need evaluation with the evolved solutions made known to the consumers. (a) adequate personnel for implementation and nainterance'of such a system is necessary to eliminate the "hassle` which has so . characterized nedical care procurement for this class of people. (1) sliding scale payment plans, prepaid health plans and interdepartmental cost sharing must be sincerely investigated by County officials. (3) tertiary care, i.e. hospitalization, special procedures (x-rays, special diagnostic tests, prosthesis fitting, etc.), speciality consults and prescription filling should utilize community resources to divest patients of indirect costs as travel expenditures, lost work tires, lost school time, baby sitter expenses, etc. 7. Transportation A comprehensive transports:ion system capable of servicing all public and private social-health care needs is essential for this rural area-with a significant parcentage of carless or unlicensed families, geriatric and underaged clients. For the ir-adiate present, the need is expressed as available transportation to attend Hunan Resource Agency services. HEALTH 05'•"iiTTEE - Engel Branstad; Marie Goodman; Lola Parsons, RN; ex-officio project appointee; I nt Sack, 1.0; Mil Iie Wil Iiansan, Ps.14, Pat Fi1ice, staff cc:-)Board of Supervisors . Arthur G. Will C.L. Van Marter William Cristy George DeSnan, M.D. Orlyn Wood, M.D. Robert Jornlin C.H. Pollack, M.D. ViIIian Downey Lewis PascaIIi Kant Sack, H.D. Pat Filice 00502 In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Grant Application for Comprehensive Human Services Delivery System. The Hoard on May 11, 1976 having approved the submission of a grant application for $54,000 to the Department of Health, Education and Welfare (HEW), to provide funding for the Human Resources Agency to design a comprehensive human services delivery system during the 1976-1977 fiscal year; and The Board having received a June 15, 1976 memorandum from PL. C. Z. Van Marter, Director, Yuman Resources Agency, trans- mitting a letter from 111r. Joe P. Maldonado, Regional Director, M, advising that said grant application was not approved; IT IS BY THE BOARD ORDERED that the aforesaid information is REFERRED to the Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) for review. PASSED by the Board on June 22, 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. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency Supervisors County Auditor-Controller affixed this22ndd of June 19 76 County Administrator — Administration and Finance Cte. 1" / J. R. OLSSON, Clerk Deputy clerk 00503 H-24 3/76 15m ,aye In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of AIRPORT SITE SELECTION STUDY. On the recommendation of the Public Works Director and the Contra Costa County Aviation Liaison Committee, IT IS BY THE BOARD ORDERED that the Public Works Director is authorized to enter into a Consulting Services Agreement with A. J. Parry & Associates of Burlingame, California, said agreement to provide for preparation of a Work Scope and Grant Application to the Federal Aviation Administration requesting funds to conduct a study to assist the County in making an evaluation as to the most suitable site from among the five alternatives set forth in the November 1975 Airport Site Selection Study. The cost of said services shall not exceed $1,000. PASSED by the Board on June 22, 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. cc: A. J. Parry & Associates Witness my hand and the Seal of the Board of Airport Manager Supervisors County Administrator affixed this 22ndday of June 19 76 Public Works Director Director of Planning Aviation Liaison Committee J. R. OLSSON, Clerk By Deputy Clerk 1axine M. N ld 00504 H-24 3/7615m ,,:. .. t CU,i i:Ii:G vZ� ? AG? - •• 1. S?ECIAL CO MITIO,IS. These Special Condi ions are incorporated belmi by reference. Contra o , n' (a pu c Agency: Ce. C s:a Ges. (b) Consultant's Naaae and Address: A. J. -IrrV and Associates, Inc. 1li2 Ia liesa Drive. lrZinFa.:.e. California 9h01G (c) Effective Date: Pane 3U, 197t, - (d) Project name: Work ScoDe and FAA Grant ADDlication 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: A. J. Parry & Associates Witness my hand and the Seal of the Board of Airport Manager Supervisors County Administrator affixed this_22ndday of June 19 76 Public 'Yorks Director — Director of Planning Aviation Liaison Committee J. R. OLSSON, Clerk Deputy Clerk 7�e M f1dub6ld 00504 H 24 3/76 15m .............. ........... snCIA--, cC,:.TIT1O::5. Tnese 5rcial Ccnditlions are incorporated below by reference. (a) Public—Arency: Contra Costa ccun (b) ConsultPunt's Name and Address: A. J. -Fa_=7 and Associates, Inc. Ih2 La nesa Drive, BurIin,=ane. California 9401C, (c) Effective Date: June 30, 147:: (d) Project Name: Work Scope and FAA Grant Application (e) Payment Limit: $1,000 — 2. SIGNATURES. These signatures attest the parties' agreement hereto: CONSULTANT P� �2 By President (Designa 7 oMcia ��ccity in busame , STATE OF CAfZFDRIIIA ss Contra Costa County ACIMM.TLEWEIIENT (CC 9 1290-1) The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation or partnership names above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. Date: 7Z- JOYCE E-TAY!OR COUNT, tirtlt: f.0, COW." Cosm 13.19"? (Sea* I :�' - Notary Public X PUBLIC AGF-NCY FORM APPROVED: Verna p L. Cline John B. Clausen, County Counsel Pu c Works Di By: Deputy 41 b 3. PARTIES. Effective an the above date, the above-�5 1 tic Agency and Consultant mutually agree and promise as follmrs: h. AGREEIMIT. Public Agency herekv hires Consultant and Consultant hereby agrees to perform professional services as hereinafter described in Paragraph 5, Scope of Services. 5. SCOPE OF SERVICES. Consultant will perform the follot-ring services: (a) Prepare a preliminary work scope necessary to begin developing a reliever airport for Buchanan Field in accordance with recommendations in the Contra Costa County Airport Site Selection Study dated November 197$. (b) Submit same for County staff and FAA reviews. (c) Prepare clearinghouse documents and assist County in requesting State and ABAG reviews. (d) Attend FAA preapplication conference to discuss work scope and comments. (e) Revise work scope based upon final agency comments and prepare project cost estimates and schedule. (f) Prepare a complete FAA grant application for the M- ster Plan Study and submit same for initial processing. No changes to the scone of work as described herein shall be made without the prior written approval of the Public Agency. 6. I.NSURX%'CE-. Zhe Consultant shall, at no expense to Public Agency, furnish certificates or other evidence acceptable to Public Agency of -Uabi.Uty insurance of at least $50,000 for all damares arising out of bodily injuries or death to one or more persons in one accident or occurrence. Thirty days notice of policy lapse or cancellation is required. 7. rNSE!-:JrIFICATIO':. The Consultant sha- 11 defend, save, indemnify, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder. 8. r0-E-GRA71O.N. The parties hereto agree and understand that this Agreement constitutes the entire Agreement between the parties and that no other urritten or oral representations outside this writing are of any effect. 005nR U 0-1 Microfilmed with So6d O'Bef In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Proposed Ordinance Amendment Regulating Ambulances. Mr. A. G. Will, County Administrator, having advised the Board in a June 21 , 1976 memorandum that he had received requests from Pomeroy Ambulances and Cadillac Ambulance Service, Inc. , for postponement of the adoption of an amendment to the ordinance code regulating ambulances; and On the recommendation of Mr. Will , IT IS BY THE BOARD ORDERED that the Government Operations Committee (Supervisors A. M. Dias and E. Linscheid) is requested to review the proposed amendment. PASSED by the Board on June 22, 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. cc. Committee Members Witness my hand and the Seal of the Board of County Administrator Supervisors County Counsel affixed this22ndday of June . 19 76 J. R. OLSSON, Clerk By /j, 7 Deputy Clerk Robbie G errez 00506 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Proposed Contra Costa County Budget. The County Administrator having submitted his Budget Message for the fiscal year 1976-1977, and having recommended that the Board take the following actions; 1. Approve the Proposed Budget of $223,082,300 for consideration by the Board of Supervisors; 2. Direct the County Auditor-Controller to publish the Proposed Budget so that it may be available for public review and consideration; 3. Direct the County Clerk-Recorder to publish a notice to taxpayers as to when the printed Proposed Budget will be available to the public; 4. Fix August 17, 1976 at 2 p.m. as the date for commencement of public hearings on the Proposed Budget; 5. Refer the Proposed Budget to the Administration and Finance Committee (Supervisors 11. N. Boggess and J. E. Moriarty) for thorough review and analysis, and for report to the Board on or before August 17, 1976. IT IS BY THE BOARD ORDERED that the aforesaid recommendations of the County Administrator are APPROVED. Passed by the Board on June 22, 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. cc: Administration and Witness my hand and the Seal of the Board of Finance Committee Supervisors County Administrator affixed this22ndday of June 19 76 County Auditor-Controller / J. R. OLSSON, Clerk By 1 a�i Deputy Clerk Maxine M. Neufe d QOv07 H-24 3/76 15m NOTICE TO TAXPAYERS OF CONTRA COSTA COUNTY, CALIFORNIA NOTICE IS HEREBY GIVEN that printed copies of the following budget documents for the fiscal year 1976-1977 will be available on August 6, 1976 to any taxpayer desiring a copy: Proposed County Budget, Proposed Special District (other than Fire District) Budgets, and Proposed County Service Area Budgets. Copies may be obtained at the Office of the Clerk of the Board, or the Office of the County Auditor-Controller, Martinez, California. NOTICE IS HEREBY FURTHER GIVEN that the Board of Supervisors will meet for the purpose of fixing the aforesaid budgets for fiscal year 1976-1977 on Tuesday, August 17, 1976 at 2 p.m., in the Board Chambers, Room 107, Administration Building, Martinez, California at which time and place any taxpayer may appear and be heard regarding the increase, decrease or omission of any item in the proposed budgets, or for the inclusion of additional items. All proposals for the increase or the inclusion of additional items shall be submitted in writing to the Clerk of the Board before the close of the public hearing. Should there be any applications or requests for a further hearing on file, such hearing shall be continued from day to day until concluded, but not to exceed a total of ten days. DATED: June 22, 1976. J. R. OLSSON, County Clerk and Ex-Officio Clerk of the Board of Supervisors of Contra Costa County, State of California Ma3dne M. euf ld a�1 Deputy Clerk Microfilmed witfi Boom order 00508 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA June 22, 1976 In the Matter of County ) Medical Services Family ) Practice Training Program. ) The Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) having this day submitted a written report on County Medical Services Family Practice Training Program (a copy of which is on file with the Clerk of the Board); and Mr. C. L. Van Marter, Human Resources Director, having appeared and commented thereon; IT IS BY THE BOARD ORDERED that the following actions as recommended therein are APPROVED effective June 30, 1976 (unless otherwise indicated): 1. Cancel all existing positions in the classes of Resident Physician I and Resident Physician II (P-300 No. 9238). 2. Reallocate the class of Resident Physician I to a flat monthly rate of $1,250 (P-300 No. 9237)• 3. Reallocate the class of Resident Physician II to a flat monthly rate of $1,458 (P-300 No. 9236). 4. Create a new class of Resident Physician III and allocate this class to a flat monthly rate of $1,895.50 (P-300 No. 9235). 5. Create six (6) positions in each of the following classes for a total of eighteen (18) positions: Resident Physician I (P-300 No. 9237) Resident Physician II (P-300 No. 9236) Resident Physician III (P-300 No. 9235) 6. Approve the request of the Director, Human Resources Agency, that the six (6) Resident Physician III positions be frozen pending further action by the Board of Supervisors, and that the Director, Human Resources Agency, be empowered to make temporary appointments for ten (10) Resident Physician's III as follows, effective July 1, 1976: 4 positions at a salary of $1,895-50 per month through October 31, 1976; 6 positions at a salary of $1,895.50 per month through June 30, 1977. 00509 • 7. Express its intent to reallocate the salary for Resident Physician III effective July 1, 1977 to a looter rate, approximately level 501 ($1,698). 8. Approve the Family Practice Resident Program as described in Administration and Finance Committee report. 9. Approve the Nurse Practitioner Training Program as previously approved in principle by the Board of Supervisors. 10. Add five (5) Family Nurse Practitioner positions, subject to action by the Civil Service Commission to retitle and amend the specification as proposed on their agenda for June 22, 1976 (P-300 No. 9234). 11. Cancel Clinic Physician I positions x991-01, ff 1991-02, #991-03, #991-04 and A991-05 (P-300 No. 9234). 12. Order the Director, Human Resources Agency, with the concurrence of the County Administrator, to establish adequate monitoring controls to insure that the Nurse Practitioner Program operates with no net increase in cost over what the cost would have been if the program had not been implemented. 13. Order the Director, Human Resources Agency, to report to the Board on the savings generated by the Nurse Practitioner Program not later than December 31, 1976; and IT IS FURTHER ORDERED that J. P. Kenny, Chairman, Board of Supervisors,is AUTHORIZED to execute the proposed Family Practice Affiliation Agreement, subject to final approval as to form by the County Counsel. PASSED by the Board on June 22, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Super- visors on the date aforesaid. Witness my hand and the Seal Orig: County Administrator of the Board of Supervisors affixed this 22nd day of June, 1976 cc: Director, HRA J. R. OLSSON, CLERK Medical Director Personnel Director County Auditor-Controller County Counsel By N. I raham Deputy Clerk 005-10 MW W�WWWWWW" �r hairman The Board of Supervisors Contra James C .Ke^�, Chairm County g Costa Jam ry.lerk an Olzon Court. .1dm�niStraiion Building Court Clerk and P.O.Box 911 E•Officio Clerk of the Board Martinez.California 94553 County lArs Geraldine Russell Chief Clerk James P.Kenny-Richmond (415)372.2371 1 st District Ar Alfred M.Dias-El Sobrante 2nd District .fames E.Moriarty-Lafayette 3rd District Warren N.Boggess-Concord 4th District Edmund A.Linschaid-Pittsburg Sth District June 22, 1976 REPORT OF ADMINISTRATION AND FINANCE COPA- ITTEE ON FAMILY PRACTICE TRAINING PROGRAM On June 15, 1976, the Board referred to this Committee a memorandum from the Director, Human Resources Agency, proposing several actions relating to the Family Practice Residency Program and Nurse Practitioner Program. The Committee met with Mr_ Van Marter, Dr. Degnan and staff on June 15, 1976. For nearly twenty-five years, County Medical Services has employed a minimum of ten (10) California licensed M.D.'s as General Practice residents. Resident Physician I and II positions have been established by the Board fo;- this purpose for a number of years. There is an increasing tendency in medical practice now to return to the type of general (family) practice which emphasizes total care to the individual on an ambulatory basis. This "family practice" physician concerns himself with the ongoing health of a family rather than the periodic illness of individuals. While the specialist is needed to continue to treat the more complex illnesses and to teach, the family practice physician should be looked to more and more in the future as the physician charged with ongoing care of an individual. U. C. Davis Medical School trains such Family Practice physicians but has sought out a clinical facility in this area as a teaching site for their residents. County Medical Services historically has trained many of the doctors who have decided to stay in the County and establish private practices or continue on in County service. This teaching role becomes even more important as the need for family practice specialists becomes more apparent as an alternative to the highly specialized physician and as government has attempted to control the rising costs of health care. With the development of the Nurse Practitioner Program, and with U. C. Davis's interest in cooperating with Medical Services in a family practice residency program, it became clear that the agreement with U. C. Davis should be broadened to encompass both programs. County Medical Services has recently been approved by the American Medical Association as an AMA approved Family Practice Residency Hospital. With this certification by X-IA, residents who stay in the County program for two years after internship are eligible to take an AMA Board examination to become certified Family Practice Specialists. After 1975, there is no longer the standard "internship", the traditional year of training in a 00511 Microfilmed with board order -2- hospital following graduation as a medical doctor. The first year after M.D. graduation must now be integrated into some specialized residency training program. Until the AMA certification, County Medical Services' residency program could not offer qualifying experience for Board certification in this speciality. At present, County Medical Services does not have any first-year residents. If the Family Practice Residency Program is approved by the Board of Supervisors, Medical Services proposes to expand the number of resident positions to 18 and reduce the salary level for the first- and second-year residents so as to insure that the entire residency program costs less than the present program which has 10 second-year and 5 third-year positions. Currently, it is costing $28,432.50 per month for our residency program, including 10 second-year and 5 third-year residents. The cost of the proposed program would be $27,622.80 per month. All 15 present residents are paid $1895.50 per month_ Under the new program, the 6 first-year residents will be paid $1250 per month; the 6 second-year residents, $1458.30 per rronth; and the 6 third-year residents will continue to be paid $1895.50. This represents an actual decrease of $809.70 per month for the new program. The Family Residency Program will function as follows: The Family Practice Center (located in the former "M" Ward) will be the focal point in the Training Program of the Family Residency Program. It will be equipped so that the residents will be trained to handle all problems which can be encountered in a private office type environment. Specialty consultation in all major specialties is immediately obtainable from our hospital-based specialists or visiting consultants who are a 3-minute walk away, (thus often saving the patient a return trip and giving the residents the benefit of an immediate learning experience). A psychiatrist has been retained on a rotating, part-time basis whose sole duty is to teach techniques in family counseling. In addition to the community family physicians teaching in the Family Practice Center, specialty registrars will be scheduled in the unit to be available, if needed, for consultations. Patients requiring hospitalization from the Family Practice Center will be admitted by and followed by the responsible resident. If the resident's rotation does not allow adequate time to be the hospital physician he will share the responsibility with the resident on the service, such as a private Family Practitioner might share with a specialist. Home visits are not made for routine situations, but senior residents will make house calls in special situations; most unscheduled visits will be seen by the resident in the Family Practice Center or emergency room. Public Health tlurses under the direction of the Family Practice resident will make horse visits. The residents do not have Family Practice patients in any other facilities but the residents will spend some time in other facilities for specialty clinics or preceptorships. 00512 P' w -3- The Nurse Practitioner Program was brought to the Board's attention by the County Administrator on March 4, 1975. The 1975 Administration and Finance Committee (Supervisors linscheid and Kenny) recor=ended, and the Board ordered on March 25, 1975, that the Board approve the Nurse Practitioner Program in principle and authorize the Director, Human Resources Agency, to enter into negotiations with the University of California at Davis directed toward producing an agreement covering the Nurse Practitioner Program. On August 19, 1975, the Board allocated the class of Nurse Practitioner to salary level 417 ($1314 - $1597) and added two positions. These positions were offset by cancellation of two Clinical Physician I positions. On August 27, 1975, the Board added positions for the 1975-1976 fiscal year. Included among the added positions were three Nurse Practitioners in the Health Department. The Nurse Practitioner Program has demonstrated the potential for lowering the cost of medical care and providing an integrative device between the Health Department and Medical Services. If approved by the Board of Supervisors, five (5) additional positions of Nurse Practitioner would be created. These positions, along with the three existing positions, would form a pool of Nurse Practitioners which can be assigned interchangeably to the Health and Medical Services departments on an as-needed basis. In addition, Nurse Practitioners working primarily in the Health Department can be assigned to work in Medical Services's clinics to allow them to maintain their clinical skills. Since t~ere are many things presently being done by physicians which trained Nurse Practitioners can do, it will be possible to create these existing positions without any increase in cost since there will be a corre- sponding reduction in the need for physicians, although the reduction will not be on an hour-for-hour basis. Since H.D.'s are paid about twice what Nurse Practitioners are, there will be a net reduction in cost, even if the Nurse Practitioners are not as efficient as the physicians at first. To insure that this is the case, monitoring controls will be installed to maintain control on the utilization of physician hours as Nurse Practitioner utilization increases. Having reviewed the proposed Nurse Practitioner Program and Family Practice Residency program, the Committee recommends that the Board of Supervisors: 1. Cancel all existing positions in the classes of Resident Physician I and Resident Physician II, effective June 30, 1976. 2. Reallocate the class of Resident Physician I to a flat monthly rate of $1250, effective July 1, 1976. 3. Reallocate the class of Resident Physician II to a flat monthly rate of $1458, effective July 1, 1976. 4. Create a new class of Resident Physician III and allocate this class to a flat monthly rate of $1895, effective July 1, 1976. 5. Create six (6) positions in each of the following classes for a total of eighteen (18) positions, effective July 1, 1976: Resident Physician I Resident Physician II Resident Physician III oV 5 . I r -4- 6. Approve the request of the Director, Human Resources Agency, that the six (6) Resident Physician III positions be frozen pending further action by the Board of Supervisors, and that the Director, Human Resources Agency, be empowered to make temporary appointments for ten (10) Resident Physician's III as follows, effective July 1, 1976: 4 positions at a salary of $1895 per month through October 31, 1976; 6 positions at a salary of $1895 per month through June 30, 1977. 7. Express its intent to reallocate the salary for Resident Physician III effective July 1, 1977 to a lower rate, approximately level 501 ($1698). 8. Approve the Family Practice Resident Program as described above. 9. Approve the Nurse Practitioner Training Program as previously approved in principle by the Board of Supervisors. 10. Add five (5) Family Nurse Practitioner positions, effective July 1, 1976, subject to action by the Civil Service Commission to retitle and amend the specification as proposed on their agenda for June 22, 1976. 11. Cancel Clinic Physician I positions 01991-01, 01991-02, #991-03, 8991-04, and #991-05, effective June 30, 1976. 12. Order the Director, Human Resources Agency, with the concurrence of the County Administrator, to establish adequate monitoring controls to insure that the Nurse Practitioner Program operates with no net increase in cost over what the cost mould have been if the program had not been implemented- This will probably require at a minimum a review of the physician investment in dollars and hours per outpatient visit in the Medical Services Department. 13. Order the Director, Human Resources Agency, to report to the Board on the savings generated by the Nurse Practitioner Program not later than December 31, 1976. 14. Authorize the Chairman to execute the proposed Family Practice Affiliation Agreement, subject to final approval as to form by the CountyCounsel. WARREN N. BOGGESS JAMES E. 14ORIARTY Supervisor District IV Supervisor District III 00514 1` T . POS I T I ON ADJUSTMENT REQUEST No: x .23 7 Department CCCo- medical Services Budget Unit 540 Date 4/16/76 Action Requested: Add five (5) Family Nurse Practitioner-Medical Services Positions and -£ c Proposed effective date:7/1/76 Physician I Positions X491-03 and x941-04'and 991-05 ...�( j;r-c-% �•../ ��j/-c L Explain why adjustment is needed: To provide adequate staffing in Medical Services Family Practice Clinic facilities. Cor;.'ro (-i ICl Estimatgdycos.t-of�djustment: r,• ^+:;t Amount: •1 r I. Salam aLod wages: ..`f; S 2. Fixed]�ssefs: (L.i4t Ztems ar:d coat) l ''�r}=` "a .•�^�r Estimated total t.7�i.%:4µ-..I � �•'R/ Signature William R_ Downey, Chief, I2ed.Admin. Svs./ OaI'l Department Head Initial Determination of County Administrator ? Date: June 17, 1976 To Civil Service: . Request recommendation. � �P �•.?,lrn Count Admij strator Personnel Office and/or Civil Service Commission ;Date: June 22. 1976 Classification and Pay Recorn:endation v Classify (5) Family Nurse Practitioner positions and cancel (5) Clinic Physician I positions. Study discloses duties and responsibilities to be assigned justify classification as Family Nurse Practitioner. Can be effective July 1, 1976. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of (5) Family Nurse Practitioner, Salary Level 417 (1314-1597) and the cancellation of (5) Clinic Physician I positions 001, 002, 003, 004 and 105, Salary Level 620 (2440-2966). Assistant Personnel Director Recommendation of County Administr.-Aor Date: June 22, 1976 As recommended by the Personnel Office and/or Civil Service Commission and the Administration and Finance Committee on June 22, 1976, approved effective June 30, 1976. t� County Administrator Action of the Board of Supervisors luii lg; Adjustment APPROVED on I R. OLSSON. County Clerk Date; , .. _ By: i.- 3 eFutCterk A1•PROVA L 05 this adju.s.t�cei*` ccrstitutet a►: App%ap-,Za.ti_a►t AdjwMrrznt wid ftuopinct F.C50CIL'..•t-fir arr.^,3Lt. NOTE: T92 section and reverse side of form-. rr+ust be completed and supplemented, when approprr lade, by an organization chart depicting the section or office a ��1•.i P 300 (3.1347) (Rev. 11/70) ivucrornmeu wun board order POSITION ADJUSTMENT REQUEST No: <<��S Department Madical Services Budget Unit 540 Date 6-14-76 Action Requested: Create the class of Resident Physician III at the flat salary of 64 $1895-per month and add six positions Proposed effective date: 6-23-76 Explain why adjustment is needed: to provide six third—y;-•:3r Resident Physician positions for the Family Practice Residency Program Estimated cost of adjustment: Amount: 1. Salaries and wages: $1895 x 6 x 12 = $136,440 + 17;v' 2. Fixed Assets: (.Cia.t .items and coat) - i:'!�_Li Vii=� Estimated total Signature coli ; e H` Department qd Initial Determ44;atipn of County Administrator Date: June 17, 1976 To Civil Sexv1ce: l Re$uest recommendation. 1 County A min trator Personnel Office and/or Civil Service Commission 03ke: June 18, 1976 Classification and Pay Recomrendation Allocate the class of Resident Physician III on an Exempt basis and classify 6 Exempt positions. The above action can be accomplished by amending Resolution 75/592, Salary Schedule for Exempt Personnel, by adding Resident Physician IIT at Salary Level 1895.50F. Also amend Resolution 71/17 to reflect the a_'Sition of 6 Exempt positions of Resident Physician III. Can be effective day following Board action. This class is exempt from overtime. ee Assistant Personnel Director Recommendation of County Administrator Rate: June 22, 1976 As recommended by the Personnel Office and/or Civil Service Commission and the Administration and Finance Committee on June 22, 1976, approved effective June 30, 1976. County Administrator Action of the Board of Supervisors JUN N' 9 o Adjustment APPROVED (Oi64PPmiRS) on. 4 p t�cr,r,t '3 , County Clerk �a�i Date: JUN 2°. 't?'b By: Vii; AI'r'ROC'AL n1 .tl.i.s adjust,rent eonstautes a,: Apt"-ap.t;-a,iur Adjustmz t and PeA6onna RaoZutio►: NOTE: Top section and reverse side of fore r mss= be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 W347) (Rev. 11/70) 00516 WW" . I 7 POSITION ADJUSTMENT REQUEST No: 7 Department 1.1edical Services Budget Unit 540 Date 6-11,-76 Action Requested: Reallocate the class of Resident Physician II to a flat salary of $1,458 per month and add six positions Proposed effective date: 6-23-76 Explain why adjustment is needed: to provide six second-year Resident Physician positions for the Family Practice Residency Progrram. Estimated cost of adjustment: Amount: 1. Salaries a9d wages: (51458 x 6 x 12 = $104,976 + 17% _ $ 2. Fixed-Ass4s: (Zi.s.t .i tens and coet) Estimated total $ r) ` lS-.. Couni . .�' ��... ---- Signature Department E e d Initial Determination of County Administrator Date: June 17, 1976 To Civil Service: Request recommendation. County-Admini,,tr Personnel Office and!or Civil Service Commission Date: June 18, 1976 Classification and Pay Recommendation Reallocate Resident Physician II to the Exempt Salary Schedule and add (6) positions. Reallocate the class of Resident Physician II to the Exempt Salary Schedule from Salary Level 412F (1573F) to Salary Level 387F (1458F) by amending Resolution 75/592 to reflect the change. Also amend Resolution 71/17 by adding 6 positions of Resident Physician II, Salary Level 387F (1458F). Can be effective day following Board action. Assistant Personnel--Diybctor Recommendation of County Administrator , ate: June 22, 1976 As recommended by the Personnel Office and/or Civil Service Commission and the Administration and Finance Committee on June 22, 1976, approved effective June 30, 1976. County dm nistrator Action of the Board of Supervisors Adjustment APPROVED on M14 '-)2 �. R. C,SSC'! t, County Clerk Date: By: t y C?q:d L)=Pu1Y :1&k APPROVAL oa aurid adJu.s.tinent eon6 itu.teb m: APA%cPtiat-i" Adjus.tre►rt and PeAAonneZ Reao&tion Amendment. NOTE: 12E section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) 00017 1 �I f POSITION ADJUSTMENT REQUEST t1o: 7237 Department Medical Services Budget Unit 540 Date 6-14-76 Action Requested: Reallocate the class of Resident physician l to flat salary of $1250 per month and add six positions Proposed effective date: 6-23-76 Explain why adjustment is needed: to provide six first--year Resident Physician positions _for the Family Practice Residency Pro—r-am Estimated cost of adjustment: Amount: I. S83arits_ar'it wages: $1250 x 6 x 12 = $90,000 + 17% = $ 105,300 2. Fixed 1&se1S: I tilt items and cast) Canto, Co,ia Coui„y. REICE D Estimated total � _- i f3/ $ 105,300 Signature Departme Head Initial Determination of County Administrator Date: June 17, 1976 To Czv11 Service: , Request recommendation.' Count Administrator Personnel Office and/or Civil Service Commission !,/Date: June 18, 1976 Classification and Pay Recommendation Reallocate Resident Physician I to the Exempt Salary Schedule and add (6) positions. Reallocate the class of Resident Physician I tothe Exempt Salary Schedule from Salary Level 364F (1359F) to Salary Level 1250F by amending Resolution 75/592 to reflect the change. Also amend Resolution 71/17 by adding 6 positions of Residert Physician I, Salary Level 1250F. Can be effective day following Board action. Assistaneersennel� D lector Recommendation of County Administrator //late: June 22, 1976 As recommended by the Personnel Office and/or Civil Service Commission and the Administration and Finance Committee on June 22, 1976, approved effective June 30, 1976. tFu_RTAdminfsteator Action of the Board of Supervisors Adjustment APPROVED (1 i6AkPR =) on J. R. + N, County Clerk Date: JUNI n 11 '6 By: C.-c.-T, APPROVAL otj th s c,i uetrrer:t corst.itu,tes an App-tcptiat.Lust Adju.str ei t and Pehaonne£ Resotu.tii.on kn-2.n&rent. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00518 w6+y V I � POSITION ADJUSTMENT REQUEST PIo: 1 Y�k E Department Medical Services Budget Unit 540 Date 6-It}-76 Action of the Board of Supervisors Adjustment APPROVED (1.r�AWRftW) on 3. R. +' , County Clerk Date: JUN' n a .� t By: APPROVAL oS tlt.i.s a.%ue-tirei:t constitutes an Appzop:Naos: Adjustment and Pet6onnet Reaot uti.on Amaz&rent. NOTE: Top. section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (N347) (Rev. 11/70) 0 518 POSITION ADJUSTMENT REQUEST No: Department Medical Services Budget Unit 540 Date 6-1/,-76 Action Requested: Cancel Resident Physician I position numbers 1 through 10 and Residezit. Physician II vostion no. 1 Proposed effective date: 6-23-76 I Ltiplain why adjustment is needed: to abandon currant tt:o-year residency program prior to establishment of the new Family Practice Residency Program Estimated cost of adjustment: Contac, Cosi., Cou"Arount: REC- rwf" 1. Salaries and wages: ' 2. Fixed Assets: (.Gist .mems and coot) L_i �o t- Z'Jnh� A._Jmrni,;,- Estimated total _G• Signatures �- u�"" Department(Head \ Initial Determination of County Administrator Date: June 17, 1976 To Ci�ilzService: �s Request recozn.:zendation. I � County Administrator Personnel Office and/or Civil Service Commission �� Date: June 18, 1976 (J assification and Pay Recommendation ` :zizc�l (10) Resident Physician*I positions and (1) Resident Physician H. �• he above action can be accomplished by amending Resolution 71/17 by cancelling 10 tdresident Physician I, positions 101, 102, 103, 104, 105, 106, 107, 108, 109 and 110, aslary Level 364F (1359F) and 1 Resident Physician II position 101, Salary Level 412F (1573F). Can be effective day following Board action. r �a 7 Assistant Personnel irector Recommendation of County Administrator ;/ Date: June 22, 1976 As recommended by the Personnel Office and/or Civil Service Commission and the Administration and Finance Committee on - sne 22, 1976, approved effective June 30, 1976. County Administrator i :tion of the Board of Supervisors >;i.',ustment APPROVED on JUN 9'- , County Clerk ' Date: By: i�'�:•,, ;.�� i' Ci APPROVAL o5 this adjusbrezLt constitutes an App.top!L ati-osz Adju tmczzt curd Pc sonnet Resotati-on Ame►zdmext. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriaTe, by an organization chart depicting the section or office utWlb P 300 (M347) (Rev. 11/70) n 1N THE BOARD OF SUPPERVIS0ii'.5 OF C0NTRA COSTA COUNTY, STATE OF CALIFORNIA In the Iiatter of Awarding Contract ) 22 for brinda Community Center Park, ) June , 1976 Phase 2A, Orinda. (County Service ) Area R-6) ) stork Order No. 5295- ) Bidder Total Amount Bond Amounts Contra Costa Landscaping, Inc. Labor &. Bats. 12,410.50 P. 0. Bot 2069, Martinez $ 24,821 Faith. Perf. 24,821.00 (base bid Dlus Robert Quatman, Inc. alternate 2) Hayward Christner Company, Inc. El Sobrante Arthur H. Shooter, Inc, Menlo Park Valley Crest Landscape, Inc. Concord Tho above-captioned project and the specifications* therefor being approved, bids being duly invited and received, the Public Worker Director rotonmonding that the bid listed first above is the lowest responsible bid and this Board coneurrinC and :o finding; IT IS MDERED that the contract for the furnishing of labor and rir.terials for said cork is awarded to said first listed bidder at the li:is^.ti alaount and at the unit prices submitted in said bid; and that- said contractor shall present two good and sufficient surety bolds as if.;?icated above; and that tho Public storms Department• shall prepare the contract therefor. IT IS FURTHER ORDLiED that, after the contractor has signed the coni:ract and returned.it together I:ith bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and z,,proved thea as to form, tho Public Works Director is authorized to r,ign tho contract for this Board. IT IS FUR` NE ORDr"'tt rJ that, upon signature of the contract by t1io Public works Director, the bonds posted by the other bidders are to ba ehonara.cd and any chechn submitted for security shall be returned. PASSED by the Board on Jure 22, 1976 CERTIFIED COPY I certify that this is a full, true & correct copy of the original document which L% on file in my office. and that It was passed & adopted by the hoard of supervisors of Contra Costa County, California, on the date shown.ATTEST: ]. It. of;sos, County Clerk&ezoftl6o Clerk of said Board of supervisors, by Deputy Clerk. cc: Public 11orl:s Director �• on JUN 2 2 1976 County Counsel County Auditor Contractor 00520 1 i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Social Service ) June 22, 1976 Funding. The Board having received the report of the Administration and Finance Committee (Supervisor J. E. Moriarty and Supervisor J. P. Kenny substituting for Supervisor W. N. Boggess) on Social Service funding problems advising that the Committee met with staff and Union groups to receive recommendations from Mr. C. L. Van Marter, Director, Human Resources Agency, for changes in the I•lay 25, 1976 Board Order which identified the number and classification of positions to be eliminated from the Social Service Department; and The Committee having recommended that the Board: 1. Substitute the following list of positions to be eliminated for the list in the flay 25, 1976 Board Order: Proposed June 22 Board Order flay 25 Effective Effective Classification Board Order 7-9-76 9-30-76 'Assistant County Welfare Dir. 3 2 (1) 1 Social Work Supervisor IV 2 1 (1) 1 Social ',fork Supervisor III 5 3.4 (2) 1.6 Social Work Supervisor II 10 8.2 (8.2) 1 Social Work Supervisor I 15 10 (5) 3 Social Work Practitioner I 12 0 0 Social Worker III (P.I.) 1 1 (1) 0 Social Worker III 51 46.5 (12) 9 Community Aide 1 1 (1) 0 Corraunity Aide Trainee 3 3 (3) 0 Intermediate Typist Clerk (P.I.) 1 1 (1) 0 Intermediate Typist Clerk 21 21 (12) 0 Vocational Services Supv. II 1.8 1 (1) .8 Social Service Project Supv. 1 1 (1) 0 Administrative Services Asst. III 0 1 (1) 0 Administrative Analyst 1 0 0 Appeals & Ca^plaints Specialist 1 0 0 Staff Development Specialist 0 2 (2) 0 129.8 103.1 (52.2)* 17.4 *currently vacant positions 2. Adopt a resolution adding a total of 126 part-time positions to the Social Service Department effective June 23, 1976, subject to classification action by the Civil Service Commission (Resolution No. 76/560); 3. Endorse the proposed amendments to AB 2617 (MacDonald) which would permit the Board to pay up to two years' retirement contributions for employees in specified departments during specified periods of fiscal crises in order to encourage such employees to retire early; 4. Chanqe the proposed effective date for the elimination of positions from July 1 , 1976 to July 9, 1976 except for the 17.4 positions indicated above which would be eliminated effective September 30, 1976; 5. Order the Director of Personnel to issue revised layoff lists based on the changes noted above; O0`21 6. Authorize the Director, Human Resources Agency, to withdraw layoff notices from any employees who now appear not to be affected by the elimination of positions and to withdraw such notices in the future as employees move to part-time positions or as other situations occur which indicate that employees are no longer affected; and 7. Order the Director, Human Resources Agency, to report back to the Board on July 6 with final recommendations for the level of layoffs, including recommendations for reductions in permanent and/or part-time positions which will ensure that the deficit of $1 .4 million has been eliminated; The Board having discussed the matter; and Supervisor E. A. Linscheid having expressed the opinion that some effort should be made by other departments under the Human Resources Agency to lessen the impact of the pending layoffs on the Social Service Department, thus enabling the County to continue nec- essary services, and having further expressed his opposition to AB 2617 because it would tend to increase property taxes; and Supervisor W. N. Boggess having commented that Contra Costa County has been progressive in the area of establishing Social Service programs utilizing state and federal funds, and having further com- mented that only those departments involved in providing such social services should be affected by reduction in said funds; Supervisor J. E. Moriarty having suggested approval of the recommendations set forth in the committee report, IT IS BY THE BOARD ORDERED that the aforesaid recommendations are APPROVED. PASSED by the Board on June 22, 1976 by the following vote: AYES: Supervisors J. E. Moriarty, H. N. Boggess, J. P. Kenny. NOES: Supervisors A. M. Dias and E. A. Linscheid. ABSENT: None. CERTIFIED COPY CC: Human Resources Director T certify that this is a fn:l. true !. correct copy Of $OC1 dl Service Director the original toc!n^a ri•:r?. H or. f:!n in rw office. a a that it %-;!, �.y :i•:"e.•1 .. th- Personnel Director SuPen•L. o; t_,.. 't:. f:,ara �, Auditor-Controller t1i a.c' ''^"� !;o::, county Cterk L�s o:Et fo(1 .;o:said Ifoara of Supenlsura County Counsel by Reply Clerk. County Administratorc�•�i ,. " �oaJU -22-1376 76 \ / v 00522 The Board of Supervisors Contra James ChairmP.a Kenny an Costa James A.Olsson County Administration Building County Clerk and P.O.Boz 911 �� E:Officio Clerk of the Board Martinez,California 94553 Mrs Geraldine Russell Chief Clerk James P.Kenny-Richmond (415)372.2371 1st District Alfred 161.Diu-EI Sobrante 2nd District James E.Moriarty-Lafayette .T� REC (_ 3 V r l� D 3rd District L i.v +-J Warren N.Boggess-Concord 4th District Edmund A.Linscheid-Pittsburg t i r'n i C 16 5th District June 22, 1976 J �'� �, a.ca.o:•I cl. x eo.�%�a=sur-srnso REPORT 4pN1RA C 1a CO. o-.ver OF s,.U_tu�r . ADMINISTRATION AND FINANCE COMMITTEE ON SOCIAL SERVICE FUNDING PROBLEMS The Committee met on June 21, 1976 with County staff and representa- tives from Local #535 and the Clerical Employees Union (CUE) to receive further recommendations from Mr. Van Marter, Director, Human Resources Agency, for changes in the Board's May 25, 1976 Order which identified the number and classification of positions to be eliminated from the Social Service Department. The Committee has kept in mind the critical funding problems which affect the County as a whole and took note of these problems in responding to suggestions from employees that charges being made to the Social Service Department from other County departments be deleted in order to preserve some additional staff. This is, unfortunately, not possible since in order to do so the Board would have to appropriate additional County funds in other County departments in order to cover the resulting losses in revenue. Much as the Committee wishes there were some alternative to laying off County employees, the present situation with Federal Title XX funds permits no other alternative. The Committee also takes note of the fact that the deficit of $1.4 million, which is being reduced through these recommendations, - is a minimal deficit which assumes augmentation of funding in the State Budget, transfer of In-Home Care Administrative costs, ongoing attrition in the Social Service Department, and many other issues which are not yet clear. In view of this difficult fiscal situation, the Committee has considered Mr. Van Marter's report dated June 21, 1976 and has received comments from representatives of Local 0535, CUE, and other County staff. The Committee now recommends that the Board of Supervisors: 1. Substitute the following list of positions to be eliminated for the list appearing in the Board of Supervisor's Order of May 25, 1976: 5;�'3. evil -2- Classification May 25rder Effecl:lve Proposed June 22 Board Order Board OEffective Assistant County welfare Dir. -�_ —1-9-76 1 9-3�0-76 Social Work Supervisor IV 3 t:—i_I it 2 (1) I the Connittee has considered art dated June 21, 1976 and has r ceff d The�o Cts ommittee In vier of this difficult fiscal situation, Mr. Van Marter's rep reof presentatives thelBoard.of Supervisors:, and other County sta now re now recommends 1, Substitute the following list of positions to be eliminate for the list appearing in the Board of Supervisor's Order of May 25, 1976: nn - -2- Proposed June 22 Board Order ttay 25 Effective Effective Classification Board Order 7-9-76 9-30-76 Assistant County Welfare Dir. 3 2 (1) 1 Social Work Supervisor IV 2 1 (1 1 Social Work Supervisor III 5 3.4 (2) 1.6 Social Work Supervisor II 10 8.2 (8.2) 1 Social Work Supervisor I 15 10 (5) 3 Social Work Practitioner I 12 0 0 Social Worker III (P.I.) 1 1 (1) 0 Social Worker III 51 46.5 (12) 9 Community Aide 1 1 (1) 0 Community Aide Trainee 3 3 (3) 0 Intermediate Typist Clerk (P.I.) 1 1 (1) 0 Intermediate Typist Clerk 21 21 (12) 0 Vocational Services Supv. II 1.8 1 (1) .8 Social Service Project Supv. 1 1 (1) 0 Administrative Services Asst. III 0 1 (1) 0 Administrative Analyst 1 0 0 Appeals & Complaints Specialist 1 0 0 Staff Development Specialist 0 2 (2) 0 129.8 103.1 (52.2) 17.4 2. Add a total of 126 part-time positions in the classifications indicated below to the Social Service Department effective June 23, 1976, subject to classification action by the Civil Service Commission: 32140 24140 20140 Social Work Supervisor III I Social Work Supervisor II 1 Social Work Supervisor I 2 1 Social Worker III 60 6 7 Social Worker II 1 Social Work Practitioner II it 1 Social fork Practitioner I 8 1 Social Services Community Asst. 1 Vocational Counselor 6 Vocational Services Supv. I 1 Intermediate Typist Clerk/Typist Clerk 6 6 3 Senior Clerk 2 Account Clerk II l TOTALS 99 15 12 - 126 3. Endorse the proposed amendments to AB 2617 (MacDonald) which would permit the Board to pay up to two years' retirement contributions for employees in specified departments during specified periods of fiscal crises in order to encourage such employees to retire early. 00524 :y -.ryy 4. Change the proposed effective date for the elimination of positions from July 1, 1976 to.July 9, 1976 except for the 17.4 positions indicated above which would be eliminated _ effective September 30, 1976. 5. Order the Director of Personnel to issue revised layoff lists based on the changes noted above. 6. Authorize the Director, Human Resources Agency, to withdraw layoff notices from any employees who now appear not to be affected by the elimination of positions and to withdraw such notices in the future as employees move to part-time positions or as other situations occur which indicate that employees are no longer affected. 7. Order the Director, Human Resources Agency, to report back to the Board on July 6 with final recommendations for the level of layoffs, including recommendations for reductions in permanent and/or part-time positions which will ensure that the deficit of $1.4 million has been eliminated. J S P. KENNYJAHES E. MORIARTY S pervisor District I /-Supervisor District II 00525 t.r; IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Social Service- RESOLUTION NO. 76/560 Funding. } The Administration and Finance Committee {Supervisor J. E. SInri-rt•• -nrl Sun rvi-nr J P vc%nnv sllh�ztituting for Supervisor W. N. 00525 t _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Social Service ) RESOLUTION NO. 76/560 Funding. ) )- The Administration and Finance Committee (Supervisor J. E. Moriarty and Supervisor J. P. Kenny substituting for Supervisor W. N. Boggess) having this day submitted a written report on social service funding problems (a copy of which is on file with the Clerk of the Board) which, in its numbered recommendations (No. 2), recommends the addition of 126 part-time positions to the Social Service Department effective June 23, 1976; BE IT RESOLVED that the following part-time positions are added to the Social Service Department effective June 23, 1976, sub- ject to classification action by the Civil Service Commission: 32/40 24/40 20/40 Social :Mork Supervisor III 1 Social Work Supervisor II 1 Social Work Supervisor I 2 1 Social Worker III 60 6 7 Social Worker II 1 Social Work Practitioner II 11 1 Social Work Practitioner I 8 1 Social Services Community Asst. 1 Vocational Counselor 6 ';C:Catioral Services Supv. I 1 Intl .mediate Typist Clerk/Typist Clerk 6 6 3 Saior Clerk 2 Account Clerk II 1 TOTALS 99 15 12 = 126 BE IT FURTHER RESOLVED that said positions are created for the sole purpose of accomodating Human Resources Agency personnel subject to layoff and not to augment County services and as such are to be offset subsequently by cancellation of equivalent vacant posi- tions. PASSED and ADOPTED by the Board on June 22, 1976 by the following vote: AYES: Supervisors J. E. Moriarty, H. N. Boggess, J. P. Kenny. NOES: Supervisors A. M. Dias and E. A. Linscheid. ABSENT: Hone. Orig: County Administrator cc: Human Resources Director Social Service Director Personnel Director Auditor-Controller County Counsel 0052 3 RESOLUTIOY NO. 76/560 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Extension with James F. Austin for Evaluation of Adult Intervention-Diversion Program The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract extension with James F. Austin, Consultant, for evaluation of the Adult Intervention-Diversion Program from June 30, 1976 to September 30, 1976, at no additional cost. PASSED by the Board on June 22, 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 cc: County Probation Officer Supervisors Attn: W. C. Donavan Contractor affixed this22aLidoy of June 19 ZE- c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator 8 / eZ1, Deputy Clerk M M M. Neufe /, H-24 3/76 15m 00527 �+ CCC Standard Forra May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES Contra Costa County 1. Contract Identification: (lumber 35023-316-732-2310 Department: Probation Subject: Evaluation of Adult Intervention-Diversion Program Effective Date: JuIY 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: James F. Austin, Consultant Address: 2049 Oak Street, Apt. al, San Francisco, CA 94117 3. Extension of Term: The term of the above described contract between the parties hereto ishere-Sy extended from _ June 30. 1976 to Seotember 30. 1976 unless sooner terminated as provided in said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable byte County is increased by the following amount S None S. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR P. Kenny, Chaff czn oard of Suo4rvi s r Attest:,, County Clerk Designate official capacity in business and affix corporation seal) 62yUeputy :' State of California } P,iaxinel:i.^;e;i?�d County of Contra Costa ) ss. RECOMMENDED FOR APPROVAL: ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By a- • z-- known to me in those individual and PROSATIO OFFICER business capacities, personally appeared cQl!1 ! before me today and acknowledged that / 0', he/they signed it and that the corpora- / / tion or partnership named above executed COE! MINS 1f the vrithin instrument pursuant to its V bylaws or a resolution of its board of APPROVED AS TO FORM: County Counsel directors. BY /:, , 77 Dated: JUL `1 19116 i1i:i'UfY ZI Notary Public/ Deputy County Gierk ( 4� ✓ D 1� (� �� � I•' o xx�aaana�ashna�aaaaxaisnp OCFICIAL SE-OL G -R-,EI' m q C0I l'PA CQTicou:7iY v ctsn Far::s• 1977 I_' C3AT10D1 DEPT. 2:3042:1113 aa37 tanAaa enA7na 292I GlacQonz?C fiie,Rl2::hmon:�CA.94804 NKorofilmed with board order -00 Sa 7 l� h Vim... In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Renewal with Quest House Program for Residential Care of Sentenced Female Inmates and Probationers The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Quest House Program for residential care of sentenced female inmates and probationers, from July 1, 1976 to June 30, 1977, at a cost not to exceed $4,800.00. PASSED by the Board on June 22, 1976. I hereby certify-that the forgoing b a true and carred copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. cc: County Probation Officer Witness my hand and the Seal of the Board of Attn: W. C. Donavan Supervisors Contractor affixed this 22ndday of June 19 76 c/o Probation Officer County Auditor-Controller County Administrator J. R. OLSSON, Clerk Deputy Clerk M ine M. Neufel H-as 3n6 15m 00528 tr `a • STANDARD COYMACT (Purchase of Services) 1. Contract Identification. Number 35019-308-3310 Department: Probation - Subject: Quest House Program --u.,tY 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: Bay Area Quest Program Capacity: California non-profit corporation Address: 2238 Vallejo Street, San Francisco, CA 94123 3. Term. The effective date of this Contract is July 1. 1976 and it terminates .11inf.30, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $, 4-8n0 nn 5. County's Obligations. County shall make to the Contractor those payments desciribed in the Payment Provisions. attached hereto which are :Incorporated herein by reference, . subject to all the terms nd conditions_contained or incorporated herein. , 6_ Contractor's Obligations_ Contractor shall provide those services and carry outthat work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7_ General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference_" 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: - Not Applicable. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Government Code 26227 Penal Code Section 1203.14 10. Signatures. These signatures attest the parties' agreement hereto,: _ r COUNTY OF C0.3TRA COSTA, CALIFORNIA CONTRACTOR By ny 4 R'7/ Z :L & Kenny By �,•.r� �` .,. 1�. f11(}�'r� (,Chairman,' Board pf upervisors �(/ _, _ d (D-esignate official capacity in business Attest J. R. Olsson; County Clerk and affix corporation seal) / State of California ) By. .. County of ss. DeputyScv✓� -.ntvW:I.o.c�G h�Mxine rd.tJ t ACIMOTILEDGMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared 1 before me today and acknowledged tbatShe/ By �-� ' ' ✓ the signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors- Form Approved: County Counsel ' Dated: �� C Deputy �✓�AY\14/\ \:�•" �7` }•i�)n%A A An T Public�Aeputy-camTtp-•C3'erti 7 RAY410ND H. CROPIM- ss►�irr�r3�� �:�:f:.:.�: (A-&517 w . 6/76) Microfilmed with board order ___• Contra-Costa County Standard Form PAINM PROVISIMS (Fee Basis Contracts) Number 35019-308-3310 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.] monthly, or [x] b. $ 32.00 per unit, as defined in the Service Plan, or [ ] C. $ , after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands' by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph. 1. (Payment Amounts) above. 3.• Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit ExceQtions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, rr 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. SERVICE PLAN NUHBER 35013-308-3310 1. The County will refer adult women to the Quest House Program. Residency in the Quest House Program will be a condition of probation or diversion for each woman referred and accepted. 2. Women referred will be screened for admission by the Quest House Program Staff. Screenings will be held at the County Jail when requested. 3. Admission will be on a space-available basis after screening. 4. The Contractor will provide the following services for each woman.admi tted as a resident in the Quest House Program: a. Room and Board. b. Twenty-four hour a day staff supervision and counselling availability. c. One-to-one counselling, group and individual therapy,-and, when necessary, psychiatric referral. d. Vocational counselling and'assistance in securing employment and/or placement in a training program or school. e. Twelve months of follow-up monitoring and consultation after a resident completes the program successfully. f. Written progress reports.submitted quarterly. g. Alcohol and drug testing. h. Cooperation with any Deputy Probation Officer supervising a resident through field visits. I. Notification of unauthorized absence. 5. Any books, documents, papers and records of the Contractor of a confidential nature related.to and-'used=for-rendering professional counselling services shall be excluded from Inspection and/or audit. Such Items shall Include but are not limited to all Psychotherapeutic Records. 6. The Contractor shall terminate any resident the Quest House Program staff determined to be unsuitable for the program. .When such-determination of unsuitability has been made and when the appropriate County agent has been notified, the resident must be taken into custody within twelve (12) hours or released from the Quest House Program under conditions agreed upon by the Quest House Program staff and the Deputy Probation Officer. One unit of service is defined as one twenty-four hour day of residency In the Quest House Program for a County-referred resident. Initials.- Contractor nitials:Contractor a rtment oos a C "CUn_'ra Cosca County tan"r ora GENERAL CONDITIONS (Purchase of Services) 1_ Co=olaiace with Law. Contractor shall be subject to and comply, with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment.and purchasing practices; and wages, hours amd conditions of emplo}eent. 2. Insnection. 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, t1ta Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to. authorized representatives of the County, the State of California, and the United States Government. S. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled ismediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the.Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with ttie 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 u-ithout notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties_ Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scone of this Contract, including any sums of money to be paid the Contractor as provider: herein. Inforazl Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. S. Modifications and Amendments. a. General Asendnents_ This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Sup_rvisors or, after Board approval, by its designee, subject to any required State or Federal approval_ ' b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment e::ecuted by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. � ��r CENEPU. CO`'DITIONS (Purchase of Services) 9. Disoutes- Disagreements between the County and Contractor concerning the Meaning, require=ents, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is Made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10- Choice of Lair and Personal Jurisdiction. a_ This Contract is made in Contra Costa County and shall be'governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract tie adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of_this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State :)r Federal approval. 14_ Independent Contractor Status_ This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relation..=`• . of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will'be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the ad=inistration of such service. Contractor agrees to inform all employees, agents =d partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17_ Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV 6/76) -2- _ . oo Sa 9 E GENERAL CONDITIOSS (Purchase of Services) 18. Ida--nification. The Contractor shall defend, save harmless and inde--nify the County and its officers, agents and employees from all liabilities and claims for damages for death, sic'_:ness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, neglic-ent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a ninimua combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the- County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificates) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is rade, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Kartinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. Li u (A-4616 RE:' 6/76) -3- oo�a�F In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Renewal with Volunteer Bureau of Contra Costa County for Court Referral Program The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with the Volunteer Bureau of Contra Costa County for the Court Referral Program, from July 1, 1976 to June 30, 1977, at a cost not to exceed $10,250.00. PASSED by the Board on June 22, 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 Probation Officer Superraors Attn: W. C. Donavan affixed this22ndda of Jue 19 76 Contractor y n --- c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator By Deputy Clerk Maxine M. Neufel H-24 3/76 15m 00529 Standard Fora ,a STA'r'DARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 35025-308-2310 Deparr=ent: Probation Subject: Court Referral Program 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: volunteer Bureau of Contra Costa County Capacity: California non-profit corporation Address: 2116 North Main Street, Suite E, Walnut Creek, CA 94596 3. Term. The effective date of this Contract is July 1, 1976 and it terminates June 30. 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 10,250.00 ' 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, . subject to all the terms and conditions contained or incorporated herein. _ 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Not applicable. 9. Legal Auth.rity. This Contract is entered into under and subject to the following legal authorities: Government Code 23015 Penal Code Section 1203.14 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR $y fh P. KennJ By ` V Chadrm4n, Board of up ors Jil c ' n } t {�i�eete official cca�p--aciit �3 Attest: d.��t. Olsson, Co Clerk State of California ) County of Contra Costa * Neufeld Maxirle!,t1. Deputy ACKNO14LEDGDIENT (CC 1190.1) ! The person signing above for Contractor ! F.e o=ended by Depa#rrent known to we in those individual and business capacities, personally appeared before me today and acknowledged that he/ 1 By r,` l v ` ' '�J they signed it and that the corporation T Designee or partnership named above executed the j within instrument pursuant to its bylaws ✓ or a resolut' n of its board of directors. Fora Approved: County Counsel : Dated: C 7 Deputy otari ut �ou Clerk rY3�l- � - - 11 ;Z r_ OFFICIAL SEAL �l LINDA G. ROPER Microfilmed with Board order. �f j,���'�•','! NoraRv PUaL:C-CACI-Ok4,A (A-1,51.7 -7- ,_ 00s-�g R SERVICE PLAN NUMBER' 35025-308-2310,- The 5025-308-2310_The Contractor shall provide Court Referral Program services for County referred clients assigned volunteer community service work by the Court, Probation Department, and Youth Services as a sentencing alternative. Contractor represents that it is qualified to provide said services. Contractor shall submit to the Probation Department quarterly reports detailing the following information for each referral agency: 1. Total number of clients referred. 2. Total number of clients completing assigned work hours. 3. Total hours of volunteer work assigned. 4. Total hours of volunteer work completed. 5. Staff time spent on County-referred clients. Contractor shall cooperate with the Probation Department by: 1. Notifying the Probation Officer within five (5) days when a probationer fails to contact the Volunteer Bureau as addressed by the Court or fails to complete any scheduled work assignment. 2. Notifying the Probation Officer within fifteen (15) days after the date a probationer completes court-ordered volunteer service work. One unit for payment purposes shall be one completed referral. A referral shall be defined as completed on the date the Contractor interviews a client and places him in a work assignment. Initials: / ��'� Contractor �e rtment 06sa18 Contra�Costa County Standard Form PAYMENT PROVISIONS (Fee Basis Contracts) •Number 35025-308-2310 1. Pa3ment 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 [x] b. $ 7.07 per unit, as defined in the Service Plan, or [ j c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts)'above. Said demands shall be made on County Demand 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 sake payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program., work or records, or (c) Contractor has failed to sufficiently itemize or document its demands) 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 ofdemand 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. ;P �0S�9C :'a Costa County Standard Fora CENMAL CONDITIONS (Purchase of Services) 1. Complaince with Law. Contractor shall be subject to and comply-with all.Federal, State and local laws and regulations applicable with respect to its performance-hereunder, including but not limited to, licensing, employment-"and-purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized .representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, 'the State of California, and the United States Government, 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled i—ediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the.Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed . upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,aonitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. ' b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan_ Oo.�� CENERAI. CONDITIOVS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which--this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10_ Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed;'nor shall the County'be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State ar Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relation=`-' . of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest_ Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminaton— Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-4616 REV 6/76) -2- Li q E Contra Costa County GENERAL CON'DITIO'NS (Purchase of Services) . 18. Idemnification. The Contractor shall defend, save harmless and indezaify 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 Timitation; 'all consecuential dacages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident oz occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificates) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, P:artinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein- The effective date of notice shall be the date of deposit in the mails or of other delivery_ 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal_ Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REL' 6/76) -3- p0Saq� In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of Approval of Contract Extension with Anita Thede for Counseling and Tutorial Services The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract extension with Anita Thede, for counseling and tutorial services, from June 30, 1976 to October 31, 1976, at no additional cost. PASSED by the Board on June 22, 1976. 1 hereby certify-that the foregoing is a true and corred copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. witness my hand and the Seal of the Board of ccz County Probation Officer Supervisors Attn: W. C. Donavan Contractor affixed this22ndday of_June 19 76 c/o Probation Officer County Auditor-Controller i. R. OLSSON, Clerk County Administrator BDeputy Clerk Maxine M. Neufel 14-24 3j76 15m 00530 CCC Standard Form May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES Contra Costa County -- 1. Contract Identification: Number Department: Probation Subject: Counseling and Tutorial Services Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: Anita Thede Address: 101 Tunnel Road, Berkeley, CA 94705 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from June 30, 1976 to A„a„st 31, 1976 , unless sooner terminated as provided in said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable byte County is increased by the following amount S None 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties` agreement hereto. COUNTY OF CO:YTR4 COSTA, CALIFORNIA CONTRACTOR BY Chairman and of Su71 e0yiso r / Attest: County Clerk Designate official capacity in business and affix corporation seal) B' 1' =f a Deputy btaxine ht.Neuteid State of California ) ss. — County of Contra Costa ) FECOMMENDED FOR APPROVAL: AMIOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By \,/ir known to me in those individual and COU;ITY PROBATION OFFICER business capacities, personally appeared before me today and acknowledged that j /i�� he/they signed it and that the corpora- Bv '141r iij�yL /f/ f tion or partnership named above executed COUNTY ADMINISTRATOR the within instrument pursuant to its bylaws or a resolution of its board of APPROVED PS TO FOP.,M: County Counsel directors. 1:•{ Rosemary Matossian Dated: J i e p lo 713 DEPUTY Notary Pub ic/ Deputy County Clerk PA. BARKER Microfilmed with board older Dos3019 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Extension with Creative Communications and Research of Berkeley, CA for Research and Evaluation of the Pittsburg/Antioch Diversion Project The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract extension with Creative Communica- tions and Research of Berkeley. CA for research and evaluation of the Pittsburg/ Antioch Diversion Project from June 30, 1976 to October 31, 1976, at no addi- tional cost. PASSED by the Board on June 22, 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. cc- County Probation Officer Witness my hand and the Seat of the Board of Attn: W. C. Donavan Supervisors Contractor affixed this 22ndday of June 1976 c/o Probation Department County Auditor-Controller County Administrator \ J. R. OLSSON, Clerk By� Deputy Clerk Max' a M. NeufelGY 01 Jr7 H-24 3/76 15m CCC D - Stannard Farm May 1974 J L L G 1976 CONTPA COSTA COUNTY EXTENSION OF pROBAT1oN DEPT- CONTRACT FOR PURCHASE OF SERVICES Contra Costa County ' 1. .Contract Identification: Number 35018-316-728-2310 Department: Probation Subject: Research and Evaluation of Pittsburg/Antioch Diversion Project Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: Creative Communications and Research Gini Scott, President Address: 2837 Regent Street, Berkeley, CA 94705 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from June 30, 1976 to October 31, 1976 , unless sooner terminated as provided in said contract. 4. Pavment Linit: As to the extended term of the contract, the maximum amount payable by t e County is increased by the following amount S None 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties` agreement hereto. COUNTY OF CONTRA COSTA, CALIFORNIA COtJTRACTOR BY I P. Ken;.y By f Chai a Board of Supelrvisors Attest: County Clerk t 7r/k Designate official capacity in business and affix corporation seal) y - ,:�rrne.1A.tveutetd State of California ) ss. County of Contra Costa ) RECOMMENDED FOR APPROVAL: ACKNOWLEDGEMENT (CC 1190.1) ^j The person signing above for Contractor B y ti.rc-2� known to me in those individual and .Y 90BATI TOFI R business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- - , A tion or partnership named above executed B BC AD NI T 4the within instrument pursuant to its V bylaws or a resolution of its board of APPROVED AS TO ORM: County Counsel directors.Dated: 1_4 BYDEPU Y Notary Public/ auiitp-eferk Microfilmed with 6oara orger gos31 R In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of Authorizing Execution of Agreement with University of California at Berkeley for Employment of Work-Study Students in the Probation Department IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement dated May 18, 1976 between the Regents of the University of California, Berkeley, and Contra Costa County (Probation Department) for employment of students under the Work-Study Program during the period of July 1, 1976 through June 30, 1977, including a deposit with the Regents of $1500 to cover the 40 percent County financing of the total compensation to be paid to students. PASSED by the Board on June 22, 1976. I hereby certify that the foregoing 1s 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: University of California Supervisors c/o Probation Department affixed this22nddoy of June 19 76 Probation Department — County Auditor-Controller County AdministratorJ. R. OLSSON, Clerk By Deputy Clerk Maxine M. Neuf d H-24 3/76 15m AGREEMHNT TIiIS A"REEMMIT, entered into this 18th day of may 1976, by and bet:.-een TIIE REGMS OF ?HF tnliV__TTv nr e-•. f� lifnr � i hereby certify that the foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid. my hand and the Seal of the Board of cc: University of California Supervisors c/o Probation Department affixed this22ndday of June 19 76 Probation Department County Auditor-Controller J. R. OLSSON. Clerk County Administrator �. By Deputy Clerk I4axine ISI. Neuf d 01 tI;t`32 H_24 3/76 15m AGREEMENT THIS A"REEMc?YT, entered into this 18th day of May 19 76, by and between THE REGENTS OF THE UVIVERSIFf OF CALIFORNIA, a California corporation, hereinafter called "University," and Contra Costa County for iLS_PrabaUan nepartmont , a ____pub.l.ic_datity hereinafter called "Organization;" W I T N E S S E T H• WiiEREAS, University has applied for a grant by the U.S. Commissioner of Education pursuant to Title I, Part C, of the Economic Opportunity Act of 1964, Public Lav 88-452, as amended, and has been amended by the Higher Education Act of 1965, Public Lau 89-329 and Public Lav 90-82 approved September 6, 1967, to stimulate and promote the part-time employment of students, particularly students from low-income families, who are in need of earnings from such employment to pursue courses of study at institutions of higher education such as University; and WHEREAS, University and Organization desire that certain of the University's students engage in work for public and private nonprofit organizations under the Rork-Study Program authorized by the Act; and WHEREAS, Organization is in a position to utilize the services of such students; NOW, TPEREFORE, the parties hereto agree as follows: 1. Organization shall utilize the services of students furnished by University Who are eligible to participate in the Work-Study Program and who are qualified and acceptable to Organization. 2. The work performed by such students shall be in the public Interest and shall not a. Displace employed workers o: impair existing contracts for services; b. Involve political activity or work for any political party; or c. Involve.the construction, operation, or maintenance of so much of any facility as is used or is to be used for sectarian instruction or as a place for religious worship. 3. Orga=ization agrees to a. Reasonably supervise the services of students partici- pating in the Work-Study Program and permit reasonable supervision by a representative of University; Microfilmed with board order 00 -3 a"R b. Make a report to University of time worked by students participating in the procp7am, at least monthly; c. Allow no student tt) work for more than an average of fifteen (15) hours per wee's over a quarter, or other term :este. -_v the University in avarding credits to the student, during which. .ho student is enrolled in classes, and for not more than forty (41)! hours in any week; and d. Pay to University at least forty per cent (40Z) of the total compensation to be paid to students participating in the program hereunder during The period July 1, 1976 through June 30, 19 77; all such payments shall be at such times as agreee upon with University in writing. h. Compensation to be paid to students participating in the progrAe will be appropriate and reasonable in light of the work to be performed by then. 5. The services and benefits of Organization which involve th► work of such students shall be available to all persona regardless of race, color or national origin. No student shall be denied participat±or• In the Work-Study Program because of race, color or national origin. 6. University will be responsible for all applicable employee benefit&, unless otherwise agreed by the pa-ties hereto in writing. 7. This agreement shall be subject to the availability of funds to University for the portion of the student's compensation not to be paid b, Orgarizet_on. It shall ales be subject to the provisions of the E:�onomic Opportunity Act of 1964, the regulations adopted thereunder, and all legislation and regulations pertaining to the Work-Study Program adopted s,.-`iaequently. 6. This agreement rsy be cancelled by either party if there is a faAlure to comply with the previsions of the agreement. 9. This agreement shall ter-minate an the X30 h day of June 19_M, unleae sooner terminated and be subject to extension by the nu:tsl a6reemant of the parties hereto in writing. IN '61ITHEESS WiU;RECF, the parties hereto have executed this agreement the day and year first above vritten. Te—r "ccDG--:17. Or TM UNIVERSITY OF CALIFORNIA Director of-Financial Aid J. P. Kenny .'cam::. �. . _ :.. •., — 1� tv; irman, EoaVd of S►penisu antra Costa County v oas3a 6 n EXHIBIT A In accordance with the foregoing Agreement dated May 18. 1976 , of which this is a part, the effective dates of this agreement are for the period July 1, 1976 through June 30_1977 id✓ rot i 1 .� Or Ih-- v. LALIru«tflA Rirector of-Financial Aid M '�_ • . _,.• �t�ly,N,� ! J: P. Kenny 1 •c•v�t+-*:, C = :,Cc_n`t irman, boa d of S►pervisl�- r :rxc►_�e1i? — r antra Costa County .f Lf v OL a EXHIBIT A In accordance with the foreCoing Agreement dated May 18, 1976 , of which this is a part, the effective dates of this agreement are for the period July 1, 1976 through June 30, 1977 Positions can be filled only by regularly enrolled University of California, Berkeley, students registered for u minimum full program, and certified as eligible under provisions of the Higher Education Act of 1965, Work-Study Program. A student in eligible to work on the Work-Study Program in the Summer prior to enrolling in Fall classes after haying been admitted formally_ A student may work a maximu3 of hO hours per week during vacation when not enrolled in classes. An average of 1$ hours per week may be worked while the student is enrolled in classes. No student may be employed full-time on the Work-Study Program more than one quarter in an academic year. The Federal contribution to the payroll is dependent on these conditions. Payment by the Organization to the University pursuant to Paragraph 3d of the agree=ent shall be made in advance upon receipt by the Organization of a letter of deposit from the University. PC.Jag o�s3a � In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Extension with Criminal Justice Research Foundation for Evaluation of Drug Abuse Prevention and Treatment Program The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract extension with Criminal Justice Research Foundation for evaluation of Drug Abuse Prevention and Treatment Program, from June 30, 1976 to October 31, 1976, at no additional cost. PASSED by the Board on June 22, 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. cc: County Probation Officer witness my hand and the seat of the Board of Attn: W. C. Donavan Supervisors Contractor affixed this22ndday of June 19 76 c/o Probation Officer County Auditor-Controller County Administrator r J. R. OLSSON, Clerk /. Deputy Clerk ine M. Neuf KcV H-24 3/76 ISm 0of_3_3 CCC Standard Form May 1974 EXTE►ISION OF CONTRACT FOR PURCHASE OF SERVICES Contra Costa County 1. Contract Identification: (lumber 35o14-316-729-2310 Department: Probation Subject: Evaluation of Drug Abuse Prevention and Treatment Program Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Name: Criminal Justice Research Foundation Arlen Bean, Research Director Address: 2775 Cottage Way, Suite 29, Sacramento, CA 95825 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from June 30. 1976 to October 31. 197 , ,. unless sooner terminated as provided in said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $ None 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTY OF COITRA COSTA, CALIFORNIA CONTRACTOR U, P. Kenny BX_ 1�� 4L�,_J _ By Chairman, Board o: Supervis rs Attest: County Clerk �� Designate official capacity in business and affix corporation seal) 1 Deptfty Maxine M.Neufeld State of California ) ss. County of Contra Costa ) RECOM,+lENDED FOR APPROVAL: ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By ( -c 4-_ known to me in those individual and ZMkJ ROBATION OFFICER business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- t8(i ion or partnership named above executed UPt tali ST dRr& the within instrument pursuant to its J-1— bylaws or a resolution of its board of APPROvFD AS TO FOA: County Counsel directors. BY Dated: DEPUTY l Notary Public/ Dep y County Clerk goalti.r ar....rw 2a I Microfilmed with Eoord order OOY33 P In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 �§ In the Matter of Approval of Contract Renewal with Dorothie Stillwell for Tutorial and Counselling Services for the County Probation Department The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY -THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Dorothie Stillwell for counseling and tutorial services for the Intensive Supervision Unit frau July 1, 1976 to June 30, 1977, at a total cost not to exceed $3,847.20. PASSED by the Board on June 22, 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 Probation Officer Supervisors Attn: W. C. Donavan affixed ed this_22D.alay of June . 19 76 c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator Deputy Clerk Maxine M. Neufe d 005034 H-24 5,^^,6 ism MEN 7Contr.�- .Costa County Standard form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 35011-324-711-23� Department: Probation Subject: Counseling and Tutorial Service for Intensive Supervision Unit I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid tness my hand and the Seal of the Board of cc: County Probation Officer Supervisors Attn: W. C. Donavan affixed this _22r,aiay of June . 19 76 Contractor c/o Probation officer �, R. OLSSON, Clerk County Auditor-Controller `%�� County Administrator By�z �n1i Deputy Clerk Maxine M. Neufe d 00 H-243;;615m a Contra Costa County Standard dorm SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 55011-324-711-2310 Department: Probation Subject: Counseling and Tutorial Service for Intensive Supervision Unit 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: Dorothie Stillwell Capacity: _ Counselor and Tutor Address: 4604 Wildwood Court, Richmond, CA 94800 3. Term. The effective date of this Contract is July 1, 1976 and it terminates June 30, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 3,847.20 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: U hour; or FEE RATE: $-9.16 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO-EXCEED a total of 420 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Counseling and tutorial services for the Intensive Supervision Unit of the Western Juvenile Division of the Probation Department for County selected persons in the time, place, and manner required by County. 8, Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, Including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligence or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000 U. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR (� p; Kenny - f By \l By c.�A r,,;, . Vt�.►.rn�� (:hairn, board of Sapervisor, gnee Recommended by De artment Designate official capacity By &e;J (Form approved by C6unty Counsel) Designee Uiuofilmed with Board order 00 S3,/ n URI 1 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Extension with C.H. McFarlan for Research and Evaluation of Pittsburg/Antioch Diversion Project The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract extension with C. H. McFarlan for research and evaluation of the Pittsburg/Antioch Diversion Broject from June 30, 1976 to October 31, 1976, at no additional cost. PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing 1s a true and coffee copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of cc: County Probation Officer Supervisors Attn: W. C. Donavan affixed this22ndday of June 19 76 Contractor c/o Probation Officer County Auditor-Controller - J. R. OLSSON, Clerk County Administrator By_�& Deputy Clerk Maxine M. Neuf-elA 0�� H-24 3/76 15m �� I `itiatdi;t•d 1'orrlt May 1974 qD c i ::l + EXTENSION OF CONTRACT FOP. PURCHASE OF SERVICES CON-TRA COSTA COUNTY Contra Costa County P303ATIM DEPT. 1. Contract Identification: dumber_ 3501216-728-2310 Dz!partnent: Probation S:bject: Research Director, Pittsburg/Antioch Diversion Project Effective Date: July 1, 1976 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promisa its follows: flats: C. H. McFarlan Address: 2840 Tice Creek Drive, No. 7, Walnut Creek, CA 94595 3. Extension of Term: The term of the above described contract between the parties hereto is hereby extended from June 30, 1976 to _ October 31, 1976 s unless sooner terminated as provided in said contract. 4. Pavment Limit: As to the extended term of the contract, the maximum amount payable by t i County is increased by the following amount S None S. Other Provisions: As to the term during which the above described contract is extended, the parties rratually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto.. CO=UNTY OF C01M COSTA, CALIFORUTA CONTRACTOR ,;; & Kenny � By lL �r1 c�'CLc,�CLLt Ci;ai .:an, Ypard of Supervisors A test: County Clerk _ Designate official capacity in business and affix corporation seal) t?=puty State of California ) ss. County of Contra Costa ) RECO:IM;ENDED FOR APPPOVAL: ;.1 ACKNOWLEDGE14ENT (CC 1190.1) i r The person signing above for Contractor known to me in those individual and tOUN'TY P1103;TIO;I Or IC business capacities, personally appeared before me today and acknowledged that J'�, he/they signed it and that the corpora j '�1���,:�� tion or partnership named above executed SCO ;;1Y ADPii; TrST OR the within instrument pursuant t0 its bylaws or a resolution of its board of APPROVED AS TO FORM: County Counsel ; directors. s D}' Dated: .c c'i% / /11 76- contract Gcontract (7/1/75-6/30/76) form .ylf. app;o:.:$ by County Counsel. Rotary Public/ Deputy County Clerk / _ _.FAD•cs L•e:./, 1777 Microfiimed with board order ;... In the Board of Supervisors of Contra Costa County, State of California June 22 , 19'L6 In the Matter of Approval of Contract Renewal with Keith M. Spooner for Professional Services The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Keith M. Spooner for professional consultation services at Juvenile Hall from July 1, 1976 to June 30, 1977, at a total cost not to exceed $2,400.00. PASSED by the Board on June 22, 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 cc: County Probation Officer supervisors Attn: W. C. Donavan wed this22nd day of June . 19 76 Contractor c/o Probation Officer County Auditor-Controller .J. ROLSSON, Clerk County Administrator By, Deputy Clerk Mzikine M. Neu Zd H-24 3176 15m 0053 SHORT FORM SERVICE CONTRACT 1. Contract Identification! FlM,ber 35010-'314-2310 Department: Probation Subject: Consultant at Juvenile Hall Complex 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following naimed Contractor mutually agree and promise as follows: Contractor: Kei,,h M. Spooner Capacity: - Consultant Address: 1277 Oregon Court, Concord, CA 94521 3. Term. The effective date of this Contract is July 1, 1976 and it terminates June 30, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5- Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 2,400.00 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: $ 200.00 per service unit: ( ) session, as defined below; or (x) calendar month (insert day, week or month) NOT TO EXCEED a total of 12 service unit(s). ;f. Contractor's Obligations. Contractor shall provide the following described services: n-;uitation services at Juvenile hall, Girls' Center and Preplacement Center as described under the conditions of Exhibit A, attached hereto, which is incorporated herein by 1%:,erence. S. Independent Contractor Status. This Contract i-1 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. ;: Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, Negligence or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following regal authorities: California Government Code Sections 26227 and. 31000. 11. Signatures. These signatures attest the parties' agreement hereto: t.OUNTY OF UN T M COSTA, CALIFORNIA CONTRACTOR 6 P. ! ,_� 9, P_: Kenny; By } • 'fir/isorsDesignee t�commended Ly Department (Designate official capacity Fy (Form approved by County Counsel) Designee V Microfilmed with board order D0S3lo � loom 0 - EXHIBIT A 1. SERVICE Contractor shall consult with juveniles who are experiencing personal, family and/or behavioral problems. Relate to crisis situations at the Juvenile Hall Cc,mplex and counsel individuals involved. Consult with graduate students participating in the Seminary Intern Program at the Juvenile Hail facility. Pike emergency calls as needed by residents at Juvenile Hall at the time, place and nanner specified by the County Probation Department. 2. INSURANCE During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect a policy or policies of liability insurance, including coverage for owned and non-ovrned automobiles, naming the County and its officers and employees as co-insured with limit of at least $50,000 for each person and $50,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and $50,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. Not later than the effective date of this Contract, the Contractor shall provide.the County with satisfactory evidence of insurance including a provision for thirty days written notice to County before cancellation or material change, evidencing the above-specified coverage. The Contractor also shall provide the County with a certificate of insurance evidencing riorkman`s compensation insurance coverage for its employees. Said policies shall constitute primary insurance, as to the County, the State and Federal governments, Its officers, agents, and employees, so that any other policies held by them shall not contribute to any loss covered under said insurance. 006348 op-S-S 3 low In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Renewal with Byron Nestor, M.D., for Professional Consultation Services The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Byron Nestor, M.D., for consultation services for the Girls' Day Treatment Program, from July 1, 1976 to June 30, 1977, at a cost not to exceed $770.00. PASSED by the Board on June 22, 1976. R 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors Attn: W. C. Donavan Contractor affixed this22ndday of June . 1976 c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator By Deputy Clerk Maxine M. Neufeld 001531 H-:e 1r;6 Ism M1 SHORT FORM SENN I. Contract Identification_ - Number 35006-310-2310 Department: probation Subject: Consultant, Girls' Day Treatment Center i 2. Parties_ The County of Contra Costa, California (County), for lts DepartmenC''6amed above, and the follaring named Contractor mutually agree and promise as follows: Contractor: Byron Nestor, M.D. Capacity: Professional Consultant Address: 2522 Dana Street, Berkeley, CA 94704 3. Term. The effective date of this Contract is July 1- 1976 and it terminates June 30, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 77n.nn 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (x) hour; or FEE RATE: $_35.00 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 22 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Contractor agrees to provide education, training and consultation to Probation Department staff with respect to behavioral and other special problems encountered in youths assigned to the Juvenile Day Treatment Program at the time, place and manner required by the Probation Department. $.' Independent Contractor-Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contrec r shall defend, save harmless and emnify the County and its officers, agents and employe from all liabilities an aims for damages for death, sickness or injury to persons orerty, includ' without limitation, all consequential damages, from any cause whatsoe ar. ng from or connected with the operations or the services of the Contractor h resulting from the conduct, negligence or otherwise, of the Contractor is agents ployee , the County, Its/agents or employees, or any other person or ty. � �� �� 10. Legal Authority. This Contract Is entered into under and subject to t e following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures_ These signatures attest the parties' agreement hereto: r COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR P. Kenny, By / Bt Chairman, rd ofpsURr iiso:. � Recommended by Department .,;.--°-e _L,,..:,Ey/ By. fv)-•% , it �t2'1 (Form approved by County Counsel) Designee �� STATE OFCA . , On this ........!..! .�....da o Y l».»�...»..---.. . .:..in they�one thousand nine r! ss hundred and...... .c....».....before me,....... 1 4:t G.l...!�.L: a Notary Public,State of Califomia,duly commissionedand orn,personally appeared..................i.7�,'.L..`` .... .....//.�..a. _. 14 ».................._...........� .. . _.»,........................_ ........................ known to me to be the person._whose name..........._.subscn3ed to the within instrument and acknowledged to me that.....he.....executed the same. Et.a Cr. IN 47TiYESS IV71EREOFI have hereunto set my hand and affixed my official seal in the..................._.....County of...........................the day and year at this certificate first above written!,' ` ....»......... /L ............ ..................... Notary Public,Slate 02'15 ifornia ..G .rW,7- / 61y commission expires ... .................................................. Cuwdery's Form No.32—Ackmwledgement—Cenerd(C.C.Src.1190a) 00-[-737)9 M[-73-7)9 Printed 12(72 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 2L In the Matter of Approval of Contract Renewal with Byron Nestor, M.D. for Professional Consultation Services The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Byron Nestor, M.D., for group psychiatric consultation for Placement Unit, from July 1, 1976 to June 30, 1977, at a cost not to exceed $1,200.00. PASSED by the Board on June 22, 1976. I hereby certify-that the foregoing is a true and corned 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 Probation Officer Supervisors Attn: W. C. Donavan affixed this'2nd day of June 19 76 Contractor c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator B Deputy Clerk Maxine M. Ne_&e14 00538 H-28 W6 15m - ..r -. . i SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 35007-324-716-210 Department: Probation Subject: Group Psychiatric Consultant for Placement Unit 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: Byron Nestor, M.D. Capacity: Group Psychiatric Consultant Address: 2522 Dana Street, Berkeley, CA 94704 3. Term. The effective date of this Contract is July 1, 1976 and it terminates June 30, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 1,200.00 6. County's Obligations. in consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (x) hour; or FEE RATE: $ 40.00 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 30 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Education and training in probation matters, as follows: To assess case dynamics in specific cemplex cases; to identify treatment and placement alternatives for children who are difficult to place or to engage in the placement and treatment process; and to discuss and develop more effective methods of working with disturbed parents of wards' in placement at the times and places specified by the Probation Department. 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. indemnifcaiThe Contractor shall defend, save harmless and indemnify the County and its officers, agen and employees from all li mi s for damages far death, sickness or injury to ons o erty, including without limitation, all consequential damages, from an se oever arising from or connected with the operations or the service the Contractor der, resulting from the conduct, negligence or otheof the Contractor, its agentsm ioyees, the County, its agents or employee any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to:lthe 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 _ t ` 1 ) By �nny / By __,_1 Designee Chairman, Board of rvisorS tRecommended by Department Designate official capacity c� J3ezXz,_J _ (Form approved by County Counsel) / Designee Blatt of rEaiifornie+ �$$ on tbie 4/ day of /I�Lit/ in the year One Thousand Countp of Siamctla ____._- j - Rine Hundred and .uj before e 41J" - a Notary Public in and for the County of Alameda,State of California,residing .rein,duly commissioned and sworn personally appear. - 4 1... �• :. f Imown to me to be the per—s.—described in and whose name.—....,..._.__subscribed to the within instrument, ........ -- ----- 1 1 and .—.he._... acimowledged to me that _he......executed the 3n Witnt55 Mbtrcaf, I have hereunto set my hand and affixed my Official Seal, the day and year in this certificate first 316.0vewrittten. OERERAL ACKNOWLEDGUR" /��'ll (,i, -tom __ _ _gotacp �.lr ublit Me caaamiadoa rarpltva In and for*I County^of Alameda. State of Califorals Ferro NF:a%.la PICA,0,W41W.C4111. P. . t In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Contract with the State of California, Department of the Youth Authority, No, 117 The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract with==the State of California, Department of the Youth Authority, under the terns of which the State will provide diagnostic and treatment services and temporary detention for the 1975-77 fiscal year at a cost not to exceed $1,230 per month for each case studied, under terms and conditions as more particularly set forth in said agreement. PASSED by the Board on June 22, 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 cc: State Department of the Supervisors Youth Authority affixed this 22ndday of June 19 76 c/o Probation Probation Officer County Administrator , �- J. R. OLSSON, Clerk County Auditor-Controller gy Deputy Clerk Maxine M. Neuf d H-24 3/76 I5m ACREE`IM FOR DLIGNOSTIC X10 TP.EA-111 +'T Contract No. 117 SERVICES AND TDIPOMRY DETENTION IN RECEPTIOU CENTERS AND CLINICS OF THE. DE-PART?1ENT OF THE YOUTH AUTHORITY THIS AGREMENT, made and entered into this 1st day of July , 19 76 , at Sacramento, California, by and between the STATE OF CALIFORNIA, through its duly appointed, qualified and acting Director of the Youth Authority, hereinafter called the State, and the COU!1TY OF CO1:'IU t%G��� hereinafter called the County. WHEREAS, Section 1752.1 of the Welfare and Institutions Code of the State of California provides that the Director of the Youth Authority may enter into con- tracts, with the approval of the Director of Finance, with any County of this State upon request of the Board of Supervisors thereof, wherein the Department of the Youth Authority agrees to provide diagnostic and treatment services and temporary detention during the period of study to the County of selected cases of persons eligible for coo-mitetent to the Department of the Youth Authority in connection with the operation of the Juvenile Court. 1 -.1, THEREFORE, in consideration of the mutual covenants and promises herein contained, the parties hereto agree as follows: 1. In any case in which: (a) The Court has determined that a minor is a person described by Section 602, Welfare and Institutions Code, or if the Court has determined that a minor is a person described by Section 601 and a supplemental petition for commitment of such minor to the Youth Authority has been filed pursuant to Section 777, Welfare and Institutions Code, and such minor is otherwise eligible for co=mmitment to the Youth Authority, and (b) said Court concludes that a disposition of the case in cite best interest of the minor requires such observation and dia;;nosts as can be made at a diagnostic and treatment center of the Youth Authority, and DDS39 � qt (c) said Court Orders that such a minor be placed temporarily in such a center for a period not to exceed 90 days as authorized by Welfare and Institutions Code Section 704, and orders that the Director of the Youth Authority report to the Court its diagnosis and recommendations concerning the minor within the 90-clay period. The Department of the Youth Authority shall accept such person if it believes that the person can be materially benefited by such diagnostic and treatment services and if the Director of the Youth Authority certifies that staff and institutions are available; provided that no such person shall be transported to any facility under the jurisdiction of the Department of the Youth Authority until the Director of said Department has notified the referring Court of the place to which said person is to be transported and of the time at which he can be received. 2. The County shall execute the Court Order by transporting such person to the facility indicated by the State and returning him therefrom to the Court at no expense to the State. 3. The acceptance, temporary detention and delivery of such person shall be in accordance with instructions issued from time to time by the Director of the Youth Authority. 4. The Department of the Youth Authority shall provide diagnostic and treatment services and temporary detention during the period of study to the County for such accepted persons; and the Director of said Department shall, within tale 90 days, cause such accepted person to be observed and examined and shall forward to the Court his diagnosis and recommendations concerning such minor's future care, supervision and treatment. S. All such persons Guile under temporary detention by the Youth Authority pursuant to this contract shall be subject to the rules of the Youth Authority. r 6. The County agrees to pay the State the sum of $1,230 per month for each case studied, or for periods of less than a full month, County agrees to pav State 1/30th of the monthly rate per person per day, of temporary detention, such costs having been determined by the Director of the Youth Authority to be necessary to reimburse the State for the costs incurred. County shall be billed for the cost of services for the day the person is received but not for the day the person is removed from the program. The State shall bill the County monthly, by nears of itemized statements submitted in triplicate form for any such costs, and the County shall make remittance or payment thereof within thirty (30) days of receipt of any such billing. Said remittance shall be mailed to: Department of the Youth Authority Departmental Accounting office 714 P Street Sacramento, California 95814 7. The period of this Agreement is from July 1, 1976 to June 30, 1977, inclusive; provided that the Agreement may be terminated by either party giving 30 days notice in writing. S. Contractor agrees to conform to the Fair Employment Practices Addendum attached hereto and made a part hereof. I hereby certify that all conditions for exemption have- been complied with and this contract is exempt from Deo-Artment of General Services' ap- JOW4 B.wwuq.C=Rty COLMSet pr,:-,al per Exemption Norice No. 403. Rosenncwy Matoz,w, STATE OF CALIFORNIA CoMMY 017 Department of the Youth Authority % Uj P. Kenny Title a aOirman, BoardAl Supervisors Two—ury Director U Scrviccs Branch Ni}Ti:: A c,irtified copy of the re-solutior of the Hcird of Sup---rvisors of tine County the execution of this contract L,i to the attached to the contract. FAIR EMPLOYMENT PRACTICES ADDENDUM 1. In the performance of this contract, the Contractor will not discriminate against anyemployee or applicant for employment because of race, color. religion, ancestry, sex*, age*, national origin, or physical handicap*. The Contractor will take affirmative action to ensure that appli- cants are employed, and that employees are treated during employment, without regard to their race, color, religion, ancestry, sex*, age*, national origin, or physical handicap*. 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 com- pensation; and selection for training. including apprenticeship. The Contractor shall post in conspicuous places, available to employees and applicants for employment. notices to be pro- vided by the State setting forth the provisions of this Fair Employment Practices section. 2. The Contractor will permit access to his records of employment, employment advertisements, application forms, and other pertinent data and records by the State Fair Employment Practices Commission, or any other agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. 3. Remedies for Willful Violation: (a) The State may determine a willful violation of the Fair Employment Practices pro- vision to have occurred upon receipt of a final judgment having that effect from a court in an action to which Contractor was a party, or upon receipt of a written notice from the Fair Employment Practices Commission that it has investigated and deter- mined that the Contractor has violated the Fair Employment Practices Act and has i-, ued ::n order, under Labor Code Section 1426. which has become final, or obtained. an injunction under Labor Code Section 1.129. (b) For willful violation of this Fair Employment Practices provision. the State shall have the right to terminate this contract either in whole or in part. and any loss or damage sustained by the State in securing the goods or services hereunder shall be borne and paid for by the Contractor and by his surety under the performance bond, if any. and lite Stale may deduct from any moneys due or that thereafter may become due to the Contractor, the difference between the price named in the contract and the actual cost thereof to the State. s *See Labor Cade Sections 1411-1.02.5 for further details. aa:..na a as�aaw v oa. SM.3(Rev.11/741 dos 39 n . w in the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Contract Renewal with Danville Discovery House for Telephone Answering Service and Use of Office Space The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract renewal with Danville Discovery House, Peter Strauss, Director, for telephone answering service and use of office space, from July 1, 1976 to June 30, 1977, at a cost not to exceed $2,400.00. PASSED by the Board on June 22, 1976. 1 hereby certify.that the foregoing Is a true and correct copy of an order entered on the minutes of sold Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors Attn: W. C. Donavan affixed this?2rnd day of June 19 76 Contractor c/o Co. Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator ascii% Deputy Clerk Maxine M. Neufeld H-24 3/76 15m 00540 I !i ;e 1. Contract identification. Numeer . 35002-308-2310 Department: Probation Subject: Telephone Answering Service and Use of Office Space 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the foiiaring named Contractor mutually agree and promise as follows: Contractor: Danville Discovery House Capacity-_ Non-profit Organization Address: 350 Rose Street, Danville, CA 94526 3. Term. The effective date of this Contract is July 1, 1976 and it terminates June 30, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 2,400.00 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: O hour; or FEE RATE: $ 200.00 per service unit: ( ) session, as defined beiow; or (X) calendar month (insert day, week or month) NOT TO-EXCEED a total of 12 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Furnish a separate telephone, office and des! for the 24 hour, seven day a week use of two Deputy Probation Officers assigned to the Danville area. Answering service will be pro- vided including daily and weekend messages and telephone calls for deputies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture; or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and i_t% officers, agents and empTuye�-s from all liabilities at+A claims for damages for death, sl skses: or injury to persons Qr pr-petty, including witnouK limitation, al-1 consequential damages, from any cause 0-.atsoever arising from or tiopnected with the operations or the services of the Contrac*;r hereunder, resulting CF^':r'the conduct, negligence or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, ar any other person or entity. W. Legal Authority. This Contract is enterod into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. ' s 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY Or -CON-MA COSTA, CALIFORNIA CONTRACTOR I P. Kenny ch sir an, Board of Supervis Designee ` . L. Rnco,-.mended by Departr -nt TDesignate official capacity By •-.rJ z&P.,4-� (Form approved by County Counsel) �+ Designee 0,tirs,�P I'e'c, f .S77raaSS _ OFFICIAL REAL oil O. E. CWFORD � � f ki�� ;�. Narwnr�u�uc—cw�row+gra CMNrnA C_,r.� ..�uN. _ In the Board of Supervisors of Contra Costa County, State of California 1!. �IynaLUI-1 ,Ig11aLu1..- , it..-.L u... pal ale... yr..- _.1L I._I-w. COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR 1 I P. Kenny )/` �- $: By ch(,-ron, Board of Supervis Oes i gree risco.-.mended by Depart r�� Designate official capacity By • ,rJ - �' /� (Form approved by County Counsel) Designee OFFICIAL SEAL oil 20 � � C. E. WHORD � / ` f ��.:L w,rwar ou7uC—c�uroarn♦ t . 1 r ?roar y .f c�rtrna c_�r., ..�u.•:ry MEN.a In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Request with Respect to Purchase of Tilden Merry-Go-Round by East Bag EeFioncl Park District. Mr. Ren Grant, on behalf of the Committee to Save the Tilden Merry-Go-Round, this day having appeared and advised the Board that the current owners are unable to continue operation of this antique carousel and are desirous of selling it; and Mr. Grant having further advised that said committee of concerned East Bay citizens supports acquisition or the carousel by the East Bay Regional Park District and requests the Board to urge the District to negotiate for the purchase thereof; and Supervisor B. A. Linscheid having conmQented that it was the District's decision to determine the best use of its funds, and having pointed out that the purchase of the merry-go- round would result in increased maintenance costs; and Supervisor J. E. Moriarty having expressed the opinion that retention of the carousel would be desirable, and having recommended that the matter be referred to the Govercmaent Operations Committee (Supervisors A. M. Dias and E. A. Linscheid) for review and report; and The Board members having discussed the matter, IT IS ORDERED that the recommendation of Supervisor Moriarty is APPROVED. PISSED by the Board on June 22, 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. cc: Board Committee Witness my hand and the Seal of the Board of Mr. Ren Grant Supervisors County Counsel affixed this22ndday of June 19 76 County Administrator J. R. OLSSON, Clerk By ' f Deputy Clerk eenMliler 00541 H-24;1176 15m f w Tf IE BOARD OF SUPERVISORS OF Ct"1VTRA COSTA CL-W1 Y, STATE OF CALIFOPWIA June 22, 1976 In the Matter of Organization ) and Membership of the ) Contra Costa County Advisory ) Council on kering ) ) This Board on May 20, 1975 having designated itself as the Contra Costa County Area Agency on Aging, and having established the Contra Costa County Advisory Council on Aging on September 2, 1975 to assist in completing the 1975-76 Plan for the Area Agency on Aging; and The Board having received through the office of the County Administrator a memorandum. dated tMay 20, 1976 from the Director, Hamman Resources Agency, with respect to clarification of the purpose for which the Advisory Council on Aging is established and the process by which its members are nominated by the local committees on aging to serve on the Council; and The Council having drain lots to select initial random staggering of three-year membership terms; avid On October 27, 1975, Mfr. A. R. bells, member of the Council, having submitted his resignation, and the Board having accepted sane; and The Director, Hunan Resources Agency, having advised the Board that additional vacancies have been created by tine resignations of Mfrs. Ella May Frazer, Mir. Carll B. Muller, and Airs. Alice Goldsberry; and The Council and the Director, Human Resources Agency, having recommended the appointments of Airs. Josephine Haas, 9565 Broadmoor Drive, San Ramon, and i.fr. Dorian Edtmards, 990 Mianor Road, El Sobrante, to complete the terms vacated by Mir. Delis and Mur. Muller, leaving 2 additional vacancies; IT IS BY T E BOW ORDERED that the Order of September 2, 1975 is AMI LAMED as £ollou.s: 1- The Contra Costa County Advisory Council on Aging is established to advise the Area Agency on Aging on all matters related to the development and administration of the annual Area Agency Plan and operations conducted thereunder, in accordance uith mandates from the Older Americans Act; and 2. The Council shall consist of representatives of the target population and the general public, including low incoma, older minority persons, a representative from the \utrition Project Council, the Senior Forum, the Retired Senior Volunteers Program; at least one-half of the membership of such Council shall be made up of actual consumers of services under the area plan; and representatives from the Local. Cormdttees on Aging are elected by the local committees for one-year te.n,ms after which said representatives may be reappointed or replaced annually kv the local com.uttees up to three.years; and 3. All ap;.ointments to the Council shall be made by the Board of Supervisors follo:.in rece�,endatio:i by the Council; and IT IS BY TETE BOARD FUMER ORDERED that the resignations of Ella May Fra er, Aur. Carll B. Miller, and Airs. Alice Goldsbarry are ACKNOWZ:DmTD, that Airs. Josephine ELaa.; and Mir. Florian Ez' cards are APPOZ?;i0 to time Council, that the =tier of fill i!. tt:o additional vacancies is REMPRED to the Director, iimwan Retourcos kjency. and that terms of membership on the Council are Cts\FIW,:ED as follows: - 1 - 00542 arm LOCAL M- IITTEES Q\ AGI\'G: Alamo-Danville Airs. John (Edna) Selley September 1976 Garden Estates Alamo, Ck 94507 Antioch Mrs. Lela K. Sater September 1976 1923 Woodland Drive Antioch, CA 94509 Concord Mr. Roy A. Foreman * September 1977 1231 Stafford Avenue Concord, 01 9.3521 East County bars. Lucille Treat September 1976 100 Village Drive f216 Brentwood, G1 94513 East County Vacancy September 1976 El Cerrito Mr. Art Schroeder September 1976 706 Seaview Drive El Cerrito, CA 94530 Lafayette firs. Patricia K. Broun September 1976 325S Sweet Drive Lafayette, CA 94549 Martinez Mrs. nary IL McDonald September 1976 1702 Estudillo Street Martinez, CA 94553 Orinda-?brags Mr. Clayton A. Kempf September 1976 1124 Larch Avenue ibraoa, CA 94556 Pinole Mr. Edmund Burk September 1976 282 Zoe Court Pinole, CA 94564 PittsburgAtrs. Zola l:'illiams September 1976 135 A Madeline Pittsburg, CA 94565 Pleasant Hill bars. Pauline Doherty September 1976 342 Gloria Drive Pleasant Hill, G1 94523 Richmond Mr. Cleophus Brown September 1976 432 Clarence Richmond, 01 94801 Rodeo firs, Alittie Harrison September 1976 S23 Suisun Avenue Redeo, G1 94572 San Pablo- Air. Dorian Ed-wards September 1976 E1 Sobrante 990 Manor Road El Sobrante, CA 94803 San Ramon Mrs. Agnes L. rardin September 1976 21 Inverness Court San Ramon, CA 94583 Walnut Creek- Airs. Beatrice Martilla t September 1978 1548 Golden Rain Road Walnut Creek, CA 94595 Also member-at-large - 2 - 00 543 I hIMTIQN PROJECT OOLVCIL: Air. Francis Mefford September 1976 1735 Bush Street San Pablo, CA 94806 SENIOR FORM: Mrs. Josephine Baas September 1977 9565 Broadmoor Drive San Ramon, CA 94583 RETIRED SENIOR VOLUNTEER PROGUNI: Vacancy September 1976 MMERS AT URGE: Mrs. Cora Burch September 1978 260 South 9th Street Richmond, CA 94804 Mr. Frank J. Cathcart September 1977 829 Stonehaven Drive Walnut Creek, CA 94598 Mr. Clarence Craig September 1976 130 Leanne Lane Concord ?%bbile Country Club Concord, CA 94520 Mrs. Beryl Crow September 1976 1301 Ulfinian Way Martinez, CX 94553 Mrs. Thelma Dahlin September 1978 2603 Vargas Court Concord, CA 94520 Mr. Pete Davis. September 1976 40 Peatro Avenue Pittsburg, CA 94565 Mrs. Lofton Fowler September 1977 167 South 8th Street Riclimand, CA 94801 Mr. H. H. "Bud" Harr September 1976 1978 Lucille Lane Pleasant Hill, CA 94523 Mrs. Zelia Huffman September 1976 3259 Camino Colorados Lafayette, CA 94549 Airs. Juanetta Lee September 1977 11 Iblco-b Court Walnut Creek, CA 94596 Mrs. Della Moreno September 1978 3.11 - 20th Street Richmond, Qk 94801 Mr. Jan- es S. Nakashita September 1978 7 Synder Court Pleasant Hill, CA 94523 Mr. George Sianons September 1977 2132 Golden Rain Road U''alnut Creek, G; 94595 Mr. Roger Spaulding September 1978 4662 Springi ood Way Concord, CA 94521 - J. - 00544 PASSED BY THE BaMM on June 22, 1976. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order adonted by the Board of Supervisors on June 22, 1976. Witness my hand and the Seal of the Board of Supervisors affixed this 22nd day of June, 1976. J. R. OLSSON, CLERK By �� , Deputy Clerk Mar Crai Orig: HRA Director cc: Council Atmbers Mr. A. R. k'ells Mrs. Ella may Fraser Dir. Csrll B. Duller Mrs. Alice Goldsberry Council Chairpe son, Z. Faffman Council Staff, G. Hall County Welfare Director Cotuity Aiministrator County Coteviel County Auditor-Controller 00545 ' t In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Audited Financial Statements for Year Ended June 30, 1975 The Board on February 10, 1976 having referred to the Administration and Finance Committee (Supervisors VT. N. Boggess and J. E. Moriarty) the Ernst and Ernst Report on the Financial Statements of Contra Costa County for the year ending June 30, 1976 which commented on certain retirement items; and Supervisor Boggess having reported orally with respect to the aforesaid report, advising that the matters referred to in the report have been satisfactorily addressed, and accordingly having recommended that the matter be removed as a Committee referral; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Boggess is APPROVED. PASSED by the Board on June 22, 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: Committee Members Supervisors County Administrator affixed this 22ndday of June , 19 76 n J. R. OLSSON, Clerk By Deputy Clerk f Jeanne O. Magli,d' ,i.2i;176 Vin, 00546 III . In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 -7fi In the Matter of Appointees to Proposed East Bay Health Systems Agency. The Board having received a letter from Mr. William R. Zion, 3252 Judy bane, Lafayette, California 94549 noting that the Alameda-Contra Costa County Health Systems Agency Coordinating Committee had modified its East Bay Health Systems Agency application to provide that three consumer members of the Governing Body shall be appointed by this Board—one must be a woman, one must have recent comprehensive health planning experience, and one must be an elected official; and Supervisor James P. Benny having been appointed February 17, 1976; and Y.r. Zion having recommended that he and Mrs. Wanda Stanley be designated to fill the two remaining consumer appoint- ments to the Governing Body of the East Bay Health Systems Agency; IT IS BY THE BOARD ORDERED that the recommendation of Mr. Zion is APPROVED. PASSED by the Board on June 22, 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. cc: Mr. W. R. Zion Witness my hand and the Seal of the Board of Mrs. Wanda Stanley Supervisors c/o Comprehensive Health affixed this_22nJoy of June 19 Z� Planning Assoc. of CCC, 100-37th St., RW. 1600, Richmond 94805 J. R. OLSSON, Clerk Director, Human BDeputy Clerk Resources Agency Helen U. lKarshall— County Administrator 00047 H-24 3/7615m a In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Statement on Jail Initiative Ordinance. Supervisor J. P. Kenny, Chairman of the Board, having advised that N1r. A. G. Will, County Administrator, had received a June 18, 1976 letter from Mr. �Jilliam H. Wainwright, Chairman, Citizens for Community Involvement, declaring that there is no acceptable alternative to the jail initiative ordinance and that they would file suit to seek a court order directing the Board to either pass the measure or place it on the ballot for the November election if action were not taken before June 29, 1976; and Supervisor Kenny having submitted a statement regarding said initiative in which he advised that it would not be possible to meet the deadline established by Citizens for Community Involvement, but that the Board would make a decision on this matter on July 6, 1976; IT IS BY THE BOARD ORDERED that the aforesaid statement is APPROVED. Passed by the Board on June 22, 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. cc: Mr. W. H. Wainwright Witness my hand and the Seal of the Board of County Administrator Supervisors Public Works Director affixed thiQ2nd day of June • 19 76 County Sheriff-Coroner J. R. OLSSON, Clerk By rsG Deputy Clerk Maxine M. Neufield 00548 H-24 3,176 ISm F7 M 17 :. County Administrator -"Contra Board of Supervisors James P.Kenny Costa Is t District County Administration Building Alred fW.Din f.;artinez,California 94553t 2nd District (415)372-4080 County James E.Moriarty 3rd District Arthur G.Will Warren N.Boggess County Administrator 4th District Edmund A.Linscheid 5th District l RECEIVED June 22, 1976 JUNAP, 1976 STATEMENT REGARDING JAIL INITIATIVE J. a. OLSSON By CMK 80AW OF A WISORS JAMES P. KENNY CHAIRMAN, BOARD OF SUPERVISORS Today Mr. Will brought to the attention of the Board a June 18, 1976 letter he has received from Mr. William H. Wainwright, Chairman of Citizens for Community Involvement, advising that they would file suit to force the initiative ordinance on the ballot if the Board of Supervisors does not either adopt the ordinance or order the matter on the ballot by June 29, 1976. Contra Costa County has made a good faith effort to redesign the jail in accordance with the spirit of the initiative ordinance by adopting resolution 76/201 which commits the Board to redesign- ing the facility based on recognized national guidelines including the one contained in the proposed initiative ordinance. We have also begun contract negotiations with an architectural firm whose credentials include experience in designing detention facilities in accordance with national standards and who was, in fact, instrumental in the establishment of the National Clearinghouse of Correctional Architecture at the University of Illinois which reviews projects funded by the Federal Government for adherence to these standards. AOditionally, Mr. Will has instructed the architectural and preprogramming firms to review the Board's redesign resolution (76/201) with the purpose of recommending specific national guide- lines that could be appropriately followed by this County in its redesign effort. It will not be possible to meet the deadline established by Citizens for Community Involvement, but the Board will make a decision on this matter at the July 6, 1976 meeting of the Board. Meeting this date will involve hurrying the consultants in their wo:z% on guidelines and is our best effort to decide this matter as requested by Mr_ Wainwright and his group. 009�/Q MJN:es Microiiimed with board ordx CITIZENS FOR COMMUNITY INVOLVEMENT P.O.Boa 727 M.trtinez,CA 94553 Contra Costa County June 181, 1976 RECEIVE--D JlJ�J �► i97a Mr. Art Will Administrator Office of Contra Costa County County Administrator Pine & Escobar Streets Martinez, California 94553 Dear Mr, Will: This letter is to confirm our telephone conversation of June 17. After extensive discussion, Citizens for Community Involvement has decided that there is no acceptable alternative to the initiative ordinance. Therefore, it is our position that the Board of Supervisors should, pursuant to California Elections Code #3711, either adopt the measure without alteration or order it placed on the ballot for the November election. Because of the limited time lett in which to resolve whether the initiative will be on the ballot, we must impose our own deadline of its June 29 meeting for action by the Board. If at that meeting the Board does not take one or the other course mandated by ,i 3711, C.C.I. will immediately file suit seeking a court order directing the Board either to pass the measure of place it on the ballot. You mentioned that there may not be a quorum present at the June 29 meeting and asked whether the deadline would be extended until July 6. Unfortunately, we must file promptly after June 29 if the matter is to be resolved in time for the November election. However, if the Board should at any time after June 29 adopt the measure or order it placed on the ballot, we of course would immediately dismiss the lawsuit. We are hopeful that the Board will see that its proper course is at least to place the measure on the ballot so that the electorate may pass on it. Such a response would permit a full and public airing of the question of what form the new Contra Costa County Jail should take and will give the electorate an opportunity to express its preferences on the issue. L;illiam It. Wainwright Chairman ANcrofilmed with board order 050 < . . In the Board of Supervisors of Contra Costa County, State of California —,T=P 22 14 76 In the Matter of Report of the Planning Commission on the Request of Calvin L. fallen, et al, Applicant and Ot:rner, (2002—R ) to Rezone Land in the alnut Creek Area. The Director of Planning having notified this Board that the Planning Co-nission recomaends approval of the request of Calvin L. Wallen to rezone 10.79 acres located at the most southerly terminus of Snyder Lane, ;.alnut Creek area, from General Agricultural District (A-2) to Single Family Residential District—ICO (R-100); IT IS BY THF BOARD ORDE.UD that a hearing be held on Tuesday, July 27, 1976 at 10:1 ; a.m. in the Board Chambers, Room 107, Administration Building, Pine and .Escobar Streets, ?•:artinez, California and that the Clerk publish notice of same as required by law in the CONTRA COSTA TIMES. PASSED by the Board on June 22, 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: Calvin L. :'al'---, et al Witn!vu my hand and the Seal of the Board of List o.. I.anes rro-:icer? Supervisors by PlanninL affixed this 22nd 76 Director of Pl�_nning day of June 19 J. R. OLSSON, Clerk BC1 li C Deputy Clerk Ronda Amdahl VVU51 H-24 3/76 11m 24 y•b 15m Resolution No. 43-1976 ' 3li,tIt11 OF 11M PIRL%IlWa 0L1&QSSICK OF ME: W-MY OF ODSIR4 OOSTA, SME OF CALIF- LUNL IA, I;OD-LLTMAT%G FI,'V MGS Xa) RECM EMATIMS ON ME MAJES D MAZE E BY CALVIN L. WALLI-q,-12 AL (APPLICA.MrS &- OWMMS), (2002-11Z), III 'RIF, Ot'DMMCE MM SLCTIOIJ F}tZTe►7;ti"II��G TO MX PRECISE ZMR.-G FOR ME MitRN C ETUf MEA OF SAID COMM. 1111AMAS, a request by CALVIN L. WALLF`, ET AL (Applicants &Gwmers), (2002- RZ), to rezone land in the Walnut Creek Area from General Agricultural District (A-2) to Single Family Residential District-100 (R-100), rias received by the Planning Department Office on February 24, 1976; and TusrlERM, after notice having been laufully given, a public hearing was held by the Planning Oonmission on Tuesday, 25 May 1976, vhereat all persons inter- ested therein might appear and be heard; and M&MAS, no environmental impact report was prepared by the Planning Staff inag,uch as the General Plan indicates lac density single family residential for the area; and UhMM- , the Planning Convassion having fully reviewed, considered and evaluated all the testiwony and evidence sutrdtted in this ratter; and iUJ. ,"fl; 1U:1, BE IT Mt SMVJD that the Planning Omission recce mends to the Board of Supervisors of the County of Contra Costa, that the rezoning renuest of CAL\Li L. UALLEN, U 11, (Applicants &- amers), (2002-M), be APPEDVED as to the change face:: General Agricultural District (A-2) to Single Family Residential District-100 and that this zoning change be nude as is indicated on the findings neap entitled: A M,-,YIW OF OMOM DIVISI INT STCIOR 6 AM M DISMICPS MP FOR SOU'Jli TC :ICIO VALLIS ARE&, INMM `ZAP W. 39, rhich is attached hereto and made a part hq.-reof; and M IT F MER RESOLVED that the reasons for this recommendation are as follons: (1) The Land Use Element of the County General Plan shMs low density residential use for this area. The County Conservation and Olvn Space Plan designates the site us an urban growth area, directly north of and adjacent to a major open space area (Shell :'sdge filature Park). (2) the subject property lies within the City of Walnut Creek sphere of influence as defined by I.UW. The Walnut Creek General Plan uas ah enued June 1G, 1975, to designate the subject property as Open Space Residential, pzo,-)Dsino a nn:-:T.ua of on,- (L%ellin, unit per acre. (3) The proposed zoning of Single Fsudly ctcsidential (11-loo) is consistent with the General Plan for the area. iT. lT R-tm R hmsoum that the Cnaiiman and Secretary of this Commission ,:.Tall siLm and attest the certified copy of this rec)lution and deliver the saute to t,;icroWmeci wi::: board order 0OU52 him Resolution No. 43-1976 time Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Ca:rsission to prepare this resolution uas given by motion of the Planning Couaission on Tuesday, 25 May 1976, as follows: APES: C amissioners - Ccrqpagm, Jeha., Walton, Anderson, Stoddard, Mlano. IDES: CaEfmissioners - None. ABSENT: Commissioners - Andrew II. Young. ABSTAIN: Caatmissioners - Mone. I, Andrew R. Young, Chairman of the Planning Ccamission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the I= on Tuesday, 8 June 1976, and that this resolution was duly and regularly passed and adopted by the following vote of the Carmi.ssion: AYES: Cmmissioners - Uilano, Compaglia, Anderson, Walton, Stoddard, Young. Carmissioners - Bone. ABSEI,T: Camdssioners - Richard J. Jeia.. ABS W4: Cbami.ssioners - None. Chairman of the Planning 'on of the County of Contra Costa, State of California ATl�T: i i etia -!o the Planning Co missidwinty o Contra Costa, State of California FCtERjCMAW IVED :,TA �oSU?ERYIjr-'. CC), .1 - - ou,r:53 &:croiilmed with boort! order : ! + a lot =800' --J t---� CREEK i i "k R-15 RR 40/ Rezone , , • I// 't / ,A_2 From -Z ToJQj�:/ ✓`// I. A- 14 , YOU)4Q Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of AQQ91104 OF COf OIRD 12IA5104 SECTOR 6 A1112 1'41£ 1215T 1Lt5 MAP,012 .ou y Y6dAf.1SLt/AR1�f.RT MAP A14. 3,9 indicating thereon the decision of the Contra Costa County Planning Commission in the matter of LA1�vljAt L. HALLI N £T AL E Jwne 1976. Chairman of t e Cora Costa County Planning Commission, State of Calif. ATTT: Sgcry of the/Contro Cost�ounty Planning Commission, State f Calif. findings Map oor;51 M,-t-jofiimed-with board order JV.iu u u.• IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORI?IA In the I•a.tter of Appeal of ) Raymond Vail w Associates ) from Action of the Planning June 22, 1976 Com-cession on Application No. 1885—RZ, Bren.-;ood Area. ) Mr. S. Anderson and ) I.1r. H. Strong, 0 mers. ) The Board on June 15, 1976 having closed the hearing on the appeal of Ra,.mond Vail and Associates from Planning Commission denial of Application No. 1885 RZ to rezone 6.24 acres from General :agricultural (A-2) to Single Family Residential District 40 (R-1+0), and fixed this date for decision thereon; and Supervisor E. A. Linscheid having stated that inasmuch as he had abstained from taking part in the hearing because of a possible conflict of interest, he would again abstain from making a recommendation; and Supervisor ::. H. Boggess having stated that in deference to the preliminary findings of the Board—appointed East County General Plan Study Committee which indicate agricultural desig— nation for the subiject property, he would move that the appeal be denied and the decision of the Planning Commission be upheld; and The motion having died for lack of a second; and Supervisor J. E. t:oriarty having stated that he still had concerns with respect to the land being used for agricultural purposes, that he wished to determine if property under rezoning consideration_ by the City of Brent::ood is contiguous to this property, and therefore having recormended that decision be deferred for t::o %reeks; IT IS BY THE BOARD ORDERED that decision on the appeal of Raymond Vail and Associates is DEFERM to July 6, 1976 -at 10:4.5 a.m. PASSED by the Board on June 22, 1976 by the following vote: AYES: Supervisors A. 121. Dias, J. E. Moriarty, 1'i. I?. Boggess, J. P. Kenny NOES: hone ABSTAIIv: Suoervisor E. A. Linscheid 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. 1•;itne--s my hand and the Seal of the Board of Supervisors affixed this 22nd day or June, 1976 cc: Raymond Vail & Associates J. R. CLSSO: , CLERK Mr. Anderson & i`r. Strong g3:��m�%.. Cit; of B~er_t:.00d :tonda Amdahl Deputy Clerk Planning Director East County General Plan Study Co=ittee Director of Planning IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Mr. Alfred A. Burda et al ) from Action of the Board of ) Appeals on Application No. ) June 22, 1976 M.S. 73-75, El Sobrante ) Area. ) Mr. Tom Gozzano, Applicant. ) The Board on April 20, 1976 having deferred to this date decision on the appeal of Mr. Alfred A. Burda et al (residents in the vicinity of Valley View Court) from Board of Appeals approval with conditions of the tentative map for Minor Subdivision 73-75, E1 Sobrante area, filed by Mr. Tom Gozzano; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that staff had met with the applicant and residents in an effort to arrive at a compromise, that the applicant is willing to participate in a road maintenance agreement, but is not willing to provide the road widening requested by the neighbors; and Mr. Bragdon having further advised that staff recommends that the conditions of approval imposed by the Board of Adjustment be approved with the addition of the road maintenance agreement (on which both parties concur) and that staff does not believe the additional road right-of-uray is necessary; and Mr. Tom Gozzano having advised that he was agreeable to complying with the conditions imposed by the Board of Adjustment, but that the additional road widening requested by the residents would not resolve the road safety problem by eliminating the blind curve and would make the project economically unfeasible; and Mr. Burda having stated that the additional traffic generated by the proposed minor subdivision would necessitate road improvements; and Mr. M. L. Kermit, Deputy Director, Public Works Department, in response to Board questioning, having stated that staff had not had an opportunity to review the traffic safety aspect of the pro- posed road widening requested by the neighbors; and Supervisor J. E. Moriarty having recommended that the Public Works Department review the traffic safety in the vicinity of the site and submit its report thereon; and Supervisor A. M. Dias having recommended that decision on the appeal be deferred to July 6, 1976 at 10:50 a.m. ; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tions are APPROVED. PASSED by the Board on June 22, 1976. CI:I mir-7 COPY cc: Mr. T. Gozzano Mr. J. Amdahl I certify that rr:i r3 a r4- tr:r e- F. t Mp},o: the erigtna! de :, ' -ta %. Fi i-• rfv Mr. A. Burda and tii" it .::t. i �:; rwrl:d` = Supc- Di rector of Planning the d;t: t is .c. :r,:: coii::ty Public Works Director CIrr6.'_• xnar'o C k of:aid Laud o:Supervisors, by Deputy ella_42 04 i In the Board of Supervisors of Contra Costa County, State of California June 22_________, 19 7fi_ In the Molter of Authorizing Acceptance of Instrument for Recording Only. IT IS BY THE BOARD ORDERED that the following Offer of Dedication is ACCEPTED for recording only: Instrument Date Grantor Reference Offer of Dedication for 6-4-76 Robert S. Raye, et al Sub. MS 17-74 Roadway Purposes PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the mur•tes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this22nd day of_ June 19 76 J. R. OLSSON, Clerk Oriinatir:.; D� artment: Public Norkfsy /"�Zi2GQJi1 i Deputy Clerk 9 P :onn e . oaz Land Development Division cc: Recorder (via P.N.) Public Works Director Director of Planning L; j t! _ 76! ■ In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Authorizing Acceptance of Instruments_ IT IS BY THE BOARD ORDERED that the following instruments are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE Grant Deed for 6-14-76 Broadmoor Homes, Inc., Sub. 4742 Development Rights a California corporation PASSED by the Board on June 22, 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 22nd day of June 19 76 J. R. OLSSON, Clerk By r �./ZLlJ� Deputy Clerk Originating Department: Public Works Bonnie Boa-- Land oa-Land Development Division cc: Recorder (via P.W.) Public Works Director 0 53 Director of Planning H-24 1'71,n:,: - l In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Acceptance of Grant Deed Railroad Avenue 14725T W.O. #4805 IT IS BY THE BOARD ORDERED that the Grant Deed dated June 8, 1976 from Jerry Carter and Aileen Carter, required as a condition of approval of Land Use Permit 3001-76 is ACCEPTED. PASSED by the Board on June 22, 1976. 4 I ereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Bocrd of Supervisors on the date aforesaid. Qri:.inator: Public works Department, Waiess my hand and the Seal of the Board of Real Property Division Supervisors affixed this '22 day of June 19 75 cc: Public Works Director :1i-•ector of Planning J. R. OLSSON, Clerk Lard Developmevt , County Assessor By Deputy Clerk Bonnie Boaz c0`5' 11-21 i ,:1 Sin { In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Acceptance of Grant Deed Goodrick Avenue F0572A W.O. #4805 IT IS BY THE BOARD ORDERED that the Grant Deed dated June ll, 1976 from Howard N. Child, et al, required as a condition of approval of Land Use Permit 2143-74 is ACCEPTED. Passed by the Board on June 22, 1976. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Vorks Department, Witness my hand and the Seal of the Board of Real Property Division Supervisors of=axed this?2 day of Jttne 19 76 cc: Public Works Director — Director of Planning Land Development lJ J. R. OLSSOy, Clerk County Assessor gy_ i � `3?JZ.LP ( Deputy Clark onnia Boaz O(j�6 In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Acceptance of Offer of Dedication for Recording only. (Work Order 8200) Storm Drainage District Zone 10 IT IS BY THE BOARD ORDERED that an Offer of Dedication, dated May 13, 1976, from Mar Paul, Inc., for storm drainage purposes adjacent to Front Street in Danville as a condition of a Building Permit is ACCEPTED for recording only. PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Bocrd of Supervisors on the date aforesaid. SL'L:i:b Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Real Property Division ofixnd this 22 day of June i9 7( cc: Public Works Director Recorder (via R/P (2)) J. R. OLSSON, Clerk ByUAL Deputy Clark Ronnie Boaz 0011561 E+-Id i;ir.lSni t In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of Acceptance of Grant Deed Second Ave. South #3975D W.O. #4805 IT IS BY THE BOARD ORDERED that the Grant Deed dated June 14, 1976 from William E. Balfrey and Constance G. Balfrey, required as a condition of approval of Land Use Permit 2022-74 is ACCEPTED. PASSED by the Board on June 22, 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: Public Works Department, Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: Public Works Director af'f'ixed this 22 day of_June ig 76 Director of Planning Land Development J. R. OLSSON, Clerk County Assessor By L_ j'�� {p }�Ay , Deputy Clerk Bonnie Boaz 61 o0�s� 1!-2 i;"f.15m 4 Jm In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 r, In the Matter of GRANTING EXTENSION OF TIME IN WHICH TO FILE THE FINAL APAP FOR SUBDIVISION 3927, EL SOBRANTE AREA On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the request of Kister, Savio $ Rei Inc, for a one-year extension of time in which to file the final map for Subdivision 3927, E1 Sobrante area, is GRANTED, thereby extending the final filing date to June 10, 1977. PASSED by the Board on June 22, 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 Supervisors affixed this 22ndday of June 19 76 1. R. OLSSON, Clerk Orig.: Planning Department ' Deputy Clerk cc: Kister, Savio $ Rei Inc. -C/o I4axin N feld Director of Planning Planning Public Works Director OREM H-24 3/76 15m a WE OF SIPERVIM, C" COSTA MKH, CALIFORNIA Re: Speed Limits on ) TRAFFIC RESOLUTION NO. 2209 - SPD Pursuant to Section 22358 of theDam• J1IN 2 2 1976 CVC, declaring a Speed ?one on DISCOVERY BAY BOULZENLRD (Rd. 0354), } (Supv. Dist. V - Byron. � Byron ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recommendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 046-2.002 ff.), this Board hereby determines that the present speed limit(s) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 45 miles per hour on that County maintained portion of DISCOVEMY BAY BOUI,EV_4RD (Rd. #935ls), Byron, beginning at the intersection of State Highway- 4 and extending northerly to the intersection of Riverlase Drive; thence no vehicle shall travel in excess of 25 miles per hour on that portion of DISCOVEZU BAY BOU EVARD beginning at the intersection of Riverlake Drive and extending northerly to the beginning of the existing prima facie 25 mph residential district near the intersection of Cabrillo Point. Adopted by the Board on-JUN 2 2 1976 PASSED unanimously by Supervisors present_ cc: County Administrator Sheriff California Highway Patrol OK764 -,BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Sections 21356 & TRAFFIC RESOLUTION NO. 2208 YLD 21803 of the CVC, declaring a 1 J UN 2 2 1976 Yield intersection on RM S Date: STRI-T(_Rd. #4725AA), Danville ) (S u p v. Dist. V - Danville The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated) : Pursuant to Sections 21356 and 21803 of the California . Vehicle Code all vehicles traveling on ROSE STMT (Rd. #4725AA), Danville, shall yield the right of way to traffic on Linda Mesa. Adopted 5y the Boord on.___ J UN 2 2 1976 cc County Administrator Sheriff California Highway Patrol T-14 0056 , .,BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the TRAFFIC RESOLUTION NO. CVC,- declaring a No Parking Zona Date- JUN 22 1976 on FRORr STT�T (Rd. #4725E), Danville ) (Supv. Dist. V - Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code parking is hereby declared to be prohibited at all times on the vest side of FRONT STRUT (Fid. A725E), Danville, beginning at a point 632 feet north of the center line of Hartz Avenue and extending northerly a distance of 152 feet. Adopted by the Board on.__ JUN 2 2 1976 cc County Administrator Sheriff California Highway Patrol T-14 00561 �I .. w BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) 2204 - PKG Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. CVC; declaring a No Parking Zone Date: JUN 2 Z' 1916 on COLUSA AMEWEP (.Rd. #1452), Kensington ) ) (Supe. Dist. I - Kensington The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hareby declared to be prohibited at 01 times on the northeast side of COIUSA AVE TE (jjYt:52), Kensington beginning at a point 21 feet north of the center line of Colusa Avenue and extending northerly a distance of 9 feet. - Adopted by the Board onJUN 2 2 1976_- -••.--------�"" cc County Administrator Sheriff California Highway Patrol T-14 005.67 �.. . ..,,.... v,. .... ... ,,kms BOARD OF SUPERVISORS; CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION N0. 2203 - Pili COC, declaring a No Parking Zone ) on VALLEY Vy? FOA:.) W. #1371D), ) Date: JUN 2 2 1976 M Sobrante ) (S u p v. Dist. II - E1 Sobrante ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following •traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the south side of VALLEY VIE:;ROAD (Rd. PgXID), El Sobrante, beginning at a point 11 feet west of the center line of Pine dill Drive and extending t.•esterly a distance of 10 Peet. JUN 2 2 1976 Adopted by the Board on- cc County Administrator Sheriff California Highway Patrol T-14 00568 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2206 - Pm CVC, declaring a Limited Parking ) Zone on COLUSA AVEM (RD. #1122) Date: JUN 2 2 1976 Kensington (Supv. Dist. I - Kensington ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic requlation is established (and other action taken as indicated) : 1 Pursuant to Section 22507 of the California Vehicle Code, parking shall be limited to 20 minutes betTeen the hours-of 8:00 A.M. - 6:00 P.H., Saturday, Sundays and Holidays excepted, along the west side of COLUSA AM-.9r--. (Rd. #1452), Kensington, beginning at a point IZ feet west of the cerate-Tline of Ocean View Avenue and extending westerly a distance of 48 feet. JUN 9-2 1976 Adopted by the Board on-.— cc County Administrator Sheriff California Highway Patrol T-14 0069 ,BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2205 - FM CVC, declaring a No Parsing Zone ) on SAIULA RMA ROAD (Rd. R375AL), ) Date: JUN 2 2 1976 El Sobrante )) (S u p v. Dist. 11 - El Sobrante ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the follo►ving 'traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code parking is hereby declared to be prohibited at all tikes on the east side of Santa Rita Road 01375AL) El Sobrante, beginning at a point 1235 feet south of the centerlins of Deseret Drive and extending southerly a distance of 60 feet. Adopted by the Board on "N 22 1976 cc County Administrator Sheriff California Highway Patrol T-14 00570 t In the Board of Supervisors of Contra Costa County, State of California June 22 ' 19 76 In the Matter of Approving and Authorizing Payment for Property Acquisition. IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract for Oak Road Widening, Project 14054-4189-74, Walnut Creek Area, is APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Grantor Date Escrow Number Amount Frank 14. Hunter, Hay 20, 1976 Title Insurance and $2,220.00 et ux Trust Co. Escrow No. OK-245377 The County Auditor-Controller is AUTHORIZED to draw a 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 on -June 22, 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. Originator: Public Works Department, Witness my hand and the Seal of the Board of • Real Property Division Supervisors affixed this 22 day of June 1976 cc: County Administrator Public Works Director County Auditor-Controller J. R. O LSSON, Clerk County Assessor By -/1GQJ( Deputy Clerk Bonnie Boaz 00511 H 24 i'JG lhn In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In theMatter of Approving Closure of Certain Roads for "Fourth of July Celebration" Parade on July 4, 1976, Danville Area. On the recommendation of the Public 14orks Director IT IS BY THE BOARD ORDERED that the request by the San Ramon Valley Chamber of Commerce for permission to close Danville Highway from Del Amigo to Boone Court including North Hartz Avenue (Road No. 5301B), South Hartz Avenue (Road No. 5301B) and San Ramon Valley Boulevard (Road No. 5301C) to conduct its annual "Fourth of July Celebration" on July 4, 1976 from 11:45 A. M. to 2:00 P. M.; and to close Love Lane from 7:00 A. M. to 6:00 P. M. is APPROVED subject to conditions set forth relative to parades in Resolution No. 4714 adopted by the Board on December 28, 1965. PASSED by the Board on June 22, 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 _Originating Department: Supervisors Public Works nftixed this22ndday of June 19 76 Land Development Division cc: Public iforks Director J. R. OLSSON, Clerk San Ramon Valley `J By �t�� .ri • �Jlc-�-f.��z� . Deputy Clerk Chamber of Commerce Mean L. Miller 120 South Hartz Avenue Danville, CA 94526 00014 It-2.1 ,:76 15m a In the Board of Supervisors of Contra Costa County, State of California June 22 , 14 76 In the Matter of Closure of Orinda Way to Conduct "Fourth of July Parade" on July 4, 1976, Orinda Area. On the recommendation of the Public Works Director IT IS BY THE BOARD ORDERED that the request by the Orinda Chamber of Commerce for permission to close Orinda Way (Road No. 2544A) for the purpose of a Fourth of July Parade on July 4, 1976 is APPROVED subject to conditions set forth relative to parades in Resolution No. 4714 adopted by the Board on December 28, 1965. PASSED by the Board on June 22, 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 cn the date oforescid. Originating Department• Widness my hand and the Seal of the Board of Public Works Supervisors Land Development Division affixed thi322ndday of June . 19 76 cc: Public Works Director Orinda Chamber of Commerce J. R. OLSSON, Clerk 61 Orinda Way Orinda, CA 94563By(/E1.. /T?i/T?i r e ;' - . Deputy Clerk jean L'.'—'MiZler 405 t^if1 H-24;176 ism 4 In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approval of Surety Tax Bond(s). IT IS BY THE BOARD ORDERED that the surety tax bond(s) in the amount(s) indicated for the following tract(s) is(are) APPROVED: Tract Bond No. Location Principal No. Amount 4689 Riartinez C. Dane' and U 80 64 22 $11`,000 J. Busby, a partnership 4719 Hercules Centex Homes 2537096 ,15,000 of California, Inc. - 4644 Lafayette United States 73-0110— $1,500 Fidelity and 6669-76 Guaranty Company PASSED by the Board on June 22, 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 cc: Tax Collector Supervisors with copy of bond(s) affixed this 22nd day of June 19 76 J. R. OLSSON, Clerk 0--<0cx- : . Deputy Clerk Ronda Andahl 31 UUJ!4 `° jA $Q�6�i r, Pre,nluaS. •$140.00' ' I30hID 1KGAIII9T TAX>;54 k T v a} { ✓ 3 FE ✓5 i _— — r v y � apat;ne�eship ,'t �, TIInT" 'Carl,`"D Dame' and James 1'.' >'t .�y: z �d and (SurcLy� ? UNITED PACM, Cg,INSURANC£ CO2tPANY� �, a COr o:I't2 O ` RKoized ands r�cxistil under the laws o£�tl SLa;;t ` o Ma ""Asac w u.a .'l^Fs..'i�""yv� "�' 3" � �MN-,a r 5 'j ri Calf�OrClf ��. ��. ��.ans1 auths "TR asp surety oun y a Cotz. * .-� k' ^a47ak`^ Y.u `" wa.,,ad '' K• C x .-J 8 " f s{ 'sky - s tt# Costia; Stateolx'Caljfornia, inthe penalsualof,z F.ouutee` ®' AM otaand- Arid no/100 Iblla S;(fi 14, 00:00 �, 'to b Id -` '. YRM,t':'i` .?.r, `".a"�t'' ' t y „x P,>, ,p tothe� said County of Contra Cosi:a, forthe3jpayu�enL 'o «hic tele an - —11 bemade rte and each ofus bina�ourse ,�tes,�oux hei s,' —13"n— VT 3i '6 -� executors; admfnistrators ands successors, �ointly an s ve all , T1.1 Rf111mll► ;byethese presents '§�^,.�� a.}ha::ar�'�`` w z t Sealed .pith t our seals andda Led At— , day"o ' .. �'�� - 50� .P` conditions of the abovc obl;gationissuch Lha�tWIICREf1S,: ipz the above bounded =principal Yis about to fil.eamap entitled a ' nd covcrin a subdivi�ion of a�tract:of land in saId Count Q� Con. Costa° and Lhe�a are ccrtaiiz liens' for taxes, and�sp cIS -assessnenu collecLe3 gas tales;R against:the saidTracoflanci .cove e:. by yam A�Zmae; lich, xesandzsiecialxassessalentseol2ece1 ataxea, a (� A L" Cy':s'M xLa S"�_yCt `�+uf. F �Ft VON -��,- - T Iv013,"THEMFO , the;said � shall �pay'all of tthe taxes and specialyla,sessments col °ecLe� av -= taxes 1111c arena ]ien`a iristsaidGcacLLland� c°gf ve�rd`tip sa cI ' ` t Ofs81d Qtapr`QSaid raC the!w map�a L the tit~e of the Silin� f� ' obliga Lionsha11 bei void ar•d of no effect' Othert�isei shales ,`�r ma :n111�ful1.force and effect CARL D AHD DAME R� n< a,p no40 s � sgxBy r { 'inC ! .'Ee.. By - �� r. er r 6"W-15 "'R ACI1J(11�T,1'ilGF.I11:liTGeorgefH� K>u eC; AttorneyMi, ac (13Y SUfih'TY i. rn � g I WN- 1 State of Califvrn�a'; �{ { CraunL;t of w Coatis Costa Fy 0i x � a County; in 1111ci::ae..110tiled�,emel��iw ele, Naacy L Cloves m a Ito L1r3r F'it �c; i :, Intl for :said Count a_ nti. SL1tc, pcl:,onally •1E7:�ca>>rI a r f f r r,�01'$B a KT11P.$er I:nown til G1C�; Lam` I1G "4 r i f j�°* Attossiey,- ia..f$ct �i he ColraLion L1iaL erccu ctllLl,t' 1$ai '1[`gs � i11.^, rl':�1P.11L' and ill:,0 l�llOttll t0 mC th be'':,L'I1C: Cl`aOn' ct110 e•C.Cl1LGCsLGn*� �, bcl alf rof uch con� poi a LJon and cknot lc lr td Lt, lily Lb,s,L` :,uell`Ga par t,t qn''f7" � � • a^`i caeci�Lcd the Lh�.n fin• L '11t1ci�L pu�'..uar4Ga d Ls Uy lat�.�orKr4::ax _`c�t M, of l• . T'd f di l'cc4ur., � ° pMg 11rUn- C�t� m'E�rn � .�• �'�lVAfVGY L ClOWES A �'� Rte, Nf3rARtr PusuC`!CalJFaRNtAt �=`� �"`t Id0`i'AI►�'��1'U t • � yQQ , niodi1 iii ills Ill 11111 i RECORDINC REQUESTED BY AND WHEN RECORDED MAIL TO NAME1 STREET 43PRESs CITY STATE ZIP L _J SPACE ABOVE THIS LINE FOR RECORDER'S USE SAFECO INSURANCE COMPANIES WE'70 INSURANCE COMPANY OF AWRICA INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COt4PANY OF AMERICA nl•.:E OWCf Bond No. 2537'f BOND FOR PAYMENT OF TAXES IN SUBDIVISION OF LAND Kid'OWALLIt1EAWTIIESEPRESEN75 That we, CENTEX HOMES OF CALIFORNIA, INC. as Principal , and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the County of CONTRA COSTA , State of California,in the penal sum of F 1 FTEEN THOUSAND AND N07 1 o0THS i$19.000.00) Dollars(S 15,000.00 > for payment of which sum, well and truly to be made,we bind ourselves,our heirs,executors,successors and assigns, jointly and severally,by these presents: THE CO'DITIONOFTHEABOYEOBLICAHOWISSUCH.That 111HEREAS,thesaid CENTEX HOMES OF _CALIFORNIA INC the owner of a tract of land representinga.certain subdivision of real estate,to-wit:Tract No. 4Z 14 intend_ to file a map thereof with the County Recorder of CONTRA COSTA County. AM) 1WEREAS, the provisions of the State law require that this bond be filed with the Board of Supervisors of said Coa:+ty. 11101-'THEREFORE, if the said Principal shalt pay,or cause to be paid,when due,all taxes,and all special assessments collected like taxes,which at the time of filing said map,are a lien against such subdivision,or any part thereof,but not yet payable,then this obligation shall cease and be void,otherwise it shall remain in full force and effect. IA' lilTNESS IWEREOF, said Principal and said Surety have hereunto set their hands and seals this 21ST day of JUNE '19 76. Premium $79,00 CENTEX •HOt4ES OF CALIFORNIA. INC. Principal NOTE: All signatures,bath Principal and Surety, By r must be acknouledged _ 1 before a notary public SAFECO 1., URANCE C0S1PANY OF AMERICA f yM.. ORSOE Attorney-in-Fact 450 SAHSoME ST., SAN FRANCISCO, CA. ACKNOWLEDGEMENT BY SURETY STATE OF CAUFORNIA ss. Cv,i:miyof SAN FRANC1sco 0....Ellis 21ST day of JUNE ,1476 -,beforeme,�NyA HANE C rotary public in acrd for the State of California tsztlt principal afftce itt the Cotatty of SAN FRA N C I S g o- residing therein,duly commissioned and sfuwtt,personatty appeared M. ORSOE knonvt to nee to be lite Artomey4n-Fact of SAFECO INSURAN:•. COMPANY OF AMERICA, the corporation that e rectited the tvithin instrument,and acknou kd.sed tome that such corporation executed the same. IN 1 i'ITr\M WHEREOF.I have hereunto set try hand and affixed my official seal,at my office in the aforesaid County, the day and year in this certif mle first above mvitten. 9111l11itl:Ylaltlll::...............J'.Iaai:;ttY!_ T {.��tr: 7/rl Ne' Cr, rr=�xTY of - - 0 TITUE ro tii5 CA 1r-7�1 71- (Corporation) ANDTRUST NCE 4 ANDTRl15T � \TE OF CALIFORNIA AWKMC0W0A%r C SS. OF S41r, 11!1 before ere.the enders;gtttsi,at rotary Public in a:d for said State.Personally appeared— •Ptcsi�ien•'amt w i of 1%, corporation that executed the within Instrument, u Lrtm n to nit to be the per,,ns who executed the With;n In>tturi:nt on h:half of the Corporation therein named.melt i - (iF1 WIALSEAL acknowledged to me that such eorpomiLm executed the i� ',��, D:liPt�FitfJ?icS within instrument pursuant to its by-laws or a rewlution of rtorA.Y P,,,LUC-V»1=C`+"nA ; its bwrd of directors Vy COMM,api-es Wf 17,2911 t1'ITN"S-my hand and otlicial seat. r'. 1153 Chess Dr.,roarer City,CA 94404 i OD Silo f i / SUBDIVISION TAX BOND -73-OLLO-6664-76 KNOW ALL MEN BY THESE PRESENTS: That we, NORMAN C. FREDRICKSON, INC. as Principal and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held and firmly bound unto the County of Contra Costa State of California, in the penal sum of One Thousand Five Hundred no/100 lawful money of the United States of America, to be paid to the County of Contra State of California, for which payment, well and truly to bSoVgde, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the above obligation is such that WHEREAS, the above named principal is about to file a map entitled, Tract no. 4644 (City of Lafayette) and WHEREAS, there are no liens against the subdivision or any part thereof for unpaid state, county, municipal or local taxes or special assessments collected as taxes, except taxes or special assessments not yet payable. LOW THEREFORE, if the said Prinicpal shall pay on or before December 10, 1976 , 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 map of said tract, then this obligation is to be void and of no effect; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 11th day of June 19 76 --PRINCIPAL-- --SURETY-- NORPLtli C. FREDRICKSON, INC. UNITED STATES FIDELITY AN,? GUARANTY COMPANY ' By: i 'James E. Stark, Attorney-In-Fact STATE OF CALIFORNIA City and County of San Francisco 1 On this lith day of June in the year nineteen hundred and 76 L b.D., before me, Kathy Carson a Notary Public in and for said City and County of San Francisco, State of California, residing therein, duly commissioned and sworn, personally appeared James E. Stark , Imown to r= to be the Attorney-in-Fact .of the Corporation which executed the within and annexed instrument; and acknowledged to me that such Corporation executed the same. O05r! IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal V ! in said City :sad County the day and year in thin certificate first above written. .,( ` n:•:rn:r:r.Ja,r.:::c::zrrrs:.•-:rra:rr:urunr� Notary Public in and for the City and County of San Francisco. State"of California . c My Coraaission ea-pires .a„w,,,nu„un,:u„u,:unz,uu,ugy A4icrot'iimed :with board o::-r 1 THE ivhi►D OF Si Mi-ISGRS OF CONTRA COSTA COTAITY, STATE OF CALIFORNIA In the Fatter of Awarding Contract ) June 22, 1976 for the Lombardy Lane Culvert ) Replacement Project, Orinda Area. ) (Project No., 2554-4231-75) Bidder Total Amount Bond lanowts William A. Smith $42,225.00 Labor & hats. $21 ,112.50 37 Barcelona Court Faith. Perf. 42,225.00 San Ramon, CA 94583 Murdoch Engineering & Construction, Orinda Peter Cole Jensen, Danville Bay Cities Paving E Grading, Inc. , Richmond 0, C. Jones E Sons, Berkeley The above-captioned project and the specl fications- therefor being approved, bids being duly invited crd received, the Public Vlorks Director rononronding that the bid listed first above is the lot:cst 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 sub-mi tted in said bid; and that said contractor shall -)resent-- tt:o good Gnd !euffician't. surety bonds as indicated abort►; and that the Public Works Dopartment shall prepare the contract therefor. IT IS I UIlTH&q ORDUVED that, after the contractor ,has signed the contrast and returned .it toGetbor with bonds as noted above and any roquirod certificates of insurance, and the County Counsel has reviewed and approved them as to form, tht; 'Public L-lorks Director is authorized to sign the contract for this Board. IT IS FURTHER 014D:.2 D that, upon signaturo of the contract by the P:blic liorks Director, tho bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. ' PASSED by the Board on June 22, 1976 CENTIrIED COPY Originator: Public Works Department 1 certify v a CA.,; i::a teat, true` k rnrro.t vw;y of Road Design Division t1 r o:i-:r�1 tl.wt:tn.•r t wish fl :. on fac In nt uffla n. V11.1[hat St %w.5 plrtttil k- :.,lopled by tl:o Ikrtrd of Cupvrvt<or+ of Contra Ot w County. CalHornir. oa. t:.t• .iitc rhou'u..t'C'i'laC: J. 1:. ole sox. Ctninty Ctt:•k&c-oatoo cictk of wad Ilo=d of Suiwrv6ors. by Wituty Clerk- cc: Public works Director JUN 2 2 1976 County Auditor-Controller _ on Contractor County Counsel 0 578 n k In the Board of Supervisors of Contra Costa County, State of California June 22 , 197§L, In the Matter of Authorizing Exercise of Option For the Acquisition of Property From Frank Couper, et al., for Park Purposes on Behalf of County Service Area R-7 IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to exercise the option provision in the Purchase Agreement and Option between Frank Couper, et al., previously approved by this Board on February 24, 1976. The Purchase Agreement and Option provides for the acquisition of an additional 18 acres of park property for a purchase price of $100,000.00. This property is adjacent to a 25 acre park property previously acquired by the County under the Purchase Agreement and Option on behalf of County Service Area R-7. PASSED by the Board on June 22, 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, Public Works (SAC) Witness my hand and the Seal of the Board of Supervisors cc: Public Works Director (2) affixed this 92nd day of .]une 19 Z6- County Administrator J. R. OLSSON, Clerk Director of Planning By_� _ �� , Deputy Clerk County Counsel N.ncR inu County Auditor 09579 H 24 11"S 10M Pubic "'Orks DepartmL 1 Cor::-r2 Ft.Q. 6tl Floor,Administration Building DePutyOu:in-s and Services Martinez,California 9:553 C �. '� (415)372-2105 (C 75)372-2102 Pnark t,_Kermit Crlt . j` DMUty.Tran:,Pnrtation Vernon L.C!ina JC i • (4151372-2102 Public 1\orks Director rP-M.Ry'.5 ) (ActingDcp ty3uitdin_–and Grounds Room 115,Counhousa ' f''1"• ./ (415)372.2214 I hereby certify that the foregoing is a true and correct copy of an order entered minutes of said Board of Supervisors on the date aforesaid. my hand and the Seal of the Board of Ori g: Public Works (SAC) Supervisors affixda of t��ne 1976-- cc: Public Works Director (2) � this�l)d_ Y J. R. OLSSON, Clerk County Administrator De Clerk Director of Planning By pY County Counsel x.D G LAUI ! County Auditor 01574 9 H 24 0/75 10M Pubic Works De artm�_ .t I;.D.fircatctt p Cor::ral DeputyOu:ine.s and Services (415)372-2105 6w Floor.Administration Building Cpe.•a M-k L_Kermit ttartiacz,California 9:553 1 Deputy-Transportation (415).372-2102 ��11tt t� s 94151372-2102 VU. )t- R_M.ay,b Vernon L.Clina Dcputy-3uitdinr and Grounds Public Works Director Room 115,Courthouse (Acting) �;�^`�• J (415)372.2214 1� ? J.E.Taylor f' X11 { Depu lacier riw �._. tions &Flood Control ��%�• 255 Glacier Otive (415)372-4473 July 29, 1976 County Service Area A-7 I Frank Couper 155 Fest Canyon Road Oak harbor, Washington 98277 Dear Mr. Couper: In accordance with the provisions of the Purchase Agreement and Option between you and the County, approved bf the Board of Supervisors on February 24, 2976 the County desires to exercise the right to acquire the remainer of your property on Stone Valley Road, for the option price of $100,000.00. Enclosed for the purpose of accomaplisaing the above, there is enclosed original and copy of Grant Deed. Please have the original deed executed by all parties with signatures notorized and returned to this office. After receipt of the signed deed it will be presented to the County Board of Supervisors for acceptance in --he manners provided =or in the Purchase Agreement and Option. Final closing of this transaction will be handled through Title Insurance and Trust Company, 1632 Locust Street, 1alnut Creek, California Escrow No. :1C 2476690. I would like to than;: you Mr. Couper for your past and continued cooperation in this transaction. Very truly vours, Vernon L_ Clina Public :7orks Director L2amc D. '_'cats Service Area Coordinator JDF:pse M:_, 'ilmed with board order CC. James Goodhue, 2090 willow Pass Ad. //�� Concord, California 00 579 e .. .... ,..,. -vr .. ...1 Y...^e'.. ..=', f .. __. .. a . 1.. x ,, ♦ _ r..., .. .. ails.r _... 1 THE BOARD Or Sins EIVISGRS or- CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the natter of Atrarding Contract ) for 1976 Overlay Project, Various ) June 22, 1976 County Areas. ) (Project No.' 4326-76) ) Biddor Total.Airount Bond Amounts Branaugh Excavating, Inc. $241 ,032.50 Labor & :fats: $120,516.25 21483 Orange Avenue - Faith. Perf. 241 ,032.50 Castro Valley, CA 94546 Ransome Company, Emeryville McGuire E Hester, Oakland Oliver de Silva, Hayward Gallagher E Burk, Inc. , Oakland 0. C. Jones & Sons, Berkeley Martin Brothers, Inc. , Concord .Antioch Paving Company,. Inc. , Antioch T-jae above-captioned project and the specifications' therefor beitlg approved, bids being duly invited and received, the Public Works Director recor-n-onding 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 n^tcrial s for said work is a::a;•dcd to said first listed bidder at the listed ainount and at the unit prices submitted in said bid; and that Said con-ractor shall iresent tt•:o good .rid nufficiont: surety bonds- as indicated above; and that tho Public Works Depai-tment shall prepare tho contract therefor. IT IS RURTnr4 ORD-REthat, after the contractor 'has signed, tho contract and roturnod.it topother• with bonds as noted above and any required certificates of insurauro, and the County Counsel has reviet:ed and approved thon as to fora, the Public Works Director is authorized to sign the contract for this Board.. IT IS FUR`1'11M ORDHBED that, upon signature of the contract by the Public Works Director, tho bonds posted by the other bidders are to be exonerated and any checks nnubfllittcd for security shall be returned. PASSED by tho Board on June 22, 1976 CER11 IED COPY Originator: Public Works Department 7 retf:fs t!.at thl: I.:a [:::t. truce r- ro;-.•r; ra;•. o! Road Design Division 111 0:i4lrA dm•utarnFt w`hleh 1+ oa itl'Z 1•1 my oii:rr. uttu(teat It vas wkss rd & adtq.ted by th!• lioard o: :;e:;•:•rvi=ors o: Co:•11a Cosn:-v, ('r.tia..ni:!. 0t1. the .tat.• Ao-n. J. U. 615scis. County . rlu+:.JL r.uttl.:o clerk of rulu Uoartl of Suisercl,ord, by Pelluty Werk. - cc: Public Works Director �_ JUS �2 1976 County Auditor-Controller on Contractor County Counsel 00580 x !.1 CO:rrPAC T (Construction Agreement) (Contra Costa County Standard Form) I. SPECIAL TERdS. These special terms are incorporated below by reference. (SS2.3) Parties: (Public agency) Contra Costa County (Contractor) Brana_ugh-Excavating, Inc. Complete legal name (S2) Effective Date: July, 1976 (See 54 for starting date.) Place asphalt concrete overlay, perform minor reconstruction (53) the York: and install pavement markers on various roads in the west county area and near Orinda, Danville, Concord, Antioch, and Pittsburg, Project No. .4326-76, all in accordance with the Plans, Drawings ind Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (S4) Co=Pletion Tice: . (strike out (a) or (b) and `calendar" or "working") xxxxxxxxxxxxxxxxxxx. (b) within_35xAzVworY_ing days from starting date. -(SS) Liquidated D=aaes: $ 75.00 per calendar day. (56) Public Agency's Agent: Public Works Director 67) Contract Prico $241,032.50 (for unit price contracts: more or less, in accordance with fins.shed quantities at unit bid prices.) �e3cza�+a'cbet.�d S. SIG-14TURES 6 ACKMILEDGME' Public Acency By: (President, Lhairnan Or Other e On L. L I itie Designated Represen*_,ttive) Public Works Director ! : �exxxk�vcbc . . • Contractor, hereby also acknowledging awareness of and compliance with Labor Code Sla61 concerning tdorkaen's Com nsation Law_ �;•� By: "r�'G�v' --Cl/1G B (CGP?ORA Z . Designate o icial capacl the business SE.II.) I n By: Sec.- '.1.. Designate ofticial capacity the business Vote to Contractor (1) Execute acknowledgment form bcloa, and M if a corpora- tion, affi= Corporatc Sca's. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) AC7.10YLEDG::E,YT (by Corporation, County of Alameda ) ss' Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated- h re—rc�today and acknowledged that he/they executed it and th�� t. -porzGsip(�p{*,po�}ti(grsh(ixl naa.^d above executed it. c SH:RIEY R.B?::,G$ Shirle R. Briggs Dated: T, yr 6 1 Q7F^ ^* Ca_- Y s * �..•..:J i•l.rr- a -n EvarARIA.. 'y Comm e=;irez L'AY^ SEAL) AV FORK APPRO«D: J. B. CLAUSL`J, County Counsel, By �'ii,Zxn /�'JQ�/� tl - - - - Deputy (Page 1 of 4) (CC-1; Rev. 12-73) .d 01)51 ��= order 3. WORE: CONTRACT. cittNu s. (a) By their signatures in Section 2, effective on the above date, these parties promise and agree as set forth in this contract, incorporating by these references t)se material ('special terms') in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a worhuanlike wanner, full_: and faithfully perform and complete the work; -and will furnish all materials, labor, services end transportation necessary, convenient and proper its order fairly to perform the requirements of this contract, all strictly in accordance with the Public i.genci's plans, drawi;.gs and specifications. (c) The work can be changed only lith Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. •4. TIm: !.'OTIC£ TO PROCEED. Contractor shall start this work as directed in the speci- fications or the notice to Proceea; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAM_hGES. If the Contractor fails to complete this contract and this work within the tine fisted 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 fisc the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same he not paid, Public Agency may, in addition to its other remedies, deduct the same from any money due or to become, due Contractor under this con- tract. If the Public Agoncl 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-co=pletion or delay hereunder. Pursuant to Government.Code Sec. 4215. the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUNELTS. The plans, drawings and specifications or special provisions of the Public Agency s call for bids, and Contraztor's accented bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMMT.' (a) For his strict and literal fulfillment of these promises and conditions, and as 7 •,coxpensation for all this work, the Public Agency shall pay the Contractor the sura spegSfi2d in Sec. 1, except that in unit price contracts the payment shall be for finished q076cities at unit bid prices. _ (bi On'.or about the first day of each calendar month the Contractor shall submit to the'jPub`.ic�dgency a verified application for payment, supported by a statement showing all material's actually installed during the preceding month, the labor expended thereon, and the ccs t.thereof; whereupon, after checking, the Public Agency shall issue to Contrazitor a certificate for the amount deter-mined to be due, minus lot thereof pursuant -to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. S. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because or later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: - (1) Defective work not remedied, or uncompleted work., or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Iceasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as -the work progresses, the materials and labor which- are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any - defective work or parts. (c) 35 calendar days after the Public Agency files its notice: of completion of the entire (Page 2 of 4) 005SI.2 (CC-1; Rev. 12-73) - 1J V 1 work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been Presented to time Public agency based on acts or omissions of the Contractor, and no liens or withhold notices have been fileu against the work or site, and provided there are not reasonable indications of defective or missing work. or of :ate-recorded notices of liens or claims against Contractor. -to uovernmen- Lode Se... 3uu j, • - e 11 removed, replaced and made good- 8. PAYMLt.'SS WITHHELD. (a) The public Agency or its agent may withhold any payments or ecause or later discovered evidence nullify all or anytote tito such the Publiccate for PAgency�from loss extent and period of time only as may be necessary to p _ -_ because of: (1) Defective work not remedied, or uncompleted work., or (2) Claims filed or reasonable evidence indicating probable filing, or or for material or labor, or the balance (3) Failure to Properly PaY subcontractors (4) Iceasonable doubt that the work can be completed for then unpaid, or (5) Damage to another contractor, or (6) Damage to the public Agency, other than damage due to delays. (b) `ilio Public Agency shall use reasonable diligence to discover and report to the . Contractor, as -the work progresses, the materials and labor which- are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any defective wort: or parts. (c) 35 calendar days after the Public Agency files its notice: of completion of the entire (Page 2 of 4) 0cj5(1-S2 (CC-1; Rev. 12-73) w work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all 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 rot reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCL•. (Labor Code SSIB60-61) On signing this contract, Contractor must give liu�fi cAgency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Lau. 10. B011us. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PERFORM. If the Contractor at•any time refuses or neglects, without fault OF the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and work, as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and loZall laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Sea 1735, 1777,5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 & 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. WAGE RAILS. (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 overti-- 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 Agencys 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 the 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 euploy 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 minimuu wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate Cierefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work-, and no wor:man employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to wort: longer thereon except as provided in Labor Code Secs. 1310-1815. 16. API'RLt:SICLS. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (page 3 of 4) (CC-1; Rev. 12-73) 005b3 x'.".p.. .. r.,... a _ u..; ... ,,.y E..._ 9'..:�h:::r .:'.w. r....... .._ c::�. ..a ._ ...... ., ......,. . �... .,., ♦, ..,.. ... r.. 17. PRLFLRM:CE FOR MATL'RIAIS. The Public Agency desires to promote the industries and econo,ay of Contra Costa County, and tite Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGiU=rr. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to' become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. 1,40 WAIVER BY PUBLIC AGM.'CY. 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 contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS s INDEMITY. (a) Contractor promises to and shall hold harmless and indemnify from the abilities as 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. (c) 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 Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection with'the matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employees) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if app icab e, y submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. (Page 4 of 4) (CC-1; Rev. 12-73) 00584 �y I? i {t `rERIFICATION OF INSURANCE. Arranged by TONERS, PERRIN, FORSTER & CROSBY, INC. 111 Pine Street San Francisco, California 94111 This is to certify to: C :t lid Contra Costa County CountyL=Administration Building L� 651 Pine Street as j;;lp Martinez, Calibrnia 94553 Cr;f*I PAU'f.: CO. BY..• ��.{,t,..DapV that the following described insurance is in force at this date throug CNA Transcontinental INsurance (Name of Insurance Company of Insurers) for the following Named Insured: Bra au h Excavatinz. I 21483 Orange Ave. Castro Valley, California 94546 a e s a c ncre a over av minor r const etion and ins all �avemen� mar "ers on Utious roads In de west Locations (s) covered: county area and near Orinda, Danville, Concord, Antioch and Pittsburg, project No.43 6- 6 Description of work: Type of Policy Expiration Limits of Insurance Number(s) Date Liability Lknbrella 1,500,000 Single Limit Excess Liability RDU2929044 12/1/78 of Liability Each Occur ence B1 ENDORSEMEI�'T TO POLICY NO. RDU2929044, CONTRA COSTA COUNTY, ITS FFICERS, EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSUREDS SOLELY AS RESPECTS lar, " D The issuance of this Verification of Insurance shall not be construed as any amendment or extension of the policy(ies) above described. Any amendment, change or extension of such policy(ies) can only be effected by specific endorsements attached thereto. Should the above-mentioned policy(ies) be cancelled, assigned or changed during the above named policy period in such manner as to affect this Verification, Towers, Perrin, Forster & Crosby, Inc. will give 10 days' written notice to the above named holder of this Verification, NS6fc--}iiiyr:k3i potil`I`�ii+�a e j' )ii+t)► s&Z it i� `E�i r`{lr i TOWER , PE R �O,�RSTER g CROSBY, INC. Dated: 6/28/76 By: � ` `��VL_� 0019 S, Mi;rcfi!med with bonrd order - - - FIF'^-61AN-S FUND INSURANCE COMPANY- - El -rk AMERICAN INSURANCE COMPANY G'•EI;1MCATE ElNATIONAL SURETY CORPORATION OF INSURANCE �r n [I ASSOCIATED INDEMNITY CORPORATION i 1MMM'S i YNY ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY TO: Ff Cti L E [> Contra Costa County county Administration Building 651 Pine Street DATE 6/2F/7( 't 1i O?o ' Martinez, California 94553 1,16 J � (_ THIS IS TO CERTIFY THAT THE COMPANY OR COMPANIES CHECKED ABOVE HAVE IN FORCE AS OF THE DATE HEREOF THE Ebi.3:OtG1i+6 PiOC/_C_1�'s3A Id{JQ1Cti: NAME AND ADDRESS OF INSURED OR EMPLOYER LOCATION OF PROPERTY.OESCRIPTIO pF Y-- I NpPCRAYS.BUSI NpJJCTEO "FUSS...+�.......UCPV Branaugh Excavating, Inc. 21483 Orange Ave. Castro Valley, California 94546 KIND OF INSURANCE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION California jQP1699775 12/13/76 STATUTORY EMPLOYERS'LIABILITY 100 T"MI;AND DOLLAws.EAOI PERSON �gP1699778 12/1176 100 T.OV[.wD DOL FM EACH ACCIDENT BODILY INJURY LIABILITY OTHER T.AN AuiO+.OwwS• 30THOUSAND DOLLARS,EACH OCCURw[HCL 300 THOU3AHD DOLLARS.AOOR[WTE PwCCUC" LC2352760 12/1/77 Aft*COMPLETCO C►awwr,Ows PROPERTY DAMAGE LJASYLITT orH[w TNAII wuiCMowLE• JOU THOIISANO DOLLAw.[AOI 0=RRLNCE LC2352760100 THOU3AN000LLAwS..".'ATLC'Cw Tw s 12/1/77 100 THOUSAND DOLIAws."G*11"T9 PROTECTIVE 10(0 THOYSANO DOLLARS.A6Ow[GATL CONTRACTUAL 100 THOWANOCOLLA".ACO""=P.WMICT. AHD COMPLET[D O "TKRs AUTOMOBILE: BODILY INJURY LIABILITY' 300 THOIJIAND DOLLAws,Ewol/'[nSON LC2352760 12/1/77 300 T.OUSAHD DOLLARS.4CN OCCUwwEHCE PROPERTY DAMAGE LIABILITY- LC2352760 1 100 THOUSAND OOLLAw[,[Ac.occORRLHu MEDICAL PAYMENTS S EAC.PEwSDN COMPREHENSIVE—LOSS OF OR DAMAGE TO THE ST.LTED AUTOMOBILE.EXCEPT BY COLLISION OR UPSET DUT INCLUDING FIRE.THEFT AND WINDSTORM COLLISION OR UPSET TELL This policy shall nota canceled or reduced 'n coverage until after 10 days written notic of such can ellation or reduction in coverage shall have been maile to this cer ificate hol er. DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED Job:Place asphalt Concrete overlay, minor reconstruction and install pavement markers on various roads in the vest county area and near Orind , Danville, Concord, Antioch, and Pittsburg, project No. 4326-76 BY EIDORSEMENT TO POLICY NO. WP1699778 Es LC2352760, CONTRA COSTA COUNTY, ITLE. i OFFICERS, EMPLOYEES AND AGENTS ARE NAILED AS ADDITIONAL INSUREDS SOLELY $ RLSPECTS THE ABOVE LISTED JOB. I -IF CCS!•'%'CHER_;.'_SO STATE THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS. EXTENDS OR ALTERS T"F COVERAGE AFFORDED BY THE POLICY OR POLICIES SHOWN ABOVE. ]Li C PR AUTHORIZED REESENTATIVE.`E7>>.K.�:i�`,N�N21;2'►7;53++T+;]E"1i►31�iTYx�-Z_�_",�►J�sh'`6�3�k7i-Y i �►':{J0.T�lfi?i�4R.�.�I�Y'XX�3>�a�XX.�X?➢�Gt�C� I \ 385110-1.73 Micrafi!-1-Nd 4it!1 board rdar M is ii POWER OF ATTORNEY 111iA INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PAL Knowall men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors"of the said Company on May 28,1975,to wit: "RESOLVED,pursuant to Articles 3.6 and 5.1 of the By-taws,the following Rules shall govern the execution for the Company of bonds,undertakings,recognizances,contracts and other writings in the nature thereof: IU That the President, or any Vice-President, Assistant Vice-President, Resident Vice-President or Attorney-in-Fact, may execute for and in behalf of the Company any and all bonds.undertakings,recogmzances,contracts and other writings in the nature thereof,the same to be attested when necessary by the Secretary. an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto:and that the President or any Vice-President may appoint and authorize Resident Vice-Presidents,Resident Assistant Secretaries and Attorneys-in-fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice-President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution•and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power,and any such power or certificate bearing such facsimile signature and seal shall be valid and banding on the Company. t3) Sieh Resident Officers and Attorneys-in-Fact shall Fuse authority to certify or verify copies of this Resolution,the By-Laws of the Company,and any affidavit or record of the Company necessary to the discharge of their dunes. (5) The passage of this Resolution does not revoke any either authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate,constitute and appoint CLAY THOPIPSON and HELEN E. McKIM, both of the City of Napa, State of California ,each individually if there be more than one named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF. the said-"..............�..."DATTIEL..DRAKE-__.•................_._.........Vice-President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF 'NORTH AMERICA this .........2601............................... day of ...........November 1975 INSURANCE COyM `OFR NORTH AMERICA�'Ca• (SEAL) by..............—L...................................... ._........_......... - Vice-President STATE OF PENNSYLVANIA ss. COUNTY OF PHILADELPHIA On this ..........2bth........................ day of........_-.\ov.Qm e-1..........•..., A. D. 19_15..........before me,a Notary Public of the Commonwealth of Pennsylvania,in and for the County of Philadelphia,came.........................................._... ...........................................................l:._.AANIII...IL ...............................................Vice-President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument. and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument.is now to force. IN TESTIMONY WHEREOF, i have hereunto set my hand and affixed my official seal at the City of Philadelphia, the day and}ear first above written. - Notary Public - commission expires August 13, 1979 IN)`ht undersigned,Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA,do hereby certify that .a 1h ROWER OF ATTORNEY, of which the foregoing is a full, true and correct copy,,is in u force and effect. '�jtness whereof, I have hereunto subscribed my name as Assists Secreta an a " e corporate seal eotl7oration, this - - 1............ f... �.�....._.e/% � G fl0S t .. .......... $64C 7/75 Printed to U.%A Assistant tary ■ ■ M. I'f I� i'� i J�S�ao .71 - CE COMPANY OF NORTH AMERICA PHILADELPHIA -` --$120x. Premium• -- _---- Bond No.:-- CONTRACT BOND Califomia Performance Bond—Public Work KNOW ALL MEN BY THESE PRESENTS: Thatwe, Branaugh Excavating, Inc. as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a corporation organized under the laws of the State of Pennsylvania and duly authorized under the laws of the State of California to become sole surety on bonds and undertakings,as Surety.are held and firmly bound unto Contra Costa County . as Obligee, in the penal sum of Two Hundred Forty One Thousand Thirty Two and 50/100– – – = – – – – – – – – – – – – – – – – – – – – – – – – – – – – – – – – – (s 241,032.50 ), lawful money of the United States of America, to be paid to the said Obligee, successors or assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, successors, administrators and assigns, jointly and severally, firmly by these presents. NOW, THEREFORE, whereas the said Principal has entered into a contract of even date herewith with the said Obligee to do and perform the following work-, to-wit:Place asphalt conrete overlay, perform minor reconstruction and install pavement markers on various roads in the west county area and near Orinda, Daville, Concord, Antioch, and Pittsburg, Project No. 4326-76, all in accordance with the Plans, Drawings and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. as is more specifically set forth in said contract,to which contract reference is hereby made; THE CONDITION OF THIS OBLIGATION is such, that, if the said Principal, his or its heirs,executors, suc- cessors,administrators and assigns,shall well and truly do the said work,and fulfill each and every of the covenants, conditions and requirements of the said contract in accordance with the plans and specifications, then the above obligation to be void, otherwise to remain in full force and virtue. No right of action shall accrue under this bond to or for the use of any person other than the Obligee named hereid.'; Sealed with our seals and dated this 6 day of July Branaugh_Excavvating, Inc. "fiopal ` INSURANCE COMPANY OF NORTH AMERICA By—"- -. .!! Clap Thompson, Attorney–In–Fact S8.129A NA Ptiafcd la U.S.O- .—_�. ..•.... 00588 r: I STATEOFCALIFORWA On this 6th dayot Jul r �thervegronejhousandnine J Alameda ss hu�d�Seventy-Si 'fie ni3e s�gae COUNTY OF ! a Notary Publ�Setrat oof gro�nt g�uly rommiuioned and sutura,personalty appeared ae— known of mektoobe the�= iof the corporation described in and that executed the within instrumenk and also known to me to be the person...,... who executed the within instrument on behalf of the corporation therein named and acknowletWed to me that such corporation executed the same IN W17MW WMEOF I have hereunto set my hand and affixed my offaial OFFICIAL SEAL seat in the».»»_ »__».. .County of. Alameda_ the day and j+ SHIRLEY R.BRIGGS year in this certiluate fust writtem t���� d-r,; NOTARY PUBLIC- tDA COUINITY , �++ tSr xray uy a LSAT 26.1979 NotaryfPfr tib State o/ ornia Coxdayls For=No.28-Aeknadedpaa+t Corporation(C C Sem 1190-1190.1) Printed 5172 STATE OF CALIFORNIA COUNTY OF Napa Isli On this 6 day of July In the year 1976 before me Helen E. McKim a Notary Public in and for the STA TE OFCALIFORNIA personatlyappeared Clay Thompson knoc.-n to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the INSURANCE COMPANY OF NORTH AMERICA,and acknosu hedged tome that he subscribed die name of the INSURANCE COMPANY OFNORTH, RICA thereto as surety and his own name as Attomey-in-Fort ' %f .-rFtrlt.L SEAL� L COV'NtY Notary Public in and for the State of California i '•i.. s'1" ,T cv«�t. exp!es rUL 7. 1979 00589 i 4'?:i i F':.-•"r;is U.S.1. R' , y --r SVS RANCE COMPANY OF NORTH AMERICA PHILADELPHIA co. .�. Premium on this Bond is included in that of the Perfomwance Bond Bond No........_M $R16$14 t V CONTRACT BOND California Contract Bond—Public work—Labor and Material KNOW ALL MEN BY THESE PRESENTS: That we, Branaugh Excavating, Inc. of Castro Valley, California ,as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a Corporation organized and existing under the laws of the State of Pennsylvania and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto Contra Costa County as Obligee, in the sum of One Hundred Twenty Thousand Five Hundred00 SixteB�}� (S I20,516.$5 and 25 1 for the payment whereof, well and truly to be made, said PrincipalandSurety bind themselves, their heirs, administrators, successors and assigns,jointly and severally, firmly by these presents. The condition of the foregoing obligation is such that, whereas the above bounden Principal has entered into a contract, dated .July 6 . 1976 with the Obligee to do and perform the following work,to wit: Place asphalt concrete overlay, perform minor reconstruction and install pavement markers on various roads in the west county area and near Orinda, Danville, Concord, Antioch, and Pittsburg,Project No. 4326-76, all in accordance with the Plans, Drawings and Special Provisions or Specificatic ns, prepared by or for the Public (Yorks Director and in accordance with the accepted Bid Proposal. NOW.THEREFORE,if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California,or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,the Surety will pay for the same,in an amount not exceeding the sum specified in this bond,and also,in case suit is brought upon this bond,a reasonable attorney's fee, to be fixed by the court. TLii bond shall inure to the benefit of any and all persons,companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California,so as to gine a right of action to them or their assigns in any suit brought upon this bond. This bond is executed and filed to comply with the provisions of the act of Legislature of the State of Caiiforpia as designated in Civil Code,Sections 3247-3252 inclusive,and all amendments thereto. SIGNED AND SEALED this 6 day of JulyIg" 76. _Branaauughh.AExcayv�lating,, Inc. _Byfl...E-= Gl �CS1:.. rrc� cEG- Principar INSURANCE COMPANY OF NO`RT MERICA By.................... _```.'v. .O�N........... .._ Clay...Thompson-,-...Attorney—Ln=.Fact......... s84M s-n Printed In u.sx. 00590 STATE OFCALn;VANZi! On this 6th day of July -i the year thousand nine CpUNTYOF Alameda }� hundred and Seventy:Sitefomm the undersigned a Notary Public,State of Californfa.duty commissioned and sworn,personally qP-ed Robert D. Branaugh -" � known to me to be the President ___ of the corporation described in and that executed the within instrument and also known to me to be the person—�_wJho executed the within instrument on behalf o/the corporation therain named. and acknowle4ed to me that such corporation executed the same IN W1T41/W WREREOFI have hereunto set y hard and affixed my ofitcial OFFICIAL SEAL seat in the County o/ A�ame a�-�----.the day and � SHIRCEY P BRIGGS year in thiscertifrcatt fast abootymi tut . .�c=`.. ld1TAnY?U3UC CALIFORNIA � ..............- �- rocrro Y �` Niktryhui State0/Gtijom - ```�� tsy txsaem uw UAT 26.17! Cowdery`s Form Na 26-AcbmMedyaent Chw ation(C C Sam 1190-1190.1 Printed 5192 STATE OF CALIFORNIA COUNTY OF Napa On this 6 day of July 1976 In theyear beia-e me Helen E. McKim STATE OF CALIFORNIA a Notary Public In aad for the persona//y appeared Clay Thompson knas n to me to be the person whose name u subscribed to the within Instrument m the Attorney-fn-Fact of fire/NSURANCE COMPANY OF NORTH AMERICA,and acknow- ledged to me that he subscribed the name of the INSURANCE COMPANY OFNORTH AMERICA thereto as salary and his own name as Attorney-in-Fact NotaryPublic in and forme State of catifomia SBA 25dPrinted inUs.A - �r - i J�.;;;v p.:ef 00* 591 r l' POWER OF ATTORNEY INSURANCE COMPANY OF NORTH AMERICA 1.1111 thEl.l•tlI t. 1't. . Rnolu all men by tbege pre5ent5: That the INSURANCE COMPANY OF NORTH AMERICA. a'corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, which was adopted by the Board of Directors of the said Company on June 9, 1953,to wit: "RESOLVED,pursuant to Articles:1.6 and 5.1 of the By-Laws.that the following Rules-hull govern the execution for the Company of bonds, undertakings, reeognixances,contracts and other writings in the nature thereof: (1) "Such writings shall be signed by the President, a Vice President. au Assistant Vice President, a Resident Vice President or an Attorney-in-Fact- (2) "Unless signed by an Attorney-in-Fact, such writings shall have the seal of the Coinpany affixed thereto. duly attested by the Secretary.an Assistant Secretary or a Resident Assistant Secretary. When such writings are signed by an Attorney-in-Fart,he shall either affix an impression of the Company's seal or use some other generally accepted methal of indicating use of a seal (as by writin;:the word"Seal"or the letters"L.S."after his signature). (3) "Resident Vice Presidents. Resident Assistant Secretaries and Attnnie)s-in.Fact may he appointed by the President or any Vice President, with such limits on their authority to bind the Company as the appointing officer may see fit to impose. (4) "Such Resident Officers and Attorneys-iu-Fact shall have authurity to act as aforesaid,whether or not the President, the Secretary•or both,be absent or ineapucitattvl;and shall also have authority to certify or verify copies of this Resolu- tion, the By-Laws.of the Company,and any affidavit or record of the Company necessary to the discharge of their duties. (5) "Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary." does hereby nominate, constitute and appoint CLAY THOMPSON and HELEN E. McKIM, both of the City of Napa, State of California its true and lawful agent and attorney -in-fact,to make, execute,seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings in its business of guaranteeing the fidelity of persons holding places of public or private trust, and i,t the performance of contracts other than insurance policies, and executing and guaranteeing bonds or other undertakings,required or permitted' in all actions or proceedings or by lav required or permitted. All such bonds and undertakings as aforesaid to be signed for the Company and the Seal of the Company attached thereto by either one of the said Clay Thompson or Helen E. McKim, individually. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Philadelphia, Com- monwealth of Pennsylvania, in their own proper persons. IN WITNESS WHEREOF, the said . ... ...__ . ._ _WILLIAM-LACHNER. .... ..__..._., Vice-1',esident, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AVERICA this -.__.__..___. 16th. _ __---_..__ . -day of. .19....73-. INSURANCE COMPAN OF OR Ab1ERICA -- — --- (SEAL) by -'-- --Vice-President STATE OF PENNSYLVANIA ss. COUNTY OF PHILADELPHIA October On this_—___ 16th._ . __..__ _ —day of_ Oc --- _ _ ._._ ,A.D.19_73,before the subscriber,a Notary Public of the Commonwealth of Pennsylvania,in and for the Count?of Philadelphia,duly commissioned and qualified,came WILLIAM LACHNER_ ._. __.._,Vice-President of the INSURANCE COMPANY Of NORTH AMERICA to me personally known to be the :ndi.idual and officer described in,and who executed the preceding instrument,and he acknowledged the execution of the same,and,being by me duly sworn,deposeth and saith, that he is the officer of the Company aforesaid,and that the seal affixed to the 1-receding instrument is the corporate seal of said Company,and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instru- ment by the authority and direction of the said corporation,and that Resolution,adopted by the Board of Directors of said Company,referred to in the preceding in•rument,is now in force. IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed my official seal at the City of Philadelphia, the day and year first above written. j,, (SkL r r-� Notary Public. f• _.�.r_-`� -:ri•exl�ires April 10, 1975 j I the n ,t Assisunt Secretary of INSURANCE COMPANY OF NORTH AMERICA,do hereby certify that t •F= tom- �-ltrsoi iq QV'A TTOR\EY,of which the foregoing is a full,true and correct copy,is in� orce and ef'ect a r :!�rtrsesa� _ 1 I, have hereunto subscribed my name as Assistant Secretary•and affixed ttte•c rporate seal of day of J_� / .19 ( ''A -- fAssi teat Secre / 3a-19 .-TIED,e u>. 00 M-92 - In the Board of Supervisors of Contra Costa County, State of California June 22 119 76 In the Matter of Approving Application for Allocation of Funds in Connection with Installation of Automatic Crossing Gates at Byron Hot Springs Road, Byron Area. (Work Order No. 4169) On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an application to the Public Utilities Commission requesting allocation of funds in the amount of $7,860 from the Crossing Protection Fund, representing one-half of the estimated cost ($15,720) to the County for the installation of automatic crossing gates at the Southern Pacific Transportation Company railroad crossing of Byron Hot Springs Road (8-68.6) in the Byron area. PASSED by the Board on June 22, 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: Public Works Department Witness my hand and the Seal of the Board of Road Design Division Supervisors affixed this 22nd day of June 19 76 cc: Public Works Director J. R. OLSSON, Clerk County Auditor-Controller By , Deputy Clerk County Administrator N. Ingraham 0o 931 H 24 8/75 10M r 1 APPENDIX A Crossing Protection Fund, Allocation Request No. Request of Contra Costa County for allocation from Crossing Protection Fund for protection at crossing of SOUTHERN PACIFIC TRANSPORTATION COMPANY AT BYRON HOT SPRINGS ROAD. REQUEST FOR ALLOCATION OF FUNDS Contra Costa County, State of California, hereby requests the Public Utilities Co;nmission to make an allocation to applicant from the Crossing Protection 'Fund in the maximum amount of $7,860.00, such allocation; however, not to exceed one-half of the actual costs of applicant's share of the costs of constructing protection at the crossing of the tracks of Southern Pacific Transportation Company and Byron Hot Springs Road, Byron area, being Crossing No. B-63.6. 1. That attached as Exhibit A is a true copy of a resolution adopted by the legislative body of applicant authorizing the submission of this request. 2. Present protection at the crossing is cross backs on each approach and one reflectorized advanced warning sign. 3. Proposed protection at the crossing will consist of two (2) flashing light grade c r.:Ging signals equipped with automatic gate arms. 4. Estimated average daily traffic for a 24-hour count is 200. Present r.3.-'road traffic consists of eight train movements with a maximum speed of 55 -iile _per hour. /� - l - 00594 Microfilmed with board order 5. An estimate of the costs of installation of the protection are attached as Exhibit S. 6. Attached as Exhibit C is a true copy of a contract evidencing that agree- ment now under review by applicant and is proposed to be entered between applicant and the railroad for the installation of the proposed protection and division and payment of the costs thereof. 7. The applicant is Trilling and able to participate in the costs of con- struction in the amount of $7,860.00 over and above the amount of the requested allocation, which amount is available immediately. 8. Amounts of money obligated by applicant for crossing protection for the last three fiscal years are as follows: 1973 - 74 . . . . . . . . . . . . . . . . . $31,600.00 1974 - 75 . . . . . . . . . . • . . • . . • 38,900.00 1975 - 76 . . . . . . . . . . . . . . . . . . 2,600.00 Funds currently budgeted or otherwise available . . . $44,000.00 9. The installation of autannatic signal lights and gates is in accordance with PUC "Survey of Railroad Grade Crossings in County of Contra Costa" dated December 1970- WEREFORE, applicant requests an appropriate allocation from the Crossing Protection Fund. Dated at Plartinez California, this 22nd day of June, of 1976. P -- a' ..an, Board of St per ors L16firra Costa County ATTEST: JAMES R. OLS Clerk and ex-officio Clerk of the Board ATTACHMENTS Exhibit "A" ByExhibit "B" Ceputy X.T cAATLXM - Exhibit "C" - 2 - 00595 .-S161'1: . L MCMC rsav WMd fted•Odd CMUnda KW•JM OalM 9MAV E- XHOT B MM Cu& i/rfMEKI Way ?, 1976 iii'. victor if. Sauer, Director of Public Works County of Contra Costa 'AdmI1. .nis�W.on BuLld ng . Nartanea, California 945:3 A_ti�a: Hr. L. d. Regan SUATM": Improve Byron Pat Springs Road Crossing. PUC irS•-Oli.6 - BYt Door W. Snua r: . P.cference is nne. to previci s correspondence concerrniug. .this =st a . . Attaciwd, are du;-.kite c eterQar� z of proposed agree— ment with the County of Co t`a COSta covering the above subject. If s.^.tlsfla..:bory, please arrangge for wimaution of both counter- . P ta- on behalf of the County, and thea return n both of th m to no for fLwther attention. Signatures of t o officials executing the instrument ment an behalf of the County shcu?d 'oe acknowledged. A certified copy of Rosolution passed by tha County rc rd of Supervisors authorizing execution and acceptance of .the In3trusent should be attached to each counterpart. The Byron Hot Springs Road crossing has been is place for maty years; however, we hunwe no recordod easam': covering "Mho. roadway. Therofor::, the attac_wd agreement provides for the ea s—vi+:nt for the County. "he estimated cost to the County for work to be per- Mi=-r 1. by Sauei:rn Pacific Yrmiaportation Companz y forces is 4?e,'':. Of this awunt, iP,64,150 is the esti sated cost for the •s;:::=::.�; c:a;ces to ba ins::.L'ed. T±:e County ry make application .to ti.• Qa_i:.or.-da Pui: .ic V U9 3-it4 2s t cacmissia'r!! for gado cross's.—.g P.o tc-C tion AIN aods in tate amount of are-half of your cost on this Wwraft land with board X00595 Mr. Victor V. Sauer •' .- Ma 7,976 8 Mle $1,570 is for trwtc3 t1bber planking in.the widened portico of the crossinE. i., you know, the prose dt crossing is' not of sufficient %"th to aaform to California Public Utilities •: • Commis3lam standards under :enrol. Order 728. An part of thin projects the Railroad w{_37. r 31 1 ilitate . the exis Mir+.; grade crossing at a cost to the Railroad roa of apprwd-. ' mately '000 Ifyou have say Quoationc concerAing this matter, please contact distant Engineer R. F. ;LwAkmald of my engineering . staff at'Mio-) 832 27.21, Asian 44636. . • Yaws truly, .Attach. . . O059 . :` hwAkEp go WAT W "" 11 I r5 1►�F 1i �I�/dJ ` 2��.r1/J 1 �,F + '�y "Mmgm Ikiil > 1+4�M: x • Y'.r. ? L �^ 'k `': `nw� 1k rrr':�1�1- /#� j i �4� _ sR ;°§ a x ft a r4 s 'ai.� €�jrl�i� , , NAA - - itilliffi�,- '' ., ,, �" - -i'a'' ,v-" � }i;; s -lonlow",tmm�r �'? ��±,;7'`�t�'k x%+zv tip ' ,,� ��' 4' $ t. x' {x xt ,,,t' s'`-` P w f r sem., APF'ROIEDA$IOfoi,}tBYGECEft IC*njcs I o' 'r �*",k}-� ,-Yzt"�f; ' i�rL': '736 »4 r` x 1w1Rp115 973 a,}xI.0 .�.O$7. Pi--rJv.C7 . �]`t� `�•"111—r-"A�i�.� ^s.,� �+. _ sr t § t i h o 7 -fn "`" �'�. j 4 � $, j'llB fF { � �� ' `1 t �. x 10* ,� S x s� «h �rs,7 ..xIN - a� c� ist�P .t. l, rt►aete Alus da?of A;#, }U31 .:p -V:;1 k f ^r �. r - s d +.. "1 a,.� CJt•AtCEC pz SOI�`1 3...11 �. C�s�'J C lf�'L —2 P. 3�1�Y i Y Ct�+C�i11�1 ',` ,: ,- '. `' � - �{� ''') y� ' a �. : resp ca C-1�� }C i'4road .,. .. aV a1�.4 "�.� �G � a�Z�Fi, _ Y '' F.Few 4 '+,x2'l`.� Y ryy3��'�Y ''YR qYI �u'!C V " `M Xr reM' "�?IK* .cplifl'}! " • _ -_ 4¢ C�rilz�Y Cr t 11''1ia3 COST, a pra7.=l=ciii �rst, :vxs�on 11�1�o�"�Ift: State�o74?94�Cal '`LUXA xa. add Css �-l ,wl-t,mawc}� t,r"Ant' :3 1 u t» .� e n5sx" �„ Vim" " a tc,,na _ � 05 Ami" S q l f �y y�A ✓.t"�F'd'hk,l "..'ck y i F `- sx T Cil 'MW Xj 1 `7'11;(V►ar�rv.m 11enLr grants to Ctaatce t} j;'a•w cortat,mG r��constrlltt«'tnalntarrl arMl ttsc f strt�e o hlginvs_ --� herem�tftcr tert:k�r} }uj;ilt.ay" upon tt+d.ctroas t>.c nom.i►.•r��ern d... i6w oei the auachecF FS .,!,ta�'�11,111111,, f 2, 71st rl,•tus }ltrctn gtaated t1 e��ju�ewi irralt fy �rritaaB aura i:ali rtoG esterM}_-11-w.6,- a i,ilene XR ict lith a llWlP+ittYn j.))fi l t!, :tet, rozida� ar ,e of fix:ujo " ... trr.,cnu.,�sou trt,ctc(l %- that i.-larn fIV— ,,U-2 t srar h ,I, " j,haay jr.►tlrttnttrrna tr , eaten3 aboee 1. sail p1.Yr: j,tit, .Area 11at,'.er•? xll faaT trr7l�t+�:,,remp�ad ormrc�aircaj ett - , mtnrn�i iite C.)D) d. s a,`tt•.r s rloutM�ttlon ftval 1ta11ra:%i that a,.C}1 f..cltttec«it4rfc n. azth i:s�roact.sv intuiditti�,ioc o t. R11 ktce aiwtt s it l t:, r 1lil� ,., Tlua�nant u sts�-C and suewln tc to tks fuwr r:gat ofs l...ihYiac tts.Qwpo�sors5 an3,n61 ati. Mull fm.!}l �jxxttr aesIm'st d rr�thelx�luru>xnx.orAtadu>`i us u i wtt-> c;trrer s.�ti eh. -L reseme 1,un-o iErau1`11J yrssiiccc�.. ;y� �Ft W-11. tllc rlt,'ut fr, turt lYlct. n�oonstru `:ratnta11uz ',trtiY.:e: rt�asavc cxr,Unt►ani tfutt ,tr:na;xttK.ltion txtmmOTMU s n ,� j+i ver-uui plilcltne faaltttzs to t.jwtl "Durr «txl� �acm5s 9r alonj;gisu}_profn"'t,�.t,i,,n''t'Al,hc,Creuf 5truck.r� ficnirtic ,1'� ,.0- t'is`t.MtC'U::ftOn!`,- 'l j►rtrj, ,, Ilr�rnait S-4. t'M,0 t,c. A j.'.tlw t0 ruxl c.anj ..•.wet;e In tt4., UjR9at(tA}II l '} '•~ s P;� .1:;.1^�.ot..t affc�+t.ttauroad s twe w the uiwleriyz: i►►vr ty ,: r ?,�,- bhsra z y c ,. s '�f. i L� � �" - ibis .Te 1 Li Sut,ect it1 tit hR rSQ ie�w•.. a �`r'.rt„i , , - ,►Ar>5 rnrAlitrottS,COiI'r'i r" er.Ct1t1111r nG'S tt4r :Alt( c{xur�,,tf utf, a}etch n .tfftct f►nopert� ,art ,i--,ttoc�t j'rsnt allail twrGc co a A, --I aj r e tltiCrC lll t21@t101 % 1 , �1 . A 4 YR , �' �Jl x r,t•itta h�•netttl jf..' tkd sW laj,se =i Lara relit. f Alit , "*- rtrce,on or rue*nstnrrttonfof,a^rI irij;htt �LY+�tt"'.t'ntYX}uYttun Ater W .ata ItY7tA t}le date fust.hui•rn tmti,•n. ' x ti b, �z X11 s _ ',I�, 1 .�: ,tie,. �,r 'z.* 3 ;, ..,z i z is ,.r' LL'x",. r to WSWAN i>tI'll-,t aflatt not t,x cazshiiicl as ear e.:,tom or W sn :dung tr C;r.. a cne r�iu 3w r,ut�e}Ixo tgto auti�. the rr�tat{aaoil w`an, dt.,la�, ujtes,d."a►tLi.s.�'rr tit•tiow�,iv,'t S•u'til..um UY ttk.-fatl:ttes of arly teicb rr h teG p s. " ur*e: trrc j,atta r'I.r1es tn. ujioa, oto tultit'r ac,Ywq ur..tonj, wit! I +1 Y rias r�casuje for maintcnarle A-u • ast "r' 7 r w n "�a*�'�•iW Esc ' - (i s�+1 i'•ttk Thai{ Gtrt2Un a!y notr ata j,v," ,ILTlCtd..i"iUtil,,.:.)lU t17'L�2t I.CC llxOtt°trltt'L.nC.tnt«in rid" C.tt'N',atuEhj;ItCa At t tN,mtl.te}or j><ri'el if tsvr- on the jlt 43L ti,x rta tL.!r l c ahaG'c xcctltt I{ai[coac}s starilarc{ Corru o cou•.r ir•rin ,.�iY•emetrt jlnor to a#n,slendng-utr aror{.or fCtittvad s pttm tel^ " x , 'S, ,, �g. 2 s $ - `+ k =Great -,r��'d' `� *r 3.N �s-s*`' ; ,^ t t- %Nlll as heM.14i 17.Pm+ l citd Gt:irt eiC Stta!`i i,caj-ji,. 6:%U etjvnze ori cgg4 tx ng fnvontitructrnj,�nrgr mitt `"''"P tn9111rr r H�.til .11e a c w rr � is ti - ih j, .t? 37ie> -osarc o.sand}u„h.il uvt»11 a7,} t1,ts t qiI'll.all.•, , s}is►{{ ix--co".Arlute�learir; mariu-1. 1�t t ,� firtdc.at a-tid tr - na"u ur hereafter ek.�etr,*� .ltte, Alit. tKa.rts�-t r ac rceoctstrtrc uin iifI rc}*,hrj h-=t� l�rs;in.-en clfinj,tct"r��E %w,: ,.Yi k6l aha{{Mw1lt..13'filo%W,'cr of lt>tt jt6A6.- tiani • `'� , _. I wr „r1t,.i1t. },i.t u�tit Lres lnY,eJ feet w,taittetlierulr o. caci jtrtr lot tteii tht+n�on =�hoatt}kat�roa�l aitarr}on traclx k.tiigj„toxaul}unhu-n ;I',ailrurir} rerr�alxttvlo,itlwruis�, a fI ir:rs. z1al,:iliaterYxLs andJeavc-sauce m lazgce. In aucli crept ,f.xcenxul s's.1ll cwt lie halite fc.s mautenannIllof t twrtio u:1*1 -- E w t :r r o s' --rad,-�o-,e' '* a' r�, h htt t Ictytieti�ttt,,te. ,i � �, � . b°�s Tact Nr>attr.�atWn ilestfa Granth'_ tart to jta_• I..tt�tr an auwaat ajtr:tl totil'asacamcrtT Ctnrtf ,xri 'lstt3u)i,odt a=urst dse jlrojsctti of}t.1'tno:ut Ao�efrat .tai jnC of the eti us rncttrrt�Art q•,ntwc.lon,klri the;curiatrtwg o" - �or rL�e 14b_':a ut.ax}jughtrar e,�alal omd witian tiro ter a�arr[rvtrt Ala,elate^tum}W-E into n � ,4 - 0 � . ,-- F ,`tuttui�'',GrU'16j.at an} 21rrt a{laalan"I "irt.r._ctstl j.hpkrtt nr,itn} par ttltnenf�u-.�lasi;w r�t[ie,�tnit;Ffr, S uta j,.rt� :O feu ..i aluntu j►e�i�d of ane ll) r:•ar Jr ri ,d. :r��ui.'a J ctasc4tu ti t.«itt nE a Ara t►.w pare al'hlN ,�rtit n a� n:r+,tr.'semt su.i et.:ll t s t ,tictl. .et cine parr tlw z;,at.in.u6h.7.lin to ti,:t m. rt'jriaFrfr�l wn of:tft. ati}&LL rart,rw_ tt ii azk sit . 1 dy"t,tti.0 .' .ccl;axs�p ,c�•tunofCiti Ptsq,�.t�cr ux , .r tu�ttoi ttre a,• of whish a.u�cisstwutitxiEai Ur�xl r 1 1 s`" l,k 'tt.'•�n a.,1M►n-0. t.'k. ii.,i t�, 1*M k jTenttY'i. (jf--U*. 'tj.%'6-.L(k4ft* MjYg S.'Ut} }iijy-tC rr1'1 111 l r ti jY�t r,ij�j.K�!'Y,t riw Q14 Q14,j11iy+g.3 .tr t::i7lYt'ttf ='G, r- e)..t �xi,iy'Y,,c"tt.:a"x^i9c ,, j,t`�L':,C•t.wl..`.t:l Alii l.e1 stat mut rn'1(ittu,'t%rctttnK1.h,i,E��xs�:a',t. — Ser *: tt,1vR tr,A iN•n,K ext tt j i amt alit}tt•Irxi .�►L S{ryrt tlit tx sirrsul to roti tt►�.r}i t t�tr4 f ti{ `sy 0it -s r> t tt .. to a> . .uti i.la,t,,,t .,r: t�-a.,.• >..x!t�-4+�'rt ..-,i t •rraitzt uxf�,ra�,�.etar rtstr lw�jKrt,>r,r�•l j,vlj..•trtt`trtir tt u - »'" t Aj,b+tt�.e,f l.tttl,.t,'t, ntuPu tAjll•0.`a.t•R,T.tet.'11;11`'.• .,,�.,iSS t,l 1'r,t,i.Ys►fi IIjrA1,{t.tlarYi r { " .� 'r 11�" cI. ;i 'an "' y w., a ;i) I ,i.ilwuitutlr .ilati roan ta't}r<}^nem ,.f ot-t.t ,.:,rFn t jn.n tin .4e,%-u-�s,!-+ in i .1v,!-rc of tht jrltik t h.�r.to =N . w � $•c.,f10At l"� 'U i 7 1_C'. t.:ii�. �'t)r•:'itiL ] l`G:t'"}. i,'Cv.0U .-vL.achatIr. , arr.c. ,�" ,t,"� I.c: c 7 t.t..t1C Paz Es'",O� .h1S lit�t,3S LL • fi �M. ` i t a l�ttlT\! 1'ilF.itE,).tiw paitie,tieretb ta.ti.,�•s.r.c t t, ,+ or%. to,be r"_Vt. trcl rn du tluatr a:of tF.v el-t ,.t }r tr f.t�t ilrriin urittrn ,•� -_ � SaU'ilI>rI 1 Cx xC �t •x•i�tw O.ti.1slU i wLt�'.� Cu Cti7,+'£',«s C.V...�s,b x u ray ;.. `' , _ �.� u _„i r °'FW ^ "a q a� S Ch.artu, ao�rd° a5upe>-us�is ty�+ X X 4 ,' 1 1 p f � Uda fi�"`a �3 Wa�'.a�.+ x s 7' i r �'.v*L—'�� t'�.. �4 ,r`^ �,1” t r.r�S r. . °,.3.':.,� s 4.-+ _,T e t. ",b"X `! c . s5�.'+ti$z'` ' sn,. � Microf}imeci wtthboard ord m��;.a. u.!F*�:�a...p. ."'vx,.t:�T _ "'1:.,,.�::a:. t ."i'r a, ._...,.n_ r.. ,.. .. i ��� x>s w; IYy�C dsps'4 ti, , £�Tron Hot Springs %o«d Crossing ado 13-GS # ' tM x IR A portion of the 2:ortIrxe:.t 14, and the Hortheas t qua, ter -(:C; i/h) of`5ectxon 15, Tat7n , s;4p -1 South, Range Easts i:ount Diablo Ease ana sieradigin, r��� Count oi,Contra Costa Si»tc of C»lifornia described asfi ` f011ous: r r Beginning on the southwcster''y line of land (100.;feet; in Width) of Zouthczn Pacific yTxaus } pariation;Cocpasy at;t..e • estarly line of ,tha t ' County Road knoren as &rxon'.Ret Springs Hoad, t race.,'.froii said point of bc-iiniIIo sou.hesterly line South 34°43'sS Last `� fx bCaring outh W43* ,3" East 'being`tak 1i ,for the purpose, of this"descrzption)" C5 Sl ,feet to a pozat 4 t h Z. fxom.zybich a radial iTe, o `: non-tan to f Ft ` .be.ristit, having » radius, of,?75 DO` feet.; bears s t S7ui is SS'35'Sl" -East; . tite:.ce, .nor the°rj y alongr,; Ca.3 wG?=`. ough a cen"t:ra3 an;;te of 6..35'a5.t, an d3s farce o S9.22 fief tc a point,, frc>n trliica a �' line of a compo -rad c::rvc= ro.tl:a:right, I atFzng i3 . . a radius of. 35.OG �, feet. iie<-trs South.32°60'.,0a" a t,K.:ce, nor tbeas teriy along said co=ound curve, zT r to i oL:aG a ccn&.r81 ary2c G l3V'16 z 2G", aII ,:rc t22S taIICe �r ctt .54.90 .feet to a point of cusp' vii tbe:;northeastery " line of said Innd (ii.IC fce� in fiF�dth)"' Soutnern 31ricifit, T: nsaortatinr. Coati u*:y, also Nein atli n W:;:str 71y line of h6 ;Coy.my'Road knorm`2s ,o; Si ahrFay, a ItIOZICC", .'iiOn `said na-i YeaS`tcrl l_ag ilal' h 3�r esst"IG3.G1 I'CCt 20 a :AiII: Oi CUSP,`fillt�: a tangent curve to,, the rig:,t,. !z.1=ii:Ig z:,r:caius of �a00 fe�tr %hence; # L.:IbE'rly alon Su14� ..^.I:iYG j �IIrOL}-�.,a CB:l.uc.l �ngl2 of t01 # 5535'40" aa,ac disLa:sce of':-3 .12 feet 'i.,:erce ' tan eIIt ° n ' g a xo said curve oo ,h` O ;ao dl. i"cst, 54:97 feet, ;tIience',> So-uth, lI°SG'34" Ncit::50.3? feet to the poiIIt of beglnnang. ``� Containing an area of G.197 »ores (QTS) squ^ a .ceet of an core or less. C t r i s ^r r y �y�U ©0595 WOW N12 .S{. Yi, Y Byron Hot.SprinakXossxng;,.nom3-UL.6' Count3r of w. :a t Custa 12. %ails oad sT all fu.nisl� ^Il necessary lauor, .,.afierials,� ,tools ani equlp>zen to_.install and'31 .rasfiall "two CZ} �lasbzn� lzgbt, ��� ' glade crossing.signals.`equlm�e t»ittt ^cLo�"Iilc gate arms, tozether wita actuating;and ppp ata.ng. circu_ts aUa ^d�nl.ate "ins4Cur�elt housing here affiex colaectzrcly 'xefe.�cecl to s "s1gz: Ls", at sand crossing: Such� ` installation s;iall include c a,'•of e.sstlnb crossaa ssgnsSazr� signals shat, he located appro;zi: ezly..:s'lndicatec on "ne print-,o a; PK-ti3raad s l�estean �1vi53oII �rring �2 , Sleet 2Fa 1,...evisedYc August 11, 1375, attached' and,c....e�a r bcrf 0i Installation o and " ^" µ ail Materials dor said si&als'sh^ll be in accordance �11t11 aa.lro�d's� 17. After iastalL.tioo of Said C-•-ossing signals bas been com- pleted, Itailroad shall physically aaintnin tbou as long as they re- main in place. Irreppective of the :source of-coantruction funds and the resul- tant nothod of anportionlua the cost of constructing cros•3ing signals, tbo cost of maintaining said signals ah.-11 be borne and pcid fifty perdout (5W ) by 3ailroad and iilty percent (50%) by (Lantee; and Grantee's liability for such =In onnnca cost shall be limited to such funds as are se: aside for a+la:::.tion cf the California Public Utilitids Coaaission pursuant to Sectiar 1231.1 of the California Public Utilities Cody, provided that If federal funds for uaintenance become available, Railroad shall be reimbursed to the :tont of such availability. The precise massae: and nothod of dct=rslning applicable charges, manner and nethod of payment and other ;procedures under said.sec:ion shall be governed by any applicable decisions of Zbe California Public Utilities.Commis sioa. c i::Lc s of Irser L 00C 10 0 A IN r 1 ! a°''xx i i a C ! „� "� +S Y EE$ F t }.P 8 i F; a `' x "x 't R. �,a L!,v,,,':c '�>v f* s t�Yl Egga E i`i fi�,ili i Sl I,' iI E`ut "` - ..: 'i�i;3 • t`" `'"°'^v"t ,w it ° v�., �,�r ro"w.. ._. ya'�Sf�7 1" � eIL,.'E.di 5ap� Si�fipEi,3 rye•y��l�f� ��i'i� �� ',�j �I d iiiII r ."kt.'.��.�a1, ria;�'�;�Y �� z�,y^.^i'`..�:i�"��'�d.'� 'x -�, fi � ,Y,�,.ur`-':=�wQ&`^.".� Nom, ,} �"it?�.a�l .j.i ��� If13Ci sI 11 �;�II i� ���11 . :.,.r....n„ , tea.... <u a+� s.*r#.a ,.- @"��i�r' �j iId t .I 9'. II h ww. _�,. , � w �_��_ .. 3 mss ° -. _ 1 . d r "",t a• 'a,'a r, *r �.,. a � F _ ; {1---1_._1_______, . f_'____ '�3 .�, k n 'amsi -��g r 1-11 t' x 40. os,-„d' 4 T ^ - 11Y Y1. F4`J` ,yV�A L 7 X h 11 ac 11 a-`:'3ran r y{ [. : "I `` f t -� ° t a'!r' � ^� hi --"_l+ i,. it e, " :r e x ? r } l�. '�ka ,, aR y a. - x' [ , S {j„ zl a f _ �," .+ i Y X11 0. •y{rr o'+...f' - t p'§ Y ..f ." vbzt; .n- x '` v A Y 'i! )I,% *a l fir• , _ t ,a y t s a u b c- i I� t. � ITIS to x 5` „ � `i# 71, r 1' `..'_�� ''+ter."" ( , i{[ "'-sr,Y�s%-O-R, _y s' y j t t t 33 , v +a t� + ' W I r u �. �' '' ! a �,v # •` mT (� "1 t, ph� ,t�,"t� ,s$t'x H _ U-Mg.j i �� l I! i # ax'Gt+/'trey ft S°.e c•`�rt*�, h i 1 '�' .S ' 1 #A zt o a.• T' I H n� o f� °�r`•n„w1t�_ @ r w [ q F �',r ,� �° [ t #M1 a � t z 7 s _> 4 ! S i YN r' t t� "?.- •dace _ �� ,, CO-11 / y r1 ��: s ny' r " s „' C ` � S k }5� s at 'k ,1 q', x f `s'S' t 5 31 �` 4 tr ti•1�11 -L-C — i6 °il a„ t t' A'e "d "ty�- G ,..f, xY _ k t T $ sip S �f rk t t r '' : �F*a .�s ems ; y.+a" ^a`�N 3. a� a .,03: , �f �j `: x g y a . 5 x, ; `” ,� f: \ .1 .fit t 2t' ��', ,,x„_. 7 3 iF. �� r r r �c f s $x11=1 i {' '� s ski s.5, ,"I'i'81 _ t3,{, --,7'. Z" C I 3 .J ,.- y t i r y.- _. - ,gJ`ft wcr"><,x PS,S• r+f 1`le .,5 r r E, Al 7 { s t"t 5 "`', t Y 'f �x -�.z +M4,0r,^ ,fit: t'mama44r �t�,ew , irt , ,. �� k p�� N ° y 1:"�,,: '� 'xzgt.�^+7 a is fl� w �4` E'. �*+ a �°j m y:q, ft T.f r `�,:�,r.��sP 5 3'#4 a_ f �` ?-� # T " u s � 4 3 d. !e �� tit d �. V'f, '% tr.��.. 5. r, r : " �J l �? r sem' 'v- ¢ ' 11 �,� s a tT`[ a ', 6 _� i-a t y r$ � .I.*^t`'"'rcde ps .. ' ["* h i ltl pt f i ; S s , t 11_5Z,y'SY , r '> Y ry ?. ,1 s Z G ray- tt , 11 .�' .-i t .d^„y a �L. .t ,,� .O a j at_f I,, '' `�'S}.,.yst s � j,'�5- ^t' 2' ` K2 3 oda(— C .;.. •..'..! o,y GD ftp ° +`ter zt`} ^ -I3 iw n �.j x �" * u T: r. Biu s».� x •�,,, S`z�'` y i;: °� ,,43 """.�` a mj Y �'7�'s 5 0� ��.^ .IFI O ar^ Q a F 'i .R �} TP w'" E Pz�.�,."',*,IN Y .,� F4.+ � . + {J _ '- w y a ( T �' A `l1:` O - B' z r c x e',iz„�ys'9ta°s`�+* ` `G'I SSii e -,..., e�4 .r' - - ✓�dF �S `ss'�'j.-'0M,5' r,y.fq !e �x OMol �•t,' t",,..1� . t -n Z f;7. e+n``.a ,"`� d.t a,.. t4 I a�� 'Fr ;fit ^ ,tj .,l 9*.T t h .�� • r a ✓ a` IF a " -.,:�� -,�.> �.� ,-, R �,,_ ,"',-,,,�,_ ��� xy p e •f` { r11 s ,� k.� "'t,,,,zX m "41�,�.,'' , � , ,: ''� ��'' 11�_:�.':,�,9� '� _11� '���,���,,--, - 2 A � i a �r P ark i t -t ' s„»Y $�'��, g Li �� , 35 �Z s sa��£t u `a i ;yjWWA ! � - to 14 ` [4 � "s [ � z 14-k fl s �Cyd g + c- yPI'll t ` �ar 1; ° m *! i8� � ?� ' ^ { � ,& . iN. —may rofif4. d'..__ boarcl o der � - 1� , ,�,-`t aft , & 4 a'fi t"y g a Y errs %i ,- . f, _..,i .s s',S.iFa' �' �..� ..—.,s,a—.,�.,..'�"-"'Ian.,�R.- .��aita. .«,a�I__ �� I���� i ` In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Approving Grant of Access to Camino Tassajara, San Ramon Area IT IS BY THE BOARD ORDERED that its Chairman is authorized to sign the Grant of Access to Public Highway which allows access to Camino Tassajara in conjunction with Subdivision MS 17-74. PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing Is a true and correct copy of an ordar entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors Orig. Dept. P:•1 (LD) affixed this 22ncdoy of June 1976 cc: Recorder (via PW) Public 'Works Director J. R. OLSSON, Clerk Director of Planning By Deputy Clerk Robert S. Raye !1. 15 Ellenwood Avenue Ingraham Los Gatos, CA 95030 . 00603 =.'i rrrc�h btinor Subdivision 17-74 J 9 (RrCORCEU: 6-!/-7G is P/..q37, GRANT Or ACCESS TO PUBLIC HIGInfAY CONTRA COSTA COUNTY, a political subdivision of the State of California, hereinafter referred to as "Grantor", grants to RnaFn c neyF; R - hi. wif - 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 afoWitness my hand and the Soot of the Board of Supervisors affixed this 22ndday of June 1976 Orig. Dept. PW ILII) -- ce: Recorder (via Pr.) d. R. OLSSON, Clerk Public Vorks Director Deputy Clerk Director of Planning By Robert S. Paye II. Ingraham 15 Ellenwood Avenue Los Gatos, CA 95030 - 00503 w Road f�ll��J r.•,rrTzKA 17--7-e- ll I ..... Minor Subdivision 17-74 Ass.ssc:s t:e._ (RCCORVI-U: 6-1/-76 'IS PA1i•7) i� . •vzc,-J.:7 9 GRA%T OF ACCESS TO PUBLIC HIGIRMY � CONTRA COSTA COUATY, a political subdivision of the State of California, hereinafter referred to as "Grantor", grants to ROBERT S. RAYS and BETSY RAYF, his wife, as joint tenants, as to an undivided 112 interest, and BARRY S. SOLLOWAY and CAROLE E. SOLLOWAY, his wife, as joint tenants, as to an undivided 1/2 interest, hereinafter referred to as "Grantee", the right to use an access opening for ingress to and egress from Camino Tassajara Road (Road No. 4721C), a county highway, described as follows: An opening for road purposes over and across a westerly portion of the Relinquishment of Abutters Rights to Contra Costa County recorded May 2S, 1972 in Book 6660 of Official Records at page 399, Records of Contra Costa County, California, more particularly described as follows: Beginning on the northerly line of Camino Tassajara at the westerly line of "Parcel D" as shown on the Parcel Map filed April 27, 1972, in Book 22 of Parcel Maps at page 2, Records of said County; thence from said point of beginning along said northerly line of-Camino Tassajara, South 640 06' 17" East, 29.60 feet, and along a tangent curve to the right, having a radius of 2050.00 feet, through a central angle of 00 17' 3311, an arc distance of 10.47 feet, thence South 630 4S' 44" East, 336.82 feet to the westerly point of beginning of said opening, thence South 630 48' 44" East, 60.00 feet to the easterly terminus of said opening. Said opening being 60.00 feet in width. The Grant of Access described above is expressly made subject to the rights of Grantor to require the relocation of said access openings to Camino Tassajara Road, at no cost or expense to Grantor, to other reasonably suitable locations. Whenever any portion of the territory covered by this Grant of Access shall be annexed to, or otherwise become a part of any municipal corporation, or of any other successors or assigns of the county, the Grantor's rights to require relocation of said access opening at no cost or expense to Grantor shall inure to the benefit of such other public body and its appropriate officers. DATED THIS 22nd day of June 1976 RECO.NitIENDED FOR APPROVAL CONTRA COSTA COUNTY Vernon L. Cl' e, Publ/ic storks D�iirector BY A. BY .�. Deputy Chi an, Board of'Supert ors APPROVED AS TO FOM: John B. Clausen, County Counsel ATTEST: J. R. OLSSON, Clerk BY _ BY Deputy Counsel Deputy Clerl .N. rxGRAFIA..t 00604 k In the Board of Supervisors of Contra Costa County, State of California June 22 , 19 76 In the Matter of Joint Exercise of Powers Agreements for Distribution of Federal Safer Roads Funds Fiscal Year 1975-76 - Countywide. The Public Works Director having recommended that the Board of Supervisors approve Joint Exercise of Powers Agreements with the Cities of Antioch, Clayton, EI Cerrito, Lafayette, Martinez, Pinole, Pleasant Hill, Richmond, Walnut Creek, and the Torn of Moraga, which provide for distribution of $167,423 in Federal Safer Roads funds allocated the County and the Cities for Fiscal Year 1975-76; _ IT IS BY THE BOARD ORDERED that the agreements are APPROVED and the Chairman is AUTHORIZED to execute them on behalf of the County. of Supervisors. - PASSED by the Board on June 22, 1976. CERTIFIED COPY I certify that this is a full, true & correct copy of the original document which is on fi!e in my office. and that it was passed & adopted by the hoard of Supervisors of Contra Costa County, California, on the date shown.ATTEST: J. n. of.SSo\, County Clerk&ex-officio Clerk of said Board of Superrisors. by Deputy Clerk.. �l JUN 2 2 1976 Originator: Public Works Department Road Design Division cc: Public Uorks Director City of Antioch City of Clayton City of El C��,rito C Tic City of Lafayette City of Martinez City of Pinole City of Pleasant Hill City o` Richmond City of Walnut Creek Town of Ho raga County Auditor-Controller County Administrator 00605 JOItIT EXERCISE OF POKERS AGREEMENT SAFER ROADS DEMONSTRATION PROGRA!•1 FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Effective an JUN 22 1979 , -975, the COUNTY OF CONTRI'l COSTA, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the City of TOWN OF MORAGA a municipal corporation t:ithin the County of Contra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5 of Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the State cf California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 147 with the other cities in Contra Costa County for the distribut'on of the Fiscal Years 1973-75 allocation of Safer Roads Denonstration Program funds. COUNTY and CITY intend to use the same procedure `or distribution. cf trQ allocation of Safer Roads Demonstration Program funds for Fiscal Year 1975-75. As used 'herein, CITIES means collectively all of the inccrporated cities in Contra Costa County. 3. ADi I%ISTRATIVE RESPOkSIBILITY The COUNTY shall perform all the administrative work necessary to ceiigete the Fiscal Year 1975-76 Safer Roads allocation cn eligible projects within Ccntra Costa County within the deadl?nes established by CALTRANS. 4. SPECIAL AIC-TO-CITIES FUI:DS The COUNTY shall include in its 1976-77 Fiscal Year Aid-TU-Cities DUOget the waount of $85,738, which amount is equal to EO percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal Highway Administration distribution formula. The remaining 20 percent shall be retained toy the C01T11TY to defray adai istrative costs associated with expenditure of the Safer Roads funds and the transfer of ponies prescribed herein. The EO percent funds shale be considered as a Srmcial Yid-To-Cities allocation and will be in addition to any other Aid-Tu-Cities al:ocation to the CITIES cndc:r current policies. The =ends shall ba used for Vne i;aprotre:cera of a;, city streets, including cverlays of pavenent. Conflicting previsic:zs if any, of t;:z Board of Supervisors Aid-Tc-Cities policy shall not apply to the special allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds allocated ty C4'_•RANS (excluding the 20 percent retained by COUNTY) are as follows: n Microfilmed with board order QU6U6 Antioch 4.238, $7,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,128 El Cerrito 2.930 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 , Moraga 1 .898 3,178 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640-' Richmond 9.823 16,446 San Pablo 2.418 4,048 Walnut Creek 5.708 9,557 5. DISRURSEF,ENT OF FUNDS The Special Aid-To-Cities funds set forth in Paragraph.4 will be disbursed, to the CITY (1) provided the 1975-76 Safer goads Demonstration Program Funds have bear: received by COUNTY from CALTRANS, (2) after adoption of the COU.14TY'S.1976-77 Aid-To- Cities budget, and (3) upon receipt of in•:oices from the CITY for completed road improvement projects. Each party is strictly accountable for all funds and rust report 311 receipts and disbursements. 6. TERMINATION This agreement shall remain in effect until all payments required herein have been made. COUNTY AF CONTRA? COSTA CITY OF TOWN OF MORAGA By By 4-iin, Board of Supers Mayor ATTEST: ATTEST: J. R. Olsson, County Cler.. City Clerk n By tT 7 Deouty eputy RECO;'MENDED FOR APPROVAL: FORM AM".-ROVED: Vi-tor 14. quer, Public +:arks Director ' ',• q By By-r ; �' ,1. � 'f� LIty lk-11111 --y -- -- Crief Deputy Public 1,'6rks Girdctor FORM APPROVED: J: :n B. Clausan, County Counsel Deputy J r=-- 00607—WIT -4ria"WT ;e t JOINT EXERCISE OF POWERS AGREEMENT SAFER ROADS DEMONSTRATIOY PROGRAM FUNDS RECO;'."TENDED FOR APPRO':AL: FORM AP? OVEO: Vi-tor 14. suer, Public 1%orks Director / By iiy�l�';�' u 'fes City lk,�cr -- Crief Deputy Public 1� rks Director FORM APPROVED: J:-.n B. Claus3n, County Counsel C- Deputy J 00607 3 JOINT EXERCISE OF POWERS AGREEMENT SAFER ROADS DEMONSTRATION PROGRAM FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Effective on JUN 2 2 1976 , 1-975-, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the City of WALNUT CREEK a municipal corporation within the County of Contra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5 of Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the State of California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 1976 with the other cities in Contra Costa County for the distribution of the Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program funds. COUNTY and CITY intend to use the same procedure for distribution of the allocation of Safer Roads Demonstration Program funds for Fiscal Year 1975-76. As used herein, CITIES means collectively all of the incorporated cities in Contra Costa County. 3. ADMINISTRATIVE RESPONSIBILITY The COUNTY shall perform all the administrative work necessary to obligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by CALTRANS. 4. SPECIAL AID-TO-CITIES FUNDS The COUNTY shall include in its 1976-77 Fiscal Year Aid-To-Cities budget the amount of $89,738, which amount is equal to 80 percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal Highway Administration distribution formula. The remaining 20 percent shall be retained by the COUPiTY to defray admin- istrative costs associated with expenditure of the Safer Roads funds and the transfer of monies prescribed herein. The 80 percent funds shall be considered as a Special Aid-To-Cities allocation and will be in addition to any other Aid-To-Cities allocation to the CITIES under current policies. The funds shall be used for the improvement of any city streets, including overlays of pavement. Conflicting provisions if any, of the Board of Supervisors Aid-To-Cities policy shall not apply to the special allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds allocated by CALTRANS (excluding the 20 percent retained by COUNTY) are as follows: c Microfilmed with board order 00608 ■ i Antioch 4.2321 $7,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,128 El Cerrito 2.930 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 Moraga 1 .898 3,172 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640 Richmond 9.823 16,446 San Pablo 2.428 4,048 Walnut Creek 5.708 9,557 5. DISBURSEMENT OF FUNDS The Special Aid-To-Cities funds set forth in Paragraph 4 will be disbursed to the CITY (1) provided the 1975-76 Safer Roads Demonstration Program Funds t..ave been received by COUNTY from CALTRANS, (2) after adoption of the COUNTY'S 1976-77 aid-To- Cities budget, and (3) upon receipt of invoices from the CITY for completed road improvement projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 6. TERMINATION This agreement _hall remain in effect until all payments required herein have been made. COUNTY OF CONTRA COSTA CITY OF WALNUT CREEK By✓ By do� ai n, Soard o upary sors "i or ATTEST: ATTEST: J. R.' Olsson, County Cly City Clerk By By Deputy Deputy RECOMMENDED FOR APPROVAL: FORI-1 APPROVED: Victor k'.-Sauer, Public forks Director BY By � C., y .torrey Chief Deputy Pun is Warks Director FORM APPROVED: John B. Clausen, County Counsel By—C-� ((fi�rr rr��►► Deputy:, tt1 609 JOIfyT EXERCISE OF PCIIERS AGREEiiENT SAFER ROADS DEMONSTRATIOR PROGRAM FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Ei rective on JUN 2 2 1976 ,-1-975 the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the. City of RICHMOND a municipal corporation within the County of Con.-ra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5 o` Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the State 3f California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 1976 with the other cities in Contra Costa County for the distribution of the Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program funds. COUNTY and CITY intend to use the same procedure for distribution of the allocation of Safer Roads Demonstration Program funds for Fiscal Year 10-5-76. As used herein, CITIES means collectively all of the incorporated cities in Contra Costa County. 3. AMINIST,RATIVE RESPONSIBILITY The COUNTY shall perform all the administrative work necessary to obligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by CALTRANS. 4. SPECIAL AID-TO-CITIES FUtIDS The COUNTY shall include in its 1976-77 Fiscal Year Aid-To-Cities budget t^e mount of $89,738, which amount is equal to 80 percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal Higkway Administration distrixUtion formula. The retraining 20 percent shall be retained by the COUNTY to defray al.^..in- istrative costs associated with expenditure of the Safer Roads funds and the transfer of ;:-.onies prescribed herein. The 80 percent funds shall be considered as a Special F:;::-:o-Cities allocation and will be in addition to any other Aid-To-Cities allocation, t: the CITIES under current aolici_�s. The funds shall be use; for the improvew.ant o: anr city streets, including overlays of pavement. Conflicting provision if any, of the Board of Supervisors Aid-To-Cities policy shall not aopIy to the special allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds aliocatai b; CALT?MS (excluding the 20 percent retained by COUNTY) are as follov.s: 00 61 0 Microfilmed with board order Now Antioch 4.238% $7,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,128 E1 Cerrito 2.980 4,989 Lafayette 2.731 4,572 Martinez 2.526 4,229 Moraga 1 .898 3,178 . . Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640'• Richmond 9.823 16,446 San Pablo 2.418 4,048 Walnut Creek 5.708 9,557 5. DISBURSLNENT OF FUNDS The Special Aid-To-Cities fends set forth in Paragraph 4 will be disbursed to the CITY (1) provided the 1975-76 Safer Roads Demonstration Program Funds have been received by COUNTY from CALjRANS, (2) after adoption of the COUNTY'S 1976-77 Aid-To- Cities budget, and (3) upon receipt of invoices from the CITY for completed road improvement projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 6. TERMINATION This agreement shall remain in effect until all payments required 'herein have been trade. COUNTY OF CONTRA COSTA CITY OF RICHMOND By 1 By �. CV-man, Board of Super •sors Ft r , ATTEST: ATTEST: J. R. Olsson, County Clerk City Clerk By t -- By. Deputy RECOX-1ENDED FOR APPROVAL: FORM APPROVED: Victor W/Sauer, Public Works Director B _ /,c � 1. �.Y� Bf yCyt�' Attorney Chief Deputy PubliE Works Director FORM APPROVED: .John B. Clausen, County Counsel Deputy :J � `T; 006,11-2- JOINT EXERCISE OF POWERS AGREEMENT SAFER ROADS DEMIONSTRATIOR PROGRAi•1 FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Effective on JUN 22 lgT6 i�ri5 the COUNTY OF CONTR;l COSTA, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the City of , PLEASANT HILL ' a municipal corporation within the Court; of Contra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5 of Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the State of California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 1976 , with the other cities in Contra Costa County for the distribution of the Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program funds. COUNTY and CITY intend to use the same procedure for distribution of the allocation of Safer Roads Demonstration Program funds for Fiscal Year 1975-76. As used herein, CITIi:S means collectively all of the incorporated cities in Contra Costa County. 3. ADMINISTRATIVE RESPONSIBILITY The COUNTY shall perform all the administrative work necessary to obligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by CALTRANS. 4. SPECIAL AID-TO-CITIES FUNDS The COUNTY shall include in its 1976-77 Fiscal Year Aid-To-Cities budget the amount of $89,733, which amount is equal to 80 percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal Highway Administration distribution formula. The remaining 20 percent shall be retained by the COUE;TY to defray admin- istrativc costs associated i-A th expenditure of the Safer Roads funds and the transfer of etonies prescribed herein. The 80 percent funds shall be considered as a Special Aid-To-Cities allocation and will be in add:tian to any other Aid-To-Cities allocation to the CITIES under current policies. The funds shall 5e used for the i1aprcve:r_nt of any city streets, incluCing overlays of pavement. Conflicting, GrGvisioas if any, of the Board of Supervisors Aid-To-Cities policy shall not apply to the spacial allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds allocate.' by CALTR;:::S (excluding the 20 percent retained by CO'U RTY) are as follo::s: 00612 M aofilmed with board order Antioch 4.233': 57,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,128 ` E1 Cerrito 2.980 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 Noraga 1 .898 3,178 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640 Richmond 9.823 16,446 San Pablo 2.418 4,048 I•lalnut Creek 5.708 9,557 5. DISBURSEMENT OF FUNCS The Special Aid-To-Cities funds set forth in Paragraph 4 will be disbursed to the CITY (1) provided the 1975-75 Safer Roads Demonstration Program Funds have been received by COUNTY from CALTRANS, (2) after adoption of the COUNTY'S 1975-77 Aid-To- Cities budget, and (3) upon receipt of invoices from the CITY for completed road improvement projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 6. TE%IIN.ATIOIN This a;reement shall remain in effect until all payments required herein have beer Trade. COUNTY OF CONTRA COSTA CITY OF PLEASANT HILL By �� -=,Ivisors ha• Tsar+., Mayor ATTEST: ATTEST: J. R. Olsson, County Clef City Clerk �-19 Leputy4— n uty RECOMMESD50 FOR APPROVAL: FOR" A:>'�9VEG: Victor N., Sauer, Public Works Director By_ /, , City A;.torn 7 Chief Deputy ?ubiic :-lora Director FORM APPROVED: John B. Clausen, County Counsel By Deputy -2- 00613 JOINT EXERCISE 0: P011ERS AGREEMENT SAFER ROADS DEMONSTRATIOE: PROG.RM! FUNDS FOR THE FISCAL YEAR 1975-75 1. PARTIES Effective on JUN 2 2 1976 , -i-F&, the COUNTY GF CONTRA COSTA, a pot itical subdivision of the State of California, hereinafter referred tr; as COUNTY, and the City of PINOLE a municipal corp3ration within the County oT Ccncra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5 of Div- ision 7 of Title 1 (Sections 6560 et seq) of the Government Code of the State of California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effectiVe JUN 2 2 Sg76 , with the other cities in Contra Costa County for the distribution of the Fiscal fears 1973-75 allocation of Safer Roads Demonstration Program funds. COMTY and CITY intend to use the same procedure for distribution of the allccati6n of Safer Roads Demonstration Program funds for Fiscal Year 1975-75. As used herein, CITIES means collectively all of the incorporated cit:ea ire Contra Cosa County. 3. A04"11*3STRATI:+E RESPONSIBILITY The COUNTY shall perform all the adrinistrative cork necessary to obligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects rtithin Contra Costa County within the deadlines established by CALTRAi{S. C. SPECIAL AID-TO-CITIES FUNDS The COUNTY shall include in its 1976-77 Fiscal Year Aid-To-Cities budget t%a amount of $89,738, which amount is equal to 80 percent of the CITIES' sh.—re of the 1975-76 Safer Roads allocation using the Federai Highway Administration distribution formula. The remaining 20 percent shall be retained by the COUNTY to defray adnin- isi ati:=e casts associated with erpecditura zf. the Saicr Roads funds a;d t`:e trans:`:.. of ;'s prescribed herein. The u0 percent funds shall be considered as a Special Aia-To-Cities ai�ocation and will be in addition to ai.y other to the CITIES ;ender current- policies. The funds sh-i-11 be used `:,r the i:;p:rTvement c,= any city streets, including overlays of pavement. Conflicting, provisions if arv, c` the Board of Supervisors Aid-To-Cities policy shall not apply to the so cia: allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds a;located by CALTrUkas Ir (excluding the 20 docent retained by COONTY) are as follows: 00614 06 A Microfilmed with board order p Antioch 4.238% $7,095 ` Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,128 E1 Cerrito 2.930 4,939 Lafayette 2.731 4,572 Martinez 2.525 4,229 14oraga 1 .898 3,178 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640 Richmond 9.823 16,446 San Pablo 2.418 4,048 Walnut Creek 5.708 9,557 5. DISBURSEMENT OF FURDS The Special Aid-To-Cities funds set forth in Paragraph 4 will be disbursed to the CITY (1) crovic'ed the 1975-76 Safer Roads Demonstration Program Funds have bse.a received by COUNTY from C'iLTRAt1S, (2) after adoption of the CCUWTY'S 1976-77 Aid r,o- C='_:es budget, and (3; upon receipt of invoices from, the CITY for cor:-pleted road improvement projects. Each party is strictly accountable far all funds and must report all receipts and disbursements. 6. TER�tINATIOA This agreement shall remain in effect until all payments required herein nave 'been made. C:;:;r:TY OF CONTRA COSTA *;Y = P I t10 % Ile C a• °gran, board o rvisors ►�or ATTEST: gTT ST: J. R. Olsson, County i y Clerk Deputy -- RECOMMENDED FOR APPROVAL: FORT: APPROVED: Vidor :' /Sauer, Public Works Director 8}'Cit:: itttcrr:ey - - C'ie r Deputy Pu lic :,'or:s Dir ctor FORM APPROVED: John B. Clauser-, County Counsel Ot�f�S Deputy r JOINT EXERCISE OF ?O!IERS AGREEMENT SAFER ROADS DEMONSTRATION PROGRAM. FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Effective on JUN 2 2 1QTG , AIS7--5, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as Col!,*TY, and the City of MARTINEZ a municipal corporation within the County of Contra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5, of Div- ision 7 of Title 1 (Sections 6507 et seq) of the Government Code of the State if California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreemnant e-ffective JUN 2 2 1976 with the other cities in Contra Costa County for the distribution cf the Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program funds. M';%TY and CITY intend to use the same procedure for distribution of the allocation of Safer Roads Demonstration Program funds for Fiscal Year 1975-76. 's used herein, CITIES means collectively all of the incorporated cities in Contr-.- Costa County. 3. ADMINISTRATI:rE RESPONSIBILITY The C-1viti'TY shall perform ail the administrative !,work necessary to obligate the Fiscal Year 1975-76 Safer Roads allocation on elivible projects within Contra Costa County within the deadlines established by CALTRAIIS. 4. SPECIAL AID-TO-CITIES FU' S The COUNTY shall include in its 1976-77 Fiscal Year Aid-To-Cities budget the mount of $59,733, which amount is equal to 80 percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal High:,ay Administration distribution formula. The remaining 20 percent shall be retained by the CCU.'-,'TY to defray adnin- istrative costs associated with expenditure of the Safer Roads funds and the transfer of r;pnies prescribed herein. The 80 percent funds shall be considered as a Special rt:C�.•is-1 i's uil3cation and ::ill to i.^. addi-iop fo aanv other Aid-Tc-r ties a?loce-cion to the CITIES ur4er current. policies. Tile funds shall t? used for the imp-ove-:er.t of ,ar_• city strzats, including overlays of Conflictinig F,rcvisic- s if any, 3f the 3Dard of Supervisors Aim-To-Cities policy shall not apply to the special, allocation provided for hereunder. The respective CiTIES' shares of the Safer Roads funds aiiccated by (excluding the 20 percent retained by COUNITY) are as folio::s: 00615-6 Microfilmed with board order . 1 Antioch 4.238,5 $7,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,122 El Cerrito 2.980 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 Moraga 1 .898 3,178 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640• Richmond 9.823 16,446 San Pablo 2.418 4,048 Walnut Creek 5.708 9,557 5. DISBURSEMENT OF FUNDS The Special Aid-To-Cities funds set forth in ParEgraph 4 will be disbursed to the CITY (1) provided the 1975-76 Safer Roads Demonstration Program Funds have been received by COUNTY from CALTRANS, (2) after adoption of the COUNTY'S 1576-77 Aid-To- Cities budget, and (3) upon receipt of invoices from the CITY for completed road improvement projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 6. TERMINATION This agreement shall remain in effect until all payments required herein have been made. C01.41TY OF CONTRA COSTA CITY OF MART I NEZ C". n, Bo rd of Sup visors or ATTEST: ATTEST: J. R. Olsson, County Clerk City Clerk E BX Deputy Dep ty FOR APPROVAL: FORM APPROVED: 1-!. .5auer, Public I-larks Director l SJC i ty l : rney Cnief Deputy Public Nlorks Director FORZ•1 APPROVED: John B. Clausen, County Counsel By Deputy .1 . t -2- 0061.7 JOINT i EXERCISE OF P3::ERS AGREEt4E1iT SAFER ROADS DEMONSTRATION PROGRAJ-1 FUNDS -nn Tur 'Trr•1 v�-n 1n7- Tri N , V EEC('-XVIE`DF9 FOR APPROVAL: FORM APPROVED: Vic;,oi :.'. .5auer, Public 1-larks Director �. By /l C_-, y l:rney Chief Deputy Public Nlorks Director FORZ•1 APPROVED: John B. Clausen, County Counsel ff , r By G=- Deputy J / . r -2- 00617 JO Ii'[T EXERCISE OF P3:'ERS AGREEMENT SAFER ROADS DENIONSTRATION PROGRA34 FUNDS FOR THE FISCAL YEAR 1975-75 1. PARTIES Effective or. JUN 22 1976 the COMITY OF CORTRA COSTA, a political subdivision. of the State of California, hereinafter referred to as CCUslTY, 'end she City of LAFAYETTE , a municipal corporation within the County of Contra Costa, hereinafter referred to as CiTY, pursuant to provisions of Chapter 5 of Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the State 3-cf . California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 1979 with the other cities in Contra Costa County for the distribution of til: Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program `encs. COUNTY and CITY intend to use the same procedure for distribution of the allocation of Safer Rcads Demonstration Program funds for Fiscal Year 1975-76. As used herein, CITIES means collectively all of the incorporated cit'as in -cntra Costa County. 3. ADMIMISTRATIVE RESPONSIBILITY The COUNTY shall perfore all the administrative :,cork necessary to obl:gat_ the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by CALTRANS. 4. S=ECIAL AID-TO-CITIES FUMS The CODUTY shall include in its 1976-77 Fiscal Year Aid-To-Cities budget the amount of $89,738, which amount is equal to 80 percent of the CITIES' share of th2 1975-76 Safer Roads allocation using the Federal Highway Administration distribution formula. The remaining 20 percent shall be retained by the COUNTY to defray adrin- istrative costs associated with expenditure of the Safer Roads funds and the transfer -o rr;cnies prescribed herein. The 30 percent funds shall be considered as a Special M- .' - :'..fes allocation and will be in addition to any other Aid-To-Cities al ocatiol to t':_ CI.:--S under current policies. The t,irds shall be used fer the im--rove. Ent of env city streets, including overiays of pavement. Conflicting provisions if any, of zhe EC7s'd of Supervisors Aid-To-Cities policy shall not apply to the s;:ecial allocation provided fcr hereunder. The respective CITIES' shares of the Safer Roads funds allocated iy CnLTi.!.S (excluding the 20 percent retained by COUNT ) are as follows: . 00618 Microfilmed with board order wr. Antioch 4.2334 $7,095 Brentwood 0.442 740 r-f monies prescribed herein. The 80 percent funds shall be Considered as a Special Ai•=.7 ,-:-:,4es allocation and will be in addition to any other Aid-To-Cities allocation to t�:_ CI.:--S under current policies. The t,inds shall be used ;cr the of env city streets, includ Ng overiays of pavement. Conflicting prarisicss if any, of the ELard of Supervisors Aid-To-Cities policy shall not apply to the s,-ecial allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds allocated ti, C4LTr.=.:;5 (excluding the 20 percent retained by COUNTY) are as follows: 006,18 Microfilmed with boord order ,. Antioch 4.238;; $7,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,128- El 0,128EI Cerrito 2.930 4,939 Lafayette 2.731 4,572 l;artinez 2.526 4,229 Moraga 1 .893 3,178 Pinole i .S47 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.3G9 5,640 , Richmond 9.823 15,446 San Pablo 2.418 4,04a Walnut Creek 5.708 9,557 5. DISBURSEMEnT OF FUNDS The Special kid-To-Cities funds set forth in Paragraph 4 will be disbursal to the CITY (1) provided the 1975-76 Safer Roads Demonstration Program Funds have beer received by COUNTY from CAI-TRANS, (2) after adoption of the COUNTY'S I976-77 Aid-To- Ci,ias bud et, and (3) upon receipt of invoices from the CITY :or completed road improverent projects. Ee;h party is strictly accountable for all funds and must report all receipts ani di sb4rsements. 6. TERMINATION This agreement shall regain in effect until all payments required cerein ;lave baen made. COUNTY OF CONTRA COSTA CITY OF LAFf/AYETTE / ACM-.-irr�-n, oard of Su rvi rs Mayor ATTEST: ATTEST: J. R. Olsson, Coanty Clerk City Clerk r A Bye uepuLy P.ECCY','. ':9ED FOR APPROVAL: FORD APPROVED: t++4tr,I (.Sauer, Public Works Director / �Z By— City Aito-i•.,ry 6.:eT iIuepu S Puzi is Mor;S Di actor FOR*, APPROVED: John B. Clausen, County Counsel ByDep ty _L�, Deputy�) � -r-- J� 00619_2_ � 1V�Y JOINT EXERCISE OF POWERS AGREEMENT SAFER ROADS DEMNSTRATION PROGRAM FUNDS FOR THE FISCAL YEAR, 1975-76 1. PARTIES Effective on JUN 2 2 IQ7F , 45i-, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referrer to as COUNTY, and the City of EL CERRITO a municipal corporation within the County of Contra Costa, hereinafter referred to as CITY, pursuant to previsions of Chapter 5 of Div- ision 7 eF Title 1 (Sections 6500 et seg) of the Government Code of the State. of California, mutually agree as follows: 2. PURPOSE The COUNTY ar;d CITY entered into an agreement effective JUN 2 2 1976 , with the other cities in Contra Costa County for the distribution of the Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program funds. COUNTY ane CITY intend to use the same procedure for distribution of the 3liccation of Safer Roads Demonstration Progran funds for Fiscal Year 1975-76. As used herein, CITIES means collectively all of the incorporated cities In Cc:.tra Costa County. 3. ADI-IIiiISTRATI:E RESP014SIB?LITY The COUNTY shall perform all the administrative Nark necessary to 3�ligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by CALTRANS. 4. SPECIAL AID-TO-CITIES FUMS The COUNTY sh::11 include in its 1976-77 Fiscal Year Aid-To-Cities budget the amount of $59,738, which amount is equal to 80 percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal Highway Administration distribution formula. The r::maining 20 percent shall be retained by the CCU':TY to defray admin- istrative costs associated with expenditure of the Safer Roads funds and tre transfer of fr!r,ies prescribed herein. The 80 percent funds sMl be cc-,sidered as a Special Ald-To-Cities allocation and r=ill be in addition to any other ;id-To-Cities allocation tD the CITIES u^der current policies. The funds shall be usad for the :rprcva!ment of ;.=iy city streets, including overlays of pavement. Corflicting pro•rts orrs if any, of tiro Beard of SuYervisors Aid-To-Cities policy shall not apply to the special allocation provided for hereunder. The respective CITIES' shares of the Safer Poads fundis of:ccated by CAL TRA:!S: (excluding the 20 percent retained by COUNTY) are as folious: 00 620 Microfilmed with board order rntioch 4.238% $7,095 ;, Brent000d 0.442 740 Clayton 0.252 422 Concord 12.022 20,128 El Cerrito 2.930 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 I1oraga 1 .898 3,173 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640 Richmond 9.823 16,446 San Pablo 2.418 4,048 Walnut Creek 5.708 9,557 5. DISBURSE•!ENT OF FUNDS The Special Aid-To-Cities funds set forth in Paragraph 4 trill be disbursed to the CITY (1) provided the 1975-76 Safer Roads Dwonstration Progrem Funds have been received by COUNTY from CALTRANS, (2) after adoption of the COUNTY'S 1976-77 Aid-To- Cities budget, and (3) upon receipt of invoices from the CITY for completed road improvema t projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 5, TE113.11 ATIC.J This agreement shall re.T.ain in effect until all pay.ments required herein have been :Wade. COUNTY OF CONTRA COSTA CITY OF EL CERRITO By By ems• Chi an, Board of S pervis, ATTEST: rs Ha_or ATTEST: J. R. Olsson, County Cler . City Clerk By Ocputy _ f RECO,'•:!:E\DED FOR APPROVAL: FOR!. APPROVED: V;;tor 4•!. Sauer, Public Ve-ks Director Q ` Chief Deputy Pub is �s Director xJ FORM APPROVED: John S. Clausen, County Counsel - 00621 B�' �`%�- ,�-�l.�.�•1.11 -,�i :;�.;:;:r� Deputy' -2- ` JOINT EXERCISE OF PnTaERS AGREEVENT SAFER ROADS DEMOi'S T RATION PP.OGRAi I FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Effective on JUN 2 2 1976 ,-i975, the COUNTY OF CONTRA COSTA, a poli tical subdivision of the State of California, hereinafter referred to as COMITY, and the City of CLAYTON a municipal corporation within the County of Contra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5.of Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the Stat: of California, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 1976 , with the other cities in Contra Costa County for the distribution of the Fiscal Years 1973-75 allocation of Safer Roads Demonstration Program funds. COUNTY and CITY intend to use the same procedure for distribution o: the allocation. .of Safer Roads Demonstration Program funds for Fiscal Year 1975-76. As used herein, CITIES means collectively all of the incorporated cities in Contra Costa Ccunty. 3. ADMINISTRATIVE RESPONSIBILI T 1' The COUNTY shall perform all the administrative work necessary to nbligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by CALTRAMS. 4. SPECIAL AID-TO-CITIES-FUNDS The COUNTY shall include in its 1976-77 Fiscal Year Aid-Te-Cities budget the amount of $69,738, which amount is equal to 89 percent of the CITIES' share of the 1975-76 Safer Roads allocation using the Federal Highway administration distribution formula. The remaining 20 percent shall be retained by the COU;.TY to defray atmir:- istrative costs associated with expenditure of the Safer Roads .funds and the transfer of Tonies prescribed herein.. The 80 percent funds shall be ccnsid::red as a Special Aid-To-Cities allocation and ..ill be in aJdition to any other Aid-To-Cities ailoca;:icr to the CiTIES undar current policies. The funds shaii be used for thc; c- 4.,y city struts, Including overlays of pav( .ent. Conflicting provisic i" an. , of tha Board of Supervisors kid-To-Cities policy shall not ap?ly to the :ped al allocation provided for hereunder. The respective CITIES' shares of the Safer F.oa�'s 'finds ::locates Ly CALTRA..S (excluding the 20 percent :retained by COUNTY) are as fcllo:•:s: 0OC22 Microfilmed with board order Antioch 4.238% $7,095 Brentwood 0.442 740 Clayton 0.252 422 Concord 12.022 20,123 E1 Cerrito 2.980 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 Moraga 1 .898 3,178 Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hill 3.369 5,640 Richmond 9.823 16,446 San Pablo 2.418 4,048 Walnut Creel: 5.708 9,557 5. DISBURSEMENT OF FUNCS The Special Aid-To-Cities funds set forth in Paragraph -4 will be disbursed to the CITY (i) provided the 1975-76 Safer Reads Deronstration Program Funds have baen received by COUNTY fror:. CALTRANIS, (2) after adoption of the COUNTY'S 1976-77 Aid-Tc- Cities budget, and (3) upon receipt of invoices from the CITY for completed road improvement projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 6. TERM"Wi;IO,N This agreerient shall rem=ain in effect until all pa)rments required herein 1-7ave been made. COUNTY OF CONTRA CGSTA CITY OF CLAYTON BYtp. C. i .ten, Board of S pervis s Mayor ATTEST: ATTEST: J. R. Olsson, County Clerk City Clark By //, t �2�-�1�� - By DE::u_y Deputy FOR APPROVAL: FORM APPRO'lED: Nactor W. Sauer, Public 'i*orfs Director City Fttorne;� Cr.i t Deputy Public-!r?rks-Director FORM 'PPROYED: John B. Clausen, County Counsel 33, /C,: r tltif� -.; ��� �_t� 00623 Deputy . i JOIINT EXERCISE OF POWERS AGREEMENT SAFER ROADS DEMONSTRATION PROGRA14 FUNDS FOR THE FISCAL YEAR 1975-76 1. PARTIES Effective on JUN 2 2 1976 ',975, the COUNTY OF CONTRA COSTA, e political subdivision of the State of California, hereinafter referred to as COUNTY, and the City of ANTIOCH , a municipal corporation within the County of Contra Costa, hereinafter referred to as C-ITY, pursuant to provisions of Chapter 5 0,6 Div- ision 7 of Title 1 (Sections 6500 et seq) of the Government Code of the State or Ca;ifornia, mutually agree as follows: 2. PURPOSE The COUNTY and CITY entered into an agreement effective JUN 2 2 1976 , with the other cities in Centra Costa County for the distribution of the Fiscal Years 1973-75 allocation of Safer Roads Cemonstration Program fords. COUI2TY and CITY intend to use the same procedure for distribution of the all;*)catier. of Safer Roads Demonstration Program funds for Fiscal Year 1975-76. As used herein, CITIES means collectively all 0f the incorporatad cities in Contra Costa County. 3. AMIMISTRATIVE P.ESPOUSIBILITY The COUNTY stall perform all the ad,.iristratire t:ork necessary to obligate the Fiscal Year 1975-76 Safer Roads allocation on eligible projects within Contra Costa County %.,ithin the deadlines established by CALTRAINS. 4. SPECIAL AID-TO-CITIES FUNDS The COUNTY shall include in its 1976-77 Fiscal Year Aid-To-Cities buaget the amount of $89,738, which ar,3unt is equal to 80 percent of the CITIES' ac tine 1975-76 Safer Roads allocation using the Federal Highway Administration distribitior. formula. The re.^.aining 20 percent shall be retained by the COJNTY t0 defray 4aM..- istrative costs associated with expenditure 01' the Safer Roads funds and the transfer of r:l0nies prescribe:; herein. The 80 percent funds shall be co:isider;d as a Spacial -To-Cities a:location and will be in addition t0 any other Aid-To-Cities allocation t_ the CITIES ..der current policies. The funds sh::ll be used for the ic:;.rJ,.e-:ent of any city streets, including overlays of pavement. Conflicting provisicrs if pry, of the Board of Supervisors Aid-To-Cities pol'cy shall not apply to the s; cial allocation provided for hereunder. The respective CITIES' shares cf the Safer Roads funds allocated ty CALTU.N-43 (excluding the 20 percent retained by COUITY) are as fall2::s: 00624 Microfilmed with board order .. . . ..- .. .. Antioch 4.238; 57,095 Brentwood 0.442 740 is,rative costs associated tiith expenditure of the :,ater RoadS runds and the transfer of won-es prescribed herein. The SO percent funds shall be consider-id as a Spacial A;:'-To-Cities a:location and will be in addition to any other Aid-To-Cities allocation t_ the CITIES ;:rider current policies. The funds shell be uS2d for he i -1'ru-.;3-:ent of any city streets, including overlays of pave.ment. Conflicting provis,cns if ary, of the Board of Supervisors Aid-To-Cities policy shall not apply to the allocation provided for hereunder. The respective CITIES' shames cf the Safer Roads funs allocated 5;: CALTF;kNS (excluding the 20 percent retained by COUNTY) are as foiIo::s: 006.24 Microfilmed with board order Antioch 4.238%-,e 5 Brentwood 0.442 740 Clayton. 0.252 422 i Concord 12.022 20,120 EI Cerrito 2.93.x, 4,939 Lafayette 2.731 4,572 Martinez 2.526 4,229 Moraga 1 .898 3,178 - Pinole 1 .947 3,260 Pittsburg 3.210 5,374 Pleasant Hili 3.359 5,640-- Richmond 9.823 16,446 San Pablo 2.413 4,048 Walnut Creek 5.708 9,557 5. DISBURSEMENT OF FUNDS The Special Aid-To-Cities funds set forth in Paragraph It .till be distursed to the CITY (1) provided the 1975-76 Safer Roads Der.•onstration Program Funds have been received by COUNTY from CALTRANS, (2) after adoption of the COUNTY'S 1976-77 Aid To- Ci:ies budget, and (3) upon receipt of invoices from the CITY for completed rozd improvement projects. Each party is strictly accountable for all funds and must report all receipts and disbursements. 6. TERMINATION This agreement shall remain in effect until all payaents required herein have been rude. COUNTY OF CONTRA COSTA CITY OF ANTtocH AlkBy B 1-�_��1 a•reran, Board of Super, cors 5 t - or ATTEST: ATTEST: J. R. Olsson, Cowrty Clerk City Clerk I Deputy Deputy RECOIMNENDE0 FOR APPROVAL: FCa:' APMYED: t iLtor V. Sauer, Public !:o;ks Director t S'41f n,%-r=ii '1- t 1ri�t C1ty Attorney �- c= e v p Pub;is ::ors Director FORM APPROVED: John B. Clausen, County Counsel By `Lam, --6 Deputy) d - 00625 In the Board of Supervisors of Contra Costa County, State of California June 22 op 19 76 In the Matter of Joint Exercise of Powers Agreement with the Central Contra Costa Sanitary District for the Livorna Road Realignment Project, Alamo Area. (Project No. 4234-4257-75) As recommended by the Public Works Director, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute a Joint Exercise of Powers Agreement with the Central Contra Costa Sanitary District for construction of sewer facilities in the Livorna Road Realignment project, the District's estimated cost being $27,000. PASSED by the Board on June 22, 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 Originator: Public Works Department Supervisors Road Design Division affixed this 22Nd day of June 19 _76 " J. R. OLSSON, Clerk cc: Public Works Director By Deputy Clerk CCCSD County Auditor-Controller N. Ing ham 0UF2 •,. '.a' '.° -. '.".Y... v.a ,..: y:_. ....gin s yam+. M • r JOINT EXERCISE OF POlIEP.S AGREEI-ENT PROJECT 110. 4234-4257-75 LIVORNA ROAD RECONSTRUCTION 1. PARTIES. Effective on JUN 2 2 1976 the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the CENTRAL CONTRA COSTA SANITARY DISTRICT, a political subdivision within the County of Contra Costa, hereinafter referred to as District, pursuant to Government Code Sections 6500 ff., mutually agree and promise as follows: 2. PURPOSE. The District proposes to include a sewer line and sewer manhole construction in the County's Livorna Road Reconstruction Project. 3. ADMINISTRATION RESPONSIBILITY. (a) The District shall complete the preliminary engineering and perform the construction inspection on all sewer line and sewer manhole construction. The County shall complete the preliminary engineering on all road construction work, advertise for bids and award a contract for road and sewer construction to the lowest responsible bidder, perform all pavement striping, perform construction engineering on all road work, and perforin all contract administra- tion for both road and setter construction. The expense for the aforementioned work will be divided as provided hereinbelow. (b) The specifications (contract documents) for the joint project shall include provisions requiring the successful bidder to (1) name the District as an additional insured on any required insurance certificates and (2) promise to hold harmless and indemnify the District from liabilities in the same manner as he must provide such for the Cou-Y. 4. FINANCIAL RESPONSIBILITY. The estimated cost of the Sewer construction is $27,000 as detailed in Exhibit "A". The District agrees to pay to County the cost of all sewer wort: to be performed under the County's construction contract and share in the cost of construction engineering;--- --and contract administration_ The District's share of said engineering and incidental (or other) cost shall be based on a fixed 5 percent of the final contract cost for the sewer portion of the work. The County-agrees to pal all other costs of the project. - 1 - 00627 5. Dc"POSIT X40 ADJUSTMENT. The District prior to the County advertising a contract for construction shall deposit with the County the sum of Twenty- Seven Thousand Dollars ($27,000) as the district's share of the estimated cost of the project. As soon as possible after determination of final costs for the project, the District shall either be reimbursed for any excess sum owing it from its deposit, or the District shall pay promptly to the County any additional sum that may be due and owing the County over and above such deposit. 6. HOLD HARMLESS. Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care respecting work performed hereunder different from the standard of care imposed by law. The District shall fully defend, hold harmless, and indemnify the County, its officers, agents, and employees against any and all claims, demands, damages, costs, expenses or liability costs arising out of or in connection with any work performed under this Agreement, except for liability arising out of the sole negligence of the County, its officers, agents, or employees. The County shall fully defend, hold harmless, and indemnify the District, its officers, agents, and employees against any and all claims, demands, damages, costs, expenses or liability costs arising out of the sole negligence ofi'the' County, its officers, agents, or employees-. 7. MAINTENANCE RESPONSIBILITY. County shall authorize final acceptance of the contract work as complete, at which time: (a) The County shall immediately accept complete maintenance responsibility for the roadway and all appurtenances so constructed as described herein; and, (b) The District shall immediately accept complete maintenance responsi- bility for the sewer line and sewer manholes so constructed as described herein. 8. TERM OF AGREEMENT. Except for the provisions of Paragraphs 6 and 7, this agreement shall expire upon acceptance of the construction as complete by the Board of Supervisors and the payment of all summ required herein by the parties from one to the other, or five years from the effective date herein, whichever come first. - 2 - OVA 9. 14001FICATIOX OF AGREEMENT. This agreement may be modified at any time by mutual consent of both parties. COUNTY OF CO11TRA COSTA CENTRAL CONTRA COSTA SANITARY DISTRICT By Chai man, Board of Supe rvi rs Iyy ATTEST: J. R. OLSSON, County Clerk BY _ Deputy RECOMMENDED FOR APPROVAL: Public Works Director BY FORt1 APPROVED: John B. iiausen, County Counsel BV 7 of - 3 00629 Livorna Road Reconstruction Project No. 4234-4257-75 EXHIBIT "A" Preliminary Cost Estimate (Sewer Construction) Unit Item Quantity Units Cost Amount Standard 43" Sewer Manhole 2 Ea. $1 ,800.00 $3,600.00 6" Sever Lateral 54 LF 22.00 1 ,188.00 8" Sewer Pipe 776 LF 24.00 18,624.00 Trench Shoring LS 2,300.00 2,300.00 (Sewer Construction) SUB-TOTAL $25,712.00 5% (Construction Engineering 1 ,288.00 and Overhead TOTAL $27,000.00 0flFJQ IM-01""I ........ In the Board of Supervisors of Contra Costa County, State of California June 22 - w 76 In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 32-74, Walnut Creek Area MIEREAS an agreement with Gary B. Clifford and Charlotte L. Clifford, 969 Almanor Court, Lafayette, Ca 94549 for the installation of private improvements in Minor Subdivision 32-74, Walnut Creek area, has been presented to this Board; and WIMRREEAS said agreement is accompanied by a cash deposit in the amount of $2,730.00, Building Inspection Department Receipt No. 127035, dated June 7, 1976, for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of said minor subdivision; NOW, 4i1E!9EFORE, an the recommendation of the Acting County Building Inspector, IT IS BY TES BOARD ORDERED that said agreement is APPROVED and the Chairman is AUTHO?.IZM to execute same on behalf of the County. PASSED by the Board an June 22, 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: Building Inspection Dept. Supervisors �3) affixed this ?_?nd day of Jiinn 19 - Subdivider J. R. OLSSON, Clerk �Cro-V-&,. Deputy Clerk Ronda Amdahl (P) H;-. 8;75 Iv'•.t 00031 MIHOR SUBDIVISION AGREFI•EN (§1) Minor Subdivision: - - T(§1) Subdivider: (Private Improvements) 969.41.vA"m rrz4.-4Wrffco (51) Effective Late: G47 76 (§2) Conpletion Period: cn"e : (53) Deposit: (faithful pert.)! �- s -0 X703 7 74 1. Parties & Date. Effective on the abo date, the Coun Gy of Contra Costa, California, hereinafter called "County", and the above- named Subdivider, mutually promise •and agree as follot:s concerning this subdivision: 2. InDrovements. Subdivider shall construct, install and complete private road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9 and including future amendments, and all improvements required in the approved parcel map improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this work and ir-prover..ents (hereinafter called "work" within the above completion period from date hereof as required by Section 922-4.808 of the County Ordinance Code, in a good workmanlike manner, in accordance with. accepted construction practices and in a manner equal or superior to the require=erts of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the inprovenent plan and the County Ordinance Code, the stricter .requirements shall govern. 3- improvement Security. Upon executing this agreement, Subdivider shn-1.1, in accordance with Section 922-4.604 (3) of the County Ordi- ra Lice Code, deposit as security. with. the County at least the above- specified amount, which is the total estimated cost of the work, in the form of a cash deposit, a certified or cashier's check., or an acceptable corporate surety bond, guaranteeing his faithful perfor- mance of this agreement. - 4. indemnity. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A - The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, conmiissions, officers, agents and employees; B - The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below s and including personal injury, death, property damage, inverse condemnation, or any c=oination of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any t'-tee before the County app�_,-cved the parcel map improvement plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceeding(s) concerning these; C - The actions causing- liability are any act or omission (negli- gent or non-negligent) in connection with the matters covered by this agreement and attri:-utable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of them; P - Non-Conditions: The promise and agreement in this section is riot conc:tioned o: dependent on whether or not any Indemnitee has prt ;�<:red, supplied, or approved any plan(s) or specifications) in with this work or subdivision, or has insurance or other irndemnification covering any of th.ese ratters, or that the alleged danage resulted partly from any negligent_ or willful misconduct of any indemnitee. 5. Costs: Subdivider shall pay when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 6. Nonnerfornance and Costs. If Subdivider fails to complete the wort: and inprove::ants within the time .specified in this, agreement or, extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges there- for ir.-mediately upon der..and. If County sues to compel performance of this agreement or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and 'all other expenses of litigation incurred by County in connection therewith. 7. Assirnment. If before these improvements are completed this minor subdiv_sion is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing then. 8. Earranty. Subdivider warrants that the said improvement plan is adequate to accomplish this work as promised in Section 2; and if, at any time before the County's acceptance of the improvenents as complete, the improvewent plan proves to be inadequate in any respect, Subdivider shall male changes necessary to accomplish the work as promised. 9. Ido Waiver by County. Inspection of the work and/or materials, or approval of :cork and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies kith the requirements of this agreement, or acceptance of the whole or any part of.said work and/or materials, or payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terns and conditions hereof. 10, Record Map. In consideration hereof, County shall accept said parcel nap for filing with the County Recorder. COUNTY OF COddTRA COSTA SUBDII'IDER- see note below) By '.moi 'irman, Board of Su ervisors ATTEST: J. R. OLSSOII ounty Clerk By & ex officio Clerk o the Board Designate official capacity in the business) m-.�c�_ Q�•�cCyc�i15� dote to Subdivider: (1) Execute Ronda Amdahl Deputy acknowledgment form below; and (2) If a corporation, attach a certified copy of (a) the by-laws or (b) the resolution of the Uoard of Directors, authorizing execution of this contract and of the bonds required hereby. / State of C3,lifor' ni ) ss. (Acknowledgment by Corporation, County of`pNT2p ( M,57.4 ) Partnership or Individual) On Juyc--- 6 ' 197G , the person(s) whose .name(s) jw/are signed alcove for Subdiv mer and who is known to me to be the individ- ril and officer or partner as stated above who signed this instrument, .and acknot:lec-7ed to me that he executed it and that the corporation or partnership named above executed it. 01f7ClAL S!'AL ,n {: VALL-1-Amp D.AL�STRAND,JR.�;,j iARY 4CC Prin.,Acrcxe;ncc.^„ Notary Public for said County and S ate!«YC-nim:si.nE.pes:.l3rchIs.1?77. ( C std. Fo r.►; 2?eG."T2' �I) MJB:bw -2- 0 F33 •�� tcarci order In the Board of Supervisors of Contra Costa County, State of California June 22 19 76 In the Matter of Joint Exercise of Powers Agreement with the City of Walnut Creek for Maintenance and Lighting at Treat Boulevard and Bancroft Road, Walnut Creek Area. W.O. 4691 As recommended by the Public Works Director, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute a Joint Exercise of Powers Agreement with the City of Walnut Creek for signal maintenance and highway safety lighting at the intersection of Treat Boulevard and Bancroft Road, the City paying their appropriate share of the costs. PASSED by the Board on June 22, 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 Supervisors Traffic Operations Div. armed this 22nd day of June 19 76 J. R. OLSSON, Clerk cc: Public Works Director By Deputy Clerk City of Walnut Creek N. In raham County Auditor-Controller H 20 8/75 lona AG.��T ' TRAFFIC SIGNAL AND LTrERSECTION LIGHTS 1. Date & Parties: Effective on February 1, 1976, the County, of Contra Costa, a political subdivision of the State of California, hereinafter 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 Originator: Public Works Department Supervisors Traffic Operations Div. affixed this 22nd day of June 19 76 I R. OLSSON, Clerk cc: Public Works Director By-r' Deputy Clerk City of Walnut Creek N. In raham County Auditor-Controller ©wqj H24 8n5 loon , �.-_.�-'�—_ -.-... ,..,.,r,-. :...... .. ., , - ..»F.,-1 z..... ....'.,: `-:: .. .a •-`''fir .. VUIFFIC SIGILAL AND INTERSECTION LIGHTS 1. Date & Parties: Effective on February 1, 1976, the County of Contra Costa, a political subdivision of the State of California, hereinafter referred to as County, and the City of Tialnut Creek, a municipal corporation in the County, hereinafter referred to as City, hereby mutually agree arra promise as set forth below, pursuant to Government Code, Secs. 6500 et seq. 2. Purpose: The parties desire to maintain, and to apportion the expense of maintenance of, certain traffic signals and highway lighting facilities on City's streets contained within thr City's limits, arra to arrange herein for the particular maintenance functions to be performed by the County, and to specify the distribution of the costs of such maintenance between the parties. 3. 1Saintrnance t-?or k: A. The County will perform or furnish services for, such maintenance work as is specifically delegated to it_by the City and as shcrum on attached Exhibit A; however, additions or deletions maybe made as are mutually Agreed to br the City and the County in accordance with paragraph 9 of this Agreement. B. The County will provide routine maintenance work; which includes patrolling, semi-annual preventative maintenance, and making necessary repairs or replacements as required to insure a satisfactory service; but which does not include modification or additional facilities. 4. Electricit.v Bills: For each insta?lation 0-ned jointl by the County and the Cit;;, the County will accent the billing f-r-on the serving utility company and trill the City in accordan�-e idta taa distribution of costs as shoa-n on attached Exhibit A. Q()F3 j 5. Rates for Traffic Signals: The County will perform or furnish the services and maintenance tram in accordance with this Agreement and will maintain cost records for such service or maintenance, based upon actual costs for labor, equipment and materials, in support of those fixtures and assemblies identified on attached Exhibit A. These costs, plus the applicable overhead charges authorized by the County Auditor- Controller rr_11 be the basis for the County to bill the City for services rendered. The percentages of costs to be billed to the City for each installation will be as shown on attached Exhibit A. 6. Billing for Routine ha?ntenance: The County will bill the City for routine maintenance, as defined in Paragraphs 3 and 5 above, as soon as possible after the end of each calendar month for the work performed or service furnished during that month. The City shall pay to the County the amount billed within thirty (30) days of billing date by County. 7. Dxtrao-*rdinary Expenses: Extraordinary expense, such as for repair or replacement due to extensive damage, shall be assessed directly to the City against haat particular installation involved. Billing for such costs tall be itemized as to materials, salaries and wages, and equipment rental, plus the applicable overhead charges authorized by the County Au:itor-Caatroll3r. For t:nae imital lotion jointly o=ad by th-, Gc-urty and City, distribution of costs will be as shovi on attached E ;bit A. - 2 - 00636 8. Legal Relations and Responsibilities: Clothing in this Agreement is intended to affect the legal liability of either party by imposing ' any standard of care respecting work performed hereunder different from the standard of care i;aposed by law. The City shall fully defend, hold harmless, and indemnify the County, its officers, agents, and employees against any and all claims, demands, damages, costs,expenses or liability costs arising out of or in connection with any work performed under this Agreement, except for liability arising out of the sole negligence of-the County, its officers, agents, and employees. The County shall fully defend, hold harmless, and indemnify the City, its officers, agents, and employees against any and all claims, demands, dar..ages, costs,expenses or liability costs arising out of the sole negligence of the County, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities to be maintained in accordance with this Agreement by submittal of a revised EY.hibit A, dated and approved by both parties' authorized representatives. The revised Exhibit A small become part of this Agreement and shall supersede and cancel all previous Exhibits A. For the purpose of this paragraph, the City hereby designates its City Engineer,Public Yorks Director, Director of Community Development or Director of Cozzmvanity Serurices as its duly authorized representative and the County hereby designates its Pubic :?ors Director as its duly authorized representative. 00637 d m ti•R��� 10. Term: This Agreement shall remain in effect until terminated upon. twelve (12) months prior Written notice by either pasty to the other or at a date mutually agreed upon by both parties. COUNTY OF COMA COSTA CITY OF s C K By•� By 1 z ' ,an, Board oA Supesors /Mayor ATTEST: JA?4r'S R. OLSSOII, er'k `• and ex-officio Clerk of the Board By yl By �t Daputy V City Clerk RECOMENDED FOR APPROVAL: Vernon L. Cline, Public Works Director EY APPROVED AS TO FORA: ISVROVED AS TO FORK: JOMI B. CLe?USEN, County Counsel By i t:t t � 1 "1�• r�:( rt_11'_( By Deouty .i y Attorns, 00 638 w s3 ' W r.+ Fd N Z M � r• r w C.) W O CL v r Ca LL. O t,NC1 ., NCo LAJ d z r � c� w cc w IY-- co ¢. N tD W d ' co Y c.7 ►r Z O V W W � N W W GWG i- t9 d fZ.a d M W ►� t) CJ ¢ � X 3 W w 0 O �O � y .::cM a w. ,a 4,1144 f.4 +� CDP 0 O �-. F4 k O O j y to y m 0 0 O ca G7 is +> 3 ca Cd cc d 4 tom? i e[ U UG f O a) W Z ix CO t) W V t- O O U. a ¢ , 1 Ca ¢CL- ca -�.....- In the Board of Supervisors of r Contra Costa County, State of California June 22 1976 In the Molter of Joint Exercise of Powers Agreement for Distribution of Federal Safer Roads Funds Fiscal Year 1973-75 - Countywide. The Public Works Director having recommended that the Board of Supervisors approve a Joint Exercise of Powers Agreement with the Cities of Antioch, Brentwood, Clayton, Concord, El Cerrito, Hercules, Lafayette, Martinez, Pinole, Pittsburg, Pleasant Hill, Richmond, San Pablo, Walnut Creek, and the Town of Moraga, which provides for distribution of $267,783 in Federal Safer Roads funds allocated to the County and the Cities for Fiscal Years 1973-75; IT IS BY THE BOARD ORDERED that the agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalf of the County. PASSED by the Board on June 22, 1976. CERTIFIED COPY I certify that this Is a full. true & correct copy of the orWual document which is on file in my office. and that It was passed & adopted by the Board of Supervisors of Contra Costa County. California. on the date shown.ATTEST: J. B. OLSSON. County Clerk&exofficlo Clerk of said Board of Supervisors. by Deputy Clerk. on JUN 2 2 1976 Originator: Public works Department Road Design Division cc: Public Works Director City of Antioch City of Brentwood City of Clayton City of Concord City of E1 Cerrito City of Hercules City of Lafayette City of Martinez City of Pinole City of Pittsburg City of Pleasant Hill City of Richmond City of San Pablo City of Walnut Creek Town of Moraga County fuditor-Controller County Administrator 0G+640 JOINT EYERCISF, OF PC rERS AMM-MIT SAFER ROADS MWINSTRATIOU PROGRAM FUNDS FOR M FISCAL MARS 1973-75 1. PARTIES Effective on JUN 2 2 1976 the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as COUNTY, and the CITIES OF ANTIOCH, BRENTI:'Ck7D, CLAYTON, CONCORD, EL CERRITO, IERCULES, LAFAYETTE, MARTINEZ, WRAGA, PIKOIS, PITTSBURG, PLEASANT HILL, RICHIn'OIM, SAN PABLO and I NUT CRESK, each of which is a municipal corporation within the County of Contra Costa and hereinafter referred to as CITIES, pursuant to pro- visions of Chapter 5 of Division 7 of Title 1 of the Government Code of the State of California, mutually agree and promise as follows:. 2. PURPOSE The State Department of Transportation (CALTRANS) has decided to distribute Federal Safer Roads Demonstration Program Funds to the counties in District 04 (of which Contra Costa County is a part) on the same formula (75% population, 25% public road mileage) used by the Federal Highway Administration (FWJA) in apportioning these funds to the states. Each county, in cooperation with its cities, determines the procedure used to select projects for funding. The City-County Engineering Advisory Committee for Contra Costa County has recommended that the Fiscal Years 1973-75 allocation be utilized for County projects, in return for which the County Would include in its Fiscal Year 1975- 76 Aid to Cities budget an amount equal to 80 percent of the citieul share of the 1973-75 Safer Roads allocation using the F157A distribution formula. This proposed procedure is considered to be of mutual benefit to all parties. 3. AMMI TIST3ATIVE RESPONSIBILIPY The Crunty shall p?:form all the administrative work necessary to obligate the Fiscal Year 1973-75 Safer Roads allocation on eligible projects within Contra Costa County within the deadlines established by C_4LTR01S. Microfilmed with board order - ' - 0(16"41 4: SPECIAL AID-TO-CITIES FLIMS The COUNTY shall include in its 1975-76 Fiscal Year Aid-To-Cities budget the amount or $143,721, which amount is equal to 80 percent of the CITIES' share of the 1973-75 Safer :toads allocation using the KKA distribution •formula. The remaining 20 percent shall be retained by the COUNTY to defray administrative costs associated with expenditure of the Safer Roads funds and the transfer of monies prescribed herein. The FO percent funds shall be con- sidered as a Special Aid-To-Cities allocation and will be in addition to any Aid-to-Cities allocation to the CITIES under current policies. The funds shall be used for the improvement of any city streets including overlays of pavement. Conflicting provisions of the Board of Supervisors Aid-To-Cities policy shall not apply to the special allocation provided for hereunder. The respective CITIES' shares of the Safer Roads funds allocated by CALTRA1'S (excluding the 20 percent retained by COUh•TY) are as follows: Antioch 4.050% $10,845 Brentwood 0.388 1,039 Clayton 0.295 790 Concord 11.866 31,775 E1 Cerrito 3.173 8,497 Hercules 0.052 139 Lafayette 2.807 7,517 Martinez 2.448 6,555 Moraga 1.193 3,195 Pinole 1.8L'3 4,935 Pittsburg 3.128 8,376 Pleasant Hill 3.504 9,383 Richmond 10.803 28,929 San Pablo 2.634 7,053 Walnut Creek 5.487 142693 5. DISBURSENEtiT OF FU!?DS The Special Aid-To-Cities funds set fcrth in Paragraph 4 will be disbursed to the CITIES (1) provided the 1973-75 Safer Roads Demonstration Program Funds have been recelvzd by COUNTY free GALTR.-.?IS, (2) after adoption of the C01271Y'S 1975-76 kid To-C ties budget, a:.d (3) upon receipt of invoices from the CITIES for completed road inprcver.ent projects. - 2 - OVE42 b. TERNINAT_ION This agreement shall remain in effect until all payments required herein hsve been made. 7. EFFECTIVE DATE The effective date of this agreement is as set forth in Section 1 hereof; provided that this agreement shall not go into effect unless each and every City listed belos becomes a party thereto. Upon execution of this agreement by all the CITIES listed below, the COMNLY shall notify each CITY of that fact and of the effective date of this agreement. COUNTY OF COMMA COSTA COUIM OF COY M. COSTA By✓ �' RECOMMM FOR APPROVAL: "�aiPman, Board of Supe ors Victor�W, /Sauer, Public Wo r Director ATT ST: • / J. R. Olsson, County Clerk Byb UA Chief Deputy ub c K-crr Direc or By c ear Deputy FORH APPROVED: John B. Clausen, County Counsel Deputy CITY OF A3 ITOCH By Pro jrm - Byron E. Parsons ATTE'ST: City Clerk By 'moi'-•,- ''lI M�'-. / 7uty FSM APPPOWED: B,v �'-•��� �ids �t City Attorney �!-• --jj - 3 - Ot�6�3 ,..... CITY OF BRE-NrJOOD CITY OF EL CERRITO Ey. By Mayor I•fayor ATTEST: ATTEST: -City Clark.. City Clerk By B;L_ DeputyS` FORD! APPROVED: FORA APPROVED: f By By City Attorney City Attojy ./ CITY OF CLAYTON CITY OF HERCULES flay r 1ayor - ATMT: ATTEST: City Clerk City Clerk Deputy 4' Deputy F01"N APPROVED: FORit APPROVED: By B.f City Attorney City Attorney CITY OF COW=RD CITY OF LAP E_ih, By By clay o Fia ATTEST- ATTEST: City Clem City Clerk � c Deputy Daputy FOIC1 APPRO'FED: FORM APPROVa- :c!3By 3� City Alctorney City Attorney I z 0064. .. . ... . -- _ •�T i%yam ,. ,.,,�.._- kry r ON 7 CITY OF MARTI2-Z CITY OF iSBURG By Mayor Mayor ATTEST: ATTEST- City Clerk Cit le k BY .r BY �7L� De ty D ty / FOR14 APPROVED: FOB14 APPROVED: t . By By f f City Attorney City Attorney CITY OAF'TOW. -OF M03AGA CITY OF PLEASAPJT HILL PY/lr �� �':� ByIPA&Z) J4ayaT. i Mayoi ATTEST: ATTEST: City Clerk _ City Clerk By BX Dapltvj Deputy FORM APPROVED: FOR : OVED:.'_"'__ q By L City Attorney City Attorray CITY,ArZ PINOLr- s CITY OF RICHMOM t ft by By 1 �/n�Z.��' ll By Mayor Mayor i At,—SST: ATTEST: ity Clerk City Clerk - - _ l� Bye-,'/ l,Y fr By De :;r FORM APPROVED: FOIM APPROVSJ: By .12 City Attorney City Attorney - 5 - 00645 MW CITY OFj SM PABLO ~t. or ✓ ATTEST City Clerk' ;' r Deputy FORK APPR,OM: By City Attorney - CITY OF WAIiMT CM-M a r ATTEST: City Clerk By FORM APpR.OV3D: By Ci Attorney 6 - Ut�F.46 RESOLUTION NO. 3575 RESOLOTION OF THE CITY COUNCIL OF THE CITY OF EL CERRITO AUTHORIZING THE EXECUTION OF A JOINT EXERCISE OF PO'ERS AGREDIENT WITH THE CITIES A`3 COJITY OF CONTRA COSTA COUNTY FOR THE SAFER ROADS DEMONSTRATION PROGRAO'K FOR FISCAL YEARS 1973-75 WHEREAS, a Joint Exercise of Powers Agreement between the County of. Contra Costa and the Cities within Contra Costa County has been prepared to provide for handling of the Safer Roads Demonstration Program funds for Contra Costa County; and WHEREAS, it is in the best interest of the City of El Cerrito to enter into such an agreement with the County and. the Cities of Contra Costa County concerning the Safer Roads Program, and WHEREAS, the City Council has reviewed the agreement prepared by the County of Contra Costa; NOW, THEREFORE, BE IT RESOLVED, that the Mayor and the City Clerk of the City of El Cerrito are hereby authorized and directed to execute the Exercise of Powers Agreement. I HEREBY CERTIFY that the above and foregoing resolution was duly passed and adopted by the City Council of the City of E1 Cerrito, County of �.ointra Costa, State of California, at a re;ular meeting thereof, held on the 2nu day of June, 1975, by the following vote: AYES: COUNCILMEN: Bartke, Berndt, Cook, Del Simone, MacLaren NOES: COUNCILMEN: None ABSENT: COUNCILMEN: None IN WITNESS WHEREOF, I have hereunto subscribed my hand and affixed the corporate seal of said City this 2nd day of June, 1975. Luci le Irish, City Clerk APPROVED: Gary c. Mac5ren, Ndyor t✓n L Microfilmed with board order 0UF4 7 RESOLUTION NO. n L A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PITTSBURG AUTHORIZING THE E.l•ECUTION OF Z. JOINT EXERCISE OF POWERS AGREEMENT WITH THE CITIES A14D COUNTY OF CONTRA COSTA FOR THE SAFER ROADS DEMONSTRATIM PROGRAM FOR FISCAL YEARS 1973-75 WHEREAS, a Joint Exercise of Pcrrers Agreert=nt bet.aeen the County of Contra Costa and the Cities within Contra Costa county has been prepa-a3 , to provide for handling of the Safer Roads Demonstration- Program-fu-:15 =or Contra Costa County; and, I-rdERzAS, it is in the best interest of the City of Pittsburg to enter into such an agreement with the County and the Cities of Contra Costa"County concerning the Safer Roads Program; and I-rdER..AS, the City Council has reviewed the agreement prepared by the County of Contra Costa; NOW, THEREFORE, BE IT RESOLVED, that the Mayor and the City Clerk of the City of Pittsburgare hereby authorized and directed to execute the Exercise of Powers Agreement. PASSED AND ADOPTED by the City Council of the City of Pittsburg at a regular (adjourned) meet-ing thereof held on the 17th day of Mav , 19 76, by the follaraing vote: AYES: Councilmen Barraco, DeTorres, Quesada, Seeno a Mayor Lowy NOES: Mone ABSENT: None ABSTAINED: 11one Attest: OR Microfilmed with board order CIT: t''yR- " t •, C __V /J STATE OF CALIFORNIA COUNTY OF CONTRA COSTA CITY.OF PITTSBURG I, Janet Costanza, Deputy City Clerk in and for said City of Pittsburg, County of Contra Costa, State of California, do hereby certify that the hereto attached and foregoing paper is a full, true and correct copy of Resolution No. 6139A now on file in this office of said City now in my custody. WITNESS, my hand, and Officia al, this 18th day of May 19 76 y1 Deputy lity Clerk in and forst a City of Pittsburg, Contra Cogea County, California pAlaonimcu wNn oocuu ower CITY OF WALNUT CREEK 1445 Civic Drive Walnut Creek, California MINUTE ORDER OFFICE OF TIIE CITY CLERK Uate June 9;' 1975 Attention: Contra Costa County In the Matter of: APPROVAL OF JOINT EXERCISE OF POWERS AGREEMENT FOR SAFER ROADS DEMONSTRATION PROGRAM At a meeting of the City Council of the CIIT OF WALNUT CREEK on June 2. 1975 . at which mere present Councilmen Schroder, Hazard, Schiff Skaggs_ Mayor Kovar a on motion of Councilman Schroder •� . seconded by Councilman Skaggs duly carried and entered in the minutes. it was ordered: "Motion by Schroder, second by Skaggs and unanimously carried to approve participation in a joint powers agreement between fifteen cities and Contra Costa County, to apply for and administer funds, and authorize the Mayor and City Clerk to sign the agreement in behalf of the city. These funds are proposed to be budgeted in the 1975776 C.I.P. for Ygnacio Valley Road Phase II, Civic Drive to Interstate 680." I hereby certify that the foregoing is a true and correct copy of a portion of the minutes of the City Council meeting for 00644 .Il/„P 9 1 , 975 if Adele C. Laine. CITY CLERK Microfilmed with board order w _.. iM i .v RESOLIITIOIN NO. 63-7S WHEREALS, the State Department of Transportation has decided to distribute Federal Safer Road Demonstration Program Funds on the same formula used by the Federal Highway Administration; and fflIEREAS, there has been presented to the City Council a recommendation that the City enter into a joint powers agreement with Contra Costa County and the fourteen other cities in the County, which agreement sets forth the pro- cedure for distribution of the Federal Safer Roads Demon- stration Program Funds. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of 'Martinet that the Mayor be and he is hereby authorized to execute the joint powers agreement with the County and the fourteen other cities in Contra Costa County._ I HEREBY CERTIFY that the foregoing is a true and correct copy of a resolution duly adopted by the City Council of the City of Martinez at a regular meeting, of said Council on the 21st day of May, 1975, by the following vote: AYES: Councilren - KRAUS:, LANCE, RADKE, SPARACINO, THELEX DOES: Councilmen - NOSE ABSENT: Councilmen - NONE NOT VOTING: Councilmen - NONE Lawrence J. xowalsxi, City Llark City of Martinez, California 09650 Microfilmed with board order �i RESOLUTION NO. 75-15 AUTHORIZING THE MAYOR TO EXECUTE ON BEHALF OF THE CITY OF HERCULES A JOINT EXERCISE OF POWERS AGREEMENT FOR THE SAFER ROADS DEMONSTRATION PROGRAM. BE IT RESOLVED by the Council of the City of Hercules that the Mayor be, and he is hereby authorized to execute for and on behalf of the City of Hercules a Joint Exercise of Powers Agreement for the Safer Roads Demonstration Program, a copy of which Agreement is on file in the office of the City Clerk. The foregoing Resolution was duly and regularly in- troduced, passed and adopted at a regular meeting of the City Council of the City of Hercules held on the 19th day of May, y 1975, by the following vote of the Council: Ayes: Brenner, Deeg, Fawcett, Stadig, Woodfield Noes: None Absent: None 4tyoro te ity o Herc es I;ST: , e City C rk of the ity of Hercules Microfilmed with board order OW"51 __ ..._ .. ,-..r,.�,.e.Fes, ,,..•: . ,.. •,,,, - BEFORE THE TOWN COUNCIL OF THE TOWN OF MORAGA IN THE *ATTER OF: ) Approving and Authorizing ) Mayor to Sign Joint Exercise ) RESOLUTION NO. 30-75 of Powers Agreement Re Safer ) Roads Demonstration Program ) Funds for 1973-75 ) WHEREAS, the Town Council of the Town of Moraga has read and considered the agreement prepared by Contra Costa County pertain - C> to the distribution and disbursement of funds provided in the 1973-75 Federal Safer Roads Demonstration Program: NOW, THEREFORE, BE IT RESOLVED by the Town Council of the Town of Moraga that the Town hereby approves and authorizes the Mayor to sign the Joint Exercise of Powers Agreement pertaining to Safer Roads Demonstration Program Funds for the Fiscal Years 1973-75, prepared by Contra Costa County. ADOPTED by the Town Council of the Town of Moraga on July 30, 1975, by the following vote: AYES: Councilman Combs, Councilman Gross, Councilman Gilliland, Councilwoman McNulty, !Mayor Cory. NOES: None. ABSENT: None. Mayor" Crn i iFf.J ✓ ATTEST: �a ��a true cs;7j 00652 /�/�`1--� —=-- Tom'" Microfilmed with board order Town-Clerk v� RESOLUTION 110. 77-75 AUTHORIZING EXECUTION OF JOINT EXERCISE OF POWERS Or AGREEMENT WITH CITIES OF COYTBA COSTA COUNTY AND WITH CONTRA COSTA COUNTY FOR USE OF SAFER ROADS DEMONSTRATION FISCAL YEARS 1973-75. PROGRAM FUNDS FOR IVr,J: uune. ` ABSENT: Mone. Mayor Chit11Ff�D • ATTEST: ?o t�a true c��l 00652 l V � i?f% Microfilmed with board order Town- er RESOLUTION N0. 77-7 AUTHORL?ING EXECUTION OF JOINT EXERCISE OF POWERS OF AGREEMENT WITH CITIES OF CONTRA COSTA COUNTY AND WITH CONTRA COSTA COUNTY FOR USE OF SAFER ROADS DEMONSTRATION PROGRAM FUNDS FOR FISCAL YEARS 1973-75. BE IT RESOLVED by the Council of the City of Richmond that the Mayor and City Clerk be, and they are hereby, authorized and directed to execute in behalf of the City of Richmond that certain proposed agreement, attached hereto, between the City of Richmond and certain cities of Contra Costa County and Conga Costa County. I certify that the foregoing resolution was adopted by the Council of the City of Richmond at a regular meeting held May 27, 1975, by the following vote: Ayes: Councilmen Corcoran, P.a.fes, Silva,"Fernandez, Grydyk, Lagerman, Allea, Ca Abell and Nelscn. Noes: None. Absent: None- HARLAN J. HEYDON Clerk of the City of Richmond Approved: R_TC33.i. ?I. 121SO_. Mayor Approved as to fora: SA:4UEL V. .:C, GrATH City Attorney State of California ) County of Contra Costa ss. Microfilmed with board order City of Richmond ) I certify that the foregoing is a true copy of Resolution No.77-75 , adopted by the Council of the City of Richmond at a regular meeting of May 27, 1975. , f�/ate Clerk of the,,City of Richmond 00053 .- K c .'-- -;,.y.,u. . ..... w..-; :,tin"> �. w:. .�. -,:......_ ,+r., .... .. q... .c'..o3»..a.li..;Nna -, - + s�• ;,t.,,,:T�.,:....;..-. _ '11N i I; t; t! EEFWE CITY OOMM L OF THE QTY OF LAFAV-ErIE , M 71M PRTTER W: !i Approving an Agreement with ) f Contra Costa Courty and its Cities ) I;SOIMMM NO. 38-75 I; Re Safer Roads Demonstration Program ) i } ME CII' OOCI\TCIL of the City of Lafayette, California RESOLVES that the Joint E+nrc se of Powers Agreement, Safer Roads Drmmnstration i Program Fids for the Fiscal Years 1973-75, a ooay of irhich is attached } hereto, is approved and the Mayor and City Cleric are hereby authorized to ! execute said Amt on behalf of this City. PASSED AM ADOPTED by the City Council of the City of LzEayette on My 21, 1975 by the following vote: AYES: Councilmen Costa and Wasson and Vice tLzyor Fisher. t I NOES: t3or�: t ` AffiF-T: Councilman Pooinson and t`I�yor Langlois. 't t _ I1 f j VICE IWOR 1I 1. 4 Attest: is my aaaK :. Crb0�5� + Microfilmed with board order i I! 1 RESOLUTION NO. 751M_ RESOLUTIO!! APPROYMIG AND A!(i!lORIZIYG MAYOR TO SIfd! JOINT EXERCISE OF POWERS ACREVIENT RE SAFER ROADS DERMTRATIOU PROGRA31 FUNDS FOR 1973-75 UHEREAS the City Council of the City of Antioch has read and considered the anrement prepared by Contra Costa County pertaining to the distrihution and disbursenent of funds provided in the 1973-75 Federal Safer Roads Denonstratinn Prouran: q0:3 THFREMRF BE IT RESOLVED by the City Council of the City of Antioch that the City hereby annroves and authorises the mayor to sign the Joint Exercise of Potters Anreenent Pertaininn to'Safer Roads Denarstration Proaran FtCrds for the Fiscal Years 1973-75, prepared uv Contra Costa Countv. The farenoirq resolution ws passu[ and adopted-by the City Council of the City of Antioch at an adjourned renular meting thereof held on the 27th day of My. 1975, by the followfrg vote: AYES: Council members Giersch, Whatley, Aguilar and mayor pro-tem parsons LIMES: Hone MSE.IT:mayor Kline g� f • janec. MHUMy er (P;3 ql� Microfilmed with board order OU655 RESOLUTION NO. 22-75 A RESOLL"i'IOX OF THE CITY COUNCIL OF THE CITY OF CLAYTON AUTHORTZING EXECUTION OF A JOINT EXERCISE OF POWERS AGREEMENT REGARDING SAFER ROADS DEMONSTRATION PROGRA:%. FUNDS. WHEREAS, the County of Contra Costa and the incorporated cities within said County propose to enter into a Joint Exercise of Powers Agreement regarding Federal Safer Roads Demonstration Program Funds, and WHEREAS, the City-County Enaineerira Advisory Committee for Contra Costa County has recommended certain use of said funds and additional funds under the County's Aid To Cities budget, all as set forth in said Agreement, and WHEREAS, the city engineer has recommended that the City enter into such Agreement. NOW, THEREFORE, IT IS HEREBY RESOLVED by the City Council of the City of Clayton, that the Mayor and City Clerk are each hereby authorized to execute for and on behalf of the City of Clayton that ca_tain agreement entitled .Joint Exercise of Powers Agreement, Sar-er Roads Demonstration Program Funds For the Fiscal Years. 1973-75, a true and correct copy of which is on file with the City Clerc. Adopted by the City Council of the City of Clayton at a regular meeting of said Council held on May 21, 1975 by the following vote: AYES. C'::Ji�tr 7[a_.:�.�.:� 3CV3 T, HOY=3, PATTEN ARD ".AYGR NOES: f_3%.E / �f ABSENT: CGUNC I Lr;4as L_V T i.Lc Mayor .�t'!'TE ST C it I hereby certify that the foregoing Resolution was duly anc :eaularly passed by the City Council of the City of Clayton at a regular meeting thereof held on May 21, 1975. -City C•z Microfilmed with board order 00656 D .EC HEnn ..� , i 0 1975 ' '�''�"S DEPARTMENT COPY ' PUBLIC 4� � ,; BEFORE THE CITY COUNCIL OF TfiE CITY OF CONCORD 2 COUITY OF CONTRA COSTA, STATE OF CALIFORNIA 3 In the Matter of Entering Into Joint Exercise of Powers Agreement With 4 Contra Costa County and Various Cities in Said County Covering Distribution 5 of Federal Safer Roads Demonstration Program Funds RESOLUTION NO. 5288 6 I 7 h'HEREAS, the-State Department of Transportation (CALTRANS) has decided 8 to distribute Federal Safer Roads Demonstration Program Funds to the Counties in 9 District 04, of'which Contra Costa County is a part, on a formula basis; and 10 WHEREAS, the City-County Engineering Advisory Committee for Contra 11 Costa County has recommended that the Fiscal Years 1973-7S allocation be utilized 12 for County projects, in return for which the County would include in its Fiscal 13 Year 1975-76 Aid to Cities Budget an amount equal to 80% of the cities' share of ie the 1973-75 Safer Roads allocation using the FHWA distribution formula; and 15 WHEREAS, the County shall perform all the administrative work necessary 16 to obligate the Fiscal Years 1973-7S Safer Roads allocation on eligible projects 17 Costa County within the framework of the deadlines established by 18 vs;1AitLThRinA. Contra and 19 WHEREAS, Joint Exercise of Powers Agreement has been presented to the 20 City of Concord for review and approval. 21 NOW, THEREFORE, IT IS HEREBY RESOLVED by the City Council of the City 22 lof Concord that it approves the said Joint Exercise of Powers Agreement for the 23 purposes set forth above and authorizes the Mayor to execute said agreement on 24 behalf of the,City,ofConcord. 25 y PASSED AND ADOPTED at a regular meeting of the City Council of the 26 [ City of Concord, held on May 27 1975, by the following vote: 27 / 208 Miuofilmed with board or er 1 AYES• Councilmen - L. A«etedo, 11- Dixon, D. Helix, R. La Pointe 2 NOES: Councilmen - hone 3 ABSENT: Couneilme.: - R. Holmes regularly I HEREBY CERTIFY that the foregoing Resolution was duly and reg Y eting of the City Council of the City of s passed and adapted at a regular me 1975. � - - 6 Concord on Ma• 27 ,(�t_., ANNA M. BROWN, City Clerk 7 BY 9 Bernadette Carroll, Deputy 10 11 12 13 14 1S . 16 17 18 - 19 20 ®�® 21 — 22 23 24 2S 26 27 p 28 BEFORE THE CITY COUNCIL OF THE CITY OF PI:iOLE COUNTY OF CONTRA COSTA, STATE OF CALIFOR31A In V, e hatter of Approval of Joint Exercise of ) Powers Agreement with Contra Costa County for ) Adninistration ^d Distribution of Safer )RESOLUTION 110. 1115 Roads Demonstration Program Funds for the ) Fiscal Years 1973 - 1975. ) } WHEREAS, the State Department of Transportation (CALTRANS) n 'it ri to 24 25 26 27 23 -2- 00658 WILT BEFORE THE CITY COUaCIL OF THE CITY OF PIaOLE COUNTY OF CONTRA COSTA, STATE OF CALIFOR31A In tn` e Matter of Approval of Joint Exercise of ) Powers Agreement with Contra Costa County for ) Adninistration ..nl Distribution of Safer )RESOLUTION 110. 1115 Roads Demonstration Praoram Funds for the ) Fiscal Years 1973 - 1975. ) WHEREAS, the State Department of Transportation (CALTRANS) has decided to distribute Safer Roads Demonstration Program funds to the counties in district 04 on its 75 percent population, 25 percent. public road nileage formula used by the Federal Highway Administration (FHWA) ; and WHEREAS, Con tra Costa County has offered to prepare plans and seek Federal and State approval to utilize all 1973 - 1975 Safer Roads Demonstration Program funds designated for use by Contra Costa County cities, and thereafter to appropriate eighty percent of the cities' proportionate funds from county gas tax funds and provide these funds for gas tax approved purposes by the cities; and WHEREAS, Contra Costa County has drafted a Joint Exercise of Powers Agreement authorizing these transfers which would provide the City of Pinole with $4,935 additional funds for gas tax approved use. NOW, THEREFORE. BE IT RESOLVED, that the Mayor and City Clerk be authorized to execute said Joint Exercise of Powers Agreement subject to the City Attorney's approval of the legal terminology of the agreement. ADOPTED this 7th day of April , 1975, by the following -vote, to-wit: AYES: Councilmen: Blyler, Shadley, Smith, Tormey, Chakedis NOES: Councilmen: Clone ABSENT: Councilmen: Clone 1 / JAMEES F. CHA EDIS ^^ii•• HAYOR of the City of Pinole ATTEST: ELIZ" sETH-GRIMES CLERK of the City of Pinole Microfilmed with board order 00n59 RESOLUTION NO. 63-75 RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE JOINT POWERS AGREEMENT 144TH CONTRA COSTA COUNTY WHEREAS, the State Department of Transportation (Caltrans) has decided to distribute Federal Safer Roads Demonstration program, funds to the Counties in District 4 (of which Pleasant Hill is incorporated), and 14HEs2E2kS, the City-County Engineering Advisory Con-.nittee of Contra Costa County has recommended that the Safer Roads Demonstration program be enacted in Contra Costa County, and WHEREAS, the Contra Costa County staff has been authorized to administer the appropriate contract-for the Safer Roads Demonstration program, and WHEREAS, it is in order for the Mayor to execute a joint exercise of powers agreement with the County of Contra Costa for the admini- stration of the Safer Roads Demonstration program. NOW, THEREFORE, BE IT RESOLVED that the Mayor be authorized to execute and the City Clerk be authorized to attest to the joint exercise of powers agreement with the County of Contra Costa for the Safer Roads Demonstration Program. ADOPTED by the City Council of the City of Pleasant Hill at a meeting of said Council regularly held on the 19th day of May, 1975 by the following vote: Ayes: Fartinger, McLaren, Maguire, Harman, Grote Noes: None Absent: None (} LE ZaD E. GROTE, Mayorv Attest: - - Cr•R_ftFSED ATRVE O r Y OF A 'Ah CIT7 HIL aTY%Ix. DIONE M'U'STARD, City Clerk ` Microfilmed with board order x tt� L" >r w.4'.cxr-'t. .tk, z ,.s..�, a -xy,., t�r, - !1 q b EAA wv 3 S y'Y't fi t`r. } ' 1, 4 4"' fes'- "`f' M "^ara'r'7,,,,ry F'a-.i,"' f Y x .ti MX', -v °i' ; ' � t �}y��vNx�yA4sky't.�`a. X td i 2 h m, 1.1 'x '`"t.3` �v� 4�';�s .Pyr',`4 !_ '"''1AYTF rcI '}h ` y '4 k M i 4y ,Y-- �.p C�64t. _" ^�X .� F�* ,� ,u 1 ti17� a i I` i? r ��. .a.- 3 a r - -e tt�� J ,� 3�' � r ,I.�11 �. 5s i11. t i� �t .. M''� r r 38VG ""3" ,r nrrxa �Y sou�t i _ 'u w. r y i ' v t �r t wnwc.r : t s , rr.�,5 1t ,.3 }'a I 1 ..,4 ''F�S= ct;s�SgU k..�'�'rT,&—in," fL=-in��,i�..���.ak�l�'}I.11 .cY a�'►SR �����(Q'►'•k`E�+S��•1��.LXM,tr.��rtt� fi � l L +�w.'Tj aid �Y XrY°� d�=.. lL',/� P �k ,"00Wt _ 0 iiffi. �(�( {3�LyyKS1�F i y I _ Y� 1 2 9 ."fS' yet+ "`'}�`k F` t ..k $ 'dam.R�'' ' `2t" SN4 4 a ' t zq z ,�.r.a- '�trt � "' s . ##,d x 7f i a Lmyn^x r� _ wm0mT + t " "„"`1..''> ,''r rx,a+"y.r ,,f dx`�E1-41 mxa c <+� =:c9`tt�v �` x' RMT z,r �7 �i '..+.'' `taar {. ;3LW.`r,.'1' �a,Lti'FT`c «!of-wa1.S siCTb8,i -xr$?..�.r� r,'�lkp - .n ,',! u " ME wwm , r ; �t .s t' ? a x V_ k`�*► w'"p,� _'ger -,!$ 'otd :c. '+diad z�it"'s�s�,E.'a+taw."t.w,'71 u a � mb V - 14 .. `Y. ,4 3 }yam",_V> Nnw— fax'' + is .S. vew� 'uE'aCa�38 ..�. 7." �✓.X�x� s 3 *r. ., x3 i r# x"�°d �T MN,z N 1 °. 'h,, y.r r a 'x '� ^*_ ��.. t w z' yt ,w .�...«.�..t�{M ,.Y a <;"-* . -s �,'�ww u ' r C F .} �,.. `" b t+6.iG.... .rw i/3 a; +�fi '✓FJ "`cl w' " x� -6 ae F. ' 7 ' fi j'^1',jjg «t t4 Z%;."03 z.+ 3j? w ELS. 3� L1.' 1 ."�' " kk u...lI xr ;'y � 1r,4£ tF � P1�1 �� L� 7 «�Smsoo ��r���s���k� '3''% a .� _ sn s u t.3 _} a-`-g t : - nr bjst 4 t — "A' v ~._�4x. ..zF 0 312 :}Xi=�r� h�l�ri :2a1 $�" _ -- '3- �r,Atr ; tAl ; w r *tem N�,- - - ;;, x 1. .',i ii"� .�. ' :�'+�� * Yr a,'-"'t rmr+.^ - `a 3 ..+ .. air +M^ .Zi��le. '"b.F ''d 1"§Q,, &"7i.4'° rh.i - "ar t° t +r..ut v:'aw Y : .`.^ s a.,.r J'y1'i FS ,���+ -x rA va �a ,'•.0 est," ; "r +. v �¢ S ��. f ^' rm fps � v x:g fk,y,�a '` f it Y tf�^ � r k 1. '�`wy .11,+" t u #�- 'J�a�a'i �n a��+ �.:'+�'+ d s �'�' $5�'S-"y" 'MI ,t; ' r - �c,lp'a,.,4, c. a^x c7h'u-�, z.ywtr"a t"R '."',,'*�" ..+"....+.w ,r ;.FM,, w :.�' ,,'a`+y%w' r'�,n` ,�i.st. o s A 6 nw.'+fi S^.,I r.sG:: 'K�' �;. ; t''- �%k ',', ' ,�!V` 0 'a.'�`"'t 7' 11P ,rr v rt c an USa ,-£ a c P t ,�e- 'x a`� ""„�+�a•IN MAy`'4''x."-t . 3 x } W 1 z u+.m`YP"1Cf 5,¢7 ' 11 .. ,�J ya W. 11 '' S fib' kfi.'"j �R �r,'1}� ' S. ' t t.s 'r.t „ M L x < s!A _,_._+v",`""'e ys. __ +.„,5 4 f t W 3 E y 5 m}.'0.= m?!"" I— a �Ar Y f. ' L` qu i,* e Y b { Aft "S1"11 ,6111P& � $. .h Y ,t ( S ,3 w,rylr i Ts„a�� „ rw s1. t , I 3 r S a r`�k' ~b o 3 � Y r '� 14 , 'fX .', a _gy, r r � ' " t„ 2 x" j y r".;y N cP ,t £ u. 1a.�Sr F'nf^ t,. .; ,"I )ti twit �,1�� � � h%boorddzo d _ . 11 I a; h 11 "�' r ' t X. ` a.a ^ '.R z ! Tk r r r �,.0 �1 i s , s� ILLS �, " - !tId`Cti'x3a. G ` y *ut ' "J C„n aGs .fin , �;T0 Lex_�' ' " -_�,'��.,�;, , t :' ,..,,.r,.�r fi A k [ � ;� R_ i a a R .� .y CCa774" _ `iA.sy' Y i ,, t 4t R 1 k i yk:.R #i' H" Pt'''..+G''�"$ \i1, ,', i'•.v. ,';t 4.tyr, r+ Yx w.F"Yr,.r A ;,, 4 t I -_ r !I 11 IL 1 .. �� #11!3!✓, � ' � '' a 'ar m ._.91.I inns :! �I.I tl !' In the Board of Supervisors of Contra Costa County, State of California June 22 , 1976 In the Matter of Jersey Island Ferry Rate Increase On March 18, 1975 the County entered into an agreement with Jack and Lorna Freitas at a cost of $5,200 a month to provide automobile, truck and pedestrian ferry service between Webb Tract, Frank's Tract, Bradford Island and Jersey Island, commencing July 1, 1975 and continuing until June 30, 1980. On July 14, 1975, this agreement was assigned to Louis and Hazel Immethun and approved by the Board of Supervisors July 22, 1975. It was further agreed under Section 9 of the above agreement that the contract payment rate would be adjusted annually effective July 1, to reflect the cost of living increase/decrease as determined by the Bureau of Labor Statistics Consumer Price Index for the Nine Bay Area Counties. The cost of living for the period April 1, 1975 to April 1, 1976 has been determined to be 6.05 percent which increases the monthly rate for such operation from $5,200 a month to $5,463 a month effective July 1, 1976. On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that the aforesaid monthly increase is APPROVED effective July 1, 1976-to June 30, 1977. PASSED by the Board on June 22, 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: Public Works Dept. (B&S) Supervisors cc: Public Works Director armed this 22nd day of June 1976 County Administrator J. R. OLSSON, Clerk County Counsel By //• Deputy Clerk County Auditor-Controllers.rINGFUHAM Mr. Louis Immethun 1218 Hargrove St. Antioch, CA 94509 O(,e�62 M 24 6175 10M �I In the Board of Supervisors of Contra Costa County, State of California . June 22 , 79 76 In the Matter of Authorizing Acceptance of Instruments. IT IS BY THE BOARD ORDERED that the following instrument is ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE Grant Deed for 6-14-76 Broadmoor Homes, Inc., Sub. 4742 Development Rights a California corporation PASSED by the Board on June 22, 1976. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 22nd day of Jame 19 76 J. R. OLSSON, Clerk Originating Department: Public h1orksBy nnIc IBo Deputy Cleric 9 9 P .3onn`e Boas Land Development Division cc: Recorder (via P.h'.) Public Works Director Director of Planning 00663 If 21 Ay.x S 8xor::d of aha thaw or C39T,Z1 C=A CCA1tM i-o b- PRK PLWJ.&SPEC.p.P FUSUC WOM DEE. RECO�;S SEMO;i GRANT DEED FOR VALUABLE CONSIDERATION, BROADMOOR HOMES, INC., a California Corporation, hereby grants to the COUNTY OF CONTRA COSTA, a Political subdivision of the State of California, Grantee, and its governmental successor or successors, the future "Development Rights", as defined hereinbelow, in that real property situated in the County of Contra Costa, State of California, particularly described as follows: Parcels "A" through "Z", inclusive, and parcels through "A-4", inclusive, as shown upon the Map of Subdivision 4742, filed in the Office of the Recorder of the County of Contra Costa, State of California, on the 117TO day of MA Y , 1976, in Boo!y of baps at page -47 "Development Rights" are defined to mean and refer to the right to approve or disapprove of any proposed construction, development or improvement which woi;ld substantially and materially change the nature of the "current proposed use" of the real property; the "current proposed use" of the real property includes the following: One (1) recreation building; Thirteen (13) tennis courts; Two (2) swimming pools; One (1) cabana building; One (1) 18 hole golf course; One (1) golf course maintenance building; Patios; Ail walkways, trails, drives, private roads and park areas; 00661 Reasonable and necessary lighting standards; All utilities and utility easement areas; Courtyard areas; Telphone and cable television installations; Drainage facilities, systems and patterns; Entry gate guardhouse, entry gates, perimeter walls and/or any fencing; All reasonable and necessary incidents to any of the foregoing; and Such other facilities as may be deemed desirable by the Owner of the real property exclusively for the maintenance and preservation of the real property and/or the recreation and leisure of the owners, members, residents and users of the real property and all adjacent real property now owned by BROADMOOR FOMES, INC., in the County of Contra Costa, and any and all planning, design and landscaping incident thereto. The "Development Rights" are, and shall be a form of negative easement over all of the real property particularly described above, which shall run with such particularly described real property and shall bind the current owner and any future owner or owners of all or any portion of the real property particularly described above. In the event of Grantee's (or its successor's) disapproval of proposed construction covered by the conveyance of "Development Rights" herein, said proposed construction shall not be performed. Grantee or its successor may condition its approval of any proposed construction upon the prior or subsequent performance of such conditions as Grantee or its successor may deem appropriate. Any owner or owners of all or any portion of the real property particularly described above desiring to -2- .A 0( r,67 s d3velop any improvement requiring the approval of Grantee or its successor shall sumit to the County Board of Supervisors or the governing body of its successor a written proposal describing the nature, extent and location of such improvement. Grantee or its successor shall have sixty (60) days from receipt of such proposal in which to grant its approval or disapproval. Failure by Grantee or its successorto approve or disapprove within said time 79 shall be deemed conclusive approval of such proposal. DATED this 14th day of June , 1976. BROADHOOR HOMES, IFC.':................ a Calif 'a rpotation, , v STATE OF CALIFORNIA ) ss. COUNTY OF ALAMEDA ) On this 14th day of June , 1976, before me,Patricia T. Redd}ch Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Ray D. Boone known to me to be the Senior Vice-President of the, within corporation and known to me to be the person who executed the within instrument on behalf of the corporation therein named and acknowledged to me that such corporation .executed the same pursuant to its Bylaws or a resolution of its Board of Directors. Its WITNESS WHEREOF, I have hereunto set my hand and -3- 0066S fnr •-iii .executes the a,ame Ljua„tr .uc its Board of Directors. IR WITNESS WHEREOF, I have hereunto set ray hand and —3- 0066S t ; t affixed my official seal in the County and State aforesaid the day and year first above written. _ O:•�CU srn r. L@/, ` . PAMaA L RmDjcK -+r NOTARYPUBLIC•"LISORKM k►Car►w feFaewuweoA `t •._� t I C ` , i(i ( � Wr9;Lip' Notary Public in and for said County and State CERY7 iQATE OF ACCEFTANC E BY COUNTY OF CONT to CORT'A THIS IS TO CERTIFY t►mt the interest in real praprrty convey x!by the deed or grant,data: b— f '_ 6 from._..!;gQ44 Y.0 _hQit1, �.=1V.L'c the Grantors named therein,to County-of Conan Cts, » 1-ilitirat rs:r:aLs!o. oj t!�e State of California,is hereby ac.-epted by order of the t:�a:•!_.:=:: en.v•ra z. 2��?6 a:d the Grantee consents to recordation thereof b--it. Aj-3U!hgrircd o: crr. natLa_....__. --�. •2.2 /976 A.•puty -4- 00667 -. MMM " . .iLa1r•..•. •� .7 1�i, rIC BOA LD OF Su?AMISMS . Q4 MMA COSTA CO'Jss'TY, sum OF CALn?MNIA In the Mattor of Awarding Contract ) , fats Street Sweeping 1976-77 various Areas ) June 22, 1976 Countywide items 2-3-4-6-710. ) ) Biddor Total Mout Bond #snount:r J. A S. Sweeping Service 413,735.44 Labor do sats. 6,867.72 - P.O. B= 26154 Faith. Pert. 113m735-44 Still Francisco, C!1 - Riclmlond Sanitary Service 205 41st. Street . Ri clneond, Cil ine atone-captioned project and `ho specifications' ti:orefor beizlg approved, bids being duly invited arA raceivod, tho Public Forks Director roeownding that the bid listed fide: cb:rae is tho lowest responsible - bid and this-Board concurring and so finding; - IT IS ORDERED that tho contract for the furnishingg 'oma labor and materials for said work is ars -dod to said first listod biddee..- at tho listed aiunt and at the unit prices subplittad in said bid; ertd that. avid contractor shill xresont two good and aufficicnt surety bonds as indicated above; and that tho Public Noeses Departumf shall propare tho caitract thorofo:•. IT IS Ft2iTS>sit ORM= that, after the contractor has signed tho• contrdct and roturned•1t torsither with bonds as noted above, and any roquired certificates of Insurance, mid tho County Counsol re:a reviewed and approved them as to fora, the Public :corks Director is authorised to sign two contract for this Board. IT IS FJRTH t OiiDMM that, upon signature of tbo contract by the Public Works Director, tho bonds posted by tho othor.bidders are to ba cxanaratod and any ahccks submitted for socurisy shall be returned. PAS314i by tho Board on June 22, 1976 0 . • CEIMPIED CMT •Originator: Public Works Department 1 r.:aCf Mag ears Is a Is:.twum a rs}al nam of Maintenance Division sap°'l•;-1 wwmoav wwb re an fik in r•g . Fid sl.:is vas sapor'd A 6&p:M W 0.- 3~4 ar • sea..:r.bo>ra.ATS Tt Pr: J. l:. I.:JC�q:_ e%Ness cc: Pubis Works Director �a~ �� County Auditor-Controller `,, JUN 2 2 1976 Contractor 00UU0 .� Street Sweeping 1976-1977 Bids Due June 22, 1976 At 11 O'Clock A.H. 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 'SW EIET jN l �uRV I C—e. BUSINESS ADDRESS-- (� -8O`�--- �0�s �yt - -----------------/-------- PLACE OF RESIDENCE tJ - nin NC ICU CA Cl 14 IL, --------- -�-�-- - --�•---------- ------------- 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, PLAIDS 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 St.EEPING 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 All AMOUNT BASED ON THE UNIT PRICES SAID SWEEPINGS AS ESTIMATED HEREIN BEING $ , ' . i (ZNSERT 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 r, (12.00 curb miles) (�/ •j, ` I-) �U v 2 12 Sweepings Sweep M-4 Service Area (68.02 curb miles) P-1 Microfilmed with board order 01)ri69 �a PROPOSAL (Cont.) Unit Unit Item Area Estimated of Price (In TOTAL No. Quantity t".easure Item Fi<rtrrs+c� (tt~ F_gscrc} 3 12 Sweepings Srieep R-5 Service Area r- (5-84 curb miles) 12 Sweepings Sweep M-6 Service Area r . � (I S-12curb miles) 3�• -%fit �� i!•^} • 5 12 Sweepings Sweep M-7 Service Area (14.73 curb miles) 6 12 Sweepings Sweep M-9 Service Area (2.)6 curb miles} 1`1 4 �JS �Vrj • 7 52 Sweepings Sweep M-11 Service Area (6.61 curb miles) �� • (j I 1 r f 8 12 Sweepings Sweep M-12 Service Area (1.34 curb miles) ��. • C{ I�!{�. ��(, 9 12 Sweepings Sweep M-17 Service Area Sanitation District 3 (45.,92 curb miles) and Montalvin Park Parking lots west end of park t between Lettia Rd. and Denise Drive. l0 12 Sweepings Sweep M-20 Service Area I (4-66 curb miles) it 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 WORK. 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 1S 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 "IS PROPOSAL TO THE COUNTY OF Ca%TRA 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 W170 -wi � 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 ($50-00) 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 h-n • Ain ItIT" -It -TV -ATI'-•-ArTnRV Tn T11- RnAan n- t-11P-Rttt,nR" itIT,rl,t -11- LABOR AND HAitRIALz. Btmu IN AN A•_,itu+i c V40AL Ju . I• I I .-ec6....1 u- I• lul. L_ ..,.JU..l OF i-1S 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-z 00670 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 ($50.00) 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 00671 A 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. ----------------------- ----- -- ----------------------------- -------------------------- 0- LICENSED - ----------------- -------- LICENSED TO OPERATE THE BUSINESS, IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRATION OF STATE LICENSE ND. ------------------------------------------------------------------- ------------------------------------------------------------------- ---- - ==-- - -�---------------------------------- (SIGNATURE OF BIDDE BUSINESS ADDRESS PLACE OF RESIDENCE -- --FAQQ q DATE ---�° �•--------------------- 006 r2 P-k _ ! N- 10214849. S'ZIURITY rnGIi CNAQBANK7INi r + cA E :A.-IF•ORMIA AND MONTGOMERY OFFICE II-39 i .., 'AUFORNIA ST.,SAN FRANCISCO.CA 9.:102 = TLne 2'1,1976 1210 91AI To OF County Costa 2120odd,so"o 't AUT1pRI�SJGPWURS , n' Z0 2 Z4S1.9u'''=1:,1210�N00391:SOO�uSbO 2t,3u, ' i _ Microfilmed with board order O(f1"173 WWI M- 0 sNM1 $a. i�S >:itriuZD Or' SuPr�i�G:S OP CONTRA COS'!'A CO'.w'TY, Sun c r CAIaIFOBm - In the ?latter of Awarding Contract ) for Street Sweeping 1976-77 Yarlcus Areas ) June 22, 1976 County vide Items 1-3-9. ) r. Bidder Total Amount Bond Amounts Rieh■ond Saaitary Swig 17.384.08 Labor & Nuts. 3,692.00 . 203 41st. Street Faith. Perf. 7,3K.00 Rle ■ond, CIL J. & S. Sweeping Swig P.O. Boot 25134 ' San Francisco, 011 The above-eaptianed project ct and the spdciTicationa• Vuerefor being approred, bids being duly invited and roceived, the Public Works Director roeoem`endinQ that the bid listed first above is the lowost responsible bid and this Board cancurring and no finding; . I7 IS OliDRUD shat the est.-act fcr the farnishinn'ff� of labor and matorials for void work is awnrdod to syid first listed bidder at the listed ihrmt and at the unit prices submittud in said bid; and that said contractor shall wesent two goon end sufficient curet; bonds ss indicated above; and that tho Pul,lie Works Dopart®ent oball -,Wo s the contract thorofor. . IT IS FMT= OPJ)M= that, after the contractor bas signed the contract and returned,it toeothor with bonds as rated above and any required certificates of insurance, and the County Counsel hm reviewed and approved them as to fora, the Public Works Director is asthorised to aign the contract for this hoard. IT IB PMTMM OEDMED that, upon signature of the eortraot by the Public Works Director, tho bands postod by tho other bidders are to be ormnerated cud any cbacLa cubmittod for sewarity aball be returned. PASSED by the Board an Jung 22, 1976 . • Ctk77E m cnry Originator: Public Wwrks Dspartoant d axial am 26:. t*a tab.stop a c4nm reps K Maintenance Division �er&4ml d'"Su rLs`sIA:r a s tdar h ar et:� a•rd tl+.t 1t st. tans -e&4m*t d K tb l e rd at Praia traabm a•t i'ratta MIA.INO&Tr. t ata'•tir'Z ata6 dw wear #t.MraL A:TIXT: J. C. OL34%1%. Cp aW CIrk X ra-Wltio Coat ad WA Howd K JwpwesLmw6 cc: Public Works Director 4 sem tarsi County Auditor-Controller " JUN ES 19m Contractor 094 Street -eping 1976-19 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_--_ O S____y_/ sT_ S/•__---f 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 610, 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) /OI 6y l a19.6k v 2 12 Sweepings Sweep M-4 Service Area (68.02 curb miles) P-1 Microfilmed with board order 00� � . . .. . ..... PROPOSAL Cont. �t Unit Item Area Estimated •Price (In TOTAL No. Quantity Measure Item F;rturr+c (In Finures) 3 12 Sweepings Sheep R-5 Service Area (5.84 curb miles) 4 12 Sweepings Sweep M-6 Service Area (15.12curb miles) 5 12 Sweepings Sweep M-7 Service Area ]/1-6 (14.73 curb miles) /ay.7(+ 14'17. 1- 6 12 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) 3333 3 99 9& " 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. *4C 7. a$ 10 12 Sweepings Sweep M-20 Service Area (4.66 curb miles) 90Ick 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 PP.EVAIL. 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 WORK. 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-2 710 PROPOSAL (Cont.) e • 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 ($50.00) 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 Q{'r 17 r 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. -ktGHMojy—__�s_Ai_v��a"t--, R--K�cf-------------------- -------------------------------------------------------------------- -------------------------------------------------------------------- -------------------------------------------------------------------- --------------------------------------------------------------------- LICENSED TO OPERATE THE BUSINESS, IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRATION OF STATE LICENSE NO. ---------------------------------- ------------------------------------------------------------------- ------------------------------------------------------------------- Poo ( iG----94 e- -NATURE OF BIDDER) BUSINESS ADDRESS s y � -fr ------------------------------------------------------------ PLACE OF RES IDENCE_7 - - �`EG yr_v_T C T N DATE a aa- 7f L� ------------------------------------- 0061 P-4 Street S::eep i ng 1976-1977 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA 94553 NOTICE TO CONTRACTORS r 00 P-4 Street Sweeping 1976-1977 • CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA 94553 NOTICE TO CONTRACTORS _ Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 11 o'clock a.m.on June 22, 1976,for the furnishing of all labor, materials, equipment, transportation and services -for Street Sweeping of Various Areas Within the Contra Costa County The project is located in 10 areas located throughout the County. Contractors may bid on any or all of the following areas. The sweeping shall be done in accordance with official Plans and Specifications prepared in reference thereto. ENGINEER'S ESTIMATE Area Estimated Unit of No. Quantity Measure Item Total each area 1 12 Sweepings Sweep M-3 Service Area (12.00 curb piles) 2 12 Sweepings Sweep M-4 Service Area (68.02 curb miles) 3 12 Sweepings Sweep R-5 Service Area (5.84 curb miles) 4 12 Sweepings Sweep M-6 Service Area (15.12 curb miles) 5 12 Sweepings Sweep M-7 Service Area (14.73 curb miles) 1!ill 7. 6 12 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) T7 9. 9 4 9 12 Sweepings Sweep M-17 Service Area Sanitation District 3 (45.92 curb miles) E Parking Lot 7 N-1 006 P 79 NOTICE TO CONTRACTORS (Cont.) Area Estimated Unit of No. Quantity Measure Item Total each area 10 12 Sweepings Sweep M-20 Service Area G (4.66 curb miles) J� 90.60 TOTAL $ Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, 5th Floor-of said County Administration Building. Plans and Specifications (not including State Standard Specifications or other documents included by reference) and proposal forms, may be obtained by prospective bidders at the Public Works Department, 5th Floor, County Administration Building, upon payment of a printing and service charge in the amount of Five dollars and 86 cents ($5.86) (Sales Tax included) which amount shall not be refundable. Checks shall be made paya5le to '?HE COUNTY OF CONTRA COSTA," and shall be mailed to Public Works Cepartment, 6th Floor, Administration Bldq., Martinez, California 9+553• Each bid shall be made on a proposal form to be obtained at the Public Works Department, 5th Floor, County Administration Building. The County reserves the right to award to the lowest responsible bidder on each area and or to award to the lowest responsible total bidder for all areas. In order to be considered for work in all areas, bidders must bid on all areas. However, bidders are not required to bid on all areas to be con- sidered for work on each area. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "THE COUNTY OF CONTRA COSTA." The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County_ v NOTICE TO CONTRACTORS (Cont.) Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "THE COUNTY OF CONTRA COSTA." The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited uccessful bidder refuses, by the bidder and retained by the County if the s o furnish the necessary bonds neglects or fails to enter into said contract or t after being requested to do so by the Board of Supervisors of Contra Costa County- '1^ j' N-2ii°►'✓1� NOTICE TO CONTRACTORS (Cont.) Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 22 day of June, 1976, at 11 o'clock a.m. and will be opened in public and at the time due in the Chambers of the Board of Supervisors, Room 107, Administration Bldg., Martinez, California, and there read and recorded. Any Bid Proposals received after the time specified in this notice will be returned unopened. Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the monthly cash payment due to insure the proper maintenance of the area defaulted by the Contractor. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for the County. 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. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY DATED: J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF PUBLICATION DATES: THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA By De, :ty OUrb1 -3 In the Board of Supervisors of Contra Costa County, State of California June 22 . 19 76 In the Matter of hdlourning in Memory of ?sir. Edward J. Marchoke, Jr. The Board having learned with sadness of the death of '.qtr. Edward J. Marchoke, Jr. , a civic leader of Pittsburg; IT IS BY THE BOARD ORDERED that its official meeting of June 22, 1976 is ADJOURNED in memory of Mr. Marchoke. PASSED by the Board on June 22, 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. Witness my hand and the Seal of the Board of cc: County Administrator Supervisors affixed this 22 day of June . 19 76 J. R. OLSSON, Clerk By L,IJr r t o Deputy Clerk Bonnie Boaz 0l��fi2 H-24 3/7615m And the Board adjourns to meet on af 1974 at VeDo in the Board Chambers, Ifoom 107, Administration Building, Martinez, California. . P Ke airman ATTEST: J. R. OLSSON, CLERK Deputy 0063 . .... ...... SUW.ARY OF ?RO=D=GS 3E?OR= THE 30A?D OF SU?ERVYSORS OF CO:IT3A COSTA COtZTY, J[PtE 22, 1979, ?Fr?A?.ED BY J. R. OLSSOH, COUNTY CL UK AID E[-OFnCT_O C*LERt OF THE BOARD. Approved personnel actions for auditor and Medical Services. Approved appropriation adjustments for Auditor, Health Beat., Public 'corks; and Internal adjustments not affecting totals for Public Works, Health Dept., Probation, and Sheriff. Authorized attendance at meetings as follows: _ _ G. Strankman,•_D+strict attorney, aii�C.'leridrua,—''iirobation, at workshop on Improved Lower Court Case Hindlln,j, Las Vegas, NV, July 7-9; J. Shoras and H. Bows, District Attorney,•ZItn'-Western RePional Reciprocal and Family Support Enforcement Association Conference, Vancouver, B.C., July 5-9; T Finley, Project Manager, Contra Costa County Detention Facility, to Chicago, T_L; St. Louis, NO; and Denver, CO, to inspect detention facilities, July 5-2. Recessed at 10:25 a.r. to meet in Executive Session to consult with representatives In connection with discussions of salary utters, and extended retroactivity to July 23 in connection therewith. Authorized placenent of Court wards at ?_^ed ?inch Youth Center, Oakland; ?Iumfield, Inc., Santa Rosa; Devereux Schools, Goleta; and Lincoln Child Center, Oakland; and special special board rates for dependent children of the court In home of 1. and 0. Bellows, Pittsburg, and E. Puiha=, Antioch. Denied claim for aersonal i-+uries filed by 0. Arnold. Ae=oved as referral to Administration and Finance Co=:ittee ;Supervisors Boggess and lvorlarty) letter fr= Creckett _rcreve--ent and 3u3inessren's Association submitting reccrrendationa for reduction in Countv budget for ?Y 197E-TT. Authorized :!rector, :=man Resources Agency, to execute certain contracts for mental health services for FY 1:75 Authorized Public Ror'its Director to execute a Consulting Services Agreement with Vechanical Consultants, ;ac., for remodeling County Finance Building Air Conditioning system. Adopted Ordinance No. ?5-=,1 a.-erdin= County Ordinance Code to make meat violations of the Code Infractions rather than aisde--eancrs; and king femiai^e gender including masculine, etc. Adooted Ordinance ::o. -52 a e.^.di:.: Count? Ordinance Code to clarify that Civil Service Commission may waive cortetitive examinations in certain circumstances. Accepted for recording only Offer of Dedication for :roadway curpeses for Sub. MS 17-7h from R. 1aye, et a1, Accepted Grant Deed for Development =1Fht3 from Broadmeor vexes, Inc., for Sub, hTh2. Accepted Grant Deed from J. and A. Carter required as condition of approval of LUP 3001-76. Accented Grant Deed frca ::. Child, et a1, recuired as condition of approval of LUP 21h3-7h. Accepted Grant Deed frog W. and C. 3alfrey required as condition of approval of '"? 2422-7h. AcceptedfC= .. ..f-eccrd'.• lim Iffier of "ed'ca.ion far star drain purposes required as c9:di-_on ofa b:._;di:^.., Gerrit, :anvil-_ area.. granted one-year extension of tire in which to file final rap for Sub. }a27, El Scbrarte area. Of) PA -.-• d. „'ply •;.. ... June 22, 197E Sumr;arr, continued --- Page 2 areaApproved settlement and 'icht of fiar Contract for Oak Rood F�± and authorized Punic f'o+Ys DOf ",avr to east for said contract e* domino, ValnutHunt Creek with P. Hunter, Accepted v.. .n,- i.-- , z . and A. Carter required as condition of approval Of Accepted Grant Deed frc' J• LUP 3001-76. of from Child, et al, re°'�-red as condition of approval Accented GDrant eed LU? 2143-74. m and C. 3alf:'ey required as condition of approval of Accented Grant Deed fro 2022 7h• required �, _ -ply offerof :ed!eatior. for sto:� drain purposes ._qu Accepte- fer reccrdln -o^.- -aziville area. as eon ditior. Of a tui n'- _ -, - ,dit are-year extension of tine in which to file final nay for Sub. X927, E1 Scbrarte area. June 22, 197E Summary, continued -'age 2 Approved settlement and ?icht of Nay Contract for Oak Road Widening, I'alnut Creek area, and authorized Public Yorks Director to execute said contract with F. Hunter, et ux. Arnroved Traffic Resolution Nos. 2203, 22nh, 2205, 2206, 2207, 2208 and 2209. Fixed July 27 at 1n:4. a.m. for hearing on recommendation of Planning Commission with respect to repuest of C. Wallen to rezone land In the Walnut Creek area (2002-RZ). Adopted Ordinance No. 745-45 rezoninf land in the Danville area (1998-RZ). Authorized Farshal, Walnut Creek-Danville Judicial District, to destroy certain records dating from Jan. 1, 19FO through Dec. 31, 1970. Authorized Auditor to advance funds for operation of Office of Econotrlc Oppor- tunity Prorrar., pending receipt of federal Grant. Accented donation of ambulance f-or Cadillac Ambulance Service, Inc., for aiding training techniques of Enerrency wedical Technician Prorran. Accepted donatier. or S? nOn frog Orinda roundation for park inrrovements and oneratinr expenses for CSA r- Authorized Director, Hu-an Resources Agency, to negotiate with appropriate State officials to obtain additional funds for County alcohol rrogra- for FY 1975-76. Established County position In support of 93 3000 which would decrease local share requirement for funding Econor.ic Onoortunity Prograns. ___ Ao---ovedrequest for remission to close Orinda Nay, Orinda area, for a Fourth of Jufy Parade, subject to certain conditions. Approved request for nerrission to close portion of Danville Highway, South Hartz Avenue and San Ra.-on faller Soulevard, Danville area, for "Fourth of July Celebration" parade, subiect to certain conditions. Apnroved request of Liberty Union. High School (on behalf of the City of Brentwood, the Brentwood Park District, and the East Delta Recreation District) for a revised joint application for funding under the State Beach, Parks, Recreational and Historical Facilities Bond Act of 1974. Acknowledged receipt of petition requesting that certain excess county real property in Assessment District 1973-h, Danville area, not be sold for private develop- rent but rather that it be used for park purrnoses, and referred the natter to Public Works Director, County Administrator, CSA R-7 Advisory Committee and Danville Parking District Taxpayers Advisory Co=Ittee. Acknowledged receipt of memorandum from County Counsel relating to proposal to ban sale of wild anirals as household nets. Authorized issuance of Certificate of Appreciation to H. Shideler for 35 years of county employment. Approved retention of representatives and alternates on Economic Opportunity Council for FY 1976-77. Approved surety tax bonds for Sub. 4689, Martinez; Sub. 4719, Hercules; and Sub. 4644, Lafayette. Approved transfer of supplemental txant-In-aid to East/Central Contra Costa County Wastewater Management Agency funds. As ex officio the Governing Soa_-d of the Contra Costa County Fire Protection District, awarded contract to airkhar, Choan 6 Kirkham Inc. for remodeling of former Administration Building, Pleasant Hill area. 01� b5 June 22, 1976 Su--,-:any, continued ?age 3 Acknowledged receipt of rerorardun fron Director, Human Resources Agency, with respect to convIlance with rerulatiens governing senior citizen projects. Cancelled highway right of way acquisition revolving fund, and directed Auditor to return S1OO,ORO to road fund to cover increase in 1976-77 road budget. Authorized Public Forks Director to exercise option Drovision in Purchase Agreement and ODtion with F. Couper, et al, for acquisition of prooerty for park purposes on behalf of CSA R-T. Acknowledged receipt of letter from Congressman G. Miller pertaining to Section 8, ?lousing Assistance Payments Program. Awarded contract to Bra'taugh Excavating, Inc., for 1976 Overlay Project, various county areas. Awarded contract to W. Srith for Lombardy Lane Culvert Replacement Project, Orinda area. Requested Public Works Director to have English Hawthorne Tree from The Chartered Bank of London planted in aznrooriate olace. Authorized C..hai:-tan to execute the foliowirr: Apollcation to Public Utilities Corrission for allocation of funds from Crossing Protection :laid for installation of automatic crossing gates at railroad crossing on Byron Piot Srrinrs Road, Byron area; Grant of Access to Public Highwav which allows access to Canino Tassajara in conjunction with Sub. MS 17-74, Sar. Paron area; Joint Exercise of Powers Aereerents with Cities of Antioch, Clayton, EI Cerrito, Lafayette, Yartinez, ?i:xle, Pleasant Hill, Richmond, '.4alnut Creek, and the Town of Mor aca for distribution. of certain Federal Safer Poads lards allocated for ?! 1577-75; Joint Exercise of ?ewers Acreerent with Central Contra Costa Sanitary District for censtructicn of sewer facilities in L!*torna Road Reallq=e.^-t v oject�;; Alamo area; Agreement with G. and C. Clifford for installation of crivate irorovements in YS 32-7t, Walnut Creek area: . JointExercise of Powers A -ee--ent with City of Walnut Creek for signal maintenance and ^ig-':way safety lir:^..._~ at _-eat 317d. and Bancroft Road, Walnut Creek area; ASreer..ent with StateCeet. of Health for alceholise program study and changes in County's cor=uterized -ental health orog.an -annagement information and evaluation system; Ar=eement with State ?eraonnel Board for testing services for Civil Service exa= nations; Head Start Grant Acr-lication to Leet. of Health, Education and Welfare for Head Start services to handicaeaed children; Contract with Z. _avid, ?h.:., for Probation Cept. staff training in Crisis ^.terventicr.; Contract with Las Trampas School, Inc., for mental health services through Dec. 31, 157, under Short-Doyle Annual Plan for ;.;- Contract ?Contract with R. 'Korn, =h for training staff of Health Cept.'s Alcoholism Information and nehabilitation�Service in arcun ?s7chothe-soy and ?svchodraaa; Contracts with L. Forbes, M.D. and. J '4allerstein for Social Service staff training; Contract with Brookside Hoseital in Sar. ?able for payMent to County for public health nursing aria/or social worker services; Contract with State Office of Narcotics and Drug Abuse for Discovery Program aucr.entation and project to offer alternative ncr.-narcotic treatment to methadone ra-nterarce; Cent-act with ?. Conlon, y.D., training Ve.^.tal Health staff is "edicatton Side = fects and rCcrear -:e Cutcci=e ••dies" Contract with eerinterder l of . ^ + heels for rchase of two hours release time for school secretaries to attend vcrk3eccfor trainingin assisting with uncle^entation of ::=urti-atien Assistance ?rc�ect--Ch!d =eal7h and D satin .7 %r!•Jention recording system; Addend-7 to cf-.mre _sane =..CreL:'e.^.t with ^.are :or^oraticn for Generalized -cr,runI=ati^ns =erface for use of tele-rccessi-.gwit^ .':ata base syate--; Joint =xer ise of ?_vers :creeren_ with Cities ofinch, 3 _ntwood, Cla7tcn, Concord, _ mer- tO, Here-.les, -afa7 te, "artinez, ?inole, ?ittsbLars, Pleasant -i11, '4ichrcnd `3Li ?abl 'dal^ eek and r -own o. t rs;l for �i •w. f =ed• 0 0._ a str_..ution o. era: Safer 'cads f=ds allocated for -77 =. O()Fb6 June 22, 157E Sur-.arc, continued Deferred to July r at 1n:L:; a a. decision on anneal of ?aymond (rail and Associates frog Planning Co-rission denial of Aprlication IIo. 1625-13Z to rezone land in the Brentwood area to Sinrle Pa^.i';' Residential Dsitr•ct-40 (R-hO). As ex officio the Governing Board of the Byron. Fire Protection District, approved Addendum I.e. 1 to contract documents for construction of Metal Apparatus Building at the district, Byron area. PReferred to Contra Costa County, El Sobrante, Moraga, Orinda and Riverview Fire rotection Districts letter from Central Labor Co �4i r r r statlnr that fl—ren 4 .c.,,ase of Lao hours release t!--e for school secretaries to attend workshop for�tza_:s_nc- in 11,ttnr wtL!=: imclemenLation of n=_131ttcn Assistance FrC!CCL--�'.�':t.d Hea_-h and '.isa'i-_-7 `e -nt,onrecording 573te---.; -'Same �Free::e.-.L wtt.w. _lin z.:e :OrpOraion for Generalized As_e^dun. to Software '_C^r1un'Cations -.tGrfaCe for use of tGleDroCe33�..-.Q with data base Systey; _ oxer ise o' =^wens 'etrer Wit-`. C!.- .leg of :.r...oc =rent coca, Clz7tcn, Joins . _ .i, pi-o1e c... arg, P=easant :ill to, �e :e a^este, 'ar_ nez, , 4�rh^crd -zazeFabl a'^sL ee3 and _ • -own Of for.-ra fcr distribs,;1O:: of =edema: -:3 allocated for 71 - Safer 'cads _ _. _- .. cc Ola1I11 686 .. IMF WTI June 22, 1976 Surra-y, continued Fage Deferred to Jule at 1n:h5 a.-:. decision on anneal of P.aymond Vail and Associates fror Planning Ccrrission denial of Aprlication ::o. 1885-RZ to rezone land in the Brentwood area to Sinrle ?aril; Residential Dsitrict-40 (R-40). As ex officio the Governing Board of the Byron Fire Protection District, approved Addendur No. 1 to contract documents for construction of Metal Apparatus Building at the district, Byron area. Referred to Contra Costa County, E1 Sobrante, Moraea, Orinda and Riverview Fire Protection Districts letter from Central Labor Council of Contra Costa County (AFL-CIO) stating that fireren are doing work ordinarily done by building trades unions. Adopted the followinr, nurbered resolutions: 76/532, procialr_inr the week of July h-10 as ":tational Safe Boating Week"; 7F/533 throurh 76/536, autherizinr, changes in the assessment roll; 76/539 and 7F/5k0, autherizInC cancellation of delineuent penalties, etc,, on 1975-7E secured assessrent roll; 76/541, authorltinr cancellation of penalties on 197h-75 unsecured tax roll; 76/542, authorizing cancellation of tax liens on property acquired by public agencies; 7F/9h3, fixing Aur. 3 at 10:3n a.m. for hearing on proposed Annexation No. 76-6 to CSA L-42, Central County area; 7F/54h, acceptinr as corplete contract with Graham Contractors, inc., for Phase 2 of street repair protect In Pc121ncwood Subdivision, Pichmond/San Pablo area; 76/545, accertinr az complete contract with A. J. McCosker Construction Co. for reconstruction and overlay of Daverent and innroverent of roadside drainage on Blum Road, Pacheco area: 76/546, fixing July 2n at 11 a.r. to receive bids for Bubberi=ed Asphalt Seal Coat Protect, Pittsburr and Pacheco areas; 76/547, approving ran of Sub. 45P3, San Ranon area; 76/548, apnrovinr man and subdivision agreement for Sub. 4x31, San Ramon area; 76/549, fixing July 2n at 12 a.m. to receive bids for Phase I of Front Street mini-Park, CSA R-7, Danville area; 76/550, fixing July 13 at 11 a.r. to receive bids for Livorna Road Realignment Protect, Alamo area: 76/551, as ex off-4cio the Governing Board of Contra Costa County Fire Protection District, fixing July 13 at 11 a.n, to receive bids for re-roofing, Fire Station No. 11, Clayton area; 76/552, accepting as co-plete contract with Sparks RoofinF Co. for re-roofing various buildings at County Hospital; 76/553. authorizing County Counsel to acquire by condemnation certain real property In the walnut Creek area for park and recreation facilities, CSA R-8; 76/55h. Frantirr 3n-day extension of time to obtain signatures for petition for Incorporation of San Ramon Valley; and in connection therewith Fixed $500 as sum to be denosited by proponents for incorporation of San Ramon Valley, and directed Clerk to accept said sun; and 76/555, fixing July 13 at 2 p.m. for hearing, on incorporation of San Ramon Valley; 79/556, arending Res. 75/523 to add Proschold Home, Santa Rosa, to approved list of child care Institutions; 76/557, directing Sheriff to grant fortune-telling license to B. Costello; 76/558. expressin_r appreciation to J. Hernandez, Jr., for service to the County and to the Criminal Justice Agency of Contra Costa County; 76/550, expressing' appreciation to C. Lonr for service to the County and to the Criminal Justice Arercy of Centra Costa County; Approved recommendations of Administration and Finance Committee (Supervisor Kenny, serving for Supervisor Boggess, and Supervisor Moriarty) on social service funding problems; and in connection therewith adopted resolution 76/54e, adding certain rart-tire rositions to Social Service Dept. for the purpose of acco nodatinr, Furan Resources Agency personnel. Established County position in support of 53 20?'- nertaininr to financing of Public Social Services. Approved ronthly rate increase for ferry service between Webb Tract, Frank'a .race, Bradford Island and :_.--e.• Island. 0068- . June 22, 197E Summary. continued ?age 5 Referred to: Administration and Finance Committee (Supervisors BogXess and Ac riarty) letter from. Regional Director, Dent. of Health, Education and welfare, advising that grant application for funding for Hu-an Resources Agency to design comprehensive human services delivery s,ster- was not approved; Administration and 71nance Co-n^ittee, Director, Human Resources agency, and County Administrator me=orandu= from Contra Costa County trental Health Advisory Board submitting reco—endations with respect to feasibility of Oakley Clinic as health care provider in East County; Director of Planning reauest of !Mrs. C. Brosamer for refund of park dedication fee paid in connection with issuance of a building permit; County Administrator ratter of potential County liability in connection with swine influenza immunization program; letter iron Controller of State of California enclosing list of inactive county districts which may be subject to dissolution; request of X. Tynan that certain County-owned property in Lafayette be fenced; suggestion of T. Bidoxaki that County explore rental of vacant school buildings to meet space require- rents of county departrents; County Counsel and Director of Planing letter from C. Pringle seeking clarification with respect to anolicabillty of provision of County Ordinance Code and State legislation Dertainl:iC., to subdivision re-,uirementS. ' As ex officio the Governing Board of Byron ?ire Protection District, referred to Public Forks Director far report an July 5 bids received for constriction of Ketal Apparatus Building at the district, Byron area. Appointed Y. Zion and W. Stanley as consumer =enbers of the Governing Body of proposed East Bay Health Svsters Agency. Referred to Covernrent 'ceraticns Cosittee (Sucervisors Dias and L±nscheld) and County Ad=inistrator request of Co=ittee to Save the Tilden Yerry-Go-Round that the Board •rre the East 3a: '_?ecicnal ?a.-k District Boarof D±rectors to negotiate for nublic�nurchase of tae carousel. Amended Sept. 2, 1.T5 Board rrcer estaclishinr Contra Costa County Advisory Council on Agirr; acknowledred -esic_^.atiora of E. -racer, C. filler and A. Goldsterry from the Council; arvointea Haas and D. Edwards to�sare; -referred to Director, Hunan Resources Arencr, =atter of filling two additional vacancies; and confirmed terms of =embership. aererred to 'ublic "arks :!rector letter f- ^ Yavcr, City of ?leasant :ill, sucKesting that if fence shielding Buchanan =ieldsolf Course is not high enough to prevent stray golf balls from leavir.r the course, the operator should be persuaded to take necessary, stems to __ned; the situation. Approved stater_.t sub=±.ted by Cha r=en Kenny on. ;ail initiative ordinance. 7eroved as referral to Adr±nistration and Finance Co=nittee financial statement audited by Ernst f _rest for rq 1974-75. Deferred to July c at 11:,O a.=. decision an appeal of A. Burda, et al, from Board of Appeals approval with conditions of tentative ram for :SS 73-75, =1 Sobrante area. Aroroved request of Citizens Advisory Co=ittee for CSA 7-F for release of funds for use in developing Ori..^.da Co—. unity 'a-k site, ^Fiala area, and authorized Auditor to transfer 511,QO0 fron Faris Ded±cat±cnTrust =und to CSA ?-b. Approved ?=posed Budret for consideration by the '_card; directed Auditor to publish sa^e: directed Clerk to nub11sh notice to taxnave". as to when. printed ?r000sed Budset will be available to the nutlie; fixed Aur. 17at 2 p.- for hear•_.^._ on same: and referred the ?"posed County Sudret to the Administration. and -_nance Cormittee for report on cr before Aur. 17. Atrroyed recon-e_ndat!ons of Ad.:mist_ _w_'an and =trance Cc=ittee on County Yedical Services =a.-i1v Practice 7raininp ?^^Srar, ard authorized Chairnan to execute proposed Family ?r_et_ce Affiliation - .__rent. 0f 9r'b M _ r. I June 22, 1976 Sun-.sr.r, continued ?age 6 Referred to Goverment nneratiors Co=Ittee oronosed ordinance anendinr Ordinance Code with respect to regulation of anbulances. Authorized Chairman. to execute af^eer_ents with the following for the Probation Dent. Danville Discovers House; Dept. of Youth Authority; B. Nestor, x.D.: X. Srooner; D. Stillwell; C. McFarlan; Criminal Justice Research Foundation; Richmond Cosmunity Develonr-ent Corn.; University of California, Berkeley; Creative Comunications and Research; Bay Area Cuest ProFrar; Z. Austin; Volunteer Bureau of Contra Costa County: A. Thede. Authorized Public Works Director to execute Consulting Services Agreement with A. J. Parry & Associates for rrenaration of Fork Score and Grant Application to Federal Aviation Adrinistration for funds to conduct study to assist in naking an evaluation as to most suitable site from anonr rive alternatives in Airport Site Selection Study. Awarded contract to Richrond Sanitary Service for 197E-77 street sweeping, various areas countywide. Awarded contract to Contra Costa Landscaping, Inc., for Phase IIA, Orinda Co.--urltr Center Park, CSA F-F, Adjourned in memory of t'r. Edwa.^d J. Farchoke, Jr., a civic leader of Pittsburg. 0066 �Fz The _ preceding documents - consist of 689 pages.