Loading...
HomeMy WebLinkAboutMINUTES - 06281977 - R 77G IN 4 � 7977 JUNE TUESDAY 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 28, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, presiding; Supervisors J. P. Kenny, N. C. Fanden,_ R. I. Schroder, E. H. Hasselti.ne. 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. fxm n , . tNN101 JAMES P.KENNY.RIC-0 CALENDAR FOR THE BOARD OF SUPERVISORS WARREN K BOGGESS C NCY FM CONTRA COSTA COUNTY RGBE��SCHRROOER NANCY C FAHOEN.u•RT�n[z 21D­CT VK[CRNR.I•N ROBERT I SCHROOER uF•.[TTE ARDFDR JAMES R OLSSOK=UM- 3R...— UM-3RD..—w SPECIAL DISTRICTS GOVERNED BY THE BOARD —a--c .DF THE PD•wD WARREN N.BOGGESS cpNCORR MRS GEItALDNE RUSSELL 41.MSTwK:i ww dMM.ERiRDaM 1m.•O.RR6nUT10N RMLOMG CNiV cLOIR ERIC N.HASSELTIHE R4lW 911 PHONE(4151=4371 Sn.GST- MARnNEi CALIFORNIA 96333 TUESDAY JUNE 28, 1977 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. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Board members. Consider recommendations of Board Committees. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required, or recess. 10:45 A.M. Hearing on proposed abandonment of portion of Canal Alley, Pacheco area; Planning Commission recommends approval: 10:50 A.M. Hearing on proposed condemnation of certain real property (portion of Center Avenue, Pacheco) required for road widening purposes. 10:55 A.Ai. Hearings on the following: a. Davis Boundary Reorganization, Brentwood area; b. Subdivision 4943 Boundary Reorganization, San Ramon Valley area; and c. Whitecliff :gay Boundary Reorganization, Walnut Creek area. 11:00 A.M. Receive bids for the following projects: a. Boulevard Way Bridge Replacement, Walnut Creek area; and b. Demolition of County-owned property located on Detention Facility Site, Martinez. Hearings on recommendations of Planning Commission with respect to the following rezoning applications: 11:05 A.M. Commission Initiated, 2053-RZ, Bethel Island area; 11:10 A.M. Lemke Construction Company, 2114-RZ, El Sobrante area. If the aforesaid rezonings are approved as recommended, introduce ordinances, waive reading, and fix July 5, 1977 for adoption. 11:15 A.M. Hearing on appeal of ::r. A. J. Floreani from administrative decision rendered at evidentiary hearing related to General Assistance benefits. 11:20 A.M. Consider request of Assessment Appeals Board with respect to adoption of Local Rule F to provide for disqualification of a Board member. 00002 Board of Supervisors' Calendar, continued June 28, 1977 11:30 A.M. Consider proposed ordinance providing for Area Planning Commissions. 1:30 P.M. Presentation of Proposed Budget for the County for the 1977-1978 fiscal year. ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 5: CONSENT 1. AUTHORIZE changes in the assessment roll. 2. AUTHORIZE legal defense for persons who have so requested in connection with Superior Court action 175113 and United States District Court for the Northern District of California action C 77 0045 SC. 3. AUTHORIZE execution of agreements for construction of private improvements in Minor Subdivisions 213-76, Alamo area; 24.7-76, Alamo area; 31-77 Diablo area; 18-77, Orinda area; 198-76, Alamo area; 168-7t, Walnut Creek area and 58-75, Walnut Creek area. 4• ACCEPT as complete construction of private improvements in Minor Subdivision 17-74, Tassajara area; authorize refund of cash security deposit as required. 5. DENY claims of Bay Cities Paving and Grading, Inc. and California State Automobile Association; and the amended claim of Virginia Graham. ITEMS 6 - 18: DETER'111TATION (Staff recommenaation shot-in following the item). 6. MEMORANDUM from Assessment Appeals Board rea_uesting approval of revised application form (amending Local Rule C-1) for reduction in assessment. APPROVE REQUEST (carry-over item) 7. LETTER from President, National Association of Counties, transmitting Voting and Credentials Handbook and proposed resolutions and amendments to the American County Platform to be considered at NACo's 42nd Annual Conference in Detroit, Michigan (July 24-27, 1977) and requesting notification of the person designated by the County to cast ballots at said conference. CONSIDER DESIGNATION OF COUNTY OFFICIAL 8. LETTER from County Sheriff-Coroner recommending that the application of Mr. Jodi E. Watts for renewal of fortune-telling license at 5831 Pacheco Blvd., Pacheco be approved and that a public hearing thereon be waived as provided in Section 56-7.616 of the County Ordinance Code. CONSIDER APPROVAL OF RECOM!-SNDATION 9. LETTER from Director, State Office of Emergency Services, urging county attendance at a statewide conference on industrial water allocations and conservation to be held July 25, 1977 at the Concord Sheraton Ina-Airport. CONSIDER ATTENDANCE; AND REFER TO PUBLIC WORKS DIRECTOR 10. MM.'ORANDTR•I from Director, Human Resources Agency, requesting Board approval of revised regulations of County Health Officer governing installation of individual sewage disposal systems pursuant to Title 4, Division 420, Chapter 420-6 of the County Ordinance Code. FIX 10:50 A.M. ON JULY 5, 1977 TO CONSIDER ADOPTION lllnH W Board of Supervisors' Calendar, continued June 28, 1977 11. MEMO.RANDUIS from Retirement Administrator, Contra Costa County Employees' Retirement Association, advising that the Board of Retirement recommends approval of an amendment to its regulations with respect to hearings held in connection with determinations of benefits under the County Employees Retirement Law of 1937- APPROVE RECO14MENDATION 12. LETTER from General Manager, Contra Costa County Employees Association, Local No. 1, appealing grievance determination made on behalf of Employee Relations Officer relating to transfer assignment of Mr. Bill Norris and Mr. Bob Thomas. DIRECT PARTIES TO SUBMIT GRIEVANCE RECORD AND WRITTEN PRESENTATIONS AND RECO141MENDATIONS FOR BOARD DETER!IINATIO11 ON JULY 26, 1977 AT 10:45 A.M. 13. LETTER from Chairman, Contra Costa County Drug Abuse Board, recommending that the Board request the Governor to fully support Item 246 of the State Budget, which would augment Drug Abuse Local Assistance by $3,000,000, and advise the County Legislative Delegation of said position. OBTAIN RECOIRENDATION OF DIRECTOR, HUMAN RESOURCES AGENCY 14• LETTER and petitions from county employees requesting that the Board authorize a study to determine if the present Social Security Program is in the best interests of the employee and the county or if an alternative program through the County Retirement System would be more beneficial. REFER TO EMPLOYEE RELATIONS OFFICER FOR REPORT AS EARLY AS P.RACTIBLE ON COST AND PROCEDURES REQUIRZ•'D TO IMPI EMIENT STUDY 15. LETTER from Mrs. Sharon Hamilton, Pinole, inquiring as to the official functions of the Animal Control Department. REFER TO AGRICULTURAL CMIISSIONER FOR RESPONSE 16. LETTER from Mr. Charles Bloomer, Jr., American yiotorcycle Association, urging that available funds be used for the purchase of off—road vehicle areas. REFER TO COUNTY ADI•11HISTRATOR FOR REPORT 17. LETTER from Chairman, Emergency medical Care Committee of Contra Costa County, requesting that the committee be granted specific access to County Counsel. REFER TO COUNTY ADMINISTRATOR AIM COUNTY COUNSEL 18. LETTER from Chairman, Emergency'Kedical Care Committee of Contra Costa County, submitting recommendations pertaining to physical examinations for personnel of fire districts governed by the Board of Supervisors and personnel of ambulance companies covered by the County Ambulance Ordinance. REFER TO COUNTY AWINISTRATOR FOR REVIE'd AIM REPORT ITE14S 19 — 25: INFOWATION (Copies of communications listed as information items have been furnished to all interested parties.) 19. LETTER from President, Contra Costa County Farm Bureau, requesting that the Board authorize the Agricultural Commissioner to declare the Artichoke Thistle a weed pest and also that the Board approve sufficient money from county funds to purchase chemical materials and equipment necessary for eradication purposes. (Matter will be considered as policy item in review of Proposed Budget for 1977- 1978) 20. LETTER from Presidents of County Bar Associations urging that the Board take i=ediate action to authorize two new judicial positions in the Superior Court. (fatter will be considered as policy item in review of Proposed Budget for 1977-1978) 21. LETTER from Executive Secretary, Contra Costa County Mayors• Conference, relatingto the Transportation Advisory Committee and continuance of ci7courty thoroughfare funding. (Matter will be considered as Dolicy item in review of Proposed Budget for. 2977-1978) - ��if►�4 MM 1 Board of Supervisors' Calendar, continued June 28, 1977 22. LETTER from Bruce N. and Carolyn Bowman, Concord, urging that the County adopt the use of sodium pentobarbital instead of the decompression chamber to destroy unwanted animals. (This and other animal control matters are under review by the Internal Operations Committee.) 23. LETTERS from City of Concord and Contra Costa Resource Conservation District supporting the Board's position in the matter of protection and enhancement of the San Francisco Bay-Sacramento- San Joaquin Delta Estuarine System. 24. LETTER from Mr. Roger L.Bales, Kensington, urging that the County not pay the employee share of cost-of-living contributions to county retirement system. 25. PETITIONS and letter from county taxpayers urging that property taxes be reduced in view of increased assessments. Persons addressine the Board should complete the farm Drovide on the rostrum aniurnis t e C er erit a written copy o, their presentation. DEADLINE FOR AGENDA ITruriS: 4EDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . xUETINGS OF BOARD COMMITTEES Finance (Supervisors R. I. Schroder and J. P. Kenny) 1st and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. Internal Operations (Supervisors E. H. Hasseltine and N. C. Fanden) Room 108 Wednesday, June 29, 1977 at 2:00 p.m. NOTICE OF MEETINGS OF PUBLIC INTEREST (For additional information please phone the number indicated) San Francisco Bay Conservation and Development Commission 1st and 3rd Thursdays of the month - phone 557-3686 Association of Bay Area Governments 3rd Thursday of the month - phone 841-9730 East Bay Regional Park District 1st and 3rd Tuesdays of the month - phone 531-9300 Bay Area Air Pollution Control District —_ lst, 3rd and 4th Wednesdays of the month - phone 771-6000 Metropolitan Transportation Commission 4th Wednesday of the month - phone 849-3223 'Contra Costa County Water District 1st and 3rd Wednesdays of the month; study sessions all other Wednesdays - phone 682-5950 0000.5 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY aami.,istration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions June 28, 1977 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS .. 1. Reclassification of positions as follows: Cost Department Center From To Human All Program Program Evaluator I- Resources Evaluator Project Project 2. Additions and cancellations of positions as follows: Cost Department Canter Addition Cancellation Public 079 2 Electricians -- Works 3. Establishment or deletion of classifications as follows: Cost Department Center Delete Add Human 180 -- Program Evaluator II- Resources Project Medical 540 Physician/ -- Services Resident 4. Reallocate the class of Resident Physician III from Salary Level $1895.50F to Salary Level $1667F, action implements previous discussions with Physicians Union and Medical Services. II. GIFTS AND DONATIONS 5. On behalf of County Service Area R-6, accept cash contri- bution of $900 from the Orinda Rotary Club to be used for furnishings for the Orinda Community Center. 00006 To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-28-77 Page: 2. II. GIFTS AND DONATIONS - continued 6. Accept the gift of a color television set for the Pediatric Ward of the County Hospital purchased with funds donated in the memory of Margaret "Peg" Bender, former Assistant Director of Nursing. III. TRAVEL AUTHORIZATIONS 7. Name and Destination Department and Date Meeting Clara P. Bright, St. Louis, MO National Conference Medical Services 6-24-77 to 7-2-77 American Physical (time only - Therapy Association confirming) IV. APPROPRIATION ADJUSTMENTS 8. County Meal Services. Add $1,107 to replace pharmaceutical inventodicry loss resulting from a burglary at the Pittsburg Outpatient Clinic. 9. Public Works t (Couny Service Area R-6). Add $2,000 from service area ands to balances of $13,488 being transferred from other appropriations for Phase IV construction and appropriate $3,437 0£ park dedication fees for Phase III construction of Orinda Community Center. 10. Public Works (Count Service Area R-7). Appropriate 32,048 or park kation zees allocated to the service area for land acquisition program. 11. Sheriff-Coroner. Add $23,185 for furniture and equipment needed or EKe Female Work Furlough Facility scheduled to begin operation in October and add $95,000 for the increased costs for the expanded use during the first full year of the Work Furlough Center to provide for temporary accommodation of sentenced females approved by the Board of Supervisors. 12. Social Service. Adjust various categorical aid programs and appropriate an additional $155,000 or Federal and State revenue. 13. Internal Adjuustments. Changes not affecting totals for following 1 owing get units: Marshal - Mt. Diablo Judicial District, Public Works (County Service Area R-7, Building Maintenance), Auditor-Controller (microfilm Services), Civil Service, Grand Jury, Treasurer-Tax Collector, Health, Housing Counseling and Training Project, Superi.oroM Auditor-Controller. ��11 (( To: Board of Supervisors From: County Administrator Re: Reccmmended Actions 6-28-77 Page: 3. V. LIENS AND COLLECTIONS- None. VI. CONTRACTS AND GRANTS 14. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as.follows: .- Agency Purpose Amount Period (a) Earth Metrics, Prepare EIR on $13,000 6-29-77 to Inc. Buchanan Field completion Airport Master Plan (b) State Personnel Continue written $15,000* 7-1-77 to Board examination 6-30-78 services *(estimate for services to be provided) (c) City of Concord Area Agency on $2,500 6-1-77 to Aging Program- I1-30-77 Residential Maintenance Service for Older Persons (d) Dorothie Tutoring Not to 7-1-77 to . Stillwell, Probation Depart- exceed 6-30-78 Tutor ment clients $3,835 (e) Ms. Carmen Probation Depart- Not to 7-5-77 to Lynch ment staff train- exceed 8-2-77 ing "Working with $701* Anger" *(45% federal funds) (f) Judith Ann Probation Depart- Not to 6-24-77 to David, Ph.D. ment staff train- exceed 8-12-77 ing, "Advanced $396* Crisis intervention" *(903 federal funds) (g) University of Work-study Not to 7-1-77 to California, students (up to exceed 6-30-78 Davis two), Office of $9,360 Public Defender total for r.,nn n all such t 1l �/8i contracts all such contracts — ..tea. ,.:... To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-28-77 Page: 4. VI. CONTRACTS AND GRANTS - continued 14. Agency Purpose Amount Period (b) State Board of Continue use of "Non- 10-1-77 to Education State CETA financial 9-30-78 Title I funds Agreement" for vocational ($155,738) education_ of County CETA participants (i) City of Sheriff-Coroner $13,600 7-1-76 to Lafayette Burglary Preven- Payable 6-30-77 tion Program to County (j) Friends Outside Counseling and $35,333" 7-1-77 to of Contra Costa assistance for 6-30-77 County families of County detention facilities inmates •(458 federal and state funds) (k) Arthur Young Perform Grand Not to Fiscal Year & Company Jury Financial exceed 1977-1978 Audit $31,000 (1) Independent Animal carcass $2,400 7-1-77 to Renderers, Inc. disposal 5-30-78 (m) Programming To program the $12,190 6-28-77 to Methods Company Law and Justice 8-15-77 Parking System reports (n) Los Medanos Amendment to $3,981* 2-1-76 to Community Health Depart- 6-30-77 Hospital District ment Nutrition Project for the Elderly to increase meal level by five (5) meals daily and extend term from 1-31-77 to 6-30-77. *(additional federal funds) 00009 To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-28-77 Page: 5. VI. CONTRACTS AND GRANTS - continued 14. Agency ose Amount Period (o) University of Evaluation of $48,000* .6-15-77 to Texas Health Health Depart- 6-30-78 Science Center ment Child Health and Disability Prevention Pilot Project *(State CHDP Project Funds) (p) Cities of Revised police No Change 7-1-77 Lafayette and services Moraga agreement (q) Richmond Outpatient $53,500 7-1-76 to Unified services for 6-30-77 School developmentally District disabled at Knolls Language Center (r) Ida T. Zodrow Continuation of $13,400 7-1-77 to consultation 12-31-77 services to County Medical Services in con- nection with State/ County PHP contract (s) City of Provision of ser- $939 1-7-77 to E1 Cerrito vices to the Health 6-30-77 Department Nutrition Project for the Elderly 15. Authorize Chairman, Board of Supervisors, to execute agree- ment with the U. S. Department of Housing and Urban Devel- opment for 3rd Year Program for 1977-1978 in the amount of $3,913,000 and Certification to said department as to compliance with environmental review requirements and to execute Request for Release of Funds for the Housing and Community Development Act Third Year Program. tlW10 To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-28-77 Page: 6. VI. CONTRACTS AND GRANTS - continued 16. Authorize Chairman, Board of Supervisors, to execute agreement between the County and the State of California, Department of Youth Authority, for the provision of diagnostic treatment detention services for juvenile court placements at a cost not to exceed $10,000 during the period of July 1, 1977 through June 30, 1978- 17. Authorize Director, Human Resources Agency, or his designee, to continue provision of services, while contracts are being negotiated with a July 1 effective date, with various service providers under specified terms and conditions for consideration and approval by the Board. VII. BOARD AND CARE PLACEMENTS/RATES 18. Amend Board Resolution No. 76/638, establishing rates to be paid child care institutions, to increase the monthly rate of Dromensk Home from $300 to $512, effective April 1, 1977. VIII.LEGISLATION 19. Consider status, and possible adoption of County position, on legislation affecting County. IX. REAL ESTATE ACTIONS 20. Adopt Resolution of Intention to Purchase real property located at 1020 Willow Street, Martinez, for the County Civic Center for $64,000 in accordance with the terms and conditions of purchase agreement with Fred Caten, et ux, dated June 16, 1977: and authorize the Board Clerk to publish a Notice of Intention to Purchase Real Property, fixing August 2, 1977 at 10:50 a.m. as the date and time the Board will meet to consummate the purchase. 21. Authorize Chairman, Board of Supervisors, to execute one year lease renewal between County and Belvin Dill, et ux, for vacant property in Rodeo for continued use for the Community Gardens Project. X. OTH£R ACTIONS 22. Authorize County Auditor-Controller to initiate legal action in Small Claims Court against eleven (11) individuals and/or corporations to recover costs totaling $995.18 due Contra Costa County. 00011 NNNN11i To: Board of Supervisors From: County Administrator Re: Recommended Actions 6-28-77 Page: 7. X. OTHER ACTIONS - continued - 23. As recommended by the County Auditor-Controller, authorize write-off of various uncollectable General Accounts Receivable totaling $6,664.42. 24. Authorize reimbursement of $105 to Mr. Vernon Radford, Public works Department, for eye glasses broken in the line of duty. 25. As recommended by the Director, Human Resources Agency, authorize reimbursement of $157.23 to Mr. Edward Mauer, 210 Carquinez Scenic Drive, Apartment 1, Martinez, for loss of personal effects while a patient at the County Hospital. 26. Authorize the Office of Economic Opportunity to expend $68.52 Area Council Support Funds (federal funds) to pay expenses for a workshop conducted by the North Richmond/ Iron Triangle Area Council on June 18, 1977, as recom- mended by the economic Opportunity Council. 27. Authorize the County Auditor-Controller to pay $630.50 to the YMCA of San Francisco on behalf of Concerted Services Project (Pittsburg) for transportation services provided during calender year 1975, to be paid from 1975 Economic Opportunity Program Federal Carry-Over funds, as recom- mended by the Economic Opportunitv Council. 28. Adopt policy establishing a maximum employment duration of 18 months for new CETA Titles II and VI participants hired by the County, effective July 1, 1977 as recom- mended by the Manpower Advisory Council and U. S. Department of Labor. 29. Adopt order adjusting County Medical Services cafeteria rates effective July 1, 1977. 30. Authorize the County Auditor-Controller to advance County funds for the continued operation of the Economic Opportunity Program pending receipt of Federal Grant funds for the 1977- 1978 program year. 31. Authorize the Director, Office of Economic Opportunity, to negotiate contracts with special condition with existing delegate agencies for continuation of services during the 1977-1978 fiscal year (to assure that such agencies are in compliance with Office of Economic Opportunity rules, regulations and guidelines) for approval by the Hoard of Supervisors. 00012 To: Board of Supervisors From: County Administrator Re: Recommended Actions.6-28-77 -' Page: 8. X. OTHER ACTIONS - continued 32. Authorize County Auditor-Controller to advance funds to CETA Title VI subgrantees not to exceed specified amounts pending completion of the subgrantee agreements. 33_ Refer to Board Committee for review a report prepared by the County Welfare Director on alternative uses of the Edgar Children's Shelter. 34. Adopt resolution implementing Code of Civil Procedure Section 1094.6 relating to judicial review of the adjudicatory administrative decisions of the Civil Service Commission, as recommended by the Civil Service Commission and County Counsel. NOTE At the close of the County Administrator's agenda, the Board Chairman will ask foi any comments by interested citizens attending the meeting. If discussion by citizens becomes too long and interferes with consideration of other scheduled items, however, that issue will be carried over-to a later time. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON. 00013 :mt CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Extra Business for June 28, 1977 SUPERVISORIAL DISTRICT II Item 1. CENTER AVENUE - APPROVE CONTRACT - Pacheco Area It is recommended that the Board of Supervisors declare all build- ings located on the following listed County-owned properties to be surplus: 100 Flame Drive, Pacheco 225 Center Avenue, Pacheco 221 Center Avenue, Pacheco 100 Elder Drive, Pacheco 223 Center Avenue, Pacheco It is further recommended that the Board award a contract for demo- lition of the buildings on the above listed properties in the amount of $4,180, lowest of four bids received, to the low bidder, K.T.K. Company, and authorize the Public Works Director to sign a demoli- tion contract for said work. (RE: Project No. 3471-4342-663-76) (RP) SUPERVISORIAL DISTRICT IV Item 2. SHERATON INN-AIRPORT - LEASE ASSIGNMENT - Concord Area It is recommended that the Board of Supervisors consent to the assignment of the lease entitled "Modification of Lease Agreement," dated January 26, 1976, for the Sheraton Inn-Airport Motel Complex from Sasha Maloff, as Lessee and Assignor, to Theodore H. Kruttschnitt, III and Catherine M. Kruttschnitt, his wife, as Assignee, subject to the terms and conditions contained in the document entitled "Consent and Approval of Lessor." (RP) EXTRA BUSINESS Public Works Department Page 1 of I June 28, 1977 00014 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for June 28, 1977 REPORTS -port A. STREET SWEEPING - AWARD CONTRACT - Various Locations Bids for the Sweeping Contract were received last Tuesday, June 21, 1977, at 11:00 a.m., at the regular Board of Supervisors' meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the contract to the low bidders in each Service Area. Service Area Contractor Bid M-3, R-5, M-6, M-8, Contra Costa Sweeper $8,843.40 M-9, M-11, M-12 & M-20 Service 441 Buchanan Circle Pacheco, CA 94553 M-7 Richmond Sanitary $1,758.76 Service 205 - 41st Street Richmond, CA 94805 M-4 and M-17 J S S Sweeping Service $13,440.00 P. 0. Box 26154 San Francisco, CA 94126 The Sweeping Contract is funded by the various County Service Areas. (RE: Service Area General Fund) (M) SUPERVISORIAL DISTRICTS I AND II Item 1. EL SOBRANTE AREA TRAFFIC STUDY - DISCHARGE CITIZENS' ADVISORY COMMITTEE - El Sobrante Area On April 24, 1974 and by additional Board action on June 11, 1974 and March 4, 1975, the Board of Supervisors appointed a Citizens' Advisory Committee to assist in the "City of Richmond and City of Pinole and the County of Contra Costa - El Sobrante Area Traffic Study." The Study has been completed and its recommendations considered. It is recommended that the Board discharge this committee and express its appreciation, especially to Chairman Erma Lindeman, of the May Valley Citizens' Community Congress. (TP) A G E N D A Public Works Depart. nt Pege I of 12 June 28, 1977 00015 Mr SUPERVISORIAL DISTRICT II Item 2. ALHAMBRA VALLEY ROAD - APPROVE PLANS AND ADVItTISE FOR BIDS - Finole Area It is recommended that the Board of Supervisors approve plans and speci- fications for the Alhambra Valley Road Intersection Modification Project and advertise for bids to be received in four weeks, and opened at 11:00 a.m., on July 26, 1977. The Engineer's estimated construction cost is $26,000. $15,400 of the total project cost is funded from the pro- posed 1977-78 capital road budget. The project involves modifying the geometrics of the Alhambra Valley Road and Castro Ranch Road intersection by the construction of traffic islands, pavement widening and overlay to provide a safer intersection. The work will be federally funded under the Federal-Aid High Hazard Safety Program which will provide up to 908 of the contract cost. ' This project is considered exempt from Environmental Impact Report re- quirements as a Class 1C Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (RE: Project No. 1481-4379-661-77) (RD) Item 3. WATERFRONT ROAD OVERHEAD PROJECT- - APPROVE AGREEMENT - Martinez Area It is recommended that the Board of Supervisors approve and authorize the Public works Director to sign an Agreement with the State of California, Department of Transportation, providing reimbursements to the County in a sum not to exceed $868,025, for the construction of the Waterfront Road (Peyton) Overhead. The above sum, complemented by.Federal Bridge Replacement Funds in the amount of $282,975, will pay virtually the entire cost of the bridge re- placement project which is scheduled for construction in October, 1977. (RE: Project No. 3481-4215-925-75) (RD) SUPERVISORIAL DISTRICTS II S V Item 4. MISCELLANEOUS CULVERTS PROJECT 1976 - ACCEPT CONTRACT - Various Areas The work performed under the contract for replacing existing culverts at three sites in the eastern portion of Contra Costa County and at one site in the Rodeo area was completed by the contractor, R. E. Jones Con- struction, of Conford, on May 31, 1977, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $59,000. It is recommended that the Board of Supervisors accept the work as com- plete as of May 31, 1977. The contractor overran the allotted time limit by 83 calendar days, not ' including the time involved in a four-month-long winter shutdown. it is recommended that an extension of contract time of 32 working days (equivalent to 48 calendar days) be granted due to circumstances beyond the contractor's control. in accordance with Section A-4 of the contract special provisions, the - contractor will be assessed $2,625 liquidated damages for the remaining 35-calendar-day overrun (at $75 per calendar day). (RE: Project No. 4334-925-76) (C) A G E N D A Public Works Department Page 2 of 12 June 28, 1977 00016 f . SUPERVISORIAL DISTRICT III Item 5. GATEWAY BOULEVARD - APPROVE TRAFFIC REGULATION - Orinda Area The University of California at Berkeley is in the process of formalizing a fringe parking - shuttle bus service project under a State demonstra- tion Grant. The purpose of the project is to reduce parking and'vehicu- lar congestion on campus by providing fringe parking areas and shuttling students to and from campus. One of the fringe parking areas selected by the University is along the County-maintained portion of Gateway Boulevard in the vicinity of the State Highway 24 interchange. Since the existing portions of Gateway Boulevard service very little traffic, the Public Works Department can see no objections in permitting the University to use the roadway fora temporary fringe parking lot. The State Department of Transportation, in.cooperation with the Univer- sity, will actually do the necessary traffic signing and striping work to create the parking lot area and the Public Works Department will issue an Encroachment Permit to CALTRANS to permit them to do the work. In order to obtain the desired number of parking stalls and safe traffic flow through the Gateway Boulevard Interchange area, it will be necessary for the Board of Supervisors to adopt appropriate traffic resolutions to legally establish diagonal parking and to prohi.bit.parking in areas where it is not compatible with the overall parking planTherefore, it is recommended that Traffic Resolutions Nos. 2338, 2339, 2340 and 2342 be approved as follows: Traffic Resolution No. 2338 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the north side of GATEWAY BOULEVARD.(Rd. 472541) Orinda beginning at a point 218 feet west of the centerline.of Upton Road and extending westerly a distance of 1880 feet. Traffic Resolution No. 2339 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the south side of GATEWAY BOULEVARD (Rd. $2541) Orinda beginning at a point 167 feet west of the centerline of Upton Road and extending westerly a distance of 375 feet. Traffic Resolution No. 2340 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited around the traffic island at the intersection of GATEWAY BOULEVARD (Rd. $2541) and the westbound on and off ramps of State Route 24, Orinda. Traffic Resolution No. 2342 Pursuant to Section 22503 of the California Vehicle Code, diagonal parking is hereby declared to be permitted on the south side of GATEWAY BOULEVARD (Rd. 12541) Orinda, beginning at a point 20 feet east of the centerline of Upton Road and extending westerly a distance of 189 feet. (TO) Item 6. NEWELL AVENUE STORES DRAIN - ACCEPT EASE.%1ENT - Walnut Creek Area It is recommended that the Board of Supervisors accept a Grant of Ease- ment, Temporary Construction Permit, and Right of Way Contract, dated June 18, 1977, from Michael E. Morse and Andrea Morse and authorize the Public Works Director to sign said Permit and Contract on behalf of the County. (continued on next page) A G E N D A Public Works Departnent Page 3 of 12 June 28, 1977 00617 mm��m� r Item 6 continued: It is further recommended that the County Auditor-Controller be author- ized to draw a warrant, payable to the above-named Grantors, in the amount of $180.00, and deliver same to the County Principal Real Property Agent for payment. Saiz, payment is for a 201-square-foot drainage ease- ment and the temporary use of 2,400 square feet of residential land. (RE: Project No. 3844A-4369-663-77) (RP) Item 7. SUBDIVISION !LS 260-76 - APPROVE AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Edward J. Landis, and 'authorize the. Public Works Director to execute"it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 260-,76 as required by the Board of Adjustment. Owner: Edward J. Landis 1825 South Main Street Walnut Creek, California 94595 Location: Fronting for 135 feet on the west side of South Main Street 120 feet north of Brentwood Court. (RE: Assessor's Parcel No. 184-392-025) (LD) Item 8. OLYMPIC BOULEVARD - APPROVE TRAFFIC REGULATION - Walnut Creek Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2341 be approved as follows: Pursuant to Section 21100(d) and 22101(c) of the California Vehicle Code, all vehicular right-hand and left-hand turns from OLYMPIC BOULEVARD (23441) onto Newell Avenue are hereby declared to be prohibited. (TO) Item 9. NEWELL AVENUE STORM DRAIN - APPROVE PLANS AND ADVERTISE FOR BIDS - Walnut Creek Area It is recommended that the Board of Supervisors approve plans.and speci- fications foe Newell Avenue Storm Drain Project and advertise for bids to be received in four weeks, and opened at 11:00 a.m., on Tuesday, July 26, 1977. The Engineer's estimated construction cost is $20,000. It is further recommended that the Board of Supervisors determine that the project will not have a significant effect on the environment and direct the Director of Planning to file a Notice of Determination with the County Clerk. The project is located at the intersection of Newell Avenue and Circle Drive in the Walnut Creek area. The work consists of installing 560 linear feet of 15 to 18-inch diameter storm drain pipe with appurtenant structures to eliminate the nor-ding and drainage problem at the inter- section. A Negative Declaration pertaining to this project was posted and filed with the County Clerk on March 11, 1976 with no protests received. The project has been determined to conform with the General Plan. (RE: Project No. 3844-4369-661-77) (RD) A G E N D A Public Works Department Page 4 R-12 June 28, 1977 00018 00018 Item 10. COUNTY SERVICE AREA R-4 - APPROVE TRANSFER OF FUNDS - Moraga Area It is recommended that the Board of Supervisors approve transfer of available County Service Area R-4 funds to the Moraga Park and Recreatior. Authority. The fund balance presently available for disbursement after holding $996.40 to meet the County's obligations from the fund is $12,381.34. It is requested that the Board of Supervisors authorize the County Auditor to-draw a warrant for-$12,381.34 from County Service Area-R-4., ,. - -funds�payable--to Moraga-Park.and Recreation Authority,.Town.of Moraga.,: (B&S) SUPERVISORIAL DISTRICT V Item 11. CORTE ENCANTO STORM DRAIN - APPROVE PLANS AND.ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of Contra Costa County Storm Drainage District, approve plans and specifications for Storm Drainage District Zone 10, Lines A-3 and A-4, Corte Encanto Storm Drain, and advertise for bids to be received in four weeks, and opened at 11:00 a.m., on July 26, 1977. The Engineer's estimated construction cost is $116,000. The project is located in the Danville area and extends from the vicinit-_ of Camino Encanto to the south and north forks of Love Lane. The work consists of installing 1700 linear feet of reinforced concrete pipe storm drain. The project is being funded jointly by Storm Drainage District Zone 10 and the County. The County's share is approximately $7,700. $20,000 of the Zone 10 share of the project cost is funded from the proposed 1977-78 Zone 10 budget. Two Negative Declarations pertaining to the two parts of this project were posted and filed with the County Clerk on January 12, 1976 and November 2, 1976, with no protests received. The project has been determined to conform with the General Plan. The Board of Supervisors determined that the project would not have a significant-effect on--the envirosent and directed the Director of Planning to file a Notice of Determination with the County Clerk at the Board's regular meeting on November 23, 1976. Said Notice was filed by the Director of Planning on December 2, 1976. (RE: Project No. 8528-0925-76 - Flood Control Zone 10) (FCD) Item 12. EASTERN CONTRA COSTA TRANSIT AUTHORITY - AUTHORIZE PAYMENT - East County Area The Board of Supervisors executed a Joint Exercise of Powers Agreement with the Cities of Antioch, Brentwood, and Pittsburg. The Authority subsequently contracted with AC Transit to operate the bus system which began service on June 6, 1977. The FY 77-78 operational cost of the bus system is estimated to be $587,000. Funding of this cost .:ill come from the fare box, Federal, State and local subventions. The local subvention is estimated to be $69,625 of which $16,014 is ider_tified as the County's share. It is recommended that the Board of Supervisors approve the County share and authorize the Countv Auditor to draw a warrant in the amount of $16,014 to be credited to the ECCTA account. Funds are available in the FY 76-77 Public Works budget. (TP) A G E N D A Public Works Depar-tment Page 5 of 12 June 28, 1977 01019 Item 13. STORM DRAINAGE DISTRICT ZONE 10 - ACCEPT EASEMENTS - Danville Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District, accept the following Temporary Construction Permits, Right of Way Con- tracts, and Grant of Easements; authorize the Public Works Director to sign said Contracts and Permits on behalf of the District; and further authorize the County Auditor-Controller to draw warrants and deliver them to the County Principal Real Property Agent for payment in the amounts specified below: A. Permit, easement, and contract dated May 28, 1977, from Louis A. Dore, Jr..'and Barbara L. Dore, as Trustees of the.Dore Living Trust. Payee: Grantors, in the amount of $150. Payment is for 253 square feet of residential land, plus improvements. B. Permit and contract dated June 2, 1977 from Joseph E. Ward and Susan D. Ward. Payee: Grantors, in the amount of $100'. Payment is for the temporary use of 1,920 square feet of residential land. C. Permit, easement, and contract, dated June 14, 1977, from James P. Roberts and June E. Roberts. Payee: Grantors, in the amount of $100. Payment is for a 2,895 square-foot drainage easement and the temporary use of 244 square feet of residential land.. D. Permit, easement, and contract, dated June 20, 1977, from Melvin A. Roenspie and Louise Anna Roenspie_ Payee: Western. Title Insurance Company, Escrow No. M-309650-2, in the amount of $5,675. Payment is for a 1,938 square-foot drainage easement and the temporary use of 2,705 square feet of residential land, plus improvements and landscaping. E. Permit, easement and contract, dated June 18, 1977, from Peter D. Brethauer and Judith M_ Brethauer. Payee: Western Title Insurance Company, Escrow No. M-309650-1, in the amount of $9,745. Payment is for a 3,020 square-foot drainage easement and the temporary use of 3,524 square feet of residential land, plus improvements and landscaping. _ (RE: Project No. 8528-925-76) (RP) . Item 14. STORM DRAINAGE DISTRICT ZONE 10 - ACCEPT DEDICATED EASEMENT Danville Area It is recommended that the Board of Supervisors accept that portion'of an easement for storm water purposes needed for Line A-3, Storm Drainag: District Zone 10. Said easement is shown on the map entitled, "Rancho Del Amigo Unit No. 3", Contra Costa County, California, filed April 13, 1954 in Book 53 of Maps at page 43 and 44, and said portion to be accepted is the Drainage Easement on Lots 50, 51, 52, 53, 54, and 55 therein. (RE: Project No. 8528-925-76) (RP) Item 15. SUBDIVISION MS 201-76 - APPROVE AGREEMENTS - Oakley Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement and Deferred Annexation Agreement with Paul F. Keeney, Jr., et al., and authorize the Public Works Director to execute them on behalf of the County. The documents fulfill conditions of approval for Subdivision LS 201-76 as required by the Board of Adjustment. (continued on next page) A G E N D A Public Works Deoar tent Page 6 of 12 June 28, 1977 0N20 �_ item 15 continued- . Paul F. Keeney, Jr. Rt. 1, Box 228 3B 84561 Oakley, california for 240 feet on the north side of Kay Location: Fronting P_venue 530 feet east of Brown Avenue. approximately (RE: Assessor's Parcel No. 34-070-33) (LD) x is }ffJ k ( F �s a ' s a. (pg�ga Continues oa next page) J k _ h. `^ F public Works Department AGENDA June 28, 19(n7�7(n�(�[� Page / of 12 111'��1 Y Item 16. SUBDIVISION 4927 - APPROVE MAP AND AGREEMENT - Alamo Area It is recommended that the Board of Supervisors approve the Final Mao and Subdivision Agreement for Subdivision 4927. Owner: George Martinovich 85 Gay Court Alamo, CA 94507 Location: Subdivision'4927 is located on the south side of Stone Valley Road, approximately 700 feet east of Miranda Avenue. (LD) Item 17. FOURTH OF JULY PARADE _ Danville Area The San Ramon Valley Chamber of Commerce has requested permission to close Danville Highway from Del Amigo Road to Boone Court, including North Hartz Avenue, South Hartz Avenue and San Ramon Valley Boulevard to conduct its annual Fourth of July Celebration Parade on July 4, 1977, from 9:15 a.m. to 12:30 p.m. In addition, it is requested that Love Lane be closed from Danvilla Boulevard to the railroad track from 7:00 a.m. to 4:00 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 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 condi- tions set forth relative to parades in Board Resolution No. 4714 dated December 28, 1965. (LD) Item 18. SUBDIVISION P'S 198-76 - APPROVE AGRM--NT - Alamo Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Elaine A. Gray, et al, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 198-7 as required by the Board of Appeals. Owner: Elaine A. Gray 351 Livorna Heights Road Alamo, CA 94507 Location: Fronting for 316 feet on the west side of Livorna Heights Road, approximately 440 feet north of Samantha Court. (RE: Assessor's Parcel No. 187-240-005) (LD) Item 19. SUBDIVISION bS 68-76 - ACCEPT SUBDIVISION - Oakley Area It is recommended that the Board of Supervisors issue an Order stating that the construction of improvements in Subdivision bS 68-76 has been satisfactorily completed. Owner: Louis J. DelBarba Route 1, Box 351 Oakley, CA 94561 Location.: Subdivision MS 68-76 is located on the northwest corner of O'Hara Avenue and Laurel Avenue. (LD) A_ G E N D A Public 'Harks Department Pege 8 of 12 June 28 1977 i Item 20. SUBDIVISION 4676 - REFUND CAST? BOND - Danville Area The minor deficiencies which existed at the time Subdivision 4676 was accepted as complete have been corrected. It is recommended that the Board of Supervisors authorize the Public Works Director to refund the $7,500 deposited as surety for the com- pletion of the deficiencies to Oliver De Silva. Refundee: Oliver De Silva P. 0. Box 4437 Hayward, CA 94545 Location: Subdivision.4676 is located on Contada Circle, south of Camino Tassajara. - (LD) Item 21. COUNTY SERVICE AREA R-7 - APPROVE AMENDMENT TO AGREEMENT - San Ramon Area It is recommended that the Board of Supervisors approve and authorize the Chairman of the Board to execute an Amendment to.the Agreement between the County and the San Ramon Valley Unified School District previously approved by this Board on August 31, 1976. The Amendment adds maintenance responsibilities, increases the staff time from 40 hours per month to 62 hours per month, increases the reimbursement to the District from $17,500 to $28,556 oar year and extends the Agree- ment for one year to June 30, 1978, as requested by the District. The Citizens' Advisory Committee for County Service Area R-7 has., approved the above recommendation. (RE: Work Order 5490-927) (SAC) Item 22. COUNTY SERVICE AREA N0. 5-1.- DISSOLVE CITIZENS' ADVISORY COMMITTEE - Sandmound Area The Board of Supervisors dissolved County Service Area S-1 on May 3, 1977 by Resolution No. 77/372. Since there is no further need for a Citizens' Advisory Committee, it is recommended that the Board of Supervisors dissolve the Citizens' Advisory Committee for County Service Area S-1. (EC) GENERAL Item 23• ENGINEERING SERVICES AGREEMENT WITH MR. FRANK C. BOERGER- APPROVE AMENDMENT It is recommended that the Board of Supervisors approve the amendment to the Engineering Services Ag=eement with Mr. Frank C. Boerger of July 1, 1974, effective July 1, 1977 to June 30, 1978. (B&S) Item 24• TRAFFIC SIGNAL N1i2:ITENANCE AGREE.+]ENTS - APPROVE AGREEMENTS - Various Locations On March 8, 1977, the Board of Supervisors adopted a County Traffic Signal Maintenance Policy wherein the County will provide traffic sig- nal maintenance services to var_ous cities in Contra Costa County wit:h the understanding that each city will reimburse the Countv for the full cost of said services. The Board also authorized the Public Works Director to initiate action necessary to effect the above-mentioned services and the Public Works Director has prepared Agreements, effective July 1, 1977, with the s following cities: (continued on next nage) A G E N D A Public Works Department Page 9 of 12 June 28, 1977 00M, item 24 continued: Antioch, E1 Cerrito, Clayton, Martinez, Pittsburg, Pleasant Hill, San Pablo and Pinole It is therefore recommended that the Board approve and authorize its Chairman, W. N. Boggess, to execute the Traffic Signal Maintenance Agreement for each aforesaid city. (B&G) Item 25. SAN FRANCISCO-SACR4MENTO CORRIDOR STUDY The Board of Supervisors, through its action of February 8, 1977, appointed Mark Kermit,Deputy Public Works Director, as its represen- tative to the Sacramento-Stockton-San Francisco Corridor Transportation. Demonstration Project.! This project is now approaching implementation. CALTRANS; in coopera- tion with AMTRAK, will inaugurate new daily service between Oakland and Sacramento. The service will commence on August 19;1977. The train will leave Martinez at 8:17 a.m., and arrive in Sacramento at 9:30 a.m. The return journey will leave Sacramento at 4:30 p.m,, and arrive in Martinez at 5:43 p.m. In addition to this service, the San Francisco zephyr can also be used. That train leaves Martinez daily at 1:45 p.m., and arrives in Sacra- mento at 2:40 p.m. There is also a train which leaves Sacramento at 1:00 p.m., arriving at Martinez at 2:20 p.m. The trains will also stop at the new cross-platform station in Richmond for easy access to BART. After many years, the new service will make it possible again to travel in this corridor by rail at convenient times. An inaugural train is planned a couple of days ahead of the August 19 commencement date. The Board of Supervisors will be invited to parti- cipate. (Information only - no action required.) (MLK) Item 26. DETENTION FACILITY PROJECT - CHANGE ORDER AUTHORIZATION In order to expedite the construction of the Detention Facility Projec= it is recommended that the Detention Facility Project Manager, under the supervision of the Public Works Director, be authorized to execute contract change orders related to that project, within the following limits: (1) For building-related construction: a. A maximum of $1,000 for contracts under $50,000. b. A maximum of 28 of the original contract amount for original contracts exceeding $50,000, up to a maximum of $10,000. (2) For road-related construction, a maximum aggregate total of ten percent of the original contract amount. Contract change orders in excess of these limits would require Board authorization. (RE: Work Order 5269-926) (DFP) A G E N D A Public Works Department Page 10 of 12 June 28, 1977 00024 727. FINANCE BUILDING AIR CONDITIONING REMODEL - ACCEPT CONTRACT - Martinez rea It is recommended that the Board of Supervisors accept as complete as of June 28, 1977 the construction contract with Aladdin Heating Cor- poration of San Leandro for the Finance Building Air Conditioning Remodel, 625 Court Street, Martinez, and direct its Clerk to file the appropriate Notice of Completion. It is also recommended that the Board extend the contract time 135_ days to the date of acceptance, inasmuch as the contractor was delayed for reasons over which he-had no control, such as late delivery of manu- factured items, and the County has had beneficial use since early May. (RE: 1003-086-7710-621) (BSG) Item 28. MAINTENANCE MANAGEMENT SYSTEM - APPROVE AGREEMENT It is recommended that the Board of Supervisors approve the Maintenance Management System Support Agreement with Roy Jorgensen Associates, Inc. and authorize its Chairman to execute the Agreement. The Agreement provides for continuing consultant-updating,.computer service, reports and forms for road and channel maintenance for the period July 1, 1977 to June 30, 1978, at a cost of $12,300. (NOTE TO CLERK OF THE BOARD: Please return four signed copies of the Agreement to P ig wor s Maintenance Division for forwarding.) (M) Item 29. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 7-B - DISSOLVE CITIZENS' ADVISORY COMMITTE' The Department of the Navy purchased all Sands in the Port Chicago area during 1968 and 1969, and the last resident moved out of Port Ch-,cago about December, 1969. It is therefore recommended that the Board of Supervisors, as ex officio Governing Board of Contra Costa County Sanitation District No. 7-B, dissolve the Citizens` Advisory Committee for said District. (EC) Item 30. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor ReferencE 1. Consent to Dedicate 6-15-77 Central Contra Costa Sub, MS 112-7r- for drainage purposes Sanitary District 2. Relinquishment of 5-17-77 [warren J. Susan, Sub. MS 266-7E Abutter's Rights Jr., et al 3. Grant Deed 5-17-77 Warren J. Susan, Sub. Ms 266-7c Jr., et al 4. Consent to Dedicate 6-2-77 Central Contra Costa Sub. MS 2660-7E for drainage purposes Sanitary District B. Accent the following instruments for recording only: 1. offer of Dedication 5-17-77 Warren J. Susan, Sub. NIS 266-7c for highway purposes Jr., et al (continued on next page) A_ G E N D A Public Works Depart ant Page 11 of 12 June 28, 11n9777 00025 Item 30 continued- No. Instrument Date Grantor Reference 2. Offer of Dedication 6-3-77 Edward J. Landis Sub. MS 260-76 for drainage purposes 3. Offer of Dedication 3-16-77 Elaine A. Gray, Sub. MS 198-76 for roadway purposes et al (LD) Item 31. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. B. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings.' C. Status of hearings on Delta Water Quality Control Plan before the State Water Resources Control Board. (EC) ' NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if`discussion becomes lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department Page 12 of 12 June 28 19 Prepared by Chief Engineer of the Contra Costa County Water Agency June 21, 1977 CALEN6R OF WATER MEETINGS TIME ATTENDANCE DATE DAY SP NSOR PLACE REMARKS Recommended Authorization June 27 Mon. State Water 9:00 A.M. Phase II Hearings 'Staff 28 Tues. Resources Resources Bldg. Delta Water 29 Wed. Control Board Sacramento quality Control Plan June 30 Thurs. Interagency 10:00 A.M. San Joaquin Valley Staff Drainage Farm Bureau Agricultural Program office Drainage Problem Fresno July S Tues. State Water 9:00 A.M. Phase II Hearings Staff 6 Wed. Resources Resources Bldg. Delta Water 11 Mon. control Board Sacramento quality Control 12 Tues. Plan 13 Wed. 00027 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). 00028 s � In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Approving Personnel Adjustments. As recommended by.the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing Is a true and correct Copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this28thday of June 19 77 f J. R. OLSSON,Clerk Byc�'n►/e . hn..c�»r� Deputy Clerk Jamie Johnson H-2a 3r,61sm 00029 POSITION ADJUSTPIENT REQUEST No: 9 70_3 Department Human Resources Agency Budget Unit All Date 3-30-77 Action Requested: Revise and Retitle the class of Program Evaluator-Project to Program Evaluator I-Project Proposed effective date: 6-1-76 Explain why adjustment is needed: to reflect establishment of the higher class of Program. Evaluator XX-Project and revise the minimum qualifications. Estimated cost of adjustment: centro cc:ia Ccuery Amount: RECEIVED 1. Salaries and wages: $ 2. Fixed Assets: (Zret items and cosi) Arp • r $ ili v: Estimated total C Signature Department Head J' Initial 4eter6ination of County Administrator Date: April 14, 1977 To Ciet Request reconmmendation. �rfIR A, -, Count A m mstrator Personnel Office and/or Civil Service Commission f Date: June 15, 1977 Classification and Pay Recommendation Reallocate class and all positions of Program Evaluator-Project to Program Evaluator I-Project. Study discloses duties and responsibilities are appropriate to the class of Program Evaluator I-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 76/624 and 71/17 to reflect the ret itling and reallocation of class and positions of Program Evaluator-Project to Program Evaluator I-Project, both at Salary Level 367 (1128-1371). Assistant Personner Director Recommendation of County Administrator Date: June 24, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective June 29, 1977. County,.Admi•n s Bator Action of the Board of Supervisors JUN 2 R 1977 Adjustment APPROVED (®) on 37R, OESSON County Clerk Date: JUN 2 S 1977 By:� ha'r�r�i522Q. • Deputy Clerk APPROVAL e$ t;Lia adjustment con.5titutee an Apptopn.iation Adjustment and PeuonneC Resolution Amendment. 140TE: 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) onn3o 7�7,.-. ri NOTE: ToQ section and reverse side of form must be completed and supplemented, when appropr-op -, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 001)30. _ s z Nim.. e POSITION ADJUSTMENT REQUEST No: / d [Depar.1n.e.,t,,_ Human Resources Agency Budget Unit Ifo Date 3-30-77 ioReested: Establish the class of Program Evaluator II-Project Proposed effective date: 6-1-76 Explain why adjustment is needed: to provide a higher level program evaluatior.staff classification. Estimated cost of adjustment: C-r-.:a Co_,a G:_r f Amount: 1. Salaries and wages: 'EC - 5 2. Fixed Assets: (fist.items mid cast) I- L;,7 e of $ Count Adminisirolor c Estimated total i $ f 1. Signature zw Department Read Initial beteiyinoion of County Administrator Date: April 14, 1977 To Ci-&i1 Sa_tv $e: r Rdquest recommendation. e�- Count AImioistrator Personnel Office and/or Civil Service Commission ;J6ate: ,lune 15, 1977 Classification and Pay Recommendation Allocate the class of Program Evaluator II-Project on an Exempt basis. The above action can be accomplished by amending Resolution 76/624, Salary Schedule for Exempt Personnel, by adding Program Evaluator.II-Project, at salary Level 463 (1512-1838). Can be effective day following Hoard action. This class is exempt from overtime. / Assistant PprsonrM Director Recommendation of.County Administrator Date: ,lune 24, 1977 Recommendation.of Personnel Office and/or Civil Service Commission.approved, effective June 29, 1977. County Administrator Action of the Board of Supervisors ,JUN 28 1977 Adjustment APPROVED (�) on N ( ��I,` t County Clerk l , Date: JUN 28 1977 By:V ,fit[ . ( �1��._ i. Deputy Clerk APPROVAL od thz adjuatment eonatintes mt Apptopaiation Adjustment and PvLsonnet ReaoOstion Amendment. NOTE: Tom section and reverse side of form must be completed and supplemented, when appropriaaEe, by an organization chart depicting the section or office affected. P 300 (1.1347) (Rev. 11/70) _ 001131 -- - . _ v POSITION ADJUSTh1E1-1T REQUEST No: 9. Yz Department CCCo. medical services Budget Unit Sao Date 5/25m Action Requested: Abandon the classification of Physician/Resident C :< h= Proposed effective date: 6/30/77 Explain`hy cWjus3.nent is needed: This classification is obsolete. ur Estimated cost of::adjustment: Amount: Contrc Coscto c' I. SalarieS,and wages: urt)$ 2. Fixed sets: IZist.items mid cost) RECEIVED 7 $ Estimated Adminis:rctc; $ Gf✓/ Signature George Degnan, D. Medical Director Department Head Initial Qetermination of County Administrator ate: 1b Civil Service: Request recommendation. y� Count dmim strator " Personnel Office and/or Civil Service Commission at4: June 15, 1977 Classification and Pay Recommendation Remove the class of Physician/Resident. The above action can be accomplished by amending Resolution 76/624, Salary Schedule for Exempt Personnel, by removing the class ofPhysician/Resident, Salary Level $1895.50F. Can be effective day following Board action. Assistant Personne ector Recommendation of County Administrator Date: June 24, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective June 29, 1977. County Admi i5 ator Action of the Board of Supervisors Adjustment APPROVED (� on :FUN 2R 10-.7 J. R. OLSSON, Cotmty��Clerk Date: AN 2 R � BY: rLlr tr,I C1 -"&L Deputy Clerk APPROVAL ej thio adjustment constitutes an AWopniati.on Adjustment and Pe&sonnef ResoCation Amendment. NOTE: Top section and reverse side of form mms.t be completed and supplemented, when appropriaTe-, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11/70) e r. a POSIT ! ON ADJUSTMENT R E Q U E S T No: yg�3 Department CCCD. Medical services Budget Unit 540 Date 5/25/77 Action Requested: Reallocate the classification of Resident Physician III from salary level $1895.50F to $1667£_ Proposed effective date: 6/30/77 Explain why adjustment is needed: in conformance with the 6/22/76 Board Order which establishe the Resident Physician salaries but authorized the salary of $1895.50/mo. for the Resident Physician III class only through 6/30/77 Estimated cost of Adjustment: Contra Costa County Amount: E� RECEIVED 1. Salaries and wages: $ 2. F�ked'ifiseD.: [&s.t.itenm and coot) 377 Y U > 01iice o4 $ Tc " ty Administrator . C Estimated total $ "Z--:r Signature George Drgr" ., ical Director p❑:�...... .!i Department Head Initial Determination of County Administrator late: lune e, 1977 7b Civil Service: Request recommendation. Count inl ator Personnel Office and/or Civil Service Coamission DA-1 June 15- 1977 Classification and Pay Recommendation Reallocate Resident Physician III to the Exempt Salary Schedule. Study discloses a new salary recommendation, consistent with the responsibilities and difficulties of the work outlined in the class specification as is indicated by the performance of position, is appropriate to Salary Level $1667F. Reallocate the class of Resident Physician III from Salary Level $1895.50F to Salary Level$1667£by amending Resolution 76/624 to reflect the change. Can be effective day following Board action. Assistant Personnel Airector Recgmmendation of County Administrator Date: June 24, 1977 Recommendation. of Personnel Office and/or Civil Service Commission approved, effective June 29, 1977. County Administrator Action of the Board of Superv;hc•:s Adjustment APPROVED on JIfN 28 1.977 J.�R. OLSSON, County Clerk Date: Arj 2F 7977 By: \1'(' L :P aaJ (s COCZ_C Oepuly Clerk APrnUVAL e6 this adjuStment canSti .*es an App:op'.,iation Adjuetnent and Pe,`-!annet Re.Wutivn Amcndme nt. NOTE: Top section and reverse side of form trust be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 N347) (Rev. 11/70) 000:33 POS I T l ON ADJUSTMENT REQUEST No: Department Public Works Bucket Unit 079 Date _6/7/77 Action Requested: Add 2 Electricians Proposed effective date: duly 1, 197 Explain why adjustment is needed: To appropriately staff the increased activity in the signal operation which we will be providing other cities. Estimated.cost_ofE4djustment: ccnrrc Amount: 1, Salaries and wages: 5 3 Mo 2. fixed-Assets: Itist.items aid ccot) CQ�/GA. " Estimated tot `r n;.:e;c X468/mo Signatu . / /��,Departmert Hea ' Initial Determination of County Administrator Date: June 21, 1977 To Civil Service: Request classification determination_ 143 Q rc�2 pn County`Administrator Personnel Office and/or Civil Service Commission Date: .1imp 9R, 1077 Classification and Pay Recommendation Classify 2 Electrician Study discloses duties and responsibilities to be assigned justify classification as Electrician. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 2 Electrician positions, Salary Level 444t (1573-1734). Assistant Personn irector Recommendation of County Administrator Date: June 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective June 29, 1977_ 40, County Admin s ator Action of the Board of Supervisors UN %3 Adjustment APPROVED (DISAPPROVED) on J R. OLSSON, County Clerk Date: By. @Lf s`.�raJ aQQ Deputy Clerk APPROVAL of th4i6 adjustment condt,<.tutes a: Ap}.up•t,i.atiox Adju,5tn nt and PvLbcnnet Re:oiuticn Amendment. NOTE: Top section and reverse side of fon iwet be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. 10 P 300 (i•1347) (Rev. 11/70) WHOM I In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Maher of Authorizing Appropriation Adjustments. IT IS By THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a tree 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 this28thday of June 19 77 J. R. OLSSON, Clerk BF,4.""4—� t.t Csi- .Deputy Clerk Jamie L. Johnson U-24 3f7615. + CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT t. DEPARTMENT OR BUDGET UNIT ` IQ$1hITlY't` ADIn;IV, RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM` Decease Inaease Code (L=6 yl Fund Budde:Unit Object Swb,Acct. CR X IN 661 p 1 1 1003 145-7752 00,% Secretary Desk with Auxiliary 331.00 Pedestal 1003 145-2102 Books and Periodicals 81.00 1003 145-2170 Household Expense 250.00 PROOFVER. 3. EXPLANATION OF REQUEST(If capitol outlay,list items and Cost of--ch) TOTAL ENTRY To allow the purchase of a desk for the new clerical Date Descrptian position filled in the month of April. Delay in requesting was due to our attempt at locating a desk through other departments which might have an excess. APPROVED: SIGNAT.AtES DATE RECEIVED AUDITOR— t I CONTROLLER: ZT I AR COUNTY {{; 30.71 J�t�. Q 1977 ADMINISTRATOR: J.IL OISSON WICK BOARD OF SU Pf tYISDIS BOARD OF SUPERVISORS ORDER: cow A CO. YES: Sopm s*- :cmt.rAden. St4mdc.8o�•ti:udlioc JUN 2$ 19 No:. I ���-_fl 'l J. R Ci..�t CLERK by � � ,Tr atnr wTax Collector 6_76_77 Deputy•acrk signature n Tido Date 0410 ; o: s. ! (M 129 REV. 2175) •See lnshauious Rn Reverse Side CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT MEDICAL SERVICES 540 RESERVED FOR AUDITOWCONTROLLER'S USE Card speci.l ACCOUNT 1 OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increose Code Q+ootit,) Food Bud et Unit Obit Sub.Acct. (CR X IN 66) 01 1003 51+0-2141 Pharmaceutical Expense $1,107.00 01 1003 990-9970 Reserve for Contingency ",1,107.00 PROOF _C_omp._ K.P._ _VER._ 3. EXPLANATION OF REQUEST(If capiml outlay,list items and cost o1 each) TOTAL ENTRY To replace pharmaceutical inventory loss by burglary Dau Des<npeat Pittsburg Outpatient Clinic: ron Date Value January 27, 1977 $200 April 26, 1977 907 TOTAL $1,107 APPROVED: SIGNATURES DATE 72 AUDIT CONTROLLER- COUNTY / ADMINISTRATOR: 61J,11-7 BOARD OF SUPERVISORS ORDER: YES:Supc—sa teensy.FtdaIM Srbradet.Boom.Hasschine JUN 28197 1, . A NO: ��S, on ) Assistant J. R. OISSON, CLERK h r r a z I-Sedical Director 6-16-77 Deputy Clerk Signature L. F. Gi 1.,! , Tide Date j1j�jprop.Adj. /oumol No. (M 129 REV. 2/75) •See fusfrecfi—on Reverse Side A. (M 729 REV. 2/75) j 'Ser Inslructio s°n Het ers d N. e s;d is • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT I, DEPARTMENTOR DUDGET UNIT Public Works RESERVED FOR AODIT­CONTROLLER'S OSE Card SPe<:al ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Iecr°ase Code I,antlt 1 Fund B„d_,U^it Ob-,S,b.Aces- CR X IN 661 COUNTY SERVICE AREA R-6 01 27 3 2753-7712 036 I. Phase IV Park 5347 15,488 r / / 003 Phase d Park 5230' 78 • 026 Phase it Park 5295 4,184• 027 Phase 111 Park 5297 9,226. 9970 Reserve for Contingency 2,000- PROOF _C_°"'?•_ i EXPLANATION OF REQUEST(If.vl.l wdq;1;.t I—and test°f .a) TOTAL ENTRY Date Dear.i,tiaa 1. W.O. 5347 Transfer balances into Phase IVconstruction- LJ C A-!_30JG Orinda Community Center. APPROVED: SIGNATURES ATE ADIA NISTRATOR: "R'n •V BOARD OF SUPERVISORS ORDER: YES:SnpmiwnlCm,w,fi6de� Sdss°da.9o� .kSasxlrim ••y-U,� .JUN 2 8 ) NO:./ , Q{)(1`38 ,D °^ J.R OLSSON CLERIC M Public Works Director 6/22/77 s,,.. Tide Date laumoAli l No. (M 129 REV.21751 •srr Lrstructrnns on R---Side ti< rr T rntT:re .n . CONTRA COSTA COUNTY • /O APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Pub I is Works RESERVED FOR AUDI TOR-CON TR OLLER'S USE Card Sp-dol ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• pevease I"crease Code Ou"nNt l Fu"d Bud"et Unir Obj-, b.A-, CR X IN 66) COUNTY SERVICE AREA R-6 01 2753 2753-99701. Appropriable new rev 3,437 s Reserve for Contingencies 3,4371 \1 7712 027 Phase 3 Park 5297 3,437 COUNTY SERVICE AREA R-7 2754 2754-9970 2. Appropriable new rev 32,048 S1J.S f Reserve for Contingency 32,048 . 7700 023 Land Acq - Park Ded Fees 32,048 PROOF Caa,p.__ _K.P._ _V_E_R._ 3. EXPLANATION OF REQUEST(Ii-pawl-11.y.Ust irons and Coss of eachl TOTAL ENTRY I. W.O. 5297 Increase R-6 budget for additional park Dote D-6pti.n dedication fees deposited in their funds for Phase III Construction, Orinda Community AS i4��0✓c Center. D41IxLy-ta Pt-w.,rTwV'd 2. Increase R-7 budget for additional park dedication fees deposited in their fund for land acquisition, APPROVED: I I TURES/� ATEA San Ramon. -SqR+S 7 (-4r`. T V 0 07 AUDI TORy=/ 'l vlAr CONTROLLER: ' COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: Supeniwn Kcntry.F+hde4 xhn.ks.zoom.Hsssddae AN 28 NO:.�p1tc� an U 1 J. R. OLSSON, CLERIC by L Public Works Director 6/22/77 Deputy Clerk signora a Title S,I D.I. Appr"p.Adi• a' f IM 129 REV. 2175) Jaumpl No. •Crr lnsfrucfinns on(tet-erse Side CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. OEPART1.111NT OR BUDGET UNIT Sheri ff-Coroner /rYk Fu(f�-laa9� RESERVED FOR AUDITOR•CONTROLLER'S USE Coed SP-0 ACCOUNT 2_ OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease I—.— Cad11c Qoan+ity) Fund B�daet Uait Obwt S,b.Acct, CR X IN 66) Q/ 303-1011 Permanent Salaries 79,000 303-1013 Temporary Salaries 21,000 303-1014 Overtime 4,000 303-1042 F.I.C.A. 300 303-1044 Retirement 13,000 303-1060 Health Insurance 1,550 303-2102 Books 1,500 303-2110 Communications 3,200 303-2120 Utilities 9,000 303-2140 Medical Supplies 100 303-2160 Clothing 51000 303-2250 Rent of Equip. 100 303-2302 Use of County Equipment 2,000 303-2150 Food 27,000 303-2170 Household Exp. 3,000 303-2270 Repair & Service Equipment 1,000 303-2281 Building Maintenance 1,000 303-2282 Grounds 750 303-2283 Bldg. Dept. Bldg. Repairs 1,000 303-2310 Professional Service 10,500 303-2479 Special Department Exp. 500 994--24'M— Reserve for Contingencies- 70 Federal Revenue Sharing 95,000 139,750 139,750 PROOF Comp,_ TOTAL _ _-P,_ _YER._ 3, EXPLANATION OF REQUEST(If capitol outlay,Est hems and cost of eocf+) _ ENTRY 'G%A•�`*'�Jc T "r,'�-"J -��y���• Oa+e Des-ouon APPROVED: 5f RES DATE AUDITOR- �•aa7j CONTROLLER: COUNTY ADMINISTRATOR: 10 BOARD OF SUPERVISORS ORDER: Y E S: Sul"vsan IC—T•FA&ik 5nc�odcr,B-M--Hawkins JUN 28 18 - n�j;�Q�_ on JOHN0UA;.*F11,1A 'N.SERVICES ASSISTANT T�rsa nLS OFFICE OF THF SfiER1FF•CORONER J. R. OLSSON, CLERK 6i , Deputy aerk Signw— Title Date Approp.Adj. (M 129 REV. 2/75) Journal No. •Sra•L+st,uclinns r»r Rerese Side (k 129 REV. 2/75) P,.,.l N, b......im.s nn Re,esr Side NEW $ �r • Cp(TRA COSTA COUNT APPROPRIATION ADJUSTMENTt('r. ✓,y �� I. DEPARTMENT OR BUDGET UNIT IS Leri RESERVED 100.AU OITOR•CORTq OL LER'S USE 4r.CC, C.'i Secoat ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET IT ?,' c. D increase Code LVor�ev1 F��d B.docr Unir Ob­S.ib.4ccr. Cph:�4 ee s I� CR X IN 66) qqy_q -Io TRJaH. To 803 .4.tt- OI 1120 IW3 3e>7-2170 hou,•Le(dl T=.p X730 IW3 -94-7711 &OS 1-12' x 12' metal storage shed 430.00 1120 303-7750 00/ 1-Industrial Carpet Cleaner 400.00 I 303-7750 002 Fingerprint Inker 320.00 2 303-7750 003 2-Drinking Fountains @ $235 ea. 705.00 I 303-7750 0oy 1-Floor Polisher 600.00 2 303-7750 00.5 2-TV sets @ $630 1,260.00 303-7750 004 1-16 mm Projector 700.00 1 303-7750 007 1-Medical Cabinet 330.00 I 303-7750 008 1-Medical Weight Scale 200.00 2 303-7750 009 2-Sewing Machines @ $350 700.00 I 303-7752 0/0 1-Desk 250.00 7 303-7752 0// 7-50" Sofas @ $290 2,030.00 303-7752 Q/2 5-Lounge Chairs @ $225 1,125.00 I 303-7751 6/3 1-Inmate Time Clock 340.00 1 303-7751 51111 1-Time Stamp 265.00 I 303-7751 0/.S 1-Electric Typewriter 680.00 I 303-7751 Ole 1-Manual Typewriter 280.00 2 303-7758 017 2-TV Cameras & Monitors @ $6,50 13,000.00 PROOF - -VE2._ 1 EXPLANATION OF REQUEST(If c iwl-11",fill items and It of­h) TOTAL - - --- ENTRY This adjustment will provide funds for purchasing DR D-6p,i.. capital items needed for the Female Work Furlough Facility scheduled to begin operation in October of this year. APPROVED: < RES DATE AUDI TO (.15-77 CONTROLLER.: COUNTY k17 ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES ,�.., 00041 Schram I>gyr,,x+<aeDe No:.�\Oyu /may JUN J. R. OLSSiON, CLET7iC h SW�a�tn)Q ZLQQ Deputy Ge s+9�er�re rd ApDmPd, b J.—.1 No. (M 129 REV. 2175) •Se:lnsr.nnins.,,,Re,-I,Side W 129 REV. 2/75) , I•ti rr Ln nrrrrinus ou Rerrsr Side Jonmal No • . CONTRA COSTA COUNTY • S /� APPROPRIATION ADJUSTMENT L L I. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CORTROLEEP'S USE Cmd Speual ACCOUNT 2. EJECT OF EXPENSE OR FIXED ASSET ITEM' Inn Code Q.—itFcnd ty,deesUnle Oben Sub,Acer. Decr.au tCR X INs 66) AFDC 01 1003 516-3311 Federal Aid 235,000 01 1003 516-3313 County Aid Basic 255,500 -- 01 1003 516-3314 County Aid Supplemental 40,000 01 1003 516-3312 State Aid 7,000 BH1 01 1003 518-3311 Federal Aid 80,000 01 1003 518-3312 State Aid - 30,000 AAC 01 1003 519-3312 State Aid - 18,000 01 1003 519-3313 County Aid Basic 4,500 Aid to Adults 01 1003 522-3312 State Aid 70,000 Aid Aid to Refugees 01 1003 524-3311 Federal Aid 95,000 General Assistance - 01 1003 530-3310 Board s Care 36,000 01 1003 530-3313 County Aid Basic 255,000 01 1003 990-9970 Reserve for Contingencies 155,000 01 1003 990-9970 Appropriable Revenue (State and 155,000 Federal Shares) PROOFCcmp• K.P. YER. 3. EXPLANATION OF REQUEST(If,wit,t wiloy,list hens and con of cosh) TOTAL _ . ENTRY To cover the estimated requirements through June 30, 1977 Do. De.o+Pnan in General Assistance, Boarding Homes S Institutionst, and Aid for Adoption of Children by transfer from other aid accounts and from the Reserve for Contingencies. APPROVED: 1 ES DATE AUDITOR CONTROLLER= UN 2 2 �7 COUNTY ADMINISTRATOR: AlMey BOARD OF SUPERVISORS ORDER: 00042 YES:Soy�s.uon Kmay.Fsr+dea S�tohs.Bolem•lisudtoe JUN 28 197 No,hO ni_ an 1 For R. E. Jornlin, J. R. OLSSON.CLERK by to«w L` �` s. ,nt tee..«.,.. 64zz ,-puty awk 6�yacry.. Tide bDme Jaou d N.I. _ (M 129 REV. 2175) Ser Insr orr:nns nn Rese,se Side f f YES:Suprsw+ers n as a. �uadc.apyge+.Nwdeioe JUN 2 R 197 Guri6KRlXc v ND_TZQ rte., °M1 E For R. E. Jornlin, 61'r J.R.OLSSDN.0.EF✓>S ,r -1`""Ns... A CIJ t 1. 5gnaru,e ,n « TiA. Oan r:apuy quk roprw.Adi. Jaurnd Na. (M 129 REV.217$) •Svv insr.actinax un Rrre,se Side It • CONTRA COSTA 'COUNTY /3 APPROPRIATION ADJUSTMENT t, DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDI-CONTROLLER'S YSE Cprd SpMol ACCOUNT Z OBJECT OF EXPENSE OR FIXED ASSET ITEM0-- ib.A—. ce e05C b.Apc+. ICRXIN66)._ 01 1003 260-7752 001 Desk wjextension 52 01 1003 260-2477 Tran to 260 7751 001 52 Contra COS.a County zi=CDV=D iy77 CIThCe of Celinty Ac`minisirator PROOF _CompVER. 1 EXPLANATION OF REQUEST(If cwilal Dueler,list boos and mar of-6)TOTAL _ ENTRY TO cover the cost of a work center costing more Do,e D—,ipi; than anticipated. Internal adjustment not af- fecting department totals. APPRDVEO: SI TURES DATE AUDITOR �ZQ 77 CONTR04LER: G COUNTY r f7J.J ADMINISTRATOR^ .�.'•.t�.• BOARD OF SUPERVISORS ORDER: MOM YES:Supn+iwn K-M.F.WsR, ns �, � S&-Its.B."-.Hli l7 t1f11 . 34l!#2 E n ND:.L �� / �� At�rs,/�t //l-?7 1 1 J.R.R.Qt b\a(ltihr ti CL.n�v., Deputy C3. Slgnmuw TUIe —i-='"---- AppraP. .: Jou.nalA No. (M 129 R.-2:661 •See Ins1ear6—on Revrrse Side (M 129 Re..2x68) I J.....I No. V U i •See rasrmcriaas Da Reverse Side • CONTRA COSTP COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT Public Works RESERVED FOR AUDIT—CORTROLLER-S USE Cord Special ACCOUNT 2. Oa)ECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Cod< Ouantitrl F""d B.d...U"it Oben IA—. ICR.1.661, COUNTY SERVICE AREA R-7 01 2754 2754-7700 021 I. Park Site 7 5449 137,048 5 S 5 S 023 1 Land Acq -Park Ded Fees 137,048 i PROOFComp. K.P. YER. 3. EXPLANATION OF REQUEST(If capitol wtl"Y,list items and test of each) TOTAL -- -� ----- ENTRY 1. W.O. 5449 Transfer Park Dedication Fees to Site 7 D"Ie D-6pr."" Land Acquisition San Ramon. AS flBU✓G APPROVED: 181 4TURES DATE AUDITOR- 6� CONTROLLE i 1 COUNTY / ADMINISTRATOR: ••� BOARD OF SUPERVISOFRDER: YES:SslTeesit"n K-", - jd,saks.assn.Hsstsla� 00044 JUN 2A 197 J.R. OLSSON, C!-F7i1( b,'Yry�R��tn:lr @c C0 Public Works Director 6/22/77 Deputy Berk y"m"re A pmp.Adi _ 01 _ (M 129 REV.2/75) J d N •Srr lastrarra,"s un Reverse Side YES:__ yJ..kc.J7mFa. oo1)44 JUN 2 P 197 N0:. en ) � Public Works Director 6/22/77 Title Dme J. R. OLSSOIJ. 0LE7M DcPWY Clad[ ignanre APPfep.Adl. �[��/ J amd No. IM 129 REV. 2175) •Srr IuslFurtinus oN Re e.se Side • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDI TOR-CONTROLLER'S USE �(JI�dl N C.YIK •QYtC(tC L Ce.d S".1 ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Oenee IRcr<ose Code M--) Fund Budeer U.ir Ob,«,'ub.A-- CR X IN 66) 01 1003 112-7713 502 Educational Media G.P. 6,790 t 097-7710 801 Electr�olck_s-JAil 1,670 1 0 066-7710 906 H1th,Bldg Improve 2,620 048'77)2 502 'It-,tgcLt,6- D,*k 2500 PROOF Comp.• K.P. VER. 3. EXPLANATION OF REQUEST(If capital wd",lis,11;m cad cosy I eod,) TOTAL •_- - -�-� ENTRY This appropriation adjustment is requested in order to fund leasehold improvements at D- De.<,iP,;eR 2361-71 Stanwell Dr. Concord. APPROVED: SI A• - DATE AUDITOR- CONTROLLER: 2 2 COUNTY ADMIN' 7 15TRATOR: �+ BOARD OF SUPERVISORS ORDER: YES:Sq--K—y.FrEdra. 4€1 45 S,Leoder.&ggm• r SUN 2 6 197 D 7uty Public Works . Director 6-20-77 J. R. OLSSON, CLERK b, . Dyxay Ckvk s�sr,c,�rr Tile 5403 Data JOAM Nal. (M 129 REv. 2/75) •Srr lnsr.nctions un Met else Side (A!129 REV, 2/75) 1 •,rr lrsnncfim.,, APR..v.Adi. S o3 ` .N He.r.sr Side lavrnvl No, i 01noft f / • CONTRA COSTA COUNTY • MPROPRIATW ADJUSTMENT 1, DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOWCONTROELER-S USE Auditor Controller Micro Film Card SPeud ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increme Code Q,vntn 1 Fu"d Bud<t Uv„Ob— Q Acct. f CR.I. 661 011003 011-1013 Temporary Salaries 4,000 O1 1003 148-2310 Professional Services 51000 01 1003 011-2310 Profet:sional Services 9,000 PROOFC.rro K.P, VER. 3. EXPLANATION OF REQUEST(11 c yitvl outdo,,liar It—®d mod each) TOTAL - - ---- ENTRY Adjustment needed to provide moneys in Data D— D-6p,m. Processing Professional Services account to cover costs of outside computing to offset year end overload caused by new Finance System and the carrying on of existing Finance System, including Assessor Business/Personalty System that must be part of the final assessment roll cut off. APPROVED: SIGN RES DATE AUDITOR- UN 22 197 CONTROLLER: COUNTY ADMINISTRATOR: C�•� BOARD OF SUPERVISORS ORDER: � YES:SDP---K-m,FabdM ilLIQ) J S.An.1.a,eoSyn,.HMNdw, 2P19 NO:.1,1�0- en �" J.R.Q ca t�T Al�iaco Off. Serv. Mgr. 6/20/77 t pD S' oturc TW. '1 Dm. J.-.1 No. 540 T (M 1291 Rev.2,66) •See 1-1-6—DN Reverse Side =R—. 2819 c� Off. Serv. Mgr. 6 20/77 ET I. / Depwy Clerk !p rale '/'once JoP1p➢�N1. 54�`i- •See 1.3nuctions on Rennse Side xmu own= 77— . CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT CIVIL SERVICE 035 RESERVED iOR•UO'TOR-COUTROLLER'S USE Co,d S,—.j ACCOUNT 1. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Dec — lec,ro,e Codc Q,nni.rl Find B.S."u-01,—,S.L Acc,. CR X IN 66) pi 1003 035-2100 Office Expense 2000.00 035-2310 Personal 5 Professional Services 3300.00 035-2473 Specialized Printing 1200.00 035-2102 Books,Periodicals,Training Manuals 1040.00 035-2150 Food/Mtgs.6 Oral Board Expenses (LNmches,Coffee) 4000.00 035-2281 Maintenance of Buildings - 600.00 035-2305 Freight Drayage Expense 660.00 035-2170 Household Expense 200.00 PROOF C°_",?. K.P. VER. 3.EXPLANATION OF REQUEST(If eVirol aurfvy,Iia items and mu of cath) TOTAL "- ---"-----' ENTRY 1. Books S Periodicals—Additional subscriptions, books Dnro Dcsc,�Pt�m and training material required. 2. Food—Adjustment to cover change in accounting codes. 3. Maintenance of Buildings S Freight Drayage--Unanticipated expense for move of Safety Division from Credit Union Building. APPROVED: SIGMA 'RES DATE AUDITOR- UN 22 '� =rs�ervNn.l �� '� Kpl 0.i3'R[I r7µtpJ<,'J" CONTROLLER ONTROLLFR COUNTY "7/7 /'!7 AOI.IINISTRATOR: W,2 BOARD OF SUPERVISORS ORDER: [� !� 7YES: Suy eoeon Kemf. 4 11104 - •.:c•4-e.'yev TTnx4Me JUN 28 1974 No_��Ovy nn • ) Assistant J. R. OISSON.CLERK I,r �. �,,,➢hector of Personnel 6/22/77 Oepuy Tide Dme to Harry Cisterman �Pm°1 moi_---54-1.� IM 129 REV. 2/75) •ce.•hs r.xcri,..rs o„Re,ease Side xmn II __ _ . CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT GRAND JURY (238) RESERVED cOR AUDITOR-CONTROLLER'S USE Co,d Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Deease ln1--.s.Code O—tit) F°nd crBudoet Unit Obiect b.A—. CR X IN 66) FURNITURE TO FURNISH ROOM FOR GRAND JURY /02-1111- 603.. TR^jq "jU 23?-'17 61,1 01 1003 7252.00 01 3 1003 237-7752 TABLE 2,650 01 4 1003 237-7751 FILE LATERAL 1,116 01 1003 237-2170 HOUSEHOLD EXPENSE 3,486 (Chairs $ Sm. Table) j` LL UL w W Q J _ —t - S Contra Costa County 1 = r RECEIVED `z Qc 0 i9%7 Orrice of County AdministrOtor PROOF C_omp.-_ _K.P___V_ER._ 3. EXPLANATION OF REQUEST(11 capitol outlay,list items and cost of each) TOTAL ENTRY Needed furniture for Room 414 Courthouse DoteDescription for use of Grand Jury. See attached itemization prepared by Purchasing Agent. APPROVED: GNA ES DATE AUD1TO - V It 00 CONTROLLER: 6 -�7 COUNTY 1 / ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: 40 (�/� YES: SuM^'uan,:rmy Fabden, W14a Uh-dce.Boacss.yyyty�q �Oa� JUN 2 R 19 NO:. on J. R. CILSSON Suoerior Court Adm. 6/16/7 CLERK by 4 Adm., 6/16/ Clerk W. OIIQE"I'n Title Date Acprop.Adj. (M 129 Rev.?/65) J.. No. 5401 •Ser Instructions on Reverse Side Office of RECEIVED COUNTY AUDITOR - CONTROLLER PURCHASING DIVISION �ooerrro�"440 1 y;PH'TT Contra Costa County June 14, 1977 oR- ROLtc.oc t TO: Wilfred O'Neill, Superior Court Administrator FROIA: W. A. Schmidt, Assistant Purchasing Agent SUBJECT- Grand Jury Furniture, Your Requisition #59805 Following several meetings with Judge Richard E. Amason, Grand Jury Foreman, Mr. William W. Williams, and yourself, furniture styles, colors types, etc. for the Grand Jury room have been finalized. Do Bell assures me there is sufficient funds for the carpet. The furniture will require a special appropriation adjustment. Marty Nichols should be notified by either yourself or the Judge to insure funds will be available to purchase this furniture per the following list: Already in Budget - Contact Building Projects Forrect Jenkins Approximately 50 yards of Burke Sierra carpet, color 832272 Smoke Appropriations Necessary for the following furniture: 1 each - 48" wide by 120" long table 2 each - 48" wide by 96" long tables Panel ends, autumn oak finish with laminate insert top - total cost including sales tax and freight = $2,650.00 30 each - upholstered wood frame stacking arm chairs - total cost including sales tax and freight= $3,396.00 4 each - four drawer, 36" wide lockable lateral file cabinets - total cost including sales tax and freight = $1,116.00 1 each - Small 24" x 30" table - total cost $90.00 WAS/Ile W49 .IMM • CONTRA COSTA COUNTY APPROPRIATION ADIUSTGENT 5, RESERVED POR AU OrTOP-t OUTPOLLEP'S USE L DEPARTMENT OR BUDGET UNIT C<.d SP­.I ACCOUNT i. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Ue<eere tnaeae Cod< O.mnir 1 F""d &ido<r Unir Ob ecr Suh Accr, 'CR XIN 661 OL 1003 450-2140 Medical S Lab Equipment 6500 01 1003 106-7713 711 6500 PROOF 3. EXPLANATION OF REQUEST(li<Rpirol wrloy,liar I,-.and...I...h) TOTAL ENTRY To provide funds to remodel-a portion of 2355 Stanwell Circle, to accomodate our Central County Environmental Health Staff. This move was approved by CAO on February 10, 1977. APPROVED: SI TURES DATE AUDITOR- CONTROLLER: JUN 22 7 COUNTY G 7/ q' ADMINISTRATOR: _ BOARD OF SUPERVISORS ORDER: YES: SRIF K-M-FaM (�[1F1Co m\ �III��/��75 ;;� S�ralv.EpE6m.lib+drme ,/ NO:.�o�. o"JUN 2819 jj�fAr J.R.OLSSON.CLERK ..�I.ury CSer ly�or"< .A Jaumcl No. �¢!`M-(F Y•C�1S�lf (M 129 REV.2/75) •err I,.,n:.rri,.,.s..P Ker rrsr Side < • CONTRA COSTA COUNTY • `PPMP TN• -nil--r �.,:... a' :.;3... .. .. ^.art,„+,•_t`- ` ! CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT Housing Counseling 8 Training L DEPARTMENT OR BUDGET UNIT Program (592) b RESERVED FOR AUDITOR-CONTROLLER'S USE (7� Catd Sp—al ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' r Decrease Increase Code alantin) Fund a�dae,Uni,Ob"eat i A-,. 1 CR X IN 66) I I O 1 1003 592-1011 Permanent Salaries 1,800 01 1003 063-7753 005 Vehicle, Utility Van 1,800 Contra Cosies County RECEIVE O1i:La ct COUrtty Admini,rotor PROOF �_"'a•__ _K.P._ _V_E_R._ 3. EXPLANATION OF REQUEST(If capital outlay,list items and cast of TOTAL ENTRY To transfer additional funds, per request of R. Dornan, Date De iption for purchase and outfitting of van for project use. See J05278 for original transfer of $6,700. Total amount transferred $8,500. 100% federal funds APPROVED: SIGN RES DATE Additional funds approved by County Advanced AUDITOR- Planning Division, Planning Department_ CONTROLLER: COUNTY ADMINISTRATOR: %nm rLldofG 7 7 BOARD OF SUPERVISORS ORDER: YES: Sarl/ � 51 n tv Km y.F'ileo. •:,raJe.R,y,•yes.Hasteltioe /fb 140:.-Afflk on JUN 2 S 19 J.R.olss Wd8,anMni•.1.ler Director, OEO 6/16/77 yy ♦'1t�D� Ql1yY 1 y Deputy C1 k Signamte Title Date App,ap.Adi. 532:7 I M 129 Rem.2,68) •See iasoacrioas on Retwse Side Jaumd No. L ftl .681 �,y L, S�gn.rue 'Wo Ser tast.ucrinas an Reee s j°°Vm°r'�i• Dor. e Sid, _ h � • CONTRA COSTA • APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERV Et)FON i.UOITOP-CONTPOLLEN'S USE Su erlOr Court 5°.u°I ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• D—.— I.cre.se Code Qu..tnl Fu.d Budv LI-Oblecr Srb.Accr, tCR XIN 66J Ol 1 1003 200 7752 005 Chair Exec. 240 086-?Ifo G9e io 3-00-'77Sa—adv 01 1003 ne-99:9 --___--_ -__ -_"= gel-i-ZAA- 240 ti Costa County s Cancra �, i��CtiIV D W ti i977 Cn!ICe of County p,-'cninistrator PROOF C:.-.- K.P. VER. 1 EXPLANATION OF REOUEST(If.*,,d wdNy,1411—and msr.f—h) TOTAL - -- ---- ENTRY D.,. To purchase chair now being used by Judge Amason, Dept. 2 chambers due to his needing repairs. Purchase Order 75878 APPROVED: SIGNATURES DATE AUDITOR- 29-77 CONTROLLER: 6 COUNTY 1f�1/' ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: (� YES:S°PerviwN X [�Oi fennt,Wtdcq () 52 . . JUN 2 S 147 N0:1�1� J.J.R.OL EGQ�� Superior Court Adm. 6/15/77 yy 1. slq.a.r. Tld. o.,. ..aputy QeI A""-A*: 5384 aumd No. (M 129 Rev.2:68) •Sae Inshnctions on Ravasr Side nit' 3 rti>~ti v�ftc 1. `'/'f v S S 4 Q'I COUNTY OF CONTRA COSTA PURCHASE ORDER Order No 75878 wns Ship To: COUNTY OF CONTRA COSTA INS NUMBER MWTAFMION ALL wvD;CEs. Dm.: June 13, 1977Superior Court Administrator y "Na"' '"EZAND.AMGM N CeP." X - - - Rm. 125, Courthouse ;.... Superior Court 725 Court Street Martinez,,-Ca. .94553• Ne4n:.Nu: 59806.-':,_. cna9ela Cost Ctr 200-7751 T.; Rucker-Fuller Co. 645 Battery Street _ Truer flet 30 San Francisco, Ca. 94111 Fo.e.: Del dM INVOICE IN TRIPLICATE rzM ou"NnrrUNIT RECD. -• - - DESCRIPTION ..PRICE NO. OQDIRED I 1 I' only Executive swivel chair BX 120 - 577 225.00 { Conf. Del. Recpt. J28385 tx 14.63 Chiir now being used by Judge Arnason.'- Dept. 2 chambers due to his needing z major repairs/ 1, Slo:np in this Spoce when Fiiing Invoice with County Audifor..' .--00053- asst .,,; CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT ftp=-(troller 01D RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2- OBJECT OF EXPENSE OR FIXED ASSET ITEM Increase Code Quantity) Fund Budaer Unit Ob'ect SuLAcct. Decrease CR X IN 66) 01 9 1003 010-7751 001 Calculators 2,855 01 1003 010-1013 Telrorary Salaries I'M 01 1003 010-1014 Overtime 1,055 01 1003 020-1013 Te»porary Salaries 806 01 1 1003 020-7751 001 Typewriter 806 PROOF �t •- N.P. VER. i EXPLANATION OF REQUEST(If capital outlay,list items and cast of each)TOTAL -------- ENTRY To transfer Hands to cover purchase of calculators Dole Description required in Various divisions of the department; to purchase typewriter required in the Rachasing Division. APPROVED: �RESDATE AUDITOR- UN 1 5 CONTROLLER: 197 COUNTY (�/� / ADMINISTRATOR: -1=—k�-�'- L/7/ BOARD OF SUPERVISORS ORDER: �1 YES:Supervuon Ka".Fandm S&rodcr.Itassm.Hastdtioe 1,101 ,k3l, an JUN 2 8 19 J.R.OLSSON CLERK by Adrdn. Svcs. Officer 6/15/77 Date tJeputy Cletk / �� SIl11 irle � 1Cl p.AdI. (M 129 Re,2,66) �See Instra.clic, on Reverse Side of No. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Chevron U.S.A., ) Inc. Concord Center ) RESOLUTION NO. 77/517 ) WHEREAS Chevron U_ S. A., Inc_ has shown confidence in Contra Costa County by consolidating the entire accounting and credit activities of the corporation in its Concord center; and WHEREAS Chevron U.S.A., Inc. is presently one of the largest single taxpayers in Contra Costa County;.and - WHEREAS Chevron U.S.A., Inc. presently provides 1,000 jobs in its Concord Center, soon to be expanded to 1,600 jobs; and WHEREAS the present monthly payroll of $1,400,000, which will soon be increased to $2,250,000, adds greatly to the economy of the County; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA, RESOLVED that appreciation is extended to Chevron U.S.A., Inc. for the confidence being shown in the County through the investment it has made, and for its contribu- tion to the prosperity of Contra Costa County. PASSED by the Board on June 28, 1977. O0n55 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of'Comending ) the Contra.-Costa County Fire ) Protection District Reserves ) RESOLUTION N0. 77/518 (Volunteer Fire Fighters)- WHEREAS ighters)WHEREAS citizen participation in community well-being, where citizens volunteered to fight fires, is an old American tradition; and WHEREAS citizen volunteer fire fighting-has existed in_ the State of California since admittance as a state; and " WHEREAS this commendable citizen participation is lessening in various communities as the fire protection function becomes more complex and full time; and WHEREAS the Contra Costa County Fire Protection District encourages the use of, and uses, a substantial reserve (volunteer) force; and WHEREAS certain areas within that district have utilized volunteer fire fighters for approximately a century; and WHEREAS this district reserve force is well-equipped, highly trained and continually motivated to continue to serve their common i ties. NOW THEREFORE BE IT RESOLVED that this Board commends the reserve (volunteer) fire fighters for their continued and unselfish service to the general public. PASSED by the Board on June 28, 1977. 00055 x4""+v41PE:, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the ISatter of Approving Plans ) and Specifications for the Alhambra ) Valley Road Intersection Modification) RESOLUTION NO.77/519 Project, Pinole Area. Project No. 1481-4379-661-77 ' ) WHEREAS Plans and Specifications for the Alhambra Valley Road Intersection Modification Project have been filed with the Board this dap 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 this project is considered exempt from Environmental. Impact Report requirements as a Class 1CCategorical Exemption under County Guidelines, and the Board concurs in this finding; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on July 26. 1977 at 11:00 a.m. and the Clerk of this Board is directed to pu ish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the "San Pablo Nevis" PASSER.AND ADOPTED by the Board on June 28, 1977 Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller '.:SOLUTION EO.77/519 ()UIP57 ALriAMBRA VALLEY ROAD PROJECT NO. 1481-4379-661-77 BIDS DUE JULY 26, 1977 AT 11 O'CLOCK A.Pt. ROOM 103. COUNTY AOMINISTRATIjN BUILDING. 651 PINE STREET, MARTINEZ. CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ. CALIFORNIA P R 0 P 0 S A L a a a a a a a a F 0 R ALHAMBRA VALLEY ROAD INTERSECTION MODIFICATION NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CGNTRA COSTA COUNTY THE UNDERSIGNED. AS BIDDER. DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS. PRUPOSAL AS PRINCIPALS ARE THOSE NA:^ED HEREIN— THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION XITH ANY OTHER PERSON. FIRM OR CORPORATION— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRJ— PCSED 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 MEAY.S OF CONSTRUCTION. AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT, IN THE MANNER AND TIME PRESCRIBED. AND ACCURC— ING TO THE REOUIREMENTS OF THE ENGINEER AS THEREIN SET FORTE. AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT 5ASED ON THE UNIT PRICES SPECIFIED HEREINBELOw FOR THE VARIOUS ITEMS OF WCR:<. THE TOTAL VALUE QF SAID WORK AS ESTIMATED HEREIN BEING S ~(INSERT TOTAiI AND THE FOLLOWING BEING THE UNIT PRICES BI_. TO WIT— JUia":/E i977 J. R.0L%cN CLRXF Microfilmed with board order PO1°a A�R"5°a; R,4 P — 1 PROPOSAL (CONT.) (PRICE NOT TO EXCEED THREE t31 DECIMALS) ----------------------------------------------------------- -------i---------- ITEm TOTAL TEM ESTIMATED UNIT OF PRICEtIN ((t� (:0. QUANTITY MEASURE ITEM FIGURES) FIGURES1 -- _ ----- - ------ -r _-_ --------- LS SIGNING AND TRAFFIC CONTROL I --------------------------------------------------- --- - 2 390 LF REMOVE PAINTED TRAFFIC STRIPE 3 250 CY ROADWAY EXCAVATION AND GRADING I 4 480 TON CLASS 2 AGGREGATE SUBBASE 5 ------------------------------------------------------370 TON CLASS 2 AGGREGATE BASE ___ ____ _______ t -5 ------ 530y-- TL'N ASPHALT COKRETE-�_------___-'-- I--�_--_I_----_-_- ___ _ I + 7______ 470_- - LF :MINOR CONCRETE (TYPE AI-5 CURBi 9 3+800 SOFT MINOR CQkCRETE IISLAND PAVING) (F1 +I l t 9 41 LF METAL BEAM GUARD. RAILING IO 135 EA TYPE 0 PAVEMENT MARKER --�___ -- - - II 50 EA TYPE G PAVEMENT MARKER -------------------------------------------------------�--------11*--------- NOTE-PLEASE SHOW T37AL ON PAGE P-I TOTAL ---------------------------------------------------------------------- P - 2 PROPOSAL (CONT.) IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY. BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSALS AND THE RIGHT I5 RESERVED TO THE COUNTY TO INCREASE OR DE— CREASE THE AMOUNT OF WORK UNDER AhY ITEM AS MAY BE REQUIRED. IN ACCORD— ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL ANUUNT BID FOR THE PROJECTS DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUA FOR TME WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDE2SIGNED. AS BIDDERS STALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCEN'r CF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCt BO&Z % 3= ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL. TO THE COUNT; OF CONTRA COSTA AND AT :.O EXPENSE TO SAID COUNTY9 EXECUTED BY A RESPI-%S— IBLE SURETY ACCEEPTAeLE TO SAID COUNTY, IN THE EVENT THAT THIS PROPUSA;. IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SmALL BE ACCEPTED AND THE UNDERSIGxED S,-ALL. FAIL TO CONTRACT AS AFORESAID AND TO GIVE TSE TWO EOhDS IN THE SUMS Tv ?E LETERMIUED AS AFORESAIDs WITH SURETY SATISFACTORY TU T?tE dUAAD LF SUPERVISORS• WITHIN SEVEN Ill DAYS. NOT 14CLUDING SUNDAYSP AFTER T::E BIDDER HAS RECEIVED ,NOTICE F7OM THE SOARC GF SUPERVISORS THAT THE CJN— TRACT IS READY FOR SIGNATUREs THE BOARD OF SUPERVISORS SAYS AT ITS CPTIUNt DETERMINE TF?AT THE SiDCER i--AS A5ANCGNE_D TmE CONTmACT• A:t% 7HEZEL0CN THIS PRaPOSAC `:D THE ACCEPTANCE 74=REOF S1JALL BE A%D :i1 AND THE =CRFEITURE O= SUCH SECURI-Y !CC7!?PANYING THIS PROPOSAL S-4i . ,RATE A,,. T;IE SAME SHALL 3E. THE ?RCPE,17Y ,.F THE CCUNTY �F Ck.;:+T?A .w7n. 5_SCJ`ITRAC,S TNF CONTRACTOR AGR=ESP SY SUBMISSION: OF THIS PRUPOSALs Tt: CjN— FCR:,• TO THE RE,^.UIRE!'ENTS CF SECTIGN 4100 THROUGH 4113 CF THE Gai`+ER;:;/Ei,T CCD= EERTAINING TC SUSCL)NTAACTCRSs EXCEPT .AS PROVIDED UNDER SECTIUN 4Irr,.59 THE SA:-_ AS IF INCORPCRATED HEREIN. FUR ALL TRAFFIC SIGNAL AND STREET LIGHTING %CRK. A COMPLETE LIST OF SUECONTRACTORS IS REQUIRED AND THE RIDER WILL SE EXPECTED TO PERFORM WITH ITIS OWN FORCES ALL ITE;!5 OF CORK FGR :+:HICH AO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITLMS INVOLVING TRAFFIC SIGNAL A:? STREET LIGHTING eCRK TC SE SUBCONTRACTED ON THIS PROJECT. IF A PCRTIO% OF ASY ITEM OF WORK IS vcNE BY A SL:ACO-.TRACTOR. THE VALUE OF THE 'r.CRK SUPCONTRACTEO :SILL n BASED CN THE ESTIMAT=D COST ;IF SL;CH PORT IU.. OF THE COLT?ACT ITE­v DETER;4INED'FRC" I.XFORMATION SUB;FITTED eY THE CON— TRACTORP SUBJECT TO APPROVAL FY THE ENGINEER. THE UNOERSIGNED9 AS 9I0C=_Rs DECLARES THAT HE HAS r.GT ACCEPTED A%Y IIID FROM ANY SUBCON'TRAC T UK QR MATERI AL;di N THRCL'GN ANY BID i)EPOSI T CRY s '14; BY—LAXSs RULES OR REGULATIChS CF xHICN PRJH18.T G4 PREVENT THE CO.— -RACT�7R FROM CO%SIDERING AMY SID FROM ANY SUECOnTRACTOR CR ;dATEZiALkA;.• w"ICH IS NOT PROCESSED THROUSH SAID BID OE;13SITORY9 OR JHRICH PREVENT ANY SUFCO%TRACTCR OR MATERIALMAN FROM BIDDING TC ANY COATRACTOR wetu GOES NUT 0006(USE THE =ACILITIES OF OR ACCEPT BIDS FROM GR THROUGH SUCH BID DEPCSITURY. P — PROPOSAL (CONT.! - ---------------- N0. ITEC SUBCONTRACTOR ADDRESS ---- ---------- --_------------------ ------ ------ ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN TiiE AMCUNT OF TEN iIO1 PERCENT OF AMOUNT BIO ----------------------------------------- ----------_-- (CASHicR'S CHECK. CERTIFIED CttECK OR BIDDER'S BOND ACCEPTABLE! PiE OF ALL PC^SO:.S INTERESTED IN TriE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLCWZ- IMPORTANT NGTICE --- IF Ti IE !3I: ER CR .;TtiE4 IY.TERESTED PEASOM IS A CORPORATION. -_ LEGAL E :E RPCRATIIJN. ALSO NAMES OF PRESIDENT. SECRETARY. TREASU.NE2, 'AND :AGER THERE+F. IF A CCPARTNERSHIP. STATE TRUE NAME FIRM. IF BIDDER 02 OTi+El INTERESTED PERSON IS AN INDIVIDUAL. STATE I—ST" AND LAST \A::E IN FULL. ------------------------------------------------------ LICENSED TO DO OR SUBCCNT2ACT ALL CLASSES OF WORK INVOLVED IY THE PROJECT. 14 ACCORDA`:CC WITH AN ACT PROVIDING FOR TmE REGISTRA- TI N OF CUNTRACTORS. LICENSE r:0. ICLASS- 1. ---------------------------------- ------------------------ ------------------------ iSIGNATURE OF BIDDER) BUSINESS ADDRESS --------------------------------- PLACE OF ...SIDEX DATE ----------------I3 --___----_---_----_----Ti11110� !0.otlme is requested that the bidder execute the affidavit on this page 7atat of submitting his bid, or if it cannot be submitted with the --fnl hiAd r In ----------------------------- (It is requested that the bidder execute the affidavit on this page at the time of submitting his bid, or if it cannot be submitted with the bid, this affidavit shall be executed by the sucessful bidder, in duplicate, in accordance with instructions in the Federal Requirements in this booklet.) NON-COLLUSION AFFIDAVIT To the State of California, Department of Transportation. The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directlyor indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action In restraint of free competitive bidding in connection with such contract. CONSTRUCTION ON ALHAMBRA VALLEY ROAD AND GASTRO RANCH ROAD INTERSECTION, IN THE PINOLE AREA. Signature of Bidder Business Address Place of Residence Subscribed and sworn to before me this day of 19 Notary Public in and for the County of State of California. My Commission Expires 19 00062 THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PP.OPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL The bidder proposed subcontractor ____, hereby certifies that he has has not _, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders I0g25, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Equal Employ- ment Opportunity Regulations of the Secretary of Labor (4) LFR 60-1.7(b) (1)), and must be submitted by bidders and proposed sub- contractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations'. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcon- tracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. ODO f3 The bidder certifies that: N A. o 1 do not intend to subcontract any work on this project. B. E] 1 do intend to subcontract portions of the work on this project. In accordance with the provisions of Part III , "Participation by Minority Business Enterprises In Subcontracting," in Section 6-1.04 of the special provisions, 1 have taken affirmative action to seek out and consider minority business enterprises for the portions of the work which are intended to be subcontracted and that such affirmative actions are fully documented in my records and are available upon request. In addition, I will take such affirm- ative action on any future subcontracting for the life of this contract. Note: The bidder shall check box A or box B. If the bidder does not check a box it .will be deemed that he has checked box A. Contractor Dated 19 The above certification is required by 23 CFR 230 as published in the Federal Register, Vol. 40, No_ 211 - Friday, October 31, 1975. 00064 In accordance with GovernmentCodeSection 14310.5,, the Bidder shall complete, under;penalty of perjury, the following. questionnaire: QUESTIONNAIRE Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. Note: This questionnaire constitutes a part of the Proposal, and signature on the signature portion of this Proposal shall constitute signature of this questionnaire. nors� ALHAMBRA VALLEY ROAD PROJECT NO. 1481-4379-661-77 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT ;aARTINE2+ CALIFORNIA NOTICE TO CONTRACTORS NOTICE 15 HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY+ THAT THE CLERK OF SAID BOARD WILL RECEIVE 5105 UNTIL 11 O'CLOCK A.M. ON JULY 26. 1977 FOR THE FURNISHING OF ALL LABOR• MATERIALS+ EQUIPMENT• TRANSPORTATION AND SERVICES FOR ALHAMBRA VALLEY ROAD INTERSECTION MODIFICATION THE PROJECT IS LCCATED ON AL-4AMBRA VALLEY ROAD+ APPRCAI17A72-LY 3.5 MILES SOUTHEAST OF PINOLE THE hORK SHALL BE DUNE IN ACCCROANCE xITci OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR. THE ENTIRE 'AORK DESCRIBED HEREIN. =`GI?LEERS ESTIMATE ITEM ESTIMATED UNIT OF `:0. QUANTITY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTRGL Z 380 LF REMOVE PAINTED TRAFFIC STRIPE 3 250 CY ROADWAY EXCAVATION AND GRADING 4 480 TON CLASS 2 AGGREGATE SUBBASE 5 370 TON CLASS 2 AGGREGATE BASE 6 530 TON ASPHALT CONCRETE 7 470 LF MINOR CONCRLTE !TYPE AI-6 CURB) 8 IFI 3+800 SOFT MINOR CONCRETE (ISLAND PAVING) 9 41 LF METAL BEAM GUARD RAILING 10 135 EA TYPE D PAVEMENT MARKER 31 50 EA TYPE G PAVEMENT MARKER FF I LAS ED +Z`� V377 JUia J.z 0•s;Or� a/FZK 80r{aD�o1 fo�:wrsiisar, 1Niaofilmed with board order [,�ti e N - 1 NOTICE TO CONTRACTORS (CONT.) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK CF THE BOARD OF SUPER- VISORS. 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 xURKS DEPARTMENT, 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS. MAY BE OBTAINED BY PROSPEC- TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT, 5TH FLJUR, CJUNTY ADMINIS- TRATION BUILDING. UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF TWO AND 66/100 DOLLARS 52.66 (SALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY GF CONTRA COSTA'. AND SHALL BE MAILED TU PUBLIC xUR4S DEPARTMENT. 5TH FLCOR. ADMINESTRATIGM BUILDING. MARTINEZ, CAL:FORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FJRM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT. STH FLOUR, COUNTY AOMINISTHATICN BUILDIJ.G• BIDS ARE REQUIRED FOR TSE ENTIRE W3RK DESCRIBED HEREIN, AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TER (10) PERCENT O. 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 :MTU A CONTRACT IF AWARDED THE WORK, ANG WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL SZDDER REFUSES. NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO OU SU BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTEC TO THE CLERK OF THE BOARD OF SUPERVISORS, ROOM 103. COUNTY ADMINISTRATION BUILDING. 651 PINE STREET. -MARTINEZ. CALIFORNIA. O1. OR BEFORE THE 26TH DAY OFJULY. 1977. AT 11 3'CLOCK A.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME CUE IN THE CHAMBERS OF THE BOARD OF SUPERVISORS. ROOM 107• ADMINISTRATION BUILDING. MARTINEZ. CALIFORNIA. AND THERE 7EAD AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPEi ED. N _ z 0ON7 I NOTICE—TO CONTRACTORS (CONT.) i TH- currcecpw AIDDFR WILL BE REQUIRED TO FURNISH A LABOR AND NOLICE TO CONTRACTORS (CONT.] THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BONS IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT 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 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 HCLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK IS TO BE PERFORMED FOR EACH TYPE OF WOR.'.mAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES 15 ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. AVD 15 INCORPORATED HEREIN BY REFERENCE THERETO. THE SAME AS IF SET FORTH IN FULL HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST. THE MIt]IWUM 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 910 AND/CR WAIVE ANY IRREGULARITY 1.1 ANY BID RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX-CFFICIU CLERK OF THE BOARD OF SUPERVISORS BY - - DEPUTY DATED-. PUBLICATIOA DATES- 00068 N - 3 ALHAMBRA VALLEY ROAD INTERSECTION MODIFICATION I Proj. No. 1481-4379-661-77 For pre-bid information, contact: Road Design Division Phone (415) 372-2131 COUNTY OF CONTRA COSTA DEPARTMENT OF PUBLIC WORKS CALIFORNIA SPECIAL PROVISIONS FOR CONSTRUCTION ON COUNTY HIGHWAY ON ALHAMBRA VALLEY ROAD AND CASTRO RANCH ROAD INTERSECTION, PINOLE AREA ZJUNIP-e'1977 '�t� wwa FOR USE IN CONNECTION WITH STANDARD SPECIFICATIONS DATED JANUARY, 1975, AND STANDARD PLANS DATED JANUARY, 1975 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION FEDERAL-AID PROJECT HHS-A738 (1) O.F.C.C. IDENTIFICATION NUMBER CC-DOT (H) 6-77-052 VERNON L. CLINE, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA June 28, 1977 00069 Microfilmed with board order [)a7 •_uu wilu iii Wit h board order ,, 4?t FEDERAL I-19-76 THIS SHEET IS FOR INFORMATION PURPOSES ANO SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements of Section 6-1.07, "Affirma- tive Action Requirements - Equal Employment Opportunity." This project is within the area covered by an Area Plan on Equal Employment Opportunity and consequently 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 II of the specification. We have received information from Federal authorities that specific crafts, listed under Section 5-3, "Area Affiramtive Action Plan," of the Special Provisions, have been approved as participating crafts for the following Area Plans: Alameda Greater Fresno Santa Clara Monterey Contra Costa San Diego Greater Sacramento QUALIFICATION UNDER PART I Any or all of the crafts listed in Section 5-3, "Area Affirmative Action Plan," of the above Area Plans may be qualified under Part I. No contractor can qualify completely under Part I but may qualify the listed crafts under Part I and must qualify all remaining crafts under Part II. Partial quali- fication 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 UNDER PART II You must qualify under Part II, exclusively, for the following Area Plans: Los Angeles Santa Cruz North Bay San Mateo In connection with responsibilities assumed by contractors bidding an this project, your particular attention is called to Paragraphs 8-1 "Goals and Timetables," and B-2 "Specific Affirmative Action Steps" of Section 6-1.07 - Part II of the Special Provisions. The specific area plan and the specific goals and timetables are shown in Section 5-3, "Area Affirmative Action Plan," 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. Particular attention also should be given to the 6th paragraph of Section 6-1.07 - Part IV of rhe Special Provisions, which states "It shall be no - - INFORMATION - - 00070 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 II, the contractor must complete the Bidder's Certification of Affirmative Action for Equal Employment Opportunity at the time of submitting his bid. - - INFORMATION - 000/1 Alhambra Valley Road Intersection Modification Prof. No. 1481-4379-661-77 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 5 Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIONS 1. Definitions and Terms B-1 2. General 8-1 3. Proposal (Bid) Requirements 5 Conditions B-1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. Control of Work B-3 7. Control of Materials 8-4 B. Legal Relations b Responsibility B-4 9. Prosecution 5 Progress 8-7 10. Measurement 5 Payment B-8 ll. Legal Actions Against the County B-9 SECTION 5 and 6 - FEDERAL PROVISIONS 5.2 Federal Minimum Wages MW-1 5.3 Area Affirmative Action Plan AP-1 (CC) 6. Federal Requirements (Area Plan) FR-I 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 5 Grades 0-1 2. Materials 0-2 3. Public Convenience, Public Safety 5 Signing D-2 4. Measurement 5 Payment D-4 5. Remove Painted Traffic Stripe D-4 6. Watering D-5 00072` I N D E X SECTION D - CONSTRUCTION DETAILS (Cont.) - PAGE 7. Earthwork D-5 S. Clean-up '0-6 9. Aggregate Subbase D-6 lff. Aggregate Base 0-7 11. Asphalt Concrete D-7 12. Minor Concrete D-10 13. Metal Beam Guard Railing D-11 14. Pavement Markers D-11 ATTACHMENTS CC 103 302 3040 3050 State NS-A 00073 i i 5 Ilk SECTION A - D--eSCRIPTION OF PROJECT 1. LOCATION The project is located at the intersection of Alhambra Valley Road and Castro Ranch Road, approximately 3 }/2 miles southeast of San Pablo Avenue in Pinole. 2. DESCRIPTION OF WORK The work consists of modification of the existing intersection Including construction of curb and gutter, concrete Island paving, and pavement reconstruction and overlay, 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, "ALHAMBRA VALLEY ROAD INTERSECTION MODIFICATION," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special pro- visions, the Notice to Contractors, the Proposal, the Contract, the two contract bonds required herein, any supplemental agreements an 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 COMPLET104 s LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of Work," Section 3-1.05, "Time of Completion," and Section 3-1.07, "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." The Contractor shall pay to the County of Contra Costa the sum of 575.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working :ays pre- scribed above, and authorized extension thereof". w A 00071 7 Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1. DEFINITIONS AND TEP.. As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public florks Director (Road Cor,missioner-Surveyor; ex officio Chief Engineer), or his authorized agent acting within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS (S-S.) :Weans the Standard Specifications of the State of California, Business andTransportationAgency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S.), dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer actino under this contract. e. EQUIPNVT RENTAL RATES AND GENERAL PREVAIL RtG RAGE RATES means the latest edition of MINE Rental Rates and General Prevailing !cage 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, orelsewhere 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. 1-1.30 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S.) referred to above are by rere-rence fu y incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL {810) REQUIREMENTS Arlo CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Soeci:ications, Contract and Site of Work ( _S. 2-1.03 00076 g - 1 7 SECTION A - DESCRIPTION OF PROJECT 1. LOCATION The project is located at the intersection of Alhambra Valley Road and Castro Ranch Road, approximately 3 1/2 miles southeast of San Pablo Avenue In Pinole. 2. DESCRIPTION OF WORK The work consists of modification of the existing intersection including construction of curb and gutter, concrete island paving, and pavement reconstruction and overlay, 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, "ALHAMBRA VALLEY ROAD INTERSECTION MODIFICATION," the Standard Specifications of the State of California, 3usiness and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special pro- visions, the Notice to Contractors, the Proposal, the Contract, the two contract bonds required herein, 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 COMPLETIO4 3 LIQUIDATES DAMAGES Attention is directed to the orovislons in Section 3-1.03, "Beginning of Work," Section 3-1.06, "Time of Completion," and Section 3-1.37, "Liquidated Damages," of the Standard Specifi- cations and these speciat 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." The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of workrna _ays pre- scribed above, and authorized extension thereof". rs ry A - 1 000!1 i)llif 1 Z i s:i wo-nwuR + ti 5. PERMITS Grading - The Contractor shall comply-witn"the. appli- cable provisions. inthe County„Gr a ding,Ordinances_.(Ti.tle 7- Division 716 of the Contra Costa County_Ordlnance Code) in_ the process of disposing of the ezcess,.material as f_Hl on private property within the County. Full compensation for conforming to permit require- ments shall be considered as..included.in the pri,cepald for the itemin which the permit,,is required, c G_ 17 _ d r a� F �s } F ra„ A 2 rt:«1 f Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public tlorks 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 administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of Cal irorm a, using' ess and-Transportation Agency, Oepar ent of Transporta- tion, (hereinafter sometimes referred to as S.S.), dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer actino under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING HALE RATES means the latest edition of the Equipment Rental Rates and General Prevailing Uage dates 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 of?ice 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 Stat_ Contract Act (Government Code Section 14250 et seq.) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Specifications, Contract and Site of'Rork tS.S. 2- .03 00(M s _ 1 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUI.REMENTS AND CONDITIONS (Cont.) I _ 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 Cosa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1.05) (1) The provisions of S.S. Sec. 2-1.05 concerning the pre- qualification of bidders as a condition to the furnishing of a proposal form by the Department shall not apply. (2) All proposals (bids) shall be .rade an forms to be obtained from the office of the Public Vorks Director,.at the address indicated on the Special Provisions; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 are superseded by the following: All proposals (bids) shall set .forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- tive 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 follow- ing: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty 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. All bidders must be Contractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order to be eligible for consideration of their proposal. QOA'7"r B- 2 -_ SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3} The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01) As used in S.S. Sec. 3-1.01 "Director of Public Works"means the Board of Supervisors. b. Contract Bonds (S.S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and'iaterials Bond in an amount of at least fifty percent (5O.) of the total bid, each in the form approved by the Agency. ' c. Execution of Contract (S.S. 3-1.03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1.038, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: 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.O3B(i), 4-1.038(2), or 4-1.O3B(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 lO percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. o. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 00078 B - 3 �s SECTION B - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall, at no expense to the Agency, obtain and maintain in force the following insurance: (a) :lith respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-awned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of 5500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the lass of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behaTf_: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for ail 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. (c) Without limitation as to generality of the Foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than $500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form. Tenn. Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full Force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) 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) shalt provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. Otif�19 8 - 4 RNNMWr .. Off) 9 8 - 4 W SECTION 6 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) b. Public Safety The provisions of S.S. Sec. 7-1.09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable delineatars, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all tines. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-4ay and Easements The rights-of-way, ease_"tents, rights-of-entry, fill permits and other pernits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional riphts- of-Way, easements, or permits which the Contractor determines are necessary or conven- ient for the perforaance of the work shall be obtained by the Contractor at his expense. 00080 B -5 SECTION B — GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) e. Access to Construction Site The Contractor shall Rake his awn 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. g. Damaqe by Storm. Flood, Tidal :lave or Earthquake Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Nave 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 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 Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation 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 allow- ance pursuant to Section 9-1.03A, ":cork Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. 8 - 6 00081 !rtcp 0 81 n „ - _ J SECTION 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 wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County will participate in the cost of the repair determined as provided in Subsection E in accordance with the following; (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent 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 52,000,000, the County will pay 90 percent of the cost of repair that exceeds 5100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. 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 becom@ 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. 3-1.03, the Contractor will he 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 an the project and, if requested by the Engineer, supplementary progress schedules snail be submitted within five (5) working days of the Engineer's written request. B 7 SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) 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, ist Ftonday 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. 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 shalt apply, except as modified herein. a. Determination of Riqhts (S.S_ 9-1.045) The provisions of S.S. Sec. 9-1.045 shall not apply. b. Partial Payments (S.S. 9-1.06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1.065] The provisions of S.S. Sec. 9-1.065 shall.not apply. d. Final Payment (S.S. Sec. 9-1.07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency basad 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. B - 8 OW83 SECTION 8 - GENERAL PROVISIONS 10. MEASU MENT AND PAYMENT (S.S. 9) (Cont.) e. Adjustment of Overhead Costs (S.S. Sec. 9-1.08) The provisions of S.S. Sec. 9-1.08 shall not apply. f. All prior partial estimates and payments shalt be subject to correction in the final estimate and payment. 11. LEGAL ACTIONS AGAINST THE COUNTY In the event litigation is brought against the County concerning compliance by the Department with State or Federal laws, rules or regulations applicable to highway work, the provisions of this section shall apply. a. If, pursuant to court order, the County prohibits the Contractor from performing all or any portion of the work, the delay will be considered a right of way delay within the meaning of Section 8-1.09, "Right of Way Delays," of the Standard Specifications unless the contract is terminated as herein- after provided, in which event compensation payable to the Contractor shall be determined in ac-,ordance with said termination provisions. b. If,pursuant to court order (other than an order to show cause) the County is prohibited from requiring the Contractor to perform all or any portion of the work, the County may, if it so elects, eliminate the enjoined work pursuant to Section 4-1.03, "Changes,"of the Standard Specifications or terminate the contract. c. if the final judgment in the action prohibits the County from requiring the Contractor to perform all or any portion of the work the County will either eliminate the enjoined work pursuant to Section 4-1.03, "Changes," of the Standard Specifications or terminate the contract. d. Termination of the contract and the total compensation payable to the Contractor in the event of termination shall be governed by the following: 1. The Engineer will issue the Contractor a written notice signed by the Director, specifying that the contract is to be terminated. Upon receipt of said written notice and, except as otherwise directed in writing by the Engineer, the Contractor shall: (a) Stop all work under the contract except that specifically directed to be completed prior to acceptance. (b) Perform work the Engineer deems necessary to secure the project for termination. (c) Remove equipment and plant from the site of the work. (d) Take such action as is necessary to protect materials from damage. B_ 0011184 11. LEGAL ACTIONS AGAINST THE COUNTY (Cont.) (e) Notify all subcontractors and suppliers that the contract is being terminated and that their contracts or orders are not to be further performed unless otherwise authorized in writing by the Engineer. (f) Provide the Engineer with an inventory list of all materials previously produced, purchased or ordered from suppliers for use in the work and not yet used in the work including Its storage location, and such other information as the Engineer may request. (g) Dispose of materials not yet used in the work as directed by the Engineer. It shall be the Contractor's responsibility to provide the County with good title to all materials purchased by the County hereunder, including materials for which partial payment has been made as provided In Section 9-1.06, "Partial Payments," of the Standard Specifications, and with bills of sale or other documents of title for such materials. (h) Subject to the prior written approval of the Engineer, settle all outstanding liabilities and all claims arising out of subcontracts or orders for materials terminated hereunder. To the extent directed by the Engineer, the Contractor shall assign to the County all the right, title and interest of the Contractor under subcontracts or orders for materials terminated hereunder. (i) Furnish the Engineer with the documentation required to be furnished by the Contractor under the provisions of the contract including, on projects as to which Federal funds are involved, all documentation required under the Federal requirements included in the contract. (j) Take such other actions as the Engineer may direct. 2. Acceptance of the contract as hereinafter specified shall not relieve the Contractor of responsibility for damage to materials except as follows: The Contractor's responsibility for damage to materials for which partial payment has been made as provided in Section 0-1.06, "Partial Payments," of the Standard Specifications, and for materials furnished by the County for use in the work and unused shall terminate when the Engineer certifies that such materials have been stored in the manner and at the locations he has directed. The Contractor's responsibility for damage to materials purchased by the County subsequent to the Issuance of the notice that the contract is to be terminated shall terminate when title and delivery of such materials has been taken by the State. When the Encineer determines that the Contractor has completed the work under the contract directed to be completed prior to termination and such other work as may have been ordered to secure the project for termination, he will recommend that the Director formally accept the contract, and immediately upon and after such acceptance by the Director, the Contractor will not be required to perform any further work thereon and shall be relieved of his contractual responsibilities for injury to persons or property which occurs after the formal acceptance of the project by the Director. B - 10 1Jl/ g - 10 Illl11UJ It. LEGAL ACTIONS AGAINST THE COUNTY (Cont.) 3. The total compensation to be paid to the Contractor shall be determined by the Engineer on the basis of the following: (a) The reasonable cost to the Contractor, without profit, for all work performed under the contract, including mobilization, demobilization and work done to secure the project for termination. Reasonable cost will include a reasonable allowance for project overhead and general administrative overhead not to exceed a total of ] percent of direct costs of such work. When in the opinion of the Engineer the cost of a contract item of work is excessively high due to costs incurred to remedy or replace defective or rejected work, the reasonable cost to be allowed will be the estimated reasonable cost of performing such work in compliance with the requirements of the plans and specifications and the excessive actual cost shall be disallowed. (b) A reasonable allowance for profit on the cost of the work performed as determined under Sub-section (a), provided the Contractor establishes to the satisfaction of the Engineer that it is reasonably probable that he would have made a profit had the contract been completed and provided further that the profit allowed shall in no event exceed 4 percent of said cost. (c) The reasonable cost to the Contractor of handling material returned to the vendor, delivered to the County or otherwise disposed of as directed by the Engineer. (d) A reasonable allowance for the Contractor's administrative costs in determining the amount payable due to termination of the contract. All records of the Contractor and his subcontractors, necessary to determine compensation in accordance with the provisions of this section, snail be open to inspection or audit by representatives of the County at all times after issuance of the notice that the contract is to be terminated and for a period of three years, and such records shall be retained for that period. After acceptance of the work by the County, the Engineer may make payments on the basis of interim estimates pending issuance of the Final Estimate, when in his opinion the amount thus paid, together with all amounts previously paid or allowed, will not result in total compensation in excess of that to which the Contractor will be entitled. all payments, including payment upon the Final Estimate shall be subject to deduction for 'prior payments and amounts, if any, to be kept or retained under the provisions of the contract. The provisions of this section shall be included in all subcontracts. Of1�8, w. i • SECT:G:: 5 SeC-,.t1.i 5-2. FEDE+lL A:NZ.Uh WACES 5-2.01 Yiatmua N.lst5.---Attenti.ln is airecced Lo Section c. Federal kequiseaknc�. .,C then "ccial pCOVLAiotLY end tWcLsion ta. CA77-5039 . of tits Secrecary of Labor, Lncittdrd herein. r Am= C.33Isrt. LOi�F:.�r st.r4t.rt01....r.4uF. � QRL it bM V.L•Yt.te.1F...4 �tttmL•i.ti+.a.rt..+.er. m[t.i.RgoL.btar.�...Ga.t.+.tir t{b�,.)t+wir�L'ab.5t.Sr iwai�. IY FFi2s..3..J..4•l:..L.ate.. {e.F�C.R..amu 3a. 9tuu.si..0 flrits.3a'i+a.ivv..itaata:..m. /LtLFr bis.�L+i=F.:ataR�. rlSlSbr><71Rai t17F-Sal1 017. �b.L►.a1iG.Gi q.F.ws.•3.CLtt•...s3-{-s3s3 a.da awro.r tt,nrr.�.u n st�3 pp�y Q �.aed 9"0-CL1.4__ m+ rgrap mt.vrtss+.a.{trsr.:all- _ t 1... 1c1 ► ••u•• -•--.CS-Jts {L3a .a{ t4zzsrr3_a 12.1ri .7r% 3->0 .31 .32 R3 a.Fw I.eGm'a..UO..s.. ha.Ft.l9.Sa.Rttt.e.swtro.• - a seLm.s.ter &3'stT hw.tt- Llan Lb .fl L41 .9t Al-" .J t;._3.0 torts- s3Js Las Las H..t{e.t W tiRad Fat.tt.. %9." J3 1-44 RtL.6traa.33 aoF.-. t3.u.L.a-..ees,an.ta. 7la.L.{iiia.s.t'Jc ,� 2s -mt...4:.o.a� SS.w .» LH .ls P-t-•r m4 s _Qy C-U.. U." Lia 3-a t..erste d emu t ata mrtt- 33-ri Las Las .12 S-J- tn.rtanuLe.-3 T.-I_,-'I. 31.31 L30 L94 X.04 V"..=)-Cr L1_64 1." Lia .R SLZ=L.-.=. O AI#L..3..me.In See le.. bwd..at+e.r,s.ts.ra. 12«r.as sone m...t:- t t.so 1 La t Lm 1a.tt.ect-..9 Sts a.Ra. Ormtt- 31.94 .{3 .01 liar.,iL.ra.M.5. m4 :.tats tbe.ttr t.11 .34 LM Ott!'O'79. at.•,,rL use La Rsacra rare t:.r.t.r t�...r RsRyLe.t str3 3L+L:a:t• l.caxr mtlx It-L u_uq Zt.R.F. 11.M L27 3-23 .ss .ar MU-10- LUIS La LTL .» .M 1a l.ertwt.e..x�y..+tta ..t a.a bf'Z 32.23 .33 L34 .ts .at e141I tax.. C-C f- 34.94 L3 L33 334 .t+s R.ttt..tr...tbt AU C-p ttI-r.tar 31.2% Les 3-33 I_" .25 1•.otsZM In. UML 3 ee .131 tm..r..;aL•r L1s3 3-33 1-63 I_" .as LLf2 L_= L73 .Is .27 LtC'L'C.aor AL-"C 7 . =n tcL_ Lt.ri .as r..I4 .af a'".s13lt LLM .a Ka.34 .{3 North 0(!!�8 ucta[a talc-fait $:CT—Ot: S iowt•u 1 Ytur.min.n�W tlsr pert'—'et uaL.. n m[.m..r.-•- rLe oat aLtr.[stet:..r at er sLrr•+.aoL aa.errmLa 12.M .IS .xs d.L[µlar. tool .fl 1—N.ff .us ' imrLr ii.e¢•siw 1Lw .1. N.tl .... m.Spllt.a Mn .]! M.» .a.3 aLevLl•.. ]11.0 .51 lt•.n .x oaL fpiSc.[. l..x .if U•.T] .x tlW.WYLI:(flL.if.a p•e•SCL. lLN J] 1N.:93 .G Sbwlr II.eL-S.Swr 4eL]µtae.• u.x .» i\wms .M j ta.L iplle.ea 11.w .t] 1.•.Ttf .at DLwru W ty 1.[a,m O O.t[i feL..[k:3e1r. liU .fi l!•i.ii .at a ...L splle.r U.tl .fl 1.•LSf .Sl mets•GL�.�K IIacultl•ea 13.0 .. l\•l.ao 1 g Yl Y[u u.6—U.dmtL. f3K-11tLW U.n ss it.t.n .x u.t,fplio[. u.af as t.•l.n ` .x G Svt•[,bun .. Ii[ev.0 12.0 n I—" AS CmL apilcK• 1.].3s .]] U..f3 .m Z .au,wL.Ir.Mxm W •lora. �.ry f2.ctrs• 3Lts a2 Lt.. C O.L Salit+n U.]l .w i1•."la W�alrar r`–tl,a U fS.L sptle,e. 1\..I .91 is 1\ Y.ucrt sWi� t 1L10 .w�I—n .at 11.0 .w 1N.]s .w – ay.W s^•--Cbsil.. =aa1.cVLa .w 1N.w S. .w o!L fpilc+r. slag eta u•.ts .w ar calm.auL n...ui oat•tx•a ou.t1.. a1.•etrkt•.. Slew .n 1NLx .h ow.fpllat. It.w .n NLx .Ss r n.neiaa ti.e,e] L.cV iciu, 13.»S Lw 2M.» .tt 601.]pile[. 1s.x Lw W YLaSVrrL'/ n.cvlct.n. U. Jf [.x .» 12FL9 C�[3-1uCit Sleet au .]f ].•. .al assraa caa:rac a+•'•-• ]CVS .x3 a] ».. .al �,.�oea-us•sran aalxaar sl...t..onv.a.L.2... '- fess.e a»a .t rautt•u1 W a.o. i•[J-2 ?:octF n . 10088 � a. :s,1 .,I i•Gf-2 North 00088 e•w GYmur 1tYr['O W� nLwru.LL ar.d. rY1er[.rrrrwl.t�.r 4 nb m il•3A[mrr. rw LL4G.� - 1r1,�.,h4 r rs. h[re.11Ar.rerr[d tW.r[Oa[iu d y[ rr[Glea aa[ld.LL 1rce Caaq !.4 .LL LY .4a ,O 2•a1m.Vr Ion E.earr[ A.LL 131 LY LA ii[ive14 3LA L31 Llf L9 e[e�Glr lu+smra 2a,A Llf LY LA .4 w�. LLre[d b.r_[O[G drtlr ss.)/ L4 LM .m a1s.uL r... pf[lw et'�tmq feo[ aWps[�m 6m•�.ra1 a/[4.al[[l4.•[err d aialq Cwu•. 11,4 ,Y y A dLweu d I_:uau4 •� <dW[ Y3S .Y 3l .LL d�m trarl'WI.WY, usfrctm d Sva>••u'u[[n !.A ./1 ./3 L4 1/fe i - faG[[ad SrG Cns s..rer arry tl.n .If LY .c a4 wu4 r l4G c.ra o�e1r -A3f -A .lS C h[4[.X[.•.e.r.d = r[l.r.dre[G. un 3s .0 �slla..r r..1.auwlo arar.n au4o./.er�am e r uls duer4. L4 .N L4 ] Ltitarra aLL[e[>r ru.[ div u.0 s Lae aaQ�^.Sr ep..� A.4n .A LFL4 1ta.e+yre�ndr. iL1eY .A tFLSO u1r.... u..s .re wlae it ab[G.ioaee d pulp[ 3W! .h 1FL10 aw vtr.e a+larr ave+ s.1s ,u zs y 2Jia aar arad..r w.acrave- r_ic�•y.rlr ltr e¢ayr[r /JS ,V 3e 2/tf "- nir.wu.rr s..•r "_fwla..e rr ossu:.a 2a,.....rar lLaf .4 ! 3• t/:a a..air A,u .0 y tns dt.Atic.[r[..dor ,w+ervr ii.A ,ri 3r tn1 h.[m.1Lgr.NNr[W lYtu[L+acl.. ... 4sab•n 111.4 .H SF.ri .as q.r[r«. 2S,A ,rs za•al .n tr4 saa:.c.r[ 3a.A .rl iF.ri .ri r arot--m.eaw ml.lwsc.r. L/.Ia .fa za is ' 1sGr.r�.+v Lra�[ 1.11 .ri 21.1.11 .e2 tY.�r ed.lei.r uu ,n u•Ln .at p North 00089 c,mi a a77a/3 SECTION 5 LM aaa: =ma fc-..e wpa d feLw Nwtem u�'-t-- 11.42 btA s0l,tvn =34 .N IF.Oy .O0 rtu.G1.-•.•.+r.rw. Ya.u.:war W T.LLtr tarctN 7.0 .li 1N.its . ,q LL -.-3q.,p.me Oy-r\tee• 11.70 .17 1F.73s .O2 O,OL Sync.[. 17.10 .17 1N.703 Aj ♦1,r'.Or mrry O.0 .70 11-.30 ,01 ^r LI-4L Co.- .70 1".22 i3 Llr Co.- 12.Z7 .70 14.50 ..f2 ...me,mt.u,scum. 7•tt.e.Tale.r d tb- sa U-k LL.im.LL=ft m. r.ta., sl.,r. atr.•ta.y,e wt.r.a.n 0237 .77 1N.73 .w Ck"3 .77 Sl.n 1N.7f ,Ory C+eL OL34r• 12.23 .77 16.73 .Ors C 0[t��0..• •t1 .is IS--73 Ltr� .17 11--73 C.%u vu-. 11.07 .35 It-L7s 1te rt.n.t.ef ot•q Oeaa2wa 11.73 -Or 1f-.30 .90 p limn, .Wfllw ti.Olt »Or 14.30 Oi .� beL Sylle-r• Ss.30 1.34 14-30 .O0 OeauMt.n U.tO A7 161.30 .23 U-.U-LLvipmal =70 .77 1/-1.30 As tieL f7lie-ra 11.23 .17 1/-L,70 As esY10 ILSi7 U.» LM ,71 1.02 C V=K7 q. \tylm..atlee.C.L.- In .70 LN 1.3 lyt,n 3t . U 0-tn3.mnoa,,, .1, r•nnL.ue 7traez�.aL /..-1 4212 .77 2.x 1.3 Mem.sirgf.er0.e•r Tr1a..Gan = uvat T".. U-12 AL ,S7 702.7,fer e-ua1•twt 21.27 .al .22 atr ly--.,wre.a.sera,-_ - d:i.el:rw 3-.tL.• .at fetal 3tae.,/t0•.s.r.r., f.r0 .7s .V .7s v 0f..•Qz.3-C.LLL-f. a.-Ota..LN 3273 .70 .rf .7S ,07 lOeR.s.nmtweie/ MIR .70 .r3 .73 errata.s.t 4.tm.3.r -•-- e.tm.L.e4 tZae.d srm Qas lY�nt,-. 1..e4dLy>erc'.au os Gwt1..V tlt LLL.Tib Y!•l Ore s 3.27 .w 7 L30 .w A2 00.R 3-a .» L30 .50 .07 •2W.- 11.77 .» -30 .f0 .01 at.Tam.Srr Ot-t U.ri .70 .73 V,Rt 3-1-1 ltw11--P.. 1-20 .te .Tf LW.n.[a.r Ln.3u _.. 7t[ae3am d 3-Lb.. 7Tw U.77 .» L.tO .t0 .OS IOtR 11.02 .» -L3 9y-[• SLA .» 2.10 .N .07 Lttl. ymm.,sem a 1 a..--1. �.•u.iW 17m.Liae, ".77 airy d raa- GmtL 7r.m1 rte T-,4,.,r22-e. I 7.73 .Y ..0 Of.,.lnOL.a[.fer.e-�r.! R 0t-1,O-L 710.,Up- 7.23 .N .40 W-11. OWN North SECTION 5 001lfmltt it3-t'4 _� hF.h r 100r Qwq tti+t p:SlOn CJ+t •• 21w Latwd of-1.1371. �rsa.ata m t.a t.cs+,lt� t7�+1r3�a,t i0.ri .7 .75 *,.rt 01+.it 13.1p1 .h .n t•.. tsntx+r5.aea.71 -- 2-ada.0ap+.,etww �3iL Ke 7tCta�.1tC.71NYr4 10Lnu tad AL Cb.ttt- t-c3+dtn0 pasha,at taro-r tv t.+.ata. 0[..1 70..r 121.32 .» ! 1.301.30 .00 .R atrn 21.37 .» L30 .st .0 AWa, 32.12 .» 3a ZRu 1ltLt a,d Enoe2ft Gzstlw liar 7.23 10xa7!SanOLa4rat 7tl Rfiira Rwia].rLat Stagta 7pttpz tuP0t0+n4a:• 7.08 Vv L t tet 7lrtpL"ttKi and/ tlt0ta�1-a- » h 11.4.and +ra np+ d:yl lt.frL2LL1t nallrs+tl,0 2xe1w 0ppllcaC- L07 .30 .35 s .. LY+t hop t--L:-a ttratnc w tMf+ca Su+aLttat z-lez t�.r s.Y .70 .33 r z. 9.12nt twt+l=ttp•a,C+1:at. t Whsle:-rt-_a to . aCxl2+tl 6.03 .30 .33 r Reny 3.1,:petat3oftr 3 ■10et ap...- 1.31 30 .I3 r e p,nrKt.uua ].tt .30 .13 f 30p21uox tyetame 0.03 .50 .35 b Nattlar, 0.02 .50 .35 • 'IDs ltbt 2.07 30 .33 0 as Yi-tatM meClt+ p 3tattie 0tilrwatia,2a+tnt = IML&atatt t0a+2 itcp f-eallatl ttattic s+rtac. taudpluue 0.27 31 35 M 31.22.c tu.-M a.2tn.attat �' 0l+lcta apptL aut.+0+.1 0ty Uasall+r,U.-MC 1 -t-tarillaee.ti 7.72 .30 a3s • tsttp.r 0J7 .30 33 Y Sols"tttrt2.r1 0.32 .3a .35 r p S%-.y 3+03:froth. s iWroprt+rae 0 0.01 .30 35 r 11-eg01. 0.37 30 .33 i 1*p2lce Dpncat t 7.72 .30 .33 r p 03we:la,r 0.03 30 .13 0 AP 11+a 0.23 30 .13 r Kal:Jt9t5a aia0t6a W t3xaca Caeca ebrWa 20.20 .7a2 3.03 .02 0att0.Gita. Mil Cesar, t7Wt2a+,tam at Jsa+s C-Sw.Rues,itarra. caner..+1TAt Cp V-w 3.73 .51 L00 RAt,rtf 4.aty M" .71 35 .R h. stop,.aaMra a+d 7IIlL-+tO sera=ir, 330 .fa L30 3.31 730 W. W t,t.au..41.+.t Calow t3].test.Cw t Kura.Leeaa..ta.San TZr R-N.!octet.Ata NI .iaa zs.as .n 3.30 .R W 7tanrteeo C. r 11.7 .70 2.30 .27 !t0 ft-=.? 7.12 .Y .30 L36 .215 110CCi..atat,-Ln.~t.. jftd .+ap+.S..t+. t1Ytr_.Salev.Sanas. Agra Gari-rutty*_tt.+ 7.» .A .31 L33 .31 10trripaa..++.re.0.stanzatar aaa3 vwttt3.23 .20- Las L30 �a...Let izJ MzIS.7St3Ctiz A".."and Gnu•G.0 tawtfw 0.17 .M L30 htawa,xt'Y awd ru0tr. 006 91 March SECTIOU 5 n/W.1Wer.tl herb. tabwtu W>r:eR.0 brb Qu.4 O.A JO LK .N t!Y[.}rLnR f.11 LH Lta .H r/..lts.3Nu^••.W iwY Q.s mcci•. SLH .}/ LM f7AW U.0 Ln ill .11 ti•tt.0}a�l.y bl —])3 .113Lu btY.�f.>da'1c CarlW {LL3] .03 /ffAV.t[fYutitLu. •..Oer Ibtp.rn Ll!et lS..gT.Yc[.sm.IDb. r aY[e.mumu..IWJI'a. bt.y 1[W iJJ] Lia 2.w .la .30 flrb..,nis>m.f..R•.cl.tm r]®.u.[ei.. IL" LM LN Lif 13 me.tiu LI.7H LN LI-744 is LASLai LID .17 y.ttian et 7r^RI.NCL. )W ttw.iWY3u.,f.t:.r. L 1. U 00 .L Yt..Yi..aO b1W b.eW. 3].Y Lm 0 3L..t.W mvti.m.Y m.e - smt.r. 3 N.N 3 L1T 3 Lli .N .Sa I bK�Wu[.l Yttl.me 1.uttb..ro iab.l 33.1f 7-22 w > nOW t1b..rN.yrli...• bm+t.YN lo.tab.sw.i,L.. W lblur amctn bats.13Lt..SI'u - em0e.ltlen r f.u!WI 11.35 .H .31 f.le n.raW•.pr•bt 11.N .30 .aT ES.lR r t""6rtw bots. 13.s+ 3t.W.nA.•.tl.r.r aYa.mme1.. ' bees. 1L]a .w J/ aelum.va love..ti>au.. .aot.[. N.U• .0 L30 LU Ja IYUe,aur..Yttl.m. t2 Yttb../.i.y.l 30.10 JS L30 Lf] .M ut�..tic}w..Y..r itir w•)p[,l 7.i r.r it}sa 13.3.) Jf L30 LU Jl wl sv W�.pab< sYt.f W SrY Qa Ytlu .mYu inn .H Llf W h.eel.m W 1r.�w m.Nlu Batu. 10.1) .N L13 LN ,N i 12th Mt•aa W Yt•�rr 12 Yt[L.1.lri.c 1.10 .>a ntc...uar PrwJr.[ Il/.w.f..r.l Cul W 1L)] .N L13 LH JO . Korth 2222 .. 2222 2222 � 2222 2222 R v»�.n SECTIO:{ 5 a... A L 1 lam.`.I Y.��r �•,� ate,i. im/at• i0ee•O rretrt.fevrem d mb dnefw bola.is4L.4L•ei ma.�lclw/ f u31 a t.w a L33 #.a{ .» ' ,•.4r•ea/LL7 ia.21 Lw LL0 Lw .» W,alm d aru Q+tr Ow[!w b•lwv LtsL 11•o4•L1 mm ,/a LK mm etJL 4L:•f. alb•,meV•m•.a.r./e wi 64r Oaiecaw lL33 .N 1.93 Lia .N tar ae.•.4 m...tt.. u.» .0 Lu .aa as cz II x t.•Atmla-. b. ,Ciw,Jo••e, tes.a.,/4cr,ris.. _ acwwts.m•.u.abrt•, a.eru,ra.-.lore d mw de.cl•. iLw .N LN ,aa ttvlps..retc.d.1ew41w d min csna.s tt.2a .0 ateer.i,ar t..lc�,aru O.e.d aru C- tlntLs li.11 7M.0 yJ• Liu ba tett,.asmu,rt•. b[4.,eeeelee,f.0 - hwttem.sa.e.a d aLtq dnc4e Lila .a{ Lit W,eo dnK lits ,u Lai .it � 'otic d aw:iw ca.eel- lean .ai .» .an a: h.we,aLp..oee•ca d C ml.r. Cl..mw1L» .0 i.]a Gorr ttooe:.lana. '-t itpLAo..-•Oee.,c4, 1 , CYLwtu.Gtao•.[i brae. Gee.:aa.te It<cual.q O fb.ri Lae area..Ytew! _ Iw•e K Sm:e•Nab tl••t]. !lu-..S•n.lf.Sv4.faro, a.aa.wm.34v4Lea, } a.eta,tier..'#telK. O arolw-,ieb au rw duel..d eb••yocC:ui. ec a mr•ae,-..e.,.l.r.c d a4rr•d.ltiw;ur::Yl4N lY.iaeo•ar.4 i t,.22 .t1 a Lia U." .la . aoeoi 4•a Kw d:ato L1w Nw L0,es .10 .la i aefLA.ratlerlae,rrcM. d. - Iew4tK•r•a..a•n Vela. W h•eeltm.fae-rao, WV G[•.Leu:.at. bow.d Io.o.—U- LI-30 .N L» a .L ,Lew' Ca.V•Gu..Yr1M aVe.W h•erl•ca.Le ,mo.aeu G•t•.,1•ee d a®e Cawel•. MR .90 ,-LAIN Canelo. lt.= at>7#ST.9C. Ll•n.t•d-n V•6.0 OncL. 77.30 L33 Li! ,M Oel nxt.d bwe4t ��• iLN JS Lia .as t[saum eo•cw. r - al•rot•,Cr•V•6.e•.0•I aeee..•ar•+tet.•"• brb,rwNocine.a•Y, -.-•. W hrrl•m.3r a•uo, II•aliw.bl•ne.aaw. d A41K tl.nre•• t aLII S LQ .12 fLM area,dl:r•,L•cera[, b•.a.,14er,n...•. acus.aa..c.,a4rr., btLr.ro••e•,mb d Ace dnti.e 1Laa Md-7 Horth 00093 4 , tA�q f�>x ut]-lflf SECTION 5 MYLf Irlr r - 1R[i fC�O. QaV.0.4.Yl f.eL. n xr.a•.ea.m.•are;aL Tr•,t...m,r< f.cs.wm,a......m. fi Rrci.m.S.. ■.tr.[.Tie.r.:r4tq. Slo W 1m.matt.. Il.W .N L3O 1.T.0 .Off nJm.Y.mr.C•Lne...' fm.b.Ont..ftr4lu r6 1ta]aa maelN 1f.A .!S .]0 LN ft..[L a..f.d.r.. YfL'J>•..�arwa w ThW. aVr.r.ea Sm4 Qv .LPa YTL•YISe j a-•..Me'.aK.f•.Y.vrl•1]K.C-T.L.C.er+av aK. n-4mr a.r.c-n...wt•w aK.ros4."'a.r. emnra. .-e4aerm m.vm.r. •i.e xwt�eawxr n[.:ar a..r]n.s.• mnza...e:!eL a..a]a,slr s,4 L•r.oea.o!)..r. ..fe.ela I.r r.aaY a4 hla.•1Wq•.. a•_sawn r. r ►.>b1K•r aaVlmw f.iS a.t ear SdsI1GY I+.[91u.f.l] fK Sw.m c.ae Iy.•ar�.Llr.c y..r oL�laywt. .�, 1 l..[me:. �.f n.e.f•]3 a.r aa,t t-ye. . �aau•mi:..ev a n.-�L•]a.e m aautm Rr. ev r..t••a.0 a.r ae.r ]s.u.lam. I 4•�.i�CVt lV:L.w�e:'at.=3 f.�amt�•m;c.sb.• s0 bltYr Ye.Llu. jf.+. Rb..�.tr...._... > a+ ■af ]� aea.3 c Lvf f Lx ] z.Tf .1b s] - 6rem itV f.]] Lx Lta .N .:0 Cewp ilm f.lff Lx LTa N .v a•na ltel f.]t3 Lao L)a .N .SO � akap ital f.i•] L% LN .N ..0 trap 1[.1 L[a] Lx L)a .N .30 ta01lL Lafl Lx .N .SO tap] LWf Lae LTa .N .30 HfRdf ILta•tW tar 1. LT]] Lee L)a .N .SO tap]. f.la! Lm LTf .N .30 tap]. f.a.! LOO YTO .N .Sp • IJfO•Ctf lSr..l W 9.tt.veil tapl f.NS Loa .N .Sf tap 2 Lb LTO .N .:f !ap a f.af LN LTO .N .if r.!u Ot.eYl.f.R.1 tap 1 f.J Lm 1.)a .N .lf Qr.p J Lia LN LTa ,N .J t (� ap] L% LTa .N •lf 00x,94 North I,..-f.., �-r,.-,� .; ,,f Sskal]yt•.}4,t,tLe®.... .5 i +came to. v77-so» SECTIOU 5 LJ�aata6 - CCOV Ls d.putt Itares wd$ tact S.raO.we.t&W+tenet r trp.ta.p.n;Bugg, Un Q—.taper.IML-ftc sad .. bacs-S Ca.O.evr.at all tip..,C—...ad..ge...au.tsar LR 7r4.d ued.cs Gucs•u p.a orae cb—t'—1 Cs.creu ,rdast Cc Lre.c -Al-.ereupt 6t gca•au c b rtur, ter. calaaset Slip torr:G«.eacrer.,sra.•wn..cdrn.I..a..st.n. ailgrn,J.c.aa...r aptc.=c., pL7.ows 11 Lr.-- ., Jaetaa.abd...tut try.:aiq.eCt.t 4ttl.r+e.74ur.-4 arra ap171q asphalt. Ly-Lau.cc.aotr. :iar.:a..tu W @LmAl" t7p.aatarlaLa '+W sag..L-Um..a.t".araetlag. L-.M Lett".,..a-q. tbt7.ara.rt nq«., Iaw tMrU.rpq.7usta. flb.lgla ..d Butte.attars 1«r or sr7r,n•+..e.0 er.u.C. ad ap.decs. Lr "un os.-tr Lw— eip.tar.ts.C"Lx4cs,aabder.. ylp«ratifer.,cvdrlt Lm"-.;,L-CL. .. It— _ paTL7.n,)trr ta4 119"t.-alta gd•L.e-.tier p• c trper.rd ell typ..react[u abo.b ie Gap 11,/.a rc qtr .d Itld gears Biot tp-fCiv?t«t Yd rGR-ILeq.s. L=Ludi,p p:.CLq a!40M.4..0-V.9--4 1«t at asyl,bury teecttt.c. - saklal.b.d t .t.CStpD•ct 2-t.U—=.t-Ica K.S.1•"• er"Beed all mall t.+O.a.lI men and a/res+rttJt ata- .ttLLr,SaaOLUC.r..T:oa n.Ore. 1. .Z—s SLS-1-Lep sad RL"",Tar C!—m, »«Cl:.a.csr vtbra-ttt..d-d.lL!teat to o.r.ctla.•,tb•---ncs'.era,vtpr.r_•tr.t:CaPaa-it s.at-ter RIO pr.aawrn aLa.pep.t-y'ec awc. -.'a • .Zdca S..dec sed ALatlac t7p•t L-rc—m u aa..ct:a,til SabacKf�.Ort t Cttop 11412 Jar atul medal t. :Ar:rrdomv-w—c 1W.l=41 ad slailac cr.-dtilut:Tact tr:llenr:tet :.•r deLI...r Mamma driltersI..gaea dr LLl.r.r—=.L drtluc.-LLL c"..c.q.[dLv at-rp.a r'wd at pa..r,u,:r:pL Jett dr11L1 Sta.t.r.a.d 7v.' rot gel_rcr at:.adz;.?L-U-F � -A bLatLr a!alt p-"e rd.agta.:w.at rmac..er t7w rr t gdlesa e!road used!x Bud Lo this"sed pL, Lros SLgb e ata1era(Iealadsag dctluLag Of�rt Y«aapp.es SLC gsL.dec } c O QeLga LttV t S.«r a..rrn Orap Liz r burateg-A.*I" Orb.p l/df r l.p.Lr Trane.d rvd 9.ds IGC wd rswr wet d atLb..7 attar La.t-W--7 ao..c>+.t.m FL.. w fiap 1L.1 L I-ba asssa g..•cal csaCactios+teal alt w I. - p bail bola em".aM.b►tt lap Lin. harts Ca.0 C5-t7 oars arp.J."-rs.CU-S. aa.d.rs.►Lp«rapp•r..:aed.tc:A"3 and pLa =ptp*L&rwt, pft—.ftp.:rue. eder alar pap.ora.rrtppbg at sur L . eludlpg r.p.Lr et te + rt.•_.n L.Su tn.Cast L ptaa..Ramal.tpsa"Cu.. -S l-mP 32 tsps.it Sbae.Latsr Cr..t A-sp.n and LWAILrq dry aaawre `� at moons chak—Icur ad 7--V"C Icia"Lag q'ils QW=ote i 11RK Puget mrd Otutes..,Coecrep tZLpprag.d Ctbdiep, C—seta Z..Wgvrs 1.et w ims DCLI:.c•a ei.lpetl -nX%-adet, ft.l—..a.1cm..r SL+.rw+Lic ea.tnr (w•r::a Lea ptss.wr.lr fadlq ad,+:+.ding.c y1W.1d l.adlLep at all rods.td aaetrLL.!oe sae La r.Lt—nq ogee.carcrwc:tar.tLtrawrga lilpp.c,ad tL Ut-r..U1.9 Sar.W..I SLop.r,S"I.C-t. bud Amid.pr•�..C, taq.r,111 poe•,,.cic.sit.4".sad.1-1.,..Us Jatalm at ptp..ea.r u Law'- - is Alleleamep.ase of xtu.Brands sad Ou ldugx L+etdLp tut eLindat, to.c«tGUL+q art..aaL+q uSw..., tbestrt I-!a Cwr. u lwdiaq ar Ldge sad gerr.l to ocst - Lba►a..a.land apoct.[r ft..V.t. . su-t^.a.lvr.r:":-c.. Lartso l—sed laerucap.Jb.uu,:.rrtnq,U--7_-.w . 7a.der.t lu n.rlabttCJnt1 LLI .7.L.aGt.ra-a.•Oaa.CisK•SSiI JULAU .we....p.Lr Tracaa...4 S..d aaL..ter«Ga[ad L1L•o.d a,rattuttlo �Z.Ca L-acwcsr !"*-far.,t and.aur ller.,vtetaulld .t s1.iLr,M-L r—art..dmtt r—rt.etO,.r r:wtacsu L7K9r1s ta..r.t++rare tS.tra. Won= - Lamaalto Gcrw L aa.rL—I LILA"Orta.rota.+/,sa as fiea.Ora lam 2. a.as«t.r rear 7. tarsal SrbosKs . W-9 00095 North i3Ri3iv o. an-Ian SECTION 5 tarama ' y.l d>at.lt RV af..�t. etL.a..6 tk llLet a2co.y..-t Ogle.r ebrtst•u f..alr m..a.as.+e a.te Rt r nar catty.cs..t...rr...a enr+3.-13 a6..r a. fie ttlwNtt.trine aus.t..fra•e.w-....laa.tlwar ftd-a--.-.t-[-eat la Stttr.�•c[•ta ftatWt to�m:e Ca- at-e.Y.•.a wt ferc hapr.�.a tats.y1L.d.aota.-ta G.�d lat.a.t i••.:-[r-t a+:a h.r.[.6aaLW.a;r[.- - 21..rL I-LALf tay d mafa.w m a..tt ra[.tw[otat at"-R.L - 3•e.bL•u.:nor trate- -4- rt Lr.ea -•1Le.twl b[f La•...r.L<t.t..Stagif.a. itls.tw rof Y.trl at.•C.tiav rr[LaL O.[.at-. - T.9". iaP 3.CaeLe.aa...C---a....fad•ta..-f.faut aa....1m-r: - ae6..f..arat tr•.a-.. ' it..f f. ail G.•t-tt�-•ty TtO..met-b Q.�--{i3ad. tsLlaa d r-tw01q.oar.Irt rte.�t Otwt Ar- cm-1.9 r1t.Rlaf RU a r Qd. i, Ut Uq " L t w flaa d rl-.ay at 6464,.16Aa. � 6m...flre4q d•Lctt•L Cfac n S4a4 It 3ml+UL"f.-taa.Irl--gist at aalr WL'61.a aY Lsul Otaay 3. C-LL L .Its Ld..all.1-,.n.3.ia.fl.f. t Lr.e.ia•6ty d t...ataa at 6b ul g -- f- I PA-Lwaw7 -.w = 1C.tR aac-ter.:Ot3a.Ja3. `� ■L l fir�Y�r.�r! O 2 •. Iia..Oa.tzuet.... 1' '6 toil-.t y.. d,Fu-.aLL. < at..1 ff.3a f 1.764•/ L76. .fe 1f U 3 Lu L77• Ln .to .16 arr 3 L41 L6" L.To .b .lf Yr a f.lf 1.7" l.n .so .. 6ra-a 2. - trel tyw....ate is 64641 f.fa LI" L70 U-2 L.26 1.72[ Ln air l Lt.3 La7. Ln .96 .if aar a 1Llt 1.63- a.Tf .b 14 Oas 7. wt A-L L.31 L.O. 2.76 .fa .la 1.w 3 11.13 1.37. 1.3f .aL 1a im 1 >LV Lal• A-4 33.71 Lal• Ln .b 1f - $°a�a1 . Cra.li cp•taeae Iq m . d 7a.. ta•: 7... tt-2 at.c.317a.9>bv.2-73 atm l 11.6& 1.9" 1-74 .fo '.aa L.m 7 .[.a 3-" L. .so .la ..a.3 33.L I-0. L7f 31.41 Lf" L.Sa .af .16 - a-a.e L.r 1 1a_r La" l.n ..a .14 a.r 1 11.23 1.07- 1.264 3 i7.ri L67• L2. .b .la- ir l 13.64 Lal• L7► .N .SL Kdrth 00096 SECTION 5 1wN IJl._ .�Nr�•``. ra.s twxr,mrt aaiiL7tt [rrt'�'N t f I_.• I Iw,•w 1�,. :I[a�t:rG x••.i• a®II.E t[ JvmYO.K' _u[aC:i w0 4L OnsOnt•GW rs uo - Ove Ml• W9.•rx dc••�Ir)ww_ r•a1 JUrw•OILS 4Y 3 f.i! f LA•i i.Tr. J• .Zf arN 1 f.11 Lf!• l.Tr .N .0 rr 1 f.]f Lrtr 1.)t .N Ja rr a f.N Lrn LY .N J• rl.sw,•Iae.L•.fs•r er.aa.l1 twrur e.eJ awl.wt Yr 3 f.L L•i L1r .N .3a Yr i Y.af Lr)• t.it .a0 .lt Lax• S.w Ja rr♦ w.N La)• L)t .N .a fYrp•-l• m xqu«rr w1Mer ilhr 1Nca,•Ic •n,l f.tS L01 L7• .aa .ia Yr] w.w Ltl l.h .N J• 4r] Y.N Lax L)I .M .it t rr• 3Lx! LOl LN .N .0 I•••).•••a.•.r.0 gwsms ru 3 w.ar L"4 t.Tr .Js .xa 7 rr 3 ILr 3Lt] LLa) 1. Ja••1 ai L1r .ta rY• 3J.M LN Ltt .N A. G I rrd, I.1•wfr•w I•w�w ZOr fat)J(a)dflgl• � N l f I�Y�I Yr•w t� 1 M r rY-pap.33d.wrL .r.h j 1•ria•rt PILL��>Y a•t- trva rtet•1 M i•)ennf r a•1lt3nl at arifi•.w,r G Nr wYe gate•ei,lt x Y Y vrtm•J.ur w wut u � attee,.1.ruttw..�a3r..e w wp31r 3 otseranra..t> _ rr 3 J fJS .N S.ti it.it rr J w.a3 .af l.al i.:f rr] w.N Jf Lai 1.St !t••t wJa .N Lal S.lt dllr•L rr 3 Y.1f .lf 1.]a L2f rr J u. .rt Lu S.tf rr] ]t.%• Ja L1a ]iLlfu. •t•.• J3 .1t LX rtLtar ra a•aR t5,us13ta - fs aura 1•.n r ruyaf.u.a r.r3u 1rt aaw•d., >Lri Ja LL 1J! Jar r..t.t.r,afru. eiq r at etut..e. tts aa....m.tu smcter•o�•r-.� � . mr Sa ted LLx,. „a'�•C.d•L+f te.a Gwutr. rr 7-diner•t xe eed•xtw Ln.•,�Gt•utt rr•_r ur„u.ty N. uw r o.rt tr e[ t.r•J.•r. .L.S..w J.]ar•t,.�,_ �llw�•,d. 0()097 North ncizaw w clR-Nn SECTION 5 • 9aaa a]Alrwa.r vox. 111111 {rt2KtlaNY nleq 2 n.H f L33 i r.m .H .xa Qr•�1tY f.3x L]1 .)n .2a Ciao iP{ s.xi i.ii In In .H .Si I", ':'* ]i S. .ln .Sa {kaq 2{Y H.20 Ln r.. .H St }.ri I. Qsq]W ICH L]s S.H .ie .Ia Gtt•o a u.n Ln J.m .x. .3a Qeq! ]LN In x.b .N .N .SwrLdsr!.n l•r saes m Ya.r w..i r b • {r3Iantirlyr 4s�L 4SSatant tae ws{iawt IYi:..w.Ca2.t.YSS.»q `1 aar r-.. Ce.wr..aar a,.wmr � Q�lyr Ska3 D`e OL+a ioq is Sigaar bias QOYCL9 atar]ai ai]} Gs.q I-4 .w.Otaa.rt q»r.eat fr-n•Gwatatlw[ion n.n.K-01 Nwp{2-n[+rin3e9 wla.a-n tiuw[w[stmt i],.N a3aeum1r21 _ ' < Q[rO r.nact b93un..tart iltnr a.ilar.!.L•�tgpruM lam a]/�IStc4y somas Q�a]-a.ia.rl dt]i.mf.w.rLm blbr = tkgp ar �p.raci..l iigi-wi is iiw X xuvLre m M•m O S.t1q b4•ar m C;..ter.ctarsa to l7au SiiKsi•a[rtn}[atx K r1.K.ir4q a19a.IIW a r�..•�9 W Yt)'v 1.[[.a.aa..a[m I K n{aei ae+elim m.,e..C.ra)virLin[tr/w mLtl v9 b aw SaKiunLy i«.29.:a.�cw..m m../sati�a]a!ss toa le4Yn9 aaG[ILL bLL] Q'•V St Qatatas K lt.ei a xaeisaw pwtK Crar riJdri.ar twtn blu[]awr k ev.]S..Cp»tmr X..m.r/axae.iixn ariLt.T.r4 x mrmrarat tc`-K•'.RI.'PtaCG[i!cS u>•Twf W ' j Qei.t a'SiMu3 YFa•ic»t:Etat>.taurr+cr7r.a kr :- Qruw..I..r 2f tmr mL:iR e[+r LY m m[xa[aten iLL6ci•cq ^�� two. ems'.. u t• r...�. r u» lain�l vwi�s i Na] Qat ya f.xn )ttr.in i LST !I.ae •N .Ia Qay 2x f.M ln.N Lri• x.rn .f6 .2a tna.rr la f.0 sn U.1 In. U. nt[iai N }.ex ll.ii L • U2. .tray Sa 11+nf i3.a; L}1• ].io .% .Ya Qaam 4 L.i] U-. L]Y i.sn .fn .Ia 2}.R Lis• S.sn .N .2a QsY er in.); u.3x L}3• .w .ra nasq Sc 21.x. I. Ln' I. Qw ina r*,a U.S.STL31• r an 2nW 2LIs Ll.as LSs• amw iir n.N u:.x Lu• Leo .% ..a ,� qs,y u-a u.a! u.il i.n•I x.» .N .xa ar..r it-a. u» ia.zs L}3• 3.2n Jo .}a a'mw 1Y-Ca sl.n ia.SS L}S• Litr .o „3a � , fwa.3ara b.tu..w n.uarr r+.t. M'19-12 North 00098 ' ==now. cA77-5819 SECTION 5 Pals sc277wn aPM-.= ARM L and US Grime lIA"Intasts to Ogthrid rsis pttraarwt ►tre #lbwr 3aty RfpalrSaal tYle# cit... t7rcedand:fLgaaLaw, SL.c)s.er:•r M rltasaos; ra[zaaaa ever al.tr"" asap--csa towJ G".9 22 camcrsaar Opsa=: `I-:terat.wlvr (UP to and L I04LOV L 7ud1s ' CLww7w SeL:Opratac :tax Lt rlrrn—)'.asci trdrarltd:MnL=Ci a ft.Slea&Caw-•r" ;ftaaAliwq wltd:rq aanruLJt nls•C soa]erotic loatctats plant)I Tap QP•ra�J SSc circ 3—aa Ivtu—"l ar grit Hteart ipwer agttaLdi cites Ia bao tlpaeatx la:arrr)#salLccyt•r s1Lan Iste,rLul c Herat- r c LLMO tlws:til•t, Ip•a Cat T:aC J­a=T %Zv MoD st:•IT bt>afL ♦�er&toes 3CSO.Caan i..C•te as.•aair.= -Ct.w pastae/l SIL•-•)rept 'Lad. aatrantlrally applted Oe .Co C":,n iac[tsr(as."—:J.3"roars. aLtpocts ad ca,talal t Trancatrq a L a MLI: rt"L.+q":city 1 tt.dptals Untac brat.&Logle diol 'S•acs Cc~01:40 Gr't7q tc cattail Sac[Ulcorl LLLut MKOLCOCI btL•t-asp•#tYlti- parvs s foot lasyult pLant#s L'Irirae 3srrarar {wlsll f7ra L:Lt =Lobar Seo m" Ltawott—:R ;' —I L ="aas-'e s L IW LCAC=m sad 2s[vtce zrgtat•r lariat.and tt•aae taCall alta—L S.-C It div"; A SIIttLocact:11 SpocKt :br•caaalJ Gree$a .0 mpc.aaol`co— 12 to 7)I Ca .to RI..... (avec 1 yardl s ,biecetl)tape m 7tapc—to C:.nss r—caccs tl:a S.W.at oe•rlr w rtostLq IYeatir# 7t1sa-.•/4 tait�p+satatlt Tale i2 9 J)i saldLy Raetlaes tpo•[td at:•t sae ay elae-z=ity) i2 to 7) t Oleg fe tri jaw 7—r4 lac-mac of tiaLSart soon.:a"x?ul hrpew 1!-:tial#2TYLtlt3nC:[LI L�7LAALl loot iC Wal CJ11Grtt Lre ."U- 3 PCCWLiad anitj on sc:wca,aLptara.attpor:s Ld caetaLl aSd bruar e trsdaLrey, wct=SL and Sottioacal trot:o apply 9+treilwrc).oagoi trills" lacaa-11 :ca— r^.asa•T (a0antcaL ec ac•c- i alis)!21fftiLat CaOL"Ay 71:salaan: id m clew is""w avec:d cans/ e tfaf Usti LCatltal hLl Staff-neat" ton a:r;ac".ugs.ays,caluls am w ofts"Ou"Sis IreLeLdal►te,arses {ma n.l :Gly. &t_-yell 1[idfs t>au x sui:ac tfpef)t rtr-'•��•••: fuT[.Grit.atlas z3ta a:d d OItLt Aa1C11,t1. aa,iC:IJ as af-.Itolti 7gt[aaLO Cr sa Zt 7wc t:cavec z WLM ad slail"I l higr-=a Optanr lsettLq site:atm. ec. � L tasva•lsls settee, S"o-d" tSar5a-Ccs ad altiLa:) (";&attic v Oo,ietate p•t L+L)t Salk-7tapa LLd c_aa^ 94"L.•e.iinrl9 YL•-;C-va LLrd 3 plpeLLr Wrapping"b=LAa. )trod::.LIC.oc euL:Ax :Weir T 2itp race• j Pwws 111LtL4 device Lc micteta frill salt L•'Aer:Ltd:Yacwcst ssrra t.Itac cmkv 7e Calc•"C—rec or'C I rwce fasp.:tua3 ac lrttpol t solmted 4 Cftoas L•ngth o apptf/: Cb zite-C+wroe.auLLSLeq ogre Orvt[ '_•"L—tat Ola&Orn haler: fYl:*r vl tlsryTap and S—LAC-•—Sl Unity 21"C lot alaLLar)s Iefdra-taaet lot sut:.atlI,lacaceal tatft !2 w mce dtue/1 0 Oasyt"L"L rtetat cs ae Spr•adtt%m=Lne :aaa,lait.write-:crew/ Ind sLallartt river x Shaft but:Juse9-108 7-t 394890[fcaaa•r With M ` oubmt cmgces CaaoLeac:awl Pave. C sce"ec. livor•awned with CSgcesaot]tad Laat.anl nee fad\nq alaptltl tPIPOIL•s=171. pipe Ct••n Lr+acaaa• mactac prao+L•d and f nw.dl I pipe Ota;pLq lerhLe ttcaetar prop.L:ad std aappec toll: altrll•c•c:aa PIACI 2allar Opwatot tunum aspitaltll Sal:-pe:"L2d bon:7p Litt Lee w.K• Irrnsac t7leatl (13 tetra K :ass It.2.G)t 1•LL-ye:pet-d L:&aatley:rW 7j,as, scaasoe Llprear l Smau Traeac tvith howl fail ascan Truces type:odes 40e ft An -Culcer tic aus:aT)s aapwalt plant tKt—cs CsaC�ln,-iter Pipe crying%OcSlawl t"CLan 31at:.rr sed MCMI'JParanrt CatcTate sacra:Lan[ irltlite ri L:al 13ti•c: LadLq Shull Optataei Sralrf 31ty R[paL[aaa infer%\alto#. ten S•eL n.GL+a ,or siaLLcl t Lalaao laaNts codec ltlp to 2 Waal I mov—ical caro aL.Ltr hsrtaft if cettsa ee and 2tteedlag)tants# heft Cats &dZMC:itd Lela-s aL•g:ti-.ayaent:te rD Md ladt:ldli a AS Ca.yds. 'stNR's.t.c.l twit", Tills.30-to. W.- 21-aid-lathes ►...,.r C1sd]wart S.Ltytopatld CaMcmr vLta Odseti if)wptaett'neat 11•S"c tr_Z a chid as 'LLJ*•T.,iao.-I l :canoe draw SC'faetl Trt- tt=78wr! t--al R.'* 1oclsq Macacae►iteirres Meds-•:ave laed aver etatllar TigatLl eq";mntl Qs>vo fa Mai rLiq•e Orau St"oet t3ltay0 tacit .saei-.at/on[tsae aid Qapc•salr ;=•as::nl: Sia Lrrtlon SLr:W NL•[ .ndfac=—C, 3Lp12e1 C O:e sy lS &W a,CIcl I-til XL--l"at atat:aT 1:2::.ae caecl t ALCXU" Ancune im-Aee tier. tall of Liars type)s Tractor toll✓' total I?i or lac"c and S-0-1 Nf:J-I3 North 001)99 t�m wi_iaa SECTION 5 am gasr.lar aautm Id.t'O It.isi 1«.u ia•10. I.s•[ry.Ln[iilt;wdLrr 4W.4a.ful-lttt Im [ •1t11.R.Or:[.1 sa:iL1..nw,�atwtLi 3.dia.c[�f[ Im m w s...�i:. ..-N•+. .a.t[_-a li c}t...,t.:.Na:r ..[t![:a+• :i.Gr�+etm::.rc.e.[,r...•e:.!..`[t i..r btr" a.•ui hili L.i ILtcisu•Ul.a faJ.Glla. .rA tvs�+TJ. • at I1L),[amts s.n.a.t:s •+q�t.i.« •Wl[r ttT.l,'-' :a[a.`.l..[!`�` +t 1'r.1,lots -11.dW ICe11G.`b.�..a.tt.l•. r ss.-......• m.lgLna Nt_, .lK,_v.l+i l tLryl,R. t� Gt1W 1 aL4 i.[tM.,•el-[,}[aM U f: f..aQ Alal[Y •..r a.ra`.yaful�!w.n a:-'.1..o l.lwl. myli.in ttK.w w,•:.i.11 a nYLi1•nti,'ttc afL'.t IL.a 13i:i(Q.a•tp a w�,I v tstl QYr laJ. Letts Itaarwllel (,a a W tsl.tlm 1 tom.ta•.a[s.11 - tv�I[dC• :!i a.!a-a - ,�tiao..Ra-,.c i wwc Ip m,b:,.clam i n.ro.lt: .ic,.•tt c.r.•.<t n m.. _ _ `naa`� tea.•l tool leve sta..n.:..wn xwl.aw.1 la`etas 1 9.tG. ar.e.t,ri..<is.i.I. L..ww;r^uFew::.a sa—et-i.:•tim i.lw lw.Yr o 4 i li•s. rwlJa n.t1.�aaq awlw IL�tn[ U tai 15 tau Qst4 O. Yrmt.cte'S.crt•fin hta l.wr,Yca.tte Y[Iritl'Jr - a bp.r,dn.2 nae.[x.0 s.etflll.e,Ural azar ^avl aua.e 3 .nl,dlil.tt.��.t,._.».laws li a..p m w utiaiaaw ui a•..,,a.t,m.wt r_:xe::.Lca r..c a..c m.p.liite:+am ati.l, xeit a...11li til-ML n[.• 'a3 tau et a.[I r it:11m Ui[...r tla..r S em.l r -•.r l�.`.tG..w m w tre�m ti L�ye�„As • O 1L.0.t�rL•lwgwt, �..:a.C .LL. yiuu,. r �.a.-.11.Iw.t L t...r.a�•s w tt,<l-,a:.+t t w.yw.a[.[r:nat- ti[M win a S..� .itiY a[iauuiin ar+[nls.m�.a Lt!- _ }awS3M Ca}ezr .an �u=tav[.la.y.e m SL+tilgn. C t,eY[-U[«L[baaw.� Isili:an Lwr Im.tt.G K +Lel,3Y+.,U,bwt6 I Ipal::.q.t,[,«u,.L9t 2..�..,.•�.an.[W•�.�3vw u+`C�-`tJc hp.l,!wi ac...ar Ira n lac:ala.*Sa a.le.,rc ss.ltt r.a�:et > Qoy 1J, LM weave It.torr..•. wwl ea—til,Cas [G....p .«l:s•1m: s la..lr b law[tBe..L rla xwl:}• ave es.te... e_it q� c:•.'«.L: :s swl st:...sir I}.r:x ea.tu.o.i—.•t mt+4 ill, t>p.[•ttt o<Llimaw[fwm ave!a w.eUa w[t7 t�[+ Q4uili«L[st.i.y lSit}we L./e I.Vw i�•n r..aw r.�- ■a� I rte.i r.�I[�� tts:m,:r.srtLi.ee Y.N uw u li,W ae•.et..i aeiwe, Ott t#isvca L.W tapip[GG[Lc.at.[• tY21 ppitl,�•Y lust [a.ret tme.r•aa..w - W a[i.•R nA.i L�aa lw \ tm[agsl•u[ i stall.tylyt:ltd t`s Ia.atY Fw.aGt�le..verve 1 la..11s Tw i[lwi.,h� latl'.L�LLO mas.0 _._.[ia•.ver.[:.w:ir �llmu t`r.•aua. 1 t. •L .T R./1 MI-14 0010 0 North i a o,13, SECTIOU 5 .._.tw ]01•r�w[r a 1�-rm • Lw4[asc[u[a,Oa.r wi[t iN.r O,aRa1.[N 100.r0 mr s ran(i"'"w vJil uta fc.o two.[..oi[.ua.0 ltda IG')xa.e.,o aei.0 ua 1..a4 L.M LII .ID L00 lfaa>1Pi r An JJ3 IaaYc i,3a0 Nls., t0.t Llfk .ID L00 t]))itl„LY3.Ie,a:1K f 30.nf f Lift .ID 1 fL30 I area an.aclav Iru 1 i0a.1 L..tla ilf! .ID L00 1>0>Q ODaLOYa t"...3"1 N.03 Ll)S .10 1.00 •oa wOr[1].300 _ fI110011 L.M Llfi .10 1.00 iQS00t AOQ,ftgl.u.lc fLc[aO Il aaf0 wlU, ii sr.vl.l uee as < twN..,cl uuiau ru.mr<u loot ar.l�L u w�• - Jv1N3Gclu1 L.L LIIf .ti L00 �'LC Tll�a d 2'Q I].f0e OLLa.aM.[a.000 IOt1.1 L.SU L3f3 .ID LOt 1Diala+i�J nos sa na orn,a...ac. ' ala Mlutx ll 1C0..r _ o w0 w0.[f.300 OaL.I w.ln Llff .Sa L00 = a.lt-to.a.m �a.in Lln .rt L00 w1.[.1 M•..!x.r a la..wmc.[aw 001.w +w4,Au!Lu' ✓Q.t SQa_r sac[a[wcr[u w.f p. r wa.[!y4.rut J..SJ t L_ID 0- S-1 .ia M. iwOTwaaL,a[0[a1tK. fawdlw trot[TT :1.000 lOL.r ]laws L.21! LSa3 .ID L00 w >O!liaa^Ji! ulV f.11 IA_II LSf! .TO LK , )tTtJQY C••+•�.r.. Y.m LUS .TO LM IWOR aL aLil1!J 10.iff Ll1f 00101 aamo,aoc[tf.Tia ta1.. r wr[).we lala.l L.SIf LS!] .Tt L00 Xf-15 North 1't Zx Llff .0 L// T/ICOR•U.GiA:i 1/Id.. �/U T..•t U.nf Lav Ls 00101 AVY 15 North f • ®m,,n. wl.xi. SECTION 5 • ir6! Imra•CI !�.i. I U.11lI Liff� .T/ La I I /f.r 1W.r.aYe 1 awlr m, 12 U 1..•rl,raro.i SZ Td..i 6/-f!f /L)!f -.T/ 7La a1•rr/YV•r lz:dlw u fe..wur u L mo n rd..r i.e:�a:er u fpr w u, v.ud _s+.r•r•rxr•an a1z�•u,r. .+.,r,�wiy a Te•.wnr :.azt,sr.+w.nelx ro. �.I�talT f.•-x'� r>srrt.n::Tra...rr a ..r•V U.M LUf .T. LtY m/m..�rea law.0 UA LU! � T)f//IS t�fISA4 g1.,•i u fe•.tsro�s !v 1 I.aL,�•p Iw•r:3 T6.. r lroLgW.a Tf•.vv :...u,w•a,.o,or.e•sr war,nelualw a w- .a v td- taT x•-w/v awcr.e••a.. U aur 1•_li s lv.a/ /Ll1f .1/ R// sa.n aar-:rc si-Lwnc z+a fv.aa Laf .n Ln ms" LU! .T. L// s+s tstar asa. nne y vur,asap,...r v U Ti..•.f l.clWaa.a TQa. aaa l.r.L,?a.p.u•tars a.t L TC..wd'stl�i U fN.aur+w:l,�rr:r m wwsx ta..r:z Tv.. 1f..aa.r:•.•li U3O Llffj LM S Kd-16 North 00102 dsn ter,a.7i SECTION 5 4. !4�.•.rte+ SEQ�IL1O)• •be'al � 1l1i ti� .i.I.rrr rT. tlfl<01.1111 ll.tTc 1./� if.vur torr Sa La.•w _ v s!•.,mv.n•.w near SfA[a.Vo•ice.2u<..+a.r.• v.32.1,W Lai 1/t S,..r JrM v,tic Stsi Carl s<.-e.mua-rru tLw ttlz Dior aaa rr,e tllr,w.r la X+•W [a^lir.as Lea.w 3T�� 1 laa•r c 1.rU•+.�.o - I...c u X..w•s atl.anu[:...0 1 yQw for v.c n 7a.•w tsta:a.as - ' t17 i n lal•-W t.s:x7ar s. }!.•.iuc 7w.0 n.n •1.3 .n Ltl imc mer slw:.o.n. ....<.w«so w•w osr Q u Xr-..ur t...0 1 a,•t. z s...u.alwnr: fo ar..lxet.r M x..l.e ata.fawru t1e,,w.r .5.....t so ya,•w>.,a.c u tmi omll lr.0 tb tll.c.ert of Lea.w - ttl7m1..[0 7a..rrar ttlsrtq.o Xa.rur+ru.� tt.se..0 tak n X,.w tt.pur Ia3 X.•w 1ae1:lLy tl X,•rut S.rU.au fa..rfa aa,rf X,•w licS.G319.0 X.-ri.r t...U, 4fa. tl X..rs.r:...0 iLlf Luf .7o Lv �i 0101E fRA'J v1. 1sSa.ta.ff y - 3...U,a,ocnw r f) lar.w 13•ettly'n;ti. +..37[ tl aa.-w s.c:xln.a r ►�.raw.e..X..w fa.:rta! n 7..-rur:a..:7.S.• Ihl!ti-r.va i�u X..w rr...rr:...y 1s.s. &..zj3l 7s La 001 03 :[ir!—17 Horth tc,mtta.un-itfi- SECTION 5 oLIILtaY /ta o[fiasifoa[.r !alta vlYtna>(vRaat� aYa[a A ali•rw+a telaar nen•Ye 1 as - ' Y[rK rl•a •a[TIa L alt•wa artJ.t la ti YKrftcY. YlIW MI•.Wv l•rW aria<a+aaa> �l aeA lira•(arra t W L ae t•w)K![lt tY.e n w eSrY•K rr'---rtl) fie_ f•t f•eanr ttL fML•Yar•elf alta tY S«ca.rll nr K f++.nr lW.in••taa ar t.Ma•1•trial.•N w S.V.a r•t t•+•nr 1W, nay Y,v.�anl•rN llr W anflr, Ifni Y•[]el)Y w S.V.m [a!w i�,raaN[L tar•a•4at•ib a w L+.m�r•e oaa.ua�.rr/•t fuer.].errU u w f.v.e r•e w a M.—6.a•uIn G frra 4•N[U u w f.Y.o�r•e:....air a,[ra•ITN, flora Yerr!)N rr LY.mast•f i•+ami L•f,[NN aI[a • a•e•4aNrlf u w f.L m r•!ta+an.a:3,wA lR. fr•m Srw[lt Y it].Y.Y[aat•t wmii%�,r•aa•lfG Hera 4Knt1 u w LL m •a w r:7,ra•N:](. f1s•Saaal•ril u w S.J.mrrt•L Yranr IK,rYN LW, Yllsq v it Sa[lartl lNa.[iTiia 4et1r n,maa LK•rl) •!w/W S•ertl)!•.Wry•t L:aM Cw�c1 W[Y faerrtT rmmrf a/aYn fiery,Y sr f.L errr•[N.saay:Y,r+t{:4•, fa.at.Yrwrss Y tv LL`mna[.e a_...>:ss.wx•:W. Sfr[•Y nt)N tY• a!wino 2:2,rr/•:R. Rd-18 00104 a fa.r.Y.aeaSrelf u er i•i.m r a[ca+.Ka Tla,rat.at. fre[a Y••ur11 N w Y.V.Y rat iarY.a LTS,emN:][. � arN Yrgarl)[a r_-a LL n r a!waaia I'3,rY{•2:t• Sala v K11 a a!raaaaua[IS.a :TL frr•Ynrrll Y LG m of Je a t5,t.t`xa«t, G aeu YaK•r:1 N Lt.V.m .!•aa.. :O,rY{•SlL, . aaKa YRr[:)4[r LL m r•!neaL•a W,rut•I.t. fl•ata Y••t•rSl N w LY,u r r K n+aY>tf.reit Wit. Sfrt•Ynaae:I Y w/.L Yeft[a[ta+a3f Y,rY1•:tt, < afW Y•atKl/tzr i �aL:ief�3 Y.rfet•:K. � Etta MriLe11 L[r[?L ee r a!wail)Ya ran{•.i, Sfeta Yaftatll[a w LL tata•t•f[arena J,rK/•:R. t•YniK11 to w LL•+rear a!�wa�a L,i•nt•lR. - Slee•vauriT n w Lv,N a!ueaca a.rK/•lit. 2 S•N YC Kll LD•r LL m r•[:a+•Ya SL t •:S[• O - a••ta V•K•r:1 m w •t as a Y.re/•tat. area rns.rl)u[r[.SG u at wa.aT 3.rmt•T:i. I a.�t.Y..entT t•u./.v,urYt at wua ss.eea•ta, Sri MY-lK:1 va•4/[!.ar.:L•N ra•l!r N w LL rrr•L w.na ss.ntA:Y. art.Ynrrt)u w LL mwr at w,_:a]r,nwN ux, ' a•r.aaKYel)N w[,1.e r al Yr+nf.tl,rmt•a]x. > flYata Mnrri)Y w t.t mbar at:awan>W,nay lift = S+•Yastnl)[•tY LY.a a[i•r •la[. a.+•Ynrrls t. LL m at w�a.aa y r .a•uL. xrr• Yrh m t�a t.!w.K;:.,rma•ut. . a..<a rnla[tf r f,L a •t ia.+ r t0,rr/a Ix. SaY 4aNe1T u w GL:awtrat waur tY,[Kta 1K, fa•r•Yrt].r1T N w l.L mra•t al ww>lY,rexa[=L. '• T'lar�Yaat•rll N w[.L a t a!w a l:•.e a t'JL fl.ra YKYrt)u at tarYN tl.,wt•:a, - - r Err.mNrt1 u cr]�L o n.r.e w .ir,wa•:ss. ff..c•Yrwrb n cr a.L n raw a te,teN:1. Baca•uK•rt1 N cr i.L mrrr K wino tl.iu{•t�L. flrc•S,awril Y[r S.V.u •t w •I36, Slsca LK•rT)Y cY f.L Nrrgr•l tar•ua ir,aeta T.L, 2Yc•Sww[ry N w S.Y,awr•t wWY:�,n Y:K, fr•Y 4amr1)Y W S.L mere•L wKla lS.w{a lea. a•r•f•a[lariT Y er f.a.r •t waKv t>y,[rp l3. ter•4aur:T•v./cr Y.<>ai.rt:r.e ca...ar:a a cr nK.e r,Nary•l w KK•a�ata.aa•. Stec.YKi..wrlf.[>wca Y ,tut tr 4K•n fwetarT --- •[w• .!431[ai•N m cr l.L e[ar•L Neua>IlY, rep lf!` .. if..ca YaKKi)Y [•f ta+•L'a 11a,taxa iT[, fl•Ka YRrell[ tY a�L Y .[w >!a,tux.:Tt. Sac•MrtrrlT r <r f.L N .!rwaa :'J aH{•it. fl•r•waNrtl u w Lv.Yea.rrK ta+aataa:•J.•ra R. ` a.K•Yrirtlf is w 1.L m a[<a+ana:�.ria••R, frit•Yu<n 11 N[r LY.N~r•t r.+ac:a::a,wA 1L, SSeK•Yr[rttf Y[Y S.Y.m •!twaaLi::a,rr{•![. • tl.Y•4aNalr u er f.G m r[K waua m.r••/.u. art.vat.rb Y w LY,m rye•[:... wa.rL f3rca Ynlrtlf n t [.L e a•A,rY{•f[a antra Y••url)Y[r tA.owrrK ratan>Si.erp tL - North ,x''33 i.3i SECTION 5 AM DUUMM for MCK[q[vaan Cst"-JU (a -43 Move 1 (raat•aI tfaaca lmn%.rt7•L-8 W ter.n"L.-feat—u ca•LL aseS.r•[ts..aala Ser. soap LY. Tb w WKarl)u tma M.V. orrr a[cama"do 346,cup 0. Tasmt.Swtlarl7 C.CAN N.L. nrS.r at taraatf 73. rear v. ' TamaamYa K.r17 a t].N.V.-eowr at"--p Jac.tame•M. Tlt•mt•S..eaartl u Co.S.Y.o eowr at t.—.ata J,,reap M. U.r.L.tarl)u c10 S. areae of ca.a.alf;.7, cmae•Y. Taseo Swe].r17 a w 1J.ears..al ta.m.atf ..I.reap.1. Tao•ca Za.ca.17 to w S.L. r ­=.car ,at f L:A. ret.mW. Tbmmc.3-W 't7 to 0-S.V.--I at--1:r. rut.f1. Tb ace U."..IT t.to.See_ -ram,.t Tanaaasa lJ,ra.p Y. Tb_:a.Raarl7 u tS.e.L -rear at[..+rata L4e..amsa.11. Tlwc.Yasta!)to Co.e.V_ca—,at a_."f tV.tame Y. _ no—rtel.rll u Co.$.L mrr..t[areata 1�....a.W. Tfmam.WC.rl7 to Co.S.Z.-,oar at ta..aalf lei,rasp L9. Taro a.thal l7 u tam a.1.-tsar at Cam..aia LW, camp L31. Tammcm V..catlT u W 11.7. carr,at:avr.ata /ere, cane• L31. . U_14nIF u cf.O.Z. cars.,at t..aaa.tea.r—go 17f. Tl1•mta Y.K.c17 a L!o.M.Y.wraat at ta.faaia:'J, curt.two. Ufw S.aWrIF u cam S.Y. -cfmr a!ra.w.aia '1181, ramp Ina lb—LKatl7 a ter•S.Z. urrr ac ca--Ip M.cup LJi, w Uoma S..ea.tl7 to to.S.Y. -rear at ca ,sw. tae, tore.IN. lb—Yame.rl7 a ea.M.M. mro.r at Cesare L•1, ramp Ua1, Thmms•So "'.1T u ter.S.W. rarer at taruia '1481, ...s.1+1, Trio Lae.rl)a W S.L. oea.e al:a`a.asa 1481, camp l+1, 1%..So" clT to to.S.Y.urowt•/ta.namif Up. r..s.IN. Tamacaf.K.rt7 to W 5.2.ora.,a!"—.him On. coal. IN. Talc.S...l.c17 to tam S.Y. mroac.e ta.a.ac.LIN. -ml. t3(, Samosa taK.r!)a to.S.C. mesa,a!81.,'010 LL, rams. 1.31, >: Taooes S.W-4—ty aI—$U.LK.—ler.t rams.131:a Ca. t lmcleL Dar.mml'+siasl. tc aortia.at 81arca.to C.tttacal. attltL C Saota Lra bets sac ladM+1t310 tY tata.tns ilrt ? tisctat ac W Y.Y.-tsar at cera+,M,tma81s IG et. 1 DtaaL l.malla...a a.riatma. . Hca IN a Sa_.Stt)%&sate.,a as.S.Y._cams.t Laaamup no amp_t. 2 TLac.to•LacarLT UrecLims a tam LL_ter at ta.a.aie ts. soya K, Uoscm L.a.rca.rll"esti..u aa.Sat._roar me corms up K. ,fop 4s, .4 Uses L a 9—Karl)4L—cl.s u el.8.19._ter at C..."Lf ai. > sp Ica u uo Pout at l.pasat rid Paccsa.i&a port.e ata.s ate 1 alma Lrtod..t•"P.,%1—.l facto.,.:mUfarata.rlclls Ca.talL+tat It-., O *y I.w.1'1[1'11['.coag ass.amaKa.at cls S-cb cly Use.9 U=p 37. 2,—Ld:--U—moa rridtamr U..m.6K•cl)atoms ca.Sae mal l7 tie. . a .!cas"Lp 37 Lao LY. errs se Z­up 31. :ass. :V, Uaoc.Suel..t7u tea S.V. .rear al c•r.liy v. Co.t.W. Us4G om K.ctT Ulnas Lb..en.oalac a•oallr La tai 3.V.ormac at L—Mp la, Tons.Z, Uscs Swcl.rt7 t.tom S.Y. _ram.t aw.ats a. rens.Mo Ttecs C.".cIT u ter.S.t mare.l".Leet.Z. tap Z. Vaca s—cl.rt,t.cl.S.Y. -rear at a...aata 45. case•Jt. _ Tames ta.t•rt)c.cam S.L -roes acan�.aia mf,roan.:[, Um.ca e.rWTIT•J tam f.,-,..wtvr a(t tar aim'3. rasp JZ. Um—V.ac.ttr to sl.S.'l.-tsar ai ten.uata M. terata JZ. Ta.aca iRlmrL7 czs..tae cam lroroidt S -tt—c.W S.V. rcm.t.t c..w.Up ter, rams.JZ. Unca Wc..IT.L..s cam&'—Is umalir a Cam LL_crc .at —ai'IS,soap 32. .. Ut.cm ftn.%-ll to to.f.L-rows.t tamsaKf w.,sap 3s. ' Tffocs Yascmrl7 to ter•M.Y. otsar of ta...atf in.rap Z. Th.3*.Zb-27 to Lb.S.L ormaa a!toamaalp 17, U. Tfo•ce V.KarlT.teat e.A.rdmrtT 1r ce eanamanip ICM, laza c'.+. t.clele oc—. Gass I at"tmeladef We Vm tlo..1 fartl.rs W19Mt.tool""Kil- 1 the tet lwlnt lima: a:lcm •c tea ams JrlT too.."T at tttm SmL at wif.al. at coo M.V. -Zrat t..maaLa�. ra.ta M.4t.%"I.a.a.- IIS.-4m.rtaloa: Uar.S.atl.Or u:%a S.Y.,.tear of :.o 2tf:J, r--g.Vit. Tlwce Laarl7 to 814 S.Z. carr at t .tlp J, rays :J. Tb—somc%.Vtr t.LN.T.V.—rear at_rust:-Jac .tt.1V. l'...Ely to d-,& -rac ,&S.Z. .r at ..Ip='.M. ,soca V. s r .f,t.%.rtT to cow a.Z.-nor at t.nna.ta.am, coago lila sm W ALC Mrtr Maalsp.t t?.Sue•.!Ltsl.rsea. Tfosca V..LrIT aLact W aotta.rll Sarmacr of -o Sau mt CaLUseat.a ca.P.Lc at aatlaotat. MV-19 Om 05. Horth FEDERAL 9-7-76 SECTION 5-3• AREA AFFIRMATIVE ACTION PLAN 5-3.01 GENERAL.--The Area Plan applicable to this project shall be the Contra•Costa Plan on minority employment. organi- zations 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 Specialty Contractors Associations. 5-3.02 SPECIFIC GOALS AND TIMETABLES.--The Contractor's affirmative action plan shall specify at least the following range of percentages of minority manpower utilization: From 9/30/75 forward 17.0% - 19.5% 5-3.03 ORDER OF THE SECRETARY OF LABOR.--The Secretary of Labor Order entitled "Bid Conditions Setting Forth Affirmative Action Requirements for all Non-Exempt Federal and Federally- Assisted Construction Contracts to be Awarded in Contra Costa County, California," dated January 27, 197Z, shall apply to this project. AP-1 (C.C.) 00106 . Sec. 6 FR (Pink) follows _.p (Revised 5/16/77*) •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" neans the method of calculating payment for Ta- payment and/or materials based on actual cost, plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la), will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active 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. *c. The second paragraph in Section 9-1.03A, "!fork Performed by Contractor," of the Standard Specifications is amended to read: To the total of the direct costs computed as provided in Sections 9-1.03A(1), "Labor," 9-1.03A(2), 'Materials," and 9-1.03A(3), "Equipment Rental," there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials, and 15 percent to the equipment rental. d. Section 9-1.03A(lb), "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Mage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.03A(lc). 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. 00107 C - 1 SECTION 0. CONSTRUCTION DETAILS 1. LINES AND GRADES One complete set of stakes for the following will be set by the Engineer after notification by the Contractor as specified in Section 5-1.07: (a) 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. (b) Curbs. '.there curb stakes are set, they shall be used as final alignment and grade control stakes for the curb and for control of the basement material and the 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 specifications. 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 :nginear, :he cost of labor, equipment and materials required to ccnply 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 resettine 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 tine and are lost in the interim. (c) Poor planninc of sequence a° operations by the Contractor. 00108 0 - l 2. MATERIALS In accordance with the provisions of Section 6-1.07, "Certificate of Compliance," a certificate of compliance will be required for portland cement treated timber, guardrail, pavement markers, and epoxy. The asphalt concrete mix design shall be designated by the Contractor subject to the approval of the Engl.neer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" of these Special Provisions. The Contractor shall give the Engineer not less than four working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base from recognized commercial plants and for aggregate subbase and any other material from other then the usual commercial sources. None of these materials shall be "incorporated into the work until approved by the Engineer. The relative compaction of soils and aggregates will be determined by comparison with the maximum density as determihed by Test Method No. Calif. 216 or Test Method No. CCC 216. The field density may be determined by Test Method No. Calif. 216 or by nuclear density gage deternination (Test Method No. Calif..231.) 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Section 7-1.09. "Public Safety," of the Stapdard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the-require- ments 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 Storks 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 ail times. During the course of the project, an adequate number of flashing lights and barricades shall be placed along all gutted edges of pavement, and at all other locations as directed by the Engineer, to allow for the safe passage of traffic through the work area. 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 10-foot wide traffic lanes for public traffic. D - 2 Q(111r9 3. PUBLIC CONVENIENCE. PUBLIC SAFETY AND SIGNING (Cont.) In lieu of the conflicting provisions in Section 7-1.08, "Public Convenience," and 7-1.09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the plans to be County- furnished) installing,. maintaining and removing ail 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, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2'-6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, 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 signs, barricades and lights shall be taken down and dismantled; and the County-furnished signs and pasts shall be delivered to the County Maintenance Yard Sign Shop on Shell Avenue during the County 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 the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure and all other times as needed to provide for the safe passage of traffic through the work. The sole duty of the flagmen shalt be to direct traffic around the work. As directed by the Engineer, "cat tracking" (broken f single or double stripe) of the lane lines and the center line1 1� shall be done by the Contractor at the end of each days work to {1 provide for the safe and convenient passage of traffic through D - ? J 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Cont.) the project area. Full compensation 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 of the Standard Specifications and these special pro- visions, including full compensation for furnishing all labor, including flagmen, materials, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs, and posts, shall be considered as included In the contract lump sum price paid for Signing and Traffic Control, and no additional compensation will be allowed therefor. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance YardSignShop shall be borne by the Contractor and may be deducted from any monies due or to become 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: Initial Increment - 50 percent of the lump sum price upon satisfactory completion of installation of signs, lights, and barricades. Final Increment - Balance of the lump sum price upon satisfactory completion of removal and dismantling of signs, lights, barricades, posts and framing and delivery of County-furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 4. MEASUREMENT AND PAYMENT Attention is directed to Section 9-1.015, "Final Pay.. Quantities," of the Standard Specifications, the provisions of which are applicable to one bid item on this contract. 5. REMOVE PAINTED TRAFFIC STRIPE Existing centerline stripes shall be removed as shown on the plans, and as directed by the Engineer. The new final center- line striping will be done by County forces. Removal of the existing striping shall not proceed until ordered by the Engineer. The Engineer will coordinate removal operations with the placement of new striping by County forces. ;y. D - 4 00111 I 5. REMOVE PAINTED TRAFFIC STRIPE (Cont.) Sandblasting shall be used to remove the painted stripes In lieu of other methods allowed under Section 15-2.028 of the Standard Specifications. Sandblasting shall be performed in such a manner as to prevent damage to vehicles or other property. Immediately after the removal of any centerline stripe, the sand shall be removed from the roadway and the new centerline shall be cat-tracked. Full compensation for removing the traffic striping as shown on the plans and as directed by the Engineer, cleaning the pavement,cat-tracking the new centerline with yellow traffic paint, including all labor, equipment, and materials shall be included in the contract price paid per linear foot for Remove Painted Traffic Stripe and no separate payment will be made therefor. 6. WATERiNG Contra -Costa County is experiencing a drought period where the water districts have requested a voluntary action or given a mandatory requirement to the general public and agencies to conserve water. The Contractor shall take measures to prevent wasteful use of water in the contract work. The Contractor shall make his own arrangement with the water district to assure that water will be available at the site _ and shall pay all costs involved for furnishing and applying water necessary for the contract. Full compensation for developing water supply and applying water, including water used to control dust resulting from Contractor's performance of the work and for the purpose a` controlling dust caused by public traffic, shall be considered as included in the prices paid for the various contract items of work involving the use of water, and no separate payment will be made therefor. 7. EARTHWORK The provisions in the third paragraph in Section 19-2.02, "Unsuitable Material," of the Standard Specifications, providing for payment for the removal and disposal of unsuitable material as extra work shall not apply. The removal and disposal of ail unsuitable naterial will be paid for at the contract price per cubic yard for the class of material for the quantity involved. 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. 00112 D - 5 1 7. EARTHWORK (Cont.) Upon completion of asphalt concrete overlay, grade and compact existing shoulders to conform with new edge of pavement. It is anticipated that there will be an excess of approximately 100 CY excavated material which shall be disposed of by the Contractor off the job site,- in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved with roadway excavation and grading, including, but not limited to excavating for the roadway section, the base failure repair sections, the pavement failure repair sections and placing and compacting earth fill areas as needed to bring the areas to. the grading plane, and disposal of all excess material shall be considered as included in the contract price paid per cubic yard for Roadway Excavation and Grading, and no additional compensation will be allowed therefor. 8. 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 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. 9. AGGREGATE SUBBASE Aggregare subbase shall conform to the provisions in Section 25 of the Standard Specifications for either Class i or Class 2 aggregate subbase at the Contractor's option. The aggregate subbase provided must comply wholly with the specifi- cations for Class 1 or Class 2 aggregate subbase. A combination of the two separate specifications will not be accepted. 10. AGGREGATE BASE Aggregate base shall conform to the provisions in Section 26 of the Standard Specifications and these special provisions. D - 6 00113 I 10. AGGREGATE BASE (Cont.) Aggregate base for the roadway section, the base failure repair sections, and for the blanket to be placed beneath the concrete island paving shall be Class 2 and shall conform "to the grading for the 1-1/2 inch maximum or 3/4 inch maximum grading. The aggregate base provided must comply wholly with the specifica- tions for 1-1/2 inch maximum or 3/4 inch maximum. A combination of the two separate specifications will not be permitted. The provisions in the second paragraph in Section 26-1.06, "Measurement," 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 deliverd to the work, the weight of water in the material, at the time of weighing, as deter- mined by Test Method No. Calif. 226, in excess of 9 percent of the dry weight of the material. The weight of water deducted will not he paid for. Full compensation for furnishing and applying all water after the material has been delivered to the roadbed, including water required for dust control, shall be considered as included in the contract price paid per ton for aggregate base, and no separate payment will be made therefor. The provisions in Section 26-1.04; "Spreading," of the Standard Specifications, is superseded by the following: The use of a spreader box for spreading Class 2 aggregate base will not be required. Class 2 aggregate base shall be spread with equipment, to be approved by the Engineer, that will provide a uniform layer conforming to the planned section, both transversely and longitudinally, within the tolerance specified In Section 26-1.05, "Compacting." Equipment or methods which cause segregation of the material will not he permitted. i1. ASPHALT CONCRETE Asphalt concrete shall be Type B conforming to the pro- visions in Section 39, "Asphalt Conctete," of the Standard Specifications and these special provisions. Unless otherwise directed by the Engineer, asphalt binder to he mixed with the mineral aggregate shall be stean-refined paving asphalt having a viscosity grade of AR 4000 and shall comply with the requirements of the "Materials" section of these special provisions. 00114 B - 7 11. ASPHALT CONCRETE (Cont.) 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 for the top layer of the surface course. One-half inch (1/2") maximum, medium grading for asphalt concrete may be used to level irregular- ities in advance of placing the surface course. Aggregate shall have a sodium sulfate loss of less than 9.6% when tested in accordance with Test Method No. CCC 214 (AC). Asphalt concrete for placing any course shall be applied from one plant. Paint binder shall be asphaltic emulsion, RS-1, and shall be applied at the rate of 0.07 gallons per square yard. Prime coat shall be liquid asphalt, Type SC-70. 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. Paint binder shall be applied no farther in advance of the asphalt concrete placement than that distance which the Contractor can maintain free of traffic. , The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's paving operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shalt not be placed on any surface which contains ponded water or excessive noisture. fl - 3 00115 I 1W 11. ASPHALT CONCRETE (Cont.) If paving operations are in progress and rain or fog forces a shut down, loaded trucks in transit shall return to the plant and no compensation will be allowed therefor. The Contractorshalt 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. Attention is directed to the provisions in the first paragraph of Section 39-6.02, "Spreading," of the Standard Specifications. The extent of the areas where a surface course mixture shall be spread to level irregularities, as shown on the plan details, shall be subject to revision by the Engineer, depending on actual conditions prevailing on the project. This material may be spread in layers, not to exceed 0.20 ft. in thickness and by any means that will produce a surface of uniform smoothness and texture in accordance with the Standard Specifications and these special provisions. Spreading and compaction of asphalt concrete in areas to be leveled shall be completed prior to beginning any overlay. The asphalt concrete surface course shall be 0.17 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. 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 overlay pavement shall be made by tapering the new pavement in accordance with the plans. Conforms between existing pavement and the newly constructed pavement section shall be made by cutting the existing pavement to a neat, smooth line at the conform and constructing a vertical face butt joint, as shown on the plans. The asphalt concrete surface course shall extend to the edge of pavement in areas without curbs and to the face of the curb in areas with curbs unless otherwise shown on the plans or directed by the Engineer. In addition to the requirements of Section 39-6.02, "Spreading," of the Standard Specifications, all transverse joints shall be made by paving against a board of the same thickness as the paving layer to provide a straight vertical face. After the compaction of the newly paved layer, the board shall be removed 00116 D - 9 11. ASPHALT CONCRETE (Cont.) and paper shall be laid against the vertical face and along the existing road surface that is to receive the subsequent layers. Asphalt concrete shall be spread over the paper in sufficient - width and length as directed by the Engineer to provide a safe, smooth temporary riding ramp. Full compensation for constructing the transverse joint as specified above and constructing and removing the temporary . ramp, shall be considered as included in the contract price paid per ton for asphalt concrete, and no separate payment will be made therefor. In lieu of the provisions in Section 4-1.036, "Increased or Decreased Quantities," of the Standard Specifications, adjustment of compensation will not be made if the total pay quantity of asphalt concrete varies by more than 25 percent from the amount - shown in the Proposal. The contract price paid for asphalt concrete shall include full compensation for the followings - (a) Construction and removal of temporary transitions; (b) Cutting existing pavement for conform work; (c) Furnishing and applying asphalt emulsion, RS-1; (d) Furnishing and applying liquid asphalt (SC-70) as a prime coat; - (e)_ Spreading sand cover over prime coat when.directed by -. the Engineer. -. 12. MINOR CONCRETE Minor concrete for the Type AI-6 curb and the island paving, shall conform to the provisions in Section 73, "Concrete Curbs and Sidewalks," and Section 90-10, "Minor Concrete," of the . Standard Specifications and these special provisions. - The combined aggregates for minor concrete used inthe . work 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. Minor concrete shall contain not less than 470 pounds of cement per cubic yard. In lieu of the provisions in Section 73-1.04, "Forms," of the Standard Specifications, surfaced iumber of nominal dimension may be used for forming the back and the front face curb, provided the completed curb is constructed to the full concrete dimensions shown on the pians. _ t. D - to 00117 MIR— . I 12. MINOR CONCRETE (Cont.) 12. MINOR CONCRETE (Cont.) Extruded curbs will not be allowed. Any section of curb which does not meet the quality and appearance requirements of the specifications shall be removed and replaced at the Contractor's expense. The island surface shall be scored as shown on the contract plans, then finished with a fine hair push broom. Brooming shall be delayed until the concrete has set sufficiently so as to just retain the marks made by the broom hairs. Aggregate base for the blanket to be placed beneath the island paving shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. Curbs will be paid for at the contract price per linear foot for Minor Concrete - Type Al-6 curb, 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 curbs complete in place, as shown on the plans, as specified herein, and as directed by the Engineer, and no additional compensation will be allowed therefor. The concrete island paving will be paid for at the contract price per square foot for the final pay quantity of Minor Concrete-island Paving, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing the concrete complete in place, as shown on the plans, as specified herein, and as directed by the Engineer, including scoring the concrete, and construction of the sign blockouts, and no additional compensation will be allowed therefor, 13. METAL BEAM GUARO RAILING Metal beam guard railing shall conform to the pro- visions in Section 83-1, "Railings," of the Standard Specifications. 14. 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 lines established by the Engineer, which will consist of newly painted stripes. All additional work necessary to establish satsifactory lines for markers shall be performed by the Contractor, including correction of minor irregularities in the line established by the Engineer. 001q8 D - 11 i(7 14. PAVEMENT MARKERS (Cont.). The first and second paragraphs in Section 35-1.06, "Placement," of the 'Standard- Specif!cat ions=awe superseded by the following: 'Rapid Set - - p' Type adhesive shall =6e`used 'to cement the " markers to the'pavement. `` " The contract unit prlce-for' the'types of markers shown on 'the<Plans shall -include'"full-compensation for=•furishi'ng-•-' Rapid Set Adhesive, and' no=addi-CionsI payment'shaIt be made therefor. +� 2 rax St' ox C7'�ai F•`s �� `� � :. k�a z z � "'�`� � `��� Yt;�t FLS fs�v-t ,�z C. •'4 ' �+'i£' � k y $. 113��'. p.r:*,r,:'��,,��` L l��f _ _ •� 1 i .4�� i tz C, it ,;,. �� X0119 rro x uaea : - - tn H�ie.n as��+.an eaunesef.l' " 1-10-77 SEC-ION 6. FEnF..RAL RF.COIR}_M�eriS FOR FEDERAL-AID CONSTRUCTION-P?ASS"S 6-1.Ot f:r.%!?JkL.--Th^work herein orovosed wiil be financed in .hole or is Part With "eda-L fuadx, and there!ora all of the statutes. rules and re•aulatioas .roZtZ.tv.i Sy the ?ada:ai �ay.ra-.Rt end appl tcsP:e !0,12r% financed in-+hn Le or i rarr With Federal funds WLLi appiy to such Work. Th. 'Required C..C:agL,PrPYisiana, Federal-Aid Ca—ruction Cant:accts,' Focm rR-1271, are inclur..) in this Section 6 Whenever in said required contract p[ovisions references are Rade to elite *State 'Ughray Oeoar.3+sat Cont-acting 0!fiter.' 'Stare Hige.ay Cepac�enc Resident Engineer,' ar 'Authorised reoresentataWes o! enc Stn to [lignvav Oepa:eaeRt,' such references shall be eonst:3ad to mean 'Eng-aer' as defined in Section 1-1.19 of the Standard Specifications. 6-1.02 PERFOR.4XICE OF PREVIOUS CO!M..ACTS.--L7 addition to the provi- sions in Section Ir. 'Emial Opportunity.' and Section VIZ, 'Sublatting or As.jgninx the Contear-.' o.1 the required contract provisions, the Con- tractor shall comply With tae !oLLwing: The bidder shall execute Che CERTIFICATION.ITR REMRO:O T!tL PEIIFOR+AtfCE OF PREVIOUS CDNTRACTS OR SMJCTv.-AC-S SL3.7EC. :O THE EQUAL OPPORT"ITr CLAUSE AND T!Le FILZUO OF REQUIRE? RM-0-R-5 located in the ernposal. !to request for sablettiag or assign:7g any portion of the contract in excess of 519,004 vi L! be cans-erad ender Cho ?revisions of Section'II1 oe the re--ui:ed contraet 2r.2-slang •_:leas such recuest Lsar_•ospar.ied oy - CFRT!?IC.TICN re!err._ to lave, exec:ted my the propoaM suaoneractor. 6-1.03 !DNZTL::15:,!! ?ROVIS-.04.-7he ?r0•/iaio,5 is this section are 4=Licabla t0 all -Jnztacts except tJJ1tr3Ct3 !fir adeCal n-- Secondary PCO7e -.. itle 23. TniteG States Code. Sect!— ! remlires as a condition Preeedeat to acpr3va! by t ?e.erll isn.ay�alm nJ.3tratov o! _.a r trace for this Wort t-.at - _on=acthr +e a � - sce - r ate=n=±. Zed , ar ie on mehaLf the aer .. a_�-a, dsa.3C11 tiaC. P: t]=ACa[iaR to vraRsuoa contract is oE, :. o be sWnrdeC, cer-�lytac tat soot person, ! association. or cerooracion bas w.. either+.i:ecrly or i.Rdi:edt-'?, enteral i-= any aoreement. part-rl;•atMl 1- axr --'J Ll•13i4fi. t:at e—ira taken any rt�n in rest= int of free trtC^RL•tive ]lddcnq is c=nnsction v--th suc- C. ntzact. Mie s.orrt stateseat seal'_ be -.a -*=of as adfida:2t asecJ- and s.orn to by tx success_'uL bidder tefors suci Per3oag as are Put-oci3ed by the Teva 3! t-e Stat- ^ atinister =atn3. ^he o.-1na1 of soca s.orm statement shail be fi!rl u -. e a oapar- ti eat :ranspert=tiaa prior to the avard of this tontracr Lmediately upon the dere•mitatton of the sursssful bit-der, 'opiea of the affidavit as recurred by the aaove parag:42h said in _:e fort? illustrated Herein on the second mage !ollo.ing the si,--nature Lace of the pmpasai, .ill he nailed to said sur-essKl Lddar, who saulL execute and ackno.ledce said af!idavit in duplicate and return moth to -=:is office as promptly as PoasLble. 6-1.04 FaJ•ERAL-AIn PROPOSAL NO•rxES NOTrCFS TO PROSP.SCTIVE FECERAL-A27 C34STRCC M4 QNTP.AC.JRS I. CERTIFICATION or SONScCRECAXED FAC=.-T--S (a) A Certification of l:onsecrecated Facilities, as re,cired by the may 9;1467. order o'. -he Secretary o`_ tabor Hi-Ka. :433, m— on Elimination*! Secregated 7aciliri43 is i:Cltdad !n `e proposal and must be submitted prior 5 to *.art of a Fadecal-aid nighiay const.xtart C:7.CIct Rica is nor exempt from t:[t pY0%i3ians of the Equal Opportunity clause. TH-1 00120 'f 1-10-77 (b) Bidders are Cautioned as follows: By signinq this bid, the bidder r will be deered to have ssgled and agree, to the provisions of the y 'Certification of :tonseareaated Facilities' in this proposal. :his cer- tification Provides that th.f bidder does not mainta!n or provide for his employees facilities wnich are segre-aces_on a basis of race, creed, color, or national or-lon, '/nether such fat!icier are segregated by directive or on a de facto basis. She cersficatinn also provides that the bidder will not aaiatain such segregated facilities. - (c) Bidders recelvinq Federal-aid hiahwa_y construction contract awards exceeding 510,009 which are not exempt from the provisions of the Fquai Opportunity clause, will be required ro Provide for the forardina of the followine notice to nrosoeczzve subcontractors for constructaon contracts and material suppliers where the subcontracts or material supply agree- cents exceed S10.n94 and are not exeopt from the provisions of the Equal Opportunity clause. NOTICE TO Paosn rla-,SU3CO4TPAC•.ORS AND MATERIAL SUPPLIERS OF RMUIRCKV-17 FOR CERrrr=A:IDN OF NONSEGREGATED FACILI7ZES (a) A Certification of Nonsegregated Facilities as requzred by the X.y 9. 1067, Order me the Secretary of 4+bor 132 F.R. 7339. May V. L967) on Elimination of Segregated Facilities, which is included in the proposal, or attached hereto, nuac be submitted by each suocontractor and material - supplier Prior to the award of the subcontract or consummation of a material supply ag+trent if such subcontract or agreement exceeds S10,003 end is cop t exempt from the provisions of the dqua2 Opportunity clause. (b) Subcontractors and material suppliers are cautioned as foilowa: Dy signing the subcontzacz orentering . = a cataria!supply agreement, the subcontractor or r4m.Zial su-^plier will be dammed to have signed and agreed to the?revisions z bre 'Certificati.:n of :unsegregated Facilzties• in the subcontract or..a terra! au??1e- acre enc. �Dis cerczf!cat!on provides that the ser..cpntractor or.-acerzaL scmplier does not maintain or Provide for his employees facilities whCCD are se=ec^=ed on the basis of race, creed, ro!or. cr rational ortu!n, whether such facilities are segregated by directive or on a de facco nasus. he rectification also provides that z%e s--cmetractor or-.atersal supplier wi1-1:at maintain such segregated facilities. (c) Sub='tractors or raterial sapoLiers receiving subcontract awards or vAteriai sum.1•_.•a•:resremrs sstema:nc .LO.J73 wrich are xc exe�+t tram the provisions of the Egual Oqport•_aity r_is a will be recuired to provide for the fpr a_:inq of tbis na=ce a orospectz:+e subcontractors for construction contracts and naeeriai sUbotiers where the subepneracts or material suooLy agreements exceed 513.003 and are not exemot from the provisions of the Rua!Opportunity clause. SI. INPLEYF`NTA MN OF CERN ASA AC:'AND r-4A'^0BRAL. R MLLCTZON CONTROL ALT (a) By signing this hid, the bidder w+!1 be deemed to have stipulated as follows: (1) That any facility to be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, As amended (:2 O.S.C. 1357 et seq.. as a_Ynded by Pub. L. 9t-604), and under the Federal water Pollution Controt Act, as acended (33 U.S.C. 1251 at seq., as A"*.dad by Pub. L_ 92-Sno1. Executive Order L173a, and regulations in ialeme.•Dutlon thereof [30 C.F.R.. Part LS), is not listed on =be C. S. Envi_rors ntal Protection Aqency [CPAP List of Violatiu Faciliti.s pursuant ro :n C.F.R. 1-5.20. FB-2 mom L-LO-77 (21 that the State hienway deoarteant shall be proaoUy notified prior to contract awarl of the receipt by the bidder of any tion from from the Director. Office of Federal Act-vtties, EPA, -nd£catinq that a facility to he utilized fp-the contract is under consideration to be listed an the EPA :»at of.Violating Zacilities. III. PARTICIPATION BY MINORITY BOSINESS ^r--RPRISFS L'1 SUBCONTRACTING. (a) A bidder who intends to subcontract a portion of the work shall certify that affirtative action has been taken to seek out and consider minority business enterprises as potential subcontractors. (b) Affirmative action shall consist of seekinq out minority business enterprises that are potential subcontractors and actively soliciting their interest, capability and prices; and documenting such action. (c) A 'minority business enterpriW shall mean a business of which at least SM percent is owned by minority croup mercers, or in the ease of oubllcIv owned businesses. of which at least SL percent of the stock is owned by minority croup members. 'Minority group members' are defined as American Negroes, Spanish-speaking A=er-can persons. American Orientals, American Indians. American Eskires, and American Aleuts. (d) A form has been included in the Proposal Section, to be coo- pleted by the bidder, which will satisfy the csrtifLcation requirevents for affirmative action at the time of submitting the bid. [e) Should the bidder fail to suhnit this certification or submit a IMP" false certification, the bid will be rendered nonresponsive. (f) Should the Contractor request --permission to subcontract a portion of the work at any tine duriaa the life of the contract aster the h submittal. Certification of affiznative action, as prov-ded in paragraph (b), shall be furnished, if it has not been done so during the biddina stage. Faris for this certification wi1L be ava i.able frog the Zagiheer. (q) The Contractor shall des;-mate and sake known to the €ngineer a liaiacn officer to administer the contract's minor-ty business enterer-se program. e-I.OS ALTMATrft:At IML5.—the arovisions in this section are applicable to all contracts except contracts fpr Federal Aid Secondary projects. Wherever it is a ovie'ed in the steelficacipns that more than one r terial will fui`4.11 the t-_airemsnts for an item it -tars of-ark, the successful bidder will be furais:.ed a questtpnnaire. Said questionnaire will be mailed to the succesaful bidder at the time toe contract £s *resented to him for executior, for .indicating therein the material which he proposes to furnish to fulfill the reeuireoents for such .tem or items of work. FR-' 1122 trS.OErAalMENi CF•lar:tTQi:AnpN rIMESAL MtGNwAi aCManaSrrATtOry 6-1:06 REQUIRPD CONTRACT PROVISIONS r FEDERAL-AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CcRTIFICATION ACCEPTA114CE AND APPALACHIAN CONTIACTSI Pap is conspicuous places.available to ewpkyres and applicants for L ApplicationlR.:i employment notices to be provided by tie State hiahwar depuo- IL Equal Opportuatty DIU meat leasing Wall the pmvaiom of dais nondi.erimiaapoa daus UL Nott—wraied FaKlkin11A.5 b.The contractor will.in all valieitatio s or adveraseeeeats fat 1V.Palmas al Pmleterwaiaed}Gaimgm Wantsemplaytes placed by or an behalf of the contractor.state that all 1" qualified applicants wail rtes,.c consideration for eroploytnas V.Statement.and Payrolls� 11.7 without reped to raga:color,Million.was.lir saaond mizin. VL Record of Materials.%PPHL-and Labor MA a The contractor wall sand to rarh labor union or er VR Subletting or Ajoiptinl;the Contract repe c6l,o 11.E of rorken rata whiea he iia•a eul4etivm ba.laumne acrevealmea[of VIM Safety: .\."tent Prevention MA other evatims or under-tandina a notice to be provided by the IX Fal+Statvmeate Cancemirt;W1i4b k.Proietts `tate biphway deparnueat sdsssinz the.ad labor uman lir work. X Implementation of Gena Air .tet am Federal Water -r«pee.entative of the contractors commrmenn seder thus.co- Pollution,Coastal Acttion 114 and Atoll tart copies of the settee ut rtes patuous piece ISP available to employees and applicants for employment I.APPLICATION ad,The complaeeo,Will comply with all movi«oro of Ezecutivir Order M46 of September 2%M.sad of the rules,translations 1.Thew contract,provisions hall apps!r to all work perforated 141 CFR.Part 601 and relevant orders of the Secretary of Wer. as the contract hr the contmemr with ler•awn ornmaaden am . The contractor will furaith all information and reports re• with:he non at of warhmn I an hunt em tract b picerwork.ntnl& mired by Estimates,Order IM of September 24.I965.sad by sacro and :n u! w. b soda_ on tar empltaet Ip pietewerit Ales.reatlamns sad orders of the SarttotT of Labat or uo wataa war's lir!�r-c'xomrar_ p +stat sbsr'to.and wall permit seers to his boon«earls and s The root:3ctor-hall in•w.is rata of bi.wbtamtraazu-all accounts L+tie Federal Hidaway Admanirratrpa and the Seem of the rrrnwcet! :a thele Reepured Contract Pm". :torre(Labor tar"rpowes..t aove.tiutron to acesrsln comphuace .ions and 46a a cialve r.a A"as lata V ocm aazxwra to include with iota ruL+.recutatiaas and anion. $tem Re;Ja.^.-: antras,: P:mr•.am an lar :ower per maeom „acts which:ley mar-ruder into.mC•aer with a eianse renuir• f.fa the avert of due rantraaodr noncompliance with the este : :rtee it>=2c+aa ai:aero pnsr.inn.a lav iunher.uaeostracs "`^sa'eWea rlau.n ai:hi.eontrace lir with ant of then and that may :a :ora lir envie. The Reuuired Contract Ptosimems 'ales•mauLuiaa-or amen.this romans teas be••sotefed.:ev:nv shall iA as mWance ireionrporlN he tdeterco rated or ausprrvied in wail lir in part and tae coatractar:Jai be declared iaetipbie far further goes.umenc coatraas or FedaaUy 1 A breark of any of the•al■alattons contained in thew assi+ted ecounumon rontracte an emorilaaee with proeedn[n Rt:::ir•d t;: -act Pp•nvaat lav be around. ixinaaea autharird in Fxr•juve Order 19241 of?epter aer:M M.sad of the toLt:aeL well other avrtwns maw :r tptpeed and remedtn an act as vL A beearh of the following claa.es mss also be-.rasads for provided in Eaecua.r Opfer 112:6 of September:3.IVA%or by debarment as pmnded is 29 CFR Will: tela reptlation lir order of the Secretary of Labor.or a other. rise provided by iaw. 'miss L psrasapa:: i The contractor will indade the proeirions of this5re5nn t1-2 Seetlon l..arz=paracaphs 1.a. S and Si is ever'vubcontraet lir Pemba a order uskra evemptM bs rola% Section V.para=rapin t.x 5n, std ad repulatlaaa or orders of elle SeeMan of Labor iswrrd pur.arant as II. EQUAL OPPORTUNITY section 2"of Esecuuw Order TIZ16 of September 2i.1965.an rase-urh proviwioss will be him bac upon each wbramractor or L Selection of Labor: vendor. The contractor will take such action with napert to any subcontract or purrhatir onfrr as the State hizhway department or Duna the xtrorounce of this contract the contractor shall the Federal Hi:hwar AJnimwution mal direct a.a means of m- eet dixriminate aeatne labor from any other State pmwc-. Mie or faeeina such prove-ions arludine maatoas for noncompliance: territory of the Cnaed Stater Prorated,Asieter.that in elle.seat a contractor beromes involved 2,Employment Practices: tar or is threatened with lineation with a vubrontmrtor or vendor as a result of weh d'uecuaa he the Federal Fliebway A.Imisixrr During the iarlorMUCT of tai-contract, the contraaat affect tante,the consrlror mar rotund the United iuv to enter into m follows: watt lititation to pmrrrt the interewtk of the Lrnitnl Shama. a The eentraetor ,It not ii.rimmate stained ams emplo.ee er 1 Selection of Sulacoatraetora.Procurement of Srueriala6 applicant for empinsarne teras+of fart.reLrt.e•liaaon.tea.or and Leasing of Equipment: • national origin. Tae•antmet wet-_6 arfir-ame action to en, auto that anhezmty are empkweh,and that emple.ers are tressed ;Ning the preftewszo-wf chit Mntract. rhe rnntrxtor.far uunna empi..w rt ..what.•::.i :a:F:r .-are razor.reiissan. •ws lf. a awe.-.dad.ars-..nr..e interne thereieafter,referred as wof aadienil nnzm. 4—h action-nallr�crbrde.but not be ben. to ss the-Sontrainw 1 1,=_a.iadlowa: ited to ileo rmpimvao"L..pz:ot.ac.nemerma lir:ram. L r.empliace With Rea riauaae:The rnalfwmr,.hall comply ler:eertotn•.vt Or—•patmert adse:tn.nc:dated.ar:eeeieatlen: with the Reealapmty+iat:ve:s mead ocrimnnitian too federally eptst of sae..r ab.r enrmv at campea.tpon: oma+leeriea for %--led pro¢raaes•d Lv"Wrtmroc of Tmnyovntmn. Bele 39. i :Meir:.:&::a.i:ne of•e•rndaee-hail.. :ire.4musetor as-Sets to pmt Coda of Fewdeti Readanw..Parc M.too they any be amended roan rat.:.ra.s.C.1 eir'—are aeras+. FR-4 001.23 l • I—rima m:, •i•--a:elf:r-r-in•+i r.,o-th••R-..irweal- _pecA fx*huts at am n(F.,a..rad:h•rea[a,tmt:'as:hr:.,11 ..huh a r 1,.. w.nrarpmalrn o.n r-+em oral-ate a i•at:o[ e:u1;+r•mt.a..:+:i•.n.a•.;••......[:nr•-r. •[,.. mn eurW Yt.- ..a.ir h•-rgnuoi.•n.rr K-.urea i.uirwn ue z -e::� fie -. h ywmG..rnn.aaima:Thr'rwuarp,q.,th--am 1.rhe wr: az a tim a L."6 ai tit,-cnaacaaen u s a.a:atmnaaiain<,"E,r s era.e..d 4. Jxwc the -11 ma on Jicawwre flppnrtn.oti dsu.r in 11.1.cae[rart. A.­j.a:+,. pln•a•:v�.n. .� tlm�i,nnl.of,+a ,n(m.w n nas,rui anon in 1!e+isat:aa :h•ivn'aej mrd tar,i.nr:arcam am.auac ry,nn..,.a i . asl.nrnn.n ni w ra.leea..m imby'r-'ev.rstts of nu• u'-fr.Yp orksm(.a- ad.11rruuran:,gnuwnrr ear...:::esti Lerida aul Ira-.•aJ rrrp.lpurnt. Th.•munr:ar Jell w[paw :1.•a-lacks 1we1tK agora ad alhrf gwfl>r K dre..nc aFP..pKt- t d..w.mL.n[i.T tow J..uuxu.u.w et pawritrd in-at•-J..Lne Iosn:u.,rrrsauwn of-a ..tY.'rs 1 arcs tyre-1- inny,•nuaien-asd hou­c far,tiun pru.,dw for hi ch by.erum.21-i--i rhe 4radatawn.:arf.riaru ra,plwynMt pryurr. .rc,11931yd by erp:a n•turcu.r ur a:r:n tY•a..::r_s:ed an .ha ib.•mr.aya.mm a puaaaam+t fetch to AlTemba ti of ebe pati.of rare.v:e-d..'Ivr.or ni::abr.. thr Iteculaa- local m4am,K tb-..- lir open that Ieuept riwve he has r.Snafeitmi.s. Inc 1,,rlroatuc1. Inrlmlisc Proearrmrsts al oht.;-d Lhnual erruwwwo.Irom prnpr.rd wbrom wt and _ htmerial.and tgnitnarm;Ia Al.nlirivawn-either,by wmperi- tsar.ria(-PPiiers for.pail(.I....Prridsl.tae..It obtain wen• av b.Idj,or-_:e auwe mad-h.11or rwntexmr for.rh to he tical cornification Irani propa..d anhcomrarmn or ratmai pip- W-1-Lr. .uhonl..iaclwiia:Pro.r-..0 e(ma• pii-prior to the award of,ubcontracts or the caawOl a( IeriJ.or Ira el rgdpwnr.-it potential-Adria racmr or material pply atm Int w-4ne ilO.M .'.*_-A :.aa mptdir 4.11 1.nauiw•1 b. 6--of th,caamacfee'. rarspt frees die prwvi-i-of the Eglu wl 00"nu",cl a .and obligation,.,,eb+'w..unlraer amt for Xl palxmae rdauve to 1bu he will retain sawk cernnpdonts.a hu rites aeedj+crinaawu.m w thr fiwad-of racy,nor.res or nadowal micro IV.PAYMENT OF PREDETERMINED MINIMUM WAGES d Infei.nala.a-I Nr7mm:17.•rooaraemr AA protide all 1.General fn(rauhw aa.l.-1-t."W-1 b.for Rewlarmn-.or direr. w.nl wnwam rhrree..-"4-1'-o t xee•.m n-bw:a- ALL-home.was lahomrl-played or-Li.;neon ac aaeenh_t..eeI-ww.e-.er Wow usiam and M faerhtin .;w al dr..ark.(u hr paid neremWtuansur aw net:aa wit- ae mar Ir J___i by d.r suw laghwy department w Ihr than owe,a week.ud.ilia,,:wb-vouent dedxaun or:,bate an Fedrml IIiJ.u. ..had-raliwa m f:- prrlisrna to a..u.n arrount bracts weh:aired drueuosa as are perm:neC b. meoplion-.nl....ri 1(r.laim..a w.r•va.r abere any iekr• reerdaamna rwd M the Sr.nuy of Labor ewt.r aw tap:lan3 a.ation r4p.i.v-1-1 a_.anal i".u.mala+.c J• wa of in a^-?CEL Para 311.th-tail amounts door x am of payment armthn.be Can.m A.-to I.-h da-.Joemapas the coot, .wmooud x.as.flan-1 Iw ihsn throe nru.p-e:n tee.s. trY'iwr.hall..-alto:w th.•masa h.y.si dn-t eat.or tee 4,Timsuiw denaian of alis r:etarF of tabor*hicb:a acachd Fmkral Iliz!.- .A-1-m-uatan a.--;x«paa,and-ball res !.nine lad made a pa.a brrai.Irpadiev ori asp cumnee.:ai forth.hot'Irani it bac said.to efru.s In.Womarian. :arionAm•hid.ma.V alercnf to-.ae bet.-orae r.Sawa-in.\mlramt+tam-:1,dr neat of the Icon o tu. and aleh taheren ami mmol w.:and the.ace.xrrm:rzuen mmamplw..r.. it:hc eewi:...m.mlmu rr...uierts ni Si.con- .(ninon!hail be'-.1!n:iw Matflrmr at ter.0 of'he.ark •-..r•:h... r Iny.s..ki•a.uer...mud telae.ueb.antrxe n a preaft-1 plan.a.r.u:sa Ir-,(r.era uv • tin- ,For:be parte..d ti. -tau+..min no-,node nr .riicth.. ...aha Fnl.-al it::i.r.. %J.LL.-tmtion mar row' aele.-'4914 1-1..i.7 ori till u:gwuaron A-on • miw m i.•arp••aptr•,ee.mann.,wt ant limited to: ,..halt.1 Iahorm ar.errlun.-am rw.dertd-a;e:taut m.- III..lrhahl.r-..( und,Li. IaLmrr er mrhasu.,wLirt i r las rat%e::on it'. .,art unai dr.-suanm.em..be•.lad%w tm ear ph A.f.nML Al.h.r ihr 1.urpo•t ni:br-c:n-.:anaar a_t rameal.aaem,enatio.m -...e.am of til.satrarr. r trilmuau made K-t.mwirm or mare:ata.a .eva:r is whatr.r in Purr. period nolle:puns.fad-.w pma"M bee easrm;the lar- f.rm..rw. -i 1•:nvwoa••Ta,--.w-r.hall inefad.thr uealar reridy prowl.ar-dr d:w'x ronrrrocuvdy moue ar juga....•.+:in. '.a:tr.•ea ca.•raa..k.r-ata:KAl r.w.:Safu.: ax..ntYy mriwuna pro rmm..n-n(matnul.aml Ina+.ae npr.Vmra4 uric.-earapr by the H.�.t.a.ah sr diae'Qnn f....r.l a.r.taat ilrrm. The wo• =Claseidotion: tractor Juf1 cal---h a: ..J..r-r.'a to asy wlramr Ur ar s Tar =tare hich- &mrmrnt mnrraruc aficer chat: pr.rM.n.ram ..'he icur hich- "k:,anwat K die Federal -mire tial-F cla•-of uw.rn ar-k-mr,mrfu.n;:apprc Iliah.a..adnam.i.almn-Ji-r a maul.I es(ardc-sae I.-and traane...hich i.not ti-led.n:tee-aa�lcminatian Ie wen.it.iwb..atar m-wmopuaarr:Prowled.bee.- a.d.tach r m IM rm14m4 ander In.cantor Jail h,diaeaiea ler,tbm..a.hr•+-.i1 a matrarnr baygm..fateltrd in.or b or mtamirwd eosratmal.{to:hr.ace ddtcrmlr_tanr..amt s r_- dirmcani..ala lihsal-with a-xbra.trxmr or wpplree as a part of :he ae:ion tabu .talo M.run by r-'. S:a:r hiai:way reialt of..1.dir.rtiam.1h-rewe-ar may -to"e the State de.uusenl ee.wntaiac osier ro'hr SrnrarF of Lobar. biph..v •b't•••en.x.i m antra .me -I. utLvliw m protse[ b.In the evert thr iswnn panic•.nowt aFn o.:hc Ih.intra A dr Smte.amL is a•uhua r.the-nae.,nazy barpeeand eltad(a:atmn or rrelsarv:tinn a[a 7srtzalsr rlaa at!s- rr'9nr`a dr 1-1 rialto to Mv. .mn _hlLdptios es d-h-L,.imludiae apple lint and 1—0,be Iw panics if.r mir.ey of eh-Cat.d I.- wad,the q-tian arc.mpame.l bF for reeommre.iahen n: fie 111.NONSEGREGATED FACILITES State high...d.partm-nr Mnlraninc osier.hail w:-fer::d m the Seercbr.rK flu!dncIaauon. IAtgd:'ahh•m F-Wal.a:l—rat aaa-.arta and Mmvi glbtgnlr..a-..n..i..c iIOM-Lich xr nal.aeerm Gam the L Payment of Fringe Beamnts: Falnd fli•1-xaumn.L--I a The Star.hid:... •bvnmees romrecring es•rr:nsil ltv.ulna .a ab.-1.-L thr ea.•ruema at'hi-rnntraee sr wo- .retain-rh--abr - nae-raar .oppir z=-1. r-x:for a ria-a(Lai-, r.-han.n ndo•b.s fn:x nen[ as aro•^r.ar u.�1.•FIt'.-knl ant...onto-+ms rwery:rc win . .am wtm.w..an h•!wA..a_:carr and[e-mnarrr.:r rpnlfl:tn.,..r...,-+..d-pq•1.r.•. arr•an:an.•^L-tier'-h.r he :n to: r a raJ.^ryrta ni.:via tear F..r:.as docs nit tiv... ,:••••Jr Far h.._Pb-am+arrair•1 ia• mwriv ro.fi..pu.strn[shreei o.1,.rva4i.-nn!, fn u....rnr .14ir.at,..•info--+.uJ.J.m-at.-.reel:hu N'"lora wr p.r:.n =acrr..an1 pva.n.:amts m a-h-eln•asi•nt of sr .. bi.nmJ....-r. .,t.nn:1-.r-r•a r-at an ara.en,taut".' ii --Dave:.th'q. .rn,a. mp .i by:.. r...},ata•.rt control.h.•.• _•­-­11i-rd:nn as,m uim3 He rerudn .1 If-Mn If- u-sts aiG-.-halloani- s refrrd:w:.be naareury of .. slather:bar h..,It wt,...ranee ar p-de,for h..rmployre.aa. Labor far detc mirutien. FR-5 0 124 _per.,.,.•:...:,..,...,7Y,. I—I0-77 h L'eye ramtmew Mn nm sir mmon.U m a em.trr r m aura Vaitr..•as M.;but de■pphmad.prdetrrmrnd ear gyre dnd:..met,be ca.-•ao.sk:a.car:at:lr.-an.of an! !sr th.wk Me 4f 4 until m aaeptadr pn•srm r.aparmd , Womr r—h-4:M i.•wm W aa.cw:emnuael!amu' <.The rilimW el spp­dc,'%train.,mal Mm1mov- 5.1". otd in pnw.u.ne h.o.ns ond.r a PW r pmarem ai a qPr , ye W amore-m rah the-pW-Oovm-m sppenadep aped,GW s:he ran_-..a-tma Aen+as s[the Seam• rgw,,o~at Faremm.s Oder 11:76.a aredeeL ad•9 Wq.1 Lala which x•Pan at ekes.-tract:Pnrtid.d Masan. CFR Pam n - de Srre:an at l.a6er ha.ioseti e:es ek-rertxa re+ra•t d rhes rnr_-a••:sr,:ave dee a:Pkeaar-tamaana aE dye Ds•i�3snr 4 A"weadces ad 74daen(Pmas m of Deportment Act baa•Ives.ort. To=•cedar.ui Laker my ngmm tee of Thompertatim): - eaetruwr m a,awk in a 1.11 r serum verb tar the sea- Appemdm and train,,,w iWma oris vprreliee,hip and Tot of m0pd-•aodr the pks r pnkF ,kill Qoidet pmoras.Work has brm maW by the Srmtor. L Pasta of Sias-flans: a Truopenoti-as proem.-apd ropl-p-t gwnumq W 9fhH.t1R race mea dm.w err tM-doves ran mtplud moardow rid Fdral-oA loth...crwrreW.,movies me ma wlbjmt to eli,rmwrrnrm of S,ri"IV.parapaph S ahra by the-cram to b,pad descant w hk thn is t1r a=;p The amiaht tram b-&-ace rum For apprmticn ad maioea 9tien that liar ram br ehtarl•A at Am r Ne isveaae W mdr wtm;Aran•`rill br wbli4md by the panitmlu pro• . the emtran p-ddl be aila-d or-!bwimd-aeeoemt of th.ra/wrm sf race rasa m err.,,of abwo Nati hetero T.Oerdma Retiree-at L APPr-tires and Tralnem M.Crams of Delmrtmoat Ve motrrmr or nbcamrmr matron for my perm of rhe: of Labor): mattraet.cork rhirh ma.require at iaadr.the ampkps-t d a iap+an.-.r.H be Prwund:m.erk a ZW dao dp tab.-%n duan%ramrhesn or atard+r:rfohnt approve. ptednnm.mm tae for the rmk ten-6.-d.hes the sr ad amacn 4e nerd u psratrapr 5 sad 6 ahe.el,Trail-Piro mpl d ad ia&-W Ay rraion•c in a bows Ede apm-mm or molt amp labor.-a�-edmus or porn is my.rb :hip p"Voo ra+eerd de's it. C3 ftma em of Labw.• try L..Teich he is eopFo.ed-ooh,ark m tory in ernas of Naeparn \dmdwra mo.Barrie at ipPtewom hip and Trais At boomma my alrWw da rim ergo d!rm hson W-Ah iat.mr-wh a Q1ar ApM.-r.e+dp.Io-r.m- to eh. .0iwei-Ism rel&lahalor,medmiG ratdmom or end res. Names r r a rr+o i•rmpkw u-sn im 90 Aar+of;leap ceims esmpewtim u a rm not lases thaw err and oft4 if lime, Henan-'ml•i•'!'m•m a.an a+ar-nee.-.e-och an asp-ma,aiom hm hem rate.1 may!sr all hors rrW in.tee.,of ache haus popes,eon 1.am indi+i.h a`u.t@1r:ea m the prr�er.bm in am eakmdar min or In tams of harp Imes W fms wri w k. eke h..bre rn MA a.r the Sw•-d Amrr.miee•era ad m eha care ser!W. Tmimnt or s?tam A;w Ut. ip\erne:,•rhrre mptmparuer m W d,a: for M rda::anan• mo .mme W W appremm L T'mlatha: Ilabllltp !err mPfid rate: Vitoidald The 0-:-r.u-PI am.mice.m:mrrrmm m-craia dmf: riawivana,.hail,m; :-r:r•:"-:r:cam,ran-a m m la the•rem of me-Wt don of rhe dawe-t fmd n vara• raatr:J:nr a.1n�•.mar,w.xi:ser•vier the:e*�acre• Cape 7.the noaacs ad am.amen §w rc poauhk:herr ir+s. \a•ratio...rmd.a a x,rd n as ap;-mmm.rota •rare•kaH he Viable m xry ai.wi,WkV-!err 1­mud- roe woe i.ant a a--as a imm:w 9 allt 12w-'_I ar•r In addimaa+rets a mrarsr and+erammermr..hall,UAk m ane �.n.•.•i x wr+:r--:•:nn ere••ud shwa.hall oe -.w L'mtd Aum tri Me a of.mc dor ad--arm for pod tin•-an 7.Aerraa,al.r:a."rrmn tf Lab.iar mr the Morin of Oiled.r s nmmm mere 11i.1tiet or m•sch ,•,+firms m.ark v,avec.-, *..nasi. Tr eamramr or Wrimnl.for Upolat,d dvtaar Tuan Kq..Lv rd damam-had rbramra.•;r.dl 1,rntm em r!ams-h to de here bidlxap 6e eampos.rah mg• . to ram iaser3ml Iahmn:merhamir. rarer+..r.a rur.wu..a.•e:h-Ta How diaithm of the raemraw or arord-ploy)W wolves of th.elver•,.n Ford m :t•+ n•tae r •t:a..•at�tcm .a Psrs-- h :n:r..s of-10 xr.xn rakah:.:s..w.furs of h..:moaw aa1 aP+r.:u1:..•a•air aP tr ap,Proatum resew wm empky--..,.quad r Pr tmd m-ok is ears of asi us •n.,.r.!.a r-ee-wati d ere;aorft s waha hoes rin cares,of the-.a.mml rrkreei of foto haun Mule utr. fr eh.ata d rw.•m.:im Ptia•m west an ,mood Pa.swt of eve-t4-reran tenolr-i by the dame n appraare.- dr nntrar: rw$ Tke race rim sad :p. ytle W pra9rapk T. metier.-katl b.rt:r•a lbaa dr a.F.Pnw pmrreum of:h• jauw..•1u%nm wmaiad a rhe apali.-d4-.ace dermalmi- L WkithoHWifr mpaid wax": IL Trorr%ever,a.Mn.wd••i ia v tilt SIF,rdt not b, The Stsm hides.•ipanmwaermrrmmi.6mr may ri& Ir Me 4:o_L a 1.-. bm rhe md.mmiod tae fl.the hold or aw m b.rithh.bl from for asotrrmr v-k al the r A;re.*-.1 o.r-eh-.sr.a4ow4 mrwadt m amt-"- atamaed pppomma or admen x cup b,nridcM wwe or.m .idudly t s..,,.d u a p.Voo Wnmh esa. i+d Pow as pap lahsrem, meconin erar"m smrrot . and m-1 pm.A n..e-w,+l M le.•a•1 ':a,amm.it ehr CS.D-rrx :rs -whom or clads mplxd by dw ro trrmr or mr wb,- mf Lahr. Vane.-n Admiim:ara:ae Hat•w d App...-6.p trams,- N.-ark L.fill aaomrc of.ern rgmrwi by d, cad Tra.m.m: Th-rain o<mL,-..a errls.ames 4.H am h- amore 1.dm nem of fia.l.to pa1 m7 lafarr,nrrkmte a.r-tion p"-n,4%MA tba•rem-xi-,rd by dx Do tiadaimt aplamr-.ad toss 1"am-or pm.mpie,d al APper•.m..h1p ad Traiema F.•.n mum m"br,Paid a or radia-the rhe d the rod.aLL r pet at the rote sw h.-:yon els nx.r,&..n eh,MR.G d mom For hi• reel al M•C.^- \n.rmparw Gwd m rhe Pop"a a mi- �d�the dmaak dw mat,lumdq depoeoorer tl. och ear.-b.+rt-.-et.i ad Wnm P emr is a V2-ft pies mom me der imam osier m t6,,coeur.rake wrS s^.Pew.a a-Hwrae el\p1•.,ner.•iuP ad Traimm.hall he ester an au.M or Z m,vies.s6-im w•p...I of -Fotrhr paid m.4P.maw-.a_-:r cn-a..rm 1 kr zh.Srm w,d hu��ada'�r aturwnw-i[nod.cool rash eidad-• Ltb..r!P-:hr;1a 16a:.on afa.ari h-r:uail.1►Foran. Tb. .watra:.•wr ..s i-+-,md s(ue-.b:b.:P� IL t6mMml&si fr 5quidaud dawaes: a::9-r aar.ra wr ­­1­.i.1•Ta Hor D..- The int armr,w.i.y.1-t,-era ling o&.r+••a.,reit of de U.S.pr;.e..n m.f 1.i.v.nt."ned.:tc..d-he•red• hold r rpa.r:w v-mWU hone sr meson.prig.em meant ,ores m 16.1...a-+e.,mr rY+:umn..i.b tram...,sm ek, .f-i P.1f 4 k,d...rrrn.r w..6-.-M.-A wn -� •m.n. m 4.1 . . .�,•i..l•n p-suw Iw ehr,-o­ones aA-irran..• .Mnrwl Lr rrr•+xe....qtr.(. •.t-\1,••.aaP.'a.r vest Tn.no:oi-.dmrar. ppr" mr Lab& 4+errrwmrrartm'r rlremulr For lrgmnfu d N a.r+.-...._....:•e,.1+,•ester­iw I—=b.pme am Tamar+>A:rsatkv en the d_et fedi a pamtaaph a 00125 p+• t - r pw:,s.r-.r: Fib .enira:--er.....aafaamr.•L:- a fu-.•h;he- 1w..rt. ae.to., .sine..az a. ::.-t.-.aa a_rm.... ......nm...•. •:�!r W.-Haru Drcv.eo Tx:rne blah..,.b:­mrnt ramru n..n&-mal•rdr ,d I in. .erne r.rd-ccs 4•hr-Ii. held ar ru-:.i, •yam..._ti ; f" r. fm _ of •h-+z-am...I rh.a_' w t6. mn. ahias mem .f si P"(- Lr:L. m wi.-a.mr...k.rm. .+ ..r...�+.i..l•a In ehr-, a .ulmm..un.-:, .Inr..s.!.1, mri.y m!fw• f•.lt-•..-nhn•.ir.r.incl T.,�n:ni-.Ihaaw r.-+,mini me Laiiit.-..i.. .nn:r rev,err wlrnanmmr far .........u.r-m.x:e:.m e.teneet Y I.avnktd Q4)125 �'-'�"i •.imar'S a+vm.aicti nn:he,line.•.et tnnrt:n;uraeapb i .a.-t(-r7 sews,P.:t: : FR-6 V.STATEMENTS AND PAYROLLS the rnauactor ,..if.•aa.a .n,,coma..eh•ha.that if..coin• ..1—ee'.A. .r-h-rent.n rdurcemfe.ma:;a-X..or 1.Camplianee with Copeland Frculam..(L` CFR Part :nram e.minor.H.re.pun-Li-,amt:hat the pian u:[:,ram 3)a ha.been,•rmmas.oed:a.,.vox to she uwr-••a:r,,wain::. Th.sae"-4-11-ply wth tbo 1<pelaed 9rvalaliew .dr_.ed.and record..nich rim. the eo-u anfr.;asev ar ibe -+ 129 CFR.M. 1.w she$eer4arr d Labs-ludo are harem ac,.A costa socurrial is praiwiag such benema inmrpormnl by rA -W. e.The palrel6-hJl coetain the fauawiea iafa.•m.ema: S Weekly.tats,m.nt: Ill The.mpkyrrs fol;nage.adurw aaI-.:,si-acvn:r Faeh nmua,.w ar re6 wranw-owl 1-se-h each-eh a o-emhrr. -The enrolosW-(.11 name .teleaKat m fk- �cas, h..dra/ Jn..awea -4.t-parer ere}se{t aprrar as tee Arse pasrall en,loch ir:s e:fa�'Peru, with ry`-o-dr saw pad.xh d.1.-.plus-a lir-huhr: The-atpla)-%•adorer s-d only be.horn on the nn[.abmdtd appwebr..awl:-w-described m'4,,—M.pxaacph.S payed m which the empie.ei.acme pp.,%udeu a ehica,of cad 6.-1 rw.laa•a sail goad.)-aaa.t M work caror.d bl audrrw rieci-tatw a subeuaal to r,dm the new addrossl whin rpP.lad Ifra.Lstian.die m;the Iseryu••c weal]payroll r'_I The sopisime-d :4,cmioa P.6.L Thr--cm hall be rawww.l by.hw,eameaemr or 131 Earetn indicating the raplaye4 baric hourly wage subssntaraw w in.a audnr.a.l e& w-Play-of chic cos- aaa ofd.where app(--bk,she o.rrtieK hour) clinch:or.d-.mfrs.far.he wpm...+taw Palestine of..aan. y.axe rata T-*.< Cauarxmn..1 w.l.wrx.n aunt ur-ehr mukatwa ret forth .7.11.haul uu1Km..sr-Wip fh.amaume at employee win oa us D,lu.'.wm.l LA-ler.ail 33n,sur the sane«refs -P1O'r contributions Ie fnaae panedt foods anion,proa:anu. rrie.apo--=..n mr enrne at Ilplmaal L'S.DP..—of -Vy(once benefit.Pad ro the-of.,-as--h sad he'.di- Labor Fra 1%If u:,or as avy Imm-.tin 4irntinl.aadmp. :axed. There Is no p,-.bed or fn..d u.7 foam for th.•4 the above ielmmauea on p.!rall. 3.Final labor-ummarys til The smplayas JM.sad reek:,bourn world ie each Theran wand such rfbcealrarmr 4WI famisb..pap hie clasuf citiad inriu5ag anoint o.rrrme he.. .eirn amr t gild.ea dr fly s,-0-L a--.a1 all.ropb.aem,indbua. adjuaedl. iae.for[hs,rwnpd.ad 1.roieer.ch.ental hwuo.wound and the 1S)Thin oeeiad dedeKdisaw snide aid ccul anu.m-w-1. The.tau.Wil i~•nhmfaal m the Sure 161 The rust.rages pad. high-T.1--ar rr...kin rens-r..Form P&-i:•g.b.r wlh this,data r•m••a.d ie S.clien til.hsrsat'Am..In ma-A. cL The coaaacror.ell.olon t..ably a copy of off ppyroR.ro nal.vNli.•• t':.-;•rw.wan+of tin p.r.:ra;.i.ar-•..agpiwaul.. :he_`tate highway depmenfmt ee.decx capaeer. Tx cops siaif m cow.-I.Iw r, aieh•ay:. .auaeea solei. -r ucampamd by a+enno-m..nerd b,Lou esu a.r or or, with fad.rr.,wW 6r:M Hi,;h.se Ikauuoeauoa Act of&%i a=•I tameauog chat here p+ynii.are sono:most:or;re.rat a amtah+L dK rage Iota coswa.d tber-a are nit ias taco tiu.sae:• cooed by the Smii=y of Labor and east coo cLm.iiz.acm tet L Fetal certificate. forrh(m each fabom m mer"..'_endo-ritb Co.sell be UI.......rws.w.i'ho nmrx:.•v. a--,hall•uaoie per(r* f I. SubofitLoa of a-eeki,.uament.high u--ani:ed ro chic 4,er Lavas k-urfewm.,.cat.'.,sera..ire.far:raa+mf+• •.,I thea matron by=-c=an +ar zt and roe pax:sad coin to cbr I:.h.ral Ihdfra..lows.-sen.ah fh.roamer far if=..or ai dee_cc my ni Lrmr..'9(;FS.Fart i sinal i rm.w :n .wok ;wtar:ww awry eine cannot a if .era tbr:or I p:were r aa.aLoe;arm.to Ic a .f-•eeceg-ay tae See+tan ui Ca:er n m m Muan..�, .I.Im -I- we- ..a.-.imwe far l:berer.•me• naraza;a 3a.lull .afJr tae-r..roermmt Tse pea: .La.A-•.... ,nit prone eo-Pw.nh.v ebr lwalyrt ro for :nitro,soul{bt re.mrsa:e pK Ice-hmfr.mn follow a:kfm� n of all wbmavacmrs, This ramrxuu rill make me:cores 9airod ander the Labor Aaedx6 dma.y op he coau-sst a.uiaak ,I.nlgtf-:aw.i,•...rA ar an far iagRpaa i!Ltannn•R r,rr�+•yayer•. t L :a . depwut . the Federal fh_..aT',kink st-:uepa: a :aer r P"m.;so saes[aI Labor,aad will P .. web reperaeauu.r m fr.•rn.e. Ims,by•*a•:^dein all]aL.wrsl wishaea..apprentitr,acinees. -mplyea curio:wek:ng hem.so tat jai. .s hwwn wl-,.1--mldayrd h,iw w hr an..aiKmuvactr -The wager of!abm•half be sad ie fecal occur,of:he ps,14-ea-w--1-d..rant 1 ev ugh 1w.-Wye bees pad L•niad Scor.mm,that t4•cnalf:ka.dl be mmi i rai a:u •wax..at r,u.w I..-d as Ife-•-1-6 6 tw dw costrxt pea isd it.payment is madr by -6,ea a!.,cwt btna. incl .Lae eiw .wk p•eLvo-nl in oath •.fah iaLenr. .airs may be cubed crudity by the-.Is*.m uc lent cam• ri Waw..I•w-••f...•...a..aer..riu.rm.1 w tM eswdrauem.-t .•minty GK the fail awanl..oauns•h".•naee ar cotlecuoa rn,rar. (anh.a h1w..wu.e r vauuae I..-.pm.e.;aaa applicable ro pf any lead• [[hero chw i.xe u.-d for 7ay:oenl.cin•.nnuaro: -L }ball cube aft--.,y arraavcvme. fm mem In iK c4_4 3110 1.Pemvro awl uhk shall caro idermman re-_radia!mea arnamveatr. L X.fee of any tai.ball br.Led ar acc-prrd b.:hc cow.. i Ps7rwlt.sed payrotl records: tomo or our of his auem,from may peaoa ass<aalition of a Pn..11.:ml I.-mend..-ulna iIw,ro-11 b.main• ea0<ef -ch.P.)- 1-1.Ions.11w.our•.of ehr wwk m1--j ter a parsed of w No laborer[fall be di ra-1 ter any-is-1.n peri - thrre yon .6-.1- for all IA--mrrhaeit..:ppemuar, lag chair re.pertire duue,,except for reanfraay.minable;ux or uses.n.i.ww a..I--sada rarkena x'Ir:a of du wok. aimape chaeta I.Thr,.....II f..wrd+-hall eenu.n 16-aaaw.wf..I.!daily i:sera mplof,r an the work teemed by this canner Ihall uo-lwr,m1 sacs, ..-..h•wh-s.ei:.....,h...wrreet d-i­ r.p•Izscs:o lata,b...:nl sad:raderkr. and.r .-.m a, -ick and anr_er:esu•roar^ -sr ado ax..+,mr h..-i-T. vont..f d.-., --nl..f m+-cum f tL•gI..f flv Da.e- hl.Teach sr rf.ti-z r-bo re sin a eaea.b •:f If-.1.f..•u.f..M---u.o--4-n1 town....:..L'aur u.a&.cul _.r L.J. %I---rine.,man of L-aer. t!hatan-pi-4.11 ked_..Sound ar'ace se.a pxnniar six' m-.r I- .....a Il.'-vu n It,Ira.f..ad dry IN ri w•aa S;+irLtaiar p-nua d a.. W'.. .r .L`nK . i•..1-:M .m.mm of ace _Ne char.41.11 Ir ua.f, sur c nJ.mven f::rv.:-r_' ma-mJlr..e. w..i m fe.r•.nx!.ant•.mks a pica or V:be eaacxror.or b.. Xerr 1. �s ullbi_lfII f to,DaisBame ActFR-7 , I2� Tanyinvta..las! i I 1,tf IAr(J ran•palin:t,..p_es: °gory NIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIJIM a�. ..dor ler:.....:,.._. - �.:: .af.ySLtJ.dC�p,b=' a• 'a 1-10-7% t.\e Sul drati b--ap:- -d a•a lamer:-r ru,:ranr -a•-leaanm-a romraruna odes,pr M•aniwnul re i-tr- on:hi,.nnna.•t-u I as a-•.r-..-,o,a:hn mJl moa h. U.,vel •.ch a --art -h-a -Hall act b-e.•nv.u.d to emten,o•J all pmMat ear r-au!m t-a.a.t:a.:ks.a wit.-equap- :din.the con-flar al ere.trip -bald.for the fuldllmeae of meat from.aJnidwla. the-as t. iltgnry f r rrrpw•nn w a1.4,.a..am,or other wi•a dnpoil of awn paaam ay.the r..uxl-hall Y;a wnone VI.RECORD OF MATERIALS,SUPPLIES AND LABOR a'w arneopamrd law lot a'!low's°thele if,are'°,Stame-hash ►11 perform the nor►is paruwlarlf ectenarc.J wad emupped 1.Th-;-°.fume.to thy....taw u•pppReshle mall amarxn Ior wch wank,and for err a-+Stance b.tfar.....a for that he err-rt snots".for-er toad....and-."a isarr,.i Taber t3odard,;uaai n_+t far:h in chi.:nnimt-hall amply wlefy%iah fait!-prsnd"t haw the IhrawaY Ra ectrieamr Act of to Tabor pmfprtaed..all work--p-lit by the raqueae I%L as am-i'd. t The rmuartor.hall maamala a arcvrd of the and p-r of At VIU.SAFETY;ACCIDENT PREVENTION -lariat.ad wtgJ:r.fwerha-d Ior am.arorp.Steed it the.roe's fit the performance at that.pattrset,the eontraemr-ban comply . ..it alw of the gluntilie,oI d--pooh aarrub and m"I- -ib.11 applieaM,Fs1-sal.State and twat Lw aea-roitlg solely, listed an Pam PR-a.and is the suss-mews. Cpaa epmleNpn hath a d w.itadow Themntraetor ebalt v..htr At.ofeswrds- of the-or-,.chi--.1 walh-r with the iml tabor unman �Im Jeri-..I raa.u.. atgmnd in&-torn V.para. ,h 1.hareeL Jan be er....aneal. / m day.-quio Ent and Star oar raker aided t. the Sava hush...drrlb xw rw,dpa paster for Thr prosect m acvoaLL m h i awn -ca.Sar'ler x the State v race rb,to Farm PRAT.aamovil r-rh itwruniam attached rb.m. sal the lift llSeri r deterrd^s rnaaaalf d the f y ,Aich will 1+l.ro:mwl fa phi.pic.pe-'awe a""' The gnaw �r life and Sraldl a[emntr.e,an char ick and Iks Hkry Gua lar fl,e Ifvrd sera.-hail fie.reword-e-1.4Y for mad.rae of the pacific and to pmnet prep.rt!is.-music-fah the per Std for vrwwm ower S feet tae a-mw +ural ate;Nae eerier• feneaaee of aha work-.led 6.oke eanvxt. line of the roadway. Ill.a crmdtPm of thn coniran.and 4.11 to rasp.a epndidem of cash wbrortraet enured lea. p,uwant to m.m^trxr. 3.Thr-a.- r,hall Iaeasw iami`uar with:he lis of•pectic, Nva the earuxter am-Y wbastranor.ball mot esquire orf mstmfl-ant-Mia emaaua!im Farm PR-i:prior to the cera- Islmee ar mechude mpinyed is pnlice-re ci dle eartsa a. rtteceemrot.f work eed-r elk,-cettrarf. :fray 3"itioral mtrna6 rh it isrre,emlma a order workiee p.Jinaoo-kith arc us- information required well or vliaiwd-am-la tadtfatn of Form smi-T.h zzard-a or damiame-m ei-h,,J.h or clear.a darn PR-4T.,all.,.ad-%raplarawn. sciosd under caravnctro s alms sum health-utWard,ITide 29. i.wberr wbroarart .am-1..4 the-araemr-hall-.hmft Cole of Federal R-Jawwt Pan 193.formal.Pam ISS$as either a vel-+rot ro.-na,.arc bank b<himself orad ll his radsd I-acme to Nmrr.7romul-clad by ahs L"ndrd Suter auScoamr :. .err hr ma.+Ibmil-nerve report'for himself brad � m W , ^' men-odmace worn Seruoe th 107 of e Car. fp,each o16..ubvasaeter-. tact work Rees wad 33fetr 3taadaads Act a93 Sup 961. VII.SUBLETTING OR ASSIGNING THE CONTRACT IX.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 1.The...teeter-hall.rfpr.,-.:3 hi.-a a-.a-aum tea" le order m a ve hitch gratin and dualdr rom:racaon is csa- tan rnro.."."am..oral I...:elan d0 na.eras ai tar arieinaf tad c....va Pram..r a r%a,err :tor-des ca-A a.:he !t Mi wok approrrd p:ac.bad-preif.-and a hith Sesser -%.a- -.•Wt.tar-ma.:-a.ainra..d by wbrentun:m of nliab.fi:>un ratrauaa.mi arma•ruuon..iur r a.rnainem. she atru tr..i au. pu't!.:it ic.!now:a p-rioraaf mar x ramraetun,wIppii-and-A-err Federml -f kae4-a.projects. dedrreW[rsrs the m.y-rnl:mal rmn:.a pr,p rsiav Imposers ch a.-..emui dot all ler-all..orran.n w rkr protea pa/mm :be..Daus ai work regmea m b,-twformed trr tit etetraWr thrir loremora a+ranfu0e,tlasmuaal.,amt4 hp-lip as poarias -rah hw norm..aaiatws 1Pillfd 1A fimdm di tortrx,or in-pu-count.,ch re.prn to ase!x:.rival m.1-;mr-e a..a...rat Federal I- a.-H.-....ryart-av-haat i.-. ate„m :orb oda To m--.ere. auwmLrvanal^c r.aardt.c he•rnepwe.-of -°titters-nal.y-.t ad paid d,n-,iw hr chs ii-ematec,wr am dtaa are Assamic see..air fedia-z soN,r matt be porus m ,q.i-,a,r,.,,•r meted by him,r.th or.shoal opelamr. each F,Y-.I.ud Sfdawap!.oj.el it ore or muse yin char n 4"i!..a by I-C ahall be--..it to be retailed to week u a.at&arallabbe to all perroaYd poeemel-.ch the Yrojeen cher +g.,r:r. h.cbjv -peead:ad ks.-leim am f swam kip r epaStmrm rat naahranty aryiabb in romraccsF aamaam- qualc.d a.f.:i as the aomea a a.fust. .it ist aemeraj>R m NOTICE TO ALL PERSONNEL ENGAGED ON be lin„ted to mucor m ropauent.ni the oa-A cet. nttx FEDERAL-AID HIGHWAY PROJECTS In sddtum.all.a-T t--r-gmm.rne-farh in para- Title IB.Coiled Sw..1'0,l-.vrmon TOS.rrW x foltws: ;.piat.Sore,be contractor-hall furan!tat a temperer[roper inaratre,or f.-..1.I--i...,t br lairs,who has w vt• -Thmm Most as.&-.sept,a nepluyee d thr United dwrity.-,b..,.:-shorans--.i aM-a.k Ira-ad-rich do, Statim or of any grace o j iritory,or-hetaa.-hnber a pens•, coseraa mpu---rat.-A..6 a.:e.h1=,pl Al wa,tumtan as-eeiatfen,ins ar rw t+•eaSuo.Ymwiesly take-an.Ile wen operation. of-fr."d­'he woks.ami rbl am mens,tl rrpre.enurws or fable.report a.to the.hammer. other d Iii..... ,ul• lathe.oral r.yC.-"ay a.o. quality,quaeur.a cov of thr.aarrial wed or an be.,ed,or chip perp-iss---L a.1.waemnaa-•ley rat a.rhe Sum gaaast.a g,.a0n dd.--1,c-.bran.+ m S-I-rfaesd.or hitch-.b•ra,amrot recalWl ma oifl-r•tmrrmmn it morn m the cq.a.d-I in renarrim.Isla ch,wham,-w,n of alas.,map,. alum:b.t-rtormasce of dc.-a- .pedfieallor•,romrxw.or n.v.of.music-m may bili-, 1 T1,e•.ora.,ammo.aaw,r.h.,h ehe W.t•-r-nr rega,rr-crit car related projrrt'uf"eian'i for appmat to the S-san of sus fpr_h.n parer.ph 1 a.r -I uarfudn most tt the .1 maal. Tae-p.ra .w amI mam.ia.mr..l n.d.ni-n..h:.-:e 1.-rarha--•I ar laatiae•d -Whoa -r kmwiaa.,win aa.[A-leu-,.fl..rumor e by ehe cane„wr anJerehe...nn err:--'4- tvme.fat-•wrt.•r lel- -ith r.a-rt w eh.rsuaeta. a.aaa to-.-:fav la-t--,a-m:-f a f 1,enw r gaaiie.,geara•r..nr....,,.i em -.,it rrinrmnl.r m S-pm " Wit"-t=t •or fomr•I ---i tur-hk i.m x,fnrm.hnf,:.eomvnm ahs ro.ra.c , 1--y. a-.-h .n :nr 5-al P..,aon-.had rah rw,ae�in-a,on ni.e.!.,�wa,w-rlaer,t looser apv.-d .eha!nir.•.r..m.•.n d.-..roe:ala•tr-mesa. lar al-Srrnemay d T,an-c-rs,o-n:o .1:hr r.nrro t-+,11!w..hi-r.a-4--1 er.aL--r• ^!Che..-r km..ad,..uw aa.ri--vat-m.nc nr Wa reprr wive de.!a...-i.d r,nor-tab Ih.,.ntlm-c,4-tea of we=tw incl•. ,pampa a,,e a raii-d fan ale or wtemrof.cml,walC.a lea.rt:;I3 jar.sass - .. ell.g 00127 :.esn,aa.shr•lase ri ramrxt a~•atd.on dse 1;3.�z•snesennl r•patt ast mused(•� ata i,m.:win.of:b a:d R_.4 �aA, G.a of 4�olaraas raeait-n?ixv.ins Act Mw*a1 1eo Ita(916 l39.u1+ii•.as ammJed aa+i ?wseusiaa.teracl. :o:6 Cr.B.15"1 .� wpokmemsd: •'$hall eM an..t as taort at eTevheoa Ttacoar autvrea an"Mot,'ith alt the sha$100regn:rrracns• :Z .tcs aad xcwa'Tz at sze tkaa fi.e/e•s.,w l.nia" Federal W_?o0wwn CowaC A.and a0 rrN!awaN awi X 1MPLEMENTAtION OF CLEAN AIR ACT AND 's"1'i'9s''a hated d1ertt'' shr as'as FEDERAL WATER POLU:rIOPi CONTROL ACL. }.^sr comnnar 4i 3 yamadr nauf. 1APPUCAeL-TO CONTRACTS AND.3U9CONtRAC75 ""U e •ort.sat i1—pt :aAcn xne•.�EPA.i"-6-1o thashe _ WHICH EXCEED 5100.000) - haw a.ya M j(ar s1.contracc-:s.aader wwdaraswn io L i6 ua ­"i_d-aar(anf t rn hr taiU d:o he tWd end.-EPA U4-1 11'wima;Fudides dse yrr(eswrn-ni siw•cans act. etsaer i.nemsn a eas%. ludo r came 6e !-Jrd ta:L_.1_IBS.`t<mak.a l The ttnnacar.aEOua;aipha t d ugh 3 0l ds p ad:aL'h wader the a:N.+a Ail Ael.a•amenJeat. sk.requiremra _ aartnded ks IL4 L a(asua.l d mnsrr.the Ftif`ceal Paltatiaa I:omi.d 4t.••ameded s]I L'-±. ItIT�.:aad saxda- .acs aetma.,nanamans suydwats as-a.mew f asdac uunded Lr Pala 1.t4-51161.Fsae.-,W- wch mgmima w iwea is:mpiemrns+uon shereot t50.t_F.IL.Put 1S}.is aor ia[.. FR-9 N_nasi te.+.vost 6-17 V. -10-7T 6-1.07 ArFUMATIA=ACTION R::TUIR.eM.:.Ts -EQUAL EYPtcymm—OPPORTUNITY. ' Attention!a directed to Section S-3. •Area Aff�^wtive Action Plsn,' Of these special provis!ans_ NOTICE EACH BIDDER. CONTRACTOR OR SCSCOUTPACTOR (HEREINAFTER THE CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I CR PAR: II, AS APPLICABLE, OF THFSE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO CSE ON:Tits COUSTRUCTION CONTRACT AND ALL OTHER CONS!ACC-ION WORK CSOFEDERAL A::D 40:i-7'ERAL1 IN THE AREA OF THE AREA PSA?SPECIFIED IN SEC:ON 5-3. -AREA APPIR.MA- TIVE ACTIN:?L,L`:,' OF-HESE SPECIAL PROVISIONS.DURING THE PER- FORMXNC-v CF.e!S CONTRA[-OR SUBCONTRACT. Tn CONTRACTOR COM- NITS ON NITS ITSELF TO THE GOALS POR MI::CRITY mmi?CFER UTIL-IATION IN - EI2HER PART I OR PART It, AS APPLICABLE. AND ALL OTEER REWIRE- -I=, TE_MS AND CC:iDITIONS^-F:HESE BID CONDITIONS BY SUBMIT- TING A PIMPE W SIGNED BID. - THE CC.--ACTOR SHALL APPO=-A COMPANT EXECUTIVE TO ASSUME THE RES?N:SIBILITy FOX THE !.MPt!-_-TATIC::Cr THE REQUIP.E.ME•iTS, TERMS A::D CONDITIONS OF TP.-sE s:n WNorto!:s. PA31-I. The provisicros o! this Parc I apply to contractors which are party to collective harga«»aq agreements with labor Organizations which together have agreed to tie Area Conatecction?rcezaa (hezeina!tar the Area Plan) for equal crnrttruv art have jointly made a-ea:cenc to spec.!--a goals of The Area Plan is a trLpartite voiuntary agreement Arora tie trace and roast-Tun-an cr ac_Ls, construction trade unions, an:!geaerai and s¢e^_ia/ty Contractors assoc"z—ons listed in said Section S-1, and repcesenzatives of the.a r.y cormunity, toget::er with M. '-an icreemente thnz have teen and may hezeaftar to deve2oaed Pursuant tRerett, a11' e!which decaaencs are_nrrporated hezeln by reference and att teeina!ter ccalati7:ely re!eaed to ss the Area Plan. The Area Plan. "aetRer With al:'=plaoepc!na a reeeents that:save been and may i rea!ter ttr dtvelaped pat--. fisc.., are.ncor;oCted hereia by_ _e. Any ccr.T_racttr-sena one or care cad..of Constr,.ct!oa eolweT_s must c—ply with tither Part - or?art II o! these Sit Co.dlti.as as to each such trade. A—trac-tar may therefore he in Compliance with Part I !h. Sid Trmditeor tions by its parnicicatio.vitt tabor ganization of regra.acz cts r_pcayees _ tz .crew?Ian as to one ttsce p =ed there is set !ort.h the Area?la•:a apK:!ir_-—itmen.by'both the Co star and%!:c Labor 0raarstatior to a gca2 of a:.writy ut!2lzation for that trade. Coctrar_ors CC—trades whica are riot cared by?a=I (sae Par_ 21, Stct!cp A) coat eemp!y vith the zc�i=ants canzeired In Part Ii i cicdinq goals !or viaority uc!2izac-or.sec !orth is Part It. if a concrac:.or does not pCCply with`e re:izecenta o! these Bid Conditions, it shall be subject to the provisions a!Part LI. PART II: A. COSE.WGE.—The Provisions of this Part II shall.be applicable to those contractors who: 1. Ace not or hereafter r-ase CC be signatories to the Arpa Plan Incorporated by reference In 7art I hereo!7 2. Are stgnawries to the Area?I—bat are¢oc par-ries to col- laet!ve bargaini.-.q-gree "". !R-LO 00129 3. Are signatories to the Area 21an tut are parties to collective bargainiaq acretnencs witch la- ,a- !an bar 3r wcsch are C Collective i _i.- L-LO-TJ 3. Are signatories to the Area ?tan but are parties to collective bargaining acre_r+ertts with labor orasnizatiOrs v ice are not or hereafter cease to be signatories to the Area.Plan; sianatcr es to the area ?Lan and are parties to collective bargaining anx_nenes with 'labor a=gar_=aucos vac t.-.e two have not jointly a—cutGd a specific Camitoenz to coals for minority utiliza- tion and incorporated the com=itr"ent I. the Area Plan; S. Are participating in an affirmative action plan which is no longer acceptable to the Director. OFCCP, including the Area Pian; or 6. Are sigrateries to the Arca Plan but are parties to collective- bazgaining agreements with labor oraanitatiars which together have failed to rake a mood faith effort to catply with. their obligations under the Area ?len mrd, as,&result, ha:•e beer.placed under Part LZ of the Bid Conditions by the Office of Faderal Contract Compliance Programs- B. REQIiL .v --rL-r T '.%TPF%.CTI::: PLl:.-Con..tractors described in paragraphs 1 tarcQqn b above shall be subject to the visions and Leguirenen s of Part ZI of c.e mese 3�Conditions Lheisd lrc t.e 50.13 and timetables for minority utilization, and specific affirmative action steps set forth in Sections B. 1 and 2 of t:-•is ?art -he.contractor's commitment to the coals for minority utilization as required by this Part II constitutes a r^_t=.cnt _•sat iL w._:make every good faith effort to meet such goals. -Minority' is defined as -heludiac Blacks, Spanish Surnamed Americans, Orientals and American Indians, a:3 includes ath minority men and minor- ity omen. 1. GO.L'S At:n-r -AM=S. The goals of minortty utiliratior.required of the contractor are atalicxble to each trade used by the Lc ~actor in the Area Plai. area and which-is azz ctrerwise hotad by the provisions of Part 1. For all such trades the aoolicat'_e teals arta tzmezables shall to as shown Ln Section 3-3. 'arca au ir..aLice :....ins?Lan,' of these special provisions. In the event znaz any work writh is sutloez to these 21.4 Candit-ons is perform_' in a year later than th; latest year for which goals of minority utilization have been established, the goals for the last year Of the Bid Caadlticns vLll be 3'plitab Lq to sten vorx. The goals Of �itcrity CL:ltLlLipn azoye are expressed Ln LGt�a of hours of t=a.4r.imT and empla}=ent as a prr_arttpn cf --e tzt.l number of hours to be worked b the ccrtrscrcr's aggregate work force, which.. includes all superrisart personnel, in ezcz trade an ail orOjer_a (both Federal ant non-Federal) in the Area 22a.•i area ' tie formance of its contract fi.e., the pericd beginning with the first day of work on the Federal or federally assisted censtri-etior contract sed ending-with the Last day of work.) The hours of minority employment and train tg-.,-t be substantially uniform throughout the length of the contract in each trade and minor!-.- ties must be employed evenly an each of a contractor's projects. There fore, the transfer of minority employees or trainees fro=contractor to contractor or from project-ta-protect for the purpose of=acting the contractor's goals shall be a violation of Par-. 11 of these Bid Condi- tions. If the contractor co=ts the nonworking hours Of trainees and appren-- times in meeting the contractor-s goals, such t-_atizees and apprentices mustbe employed by the contractor during the training periodr the cca- tractor must Save made a commitment to':+ploy=.e trainees and appren- tices at the completion of _eir traininc subjer_ to the ivailaeility of employment opportunities: and the trainees xst be trained pursuant to tzalala5 pr=crams arrroved w the cureau of Apprenticeship aad Train- ing for 'Federal P•--poses' or approved as sc??lcmeatiag the Area ?Ian. _ e_-11 ;' 00130 j 1-la-n 2. SPECIFIC AFF::L.1.I1_AC.-:CN S--?S. No concraccoc shall be found to be in nanrnrpL—a�th=aecut ve Order 11236, ss—.dad, solely an account of its failure to meet iia goals, but small be given an _ opportunity to do—st"ce that the cpncractor has instituted all the specific alfi�,3ri'ae scrip.Stan.specified is :.his?art :z and has made every good lastm effort to—4e zhese.ceps vary toward tnC actasn- sent of its goals vstnin the tinctable., all to the purnase of euand- iaq einarity utilization is ars aggreq.-work force in the Ares?!a. area. A ceatractor subject w 2a-^c I which fails to comply with its obligations under the'equal Opp-rcuniol clause of its contract iinelading failure to meet its fair snare phLgncson i!provided in the Araa Planl at aunjeet to tart :: which fails to achleve its CO—icments to the goals for mlaorsty uciLizacion has cue burden of prov:ag that it nos engaged in a ;!:!—.— action pros—di.—at iacreasiaq minority utilization and that such efforts vete at least as exGmive and as speei!ie as t`.e !011owinq: a. She coarrartor should have notified mlaoaey organizations vhen employeanc opportunities were available and should have main- tained records of the argaaitatsoas' resp—. b. The cohtraccor should have maintained a file of the names and add--....of each minority referred to is by.any individual me organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the cont:actar, the reasons therefor. r!...h individual as sent to the union:cirsha hall for referral and not referred back by the _ folia.or i a!erred tot ecoioyed by the contractor. the file should Saw documented chis and the reasons c'.»erelor. e. ^.le bntracwr should save pra-ptly notified the-contracting or administering agency and cue office of Federal Contract compliance ?rograms-nam the -0..or u-.ions with--;.h the ancr_cto:Zas..1- lecpi:Y barn.iasnc daree-aRia aid=c re4ar tp the CRntratsar a minprlty Sent sy -a rcntractor. or when tae contractor nod.Cher inf.a tion. =at the union referral process bas impeded efforts co Q meet=.;cats. 3. Mui—a.--.-should have dis.ariaaced its=,policy within iu erganiracioa by lhtludiaq it in any snip/.vee landbook at poli t naaaal; tq sins t iz r=pany aewspap— and annual reports, and my ad'aerti.ing.nth pOliCi at re3aDRdale i--.Ls i.rola. sun—.at v.O polLty S.Muid be _artier uissemsnated by con- ducting staff-e tqz to—PI.—and discuss cue poliej; by notes g of the polis; and by__view a!tae?.lief wlta aisoriry employee.. e. :he cont-.attar should have disseminated its n_"'O pollef..—t- nally by Lafor—nq and discuvz=q it v =all recruitment sources: by advertisinc z:hews media, r,_ecsf'_aal ,including-inority acus media; and by moiff=q and discussing it with all subcontractors. f. :he contractor should have made both soecilie and rea.onab ly rata.-rear- ten and oral recr--n=e!-or=. Such e`forts should have been directed at minor_ty crganizacions, scacols withsutstan- tial minor ty enrollment, and inority rec_sit-ent and training or ganise?ons within the ccncsactor•s recruitment area. g. T.lecon[raccor should have evidence available for inspection that all test.and ocher seleerion techniq— used to select fpm among candidates for Sire. transfer, procotian, train's.-.g or retention are being used is a manner that does hot violaG the OFC(:?�esci.ng Guidelines is 31 CFR Part 52-1. h. Te contractor where reasonable Skt uld have dC'Klaped on-the- job taisina and participated and assisted is all Depart-eh of labor `_coded amd,opams r a m:c'et trainiae rogrrele- vant to to cane.-actor's employee read.conssstent with irs opliga- tions under _.is pari 1Z. 00131 IMP .� FR-L2 WonAo13� JIMM 1_,a-z7 aThr contractor should h.—made sure chat seniority practices andjob classifications do nor have a discr;s.:atorf effect. j. '['ha contractor sbuld have rade certain that all facilities were not segregated my race. k. The contractorshould have continually xonitored all personnel activities to ensuce that its MO policy was being carried oucinclud- Log the evaluation of minority employees for promotional oppuctcnities on a quarterly basis and the encouragement of such employees to seek those opportunities_ liable conrractor should have solicited bids for subcontracts from .. available minority subcontractors sngaged in the traces covered by these Bid Conditions, includina circulation to xinorzzy contractor associations. NOSE: The Assistant Regional Administrator of the Office of Federal Contract c Compliance Programs and thh compliance agery staff will pro- vide technical assistance an i;seatiora pertainiAt *a=cnari ty reccuft- -Atsources, miharirf C ILty arQanitaCian� and minority.—a media upon zecelpt of a request for assistance frac a contractor. 3. SUBSEQUENT SIMASORY:O SNE AREA?L1f. Contractors that are subject - to the requiremnts of part II at the time of he submission of their bids which. together with labor orcanyzazions with which they nave collective bargaining aareenencs. sumsecaently beta=e sm;natorf to tie area plan, either izdi•rdually or throwers an asseeistiot, w he dee_-ed bound to :heir co = the—ea PLan from that ti=e soil and LL'Less trey once again be-- auoioCt to the recaireeents of tart IL pursaanc to Sec- tics �. NON-OISCP.7-!::AT-O:% in -.o ovent may a contracts_utilize the ggais amaffi_-aati•.•o ar_oc.steps required by =;3 ?art II a sur a tanner as to cause or result is di r•=_m_n against any Peraan on attm unt of race, color. religah, sex or natconal origin. PARS III: C@@L=ICE Alin�7FORC��3T In all cases. z!-.G cn.-LLatce of a r-htzactor will l be detecmi-.ed is .Ccordamce with its obligation under tie rer_s aftheee aid Comditignz.. .herefore. chntraCthra- are governed by t: either Pact of eithe ?art or Part II shall be sunject to she tecuizementa of that-?art rsgar-'.�_ss oC the obligationsof its prix contractor or lower tier svhcontraCtzra. All contractors xr`_o.-mine or to?erforn war[on oro;eezz sLLhjeet to these Bid Conditions hertiv acres to inform t-:eiz subcontracars —write ing of their respective cotigaticas aider he cmz� and requirements of these Bid Conditions. including tae pCOvisiCaa relating to goals of ainority employeent ant =Aiaiag_ - A. CONTRACTORS SUBTC. :O?AX!I. 1_ A contractor covered by Part I of these Bid Conditions shall be in compliance wish =xecst_.a Order 11_246, as acended, the imlementfnq regula tions and its obL;Miozs under Par_ I, provided the contractor together with the labor orgahitatioa or organizations w which it has a celiectfve bargaiaiag agree—At meet the goals for:r_nority utilizazior. to which they coemicred iherselves in -be:.zea?lea,or can det+ons t_—te :Sat every good faith effort has ween made to meet the goal. Its that event. ho fa�aL sanctions or proceed-L.. leading toward sanctions sial)be instituted unless the Offfec pf?eceral Contract Cotaiia-ee P—era=s decerainas that tae contractor .has vco'__et s sgsatantial r_sire-sat in a Area?Lan or ExeCntive Order 11]36, as aeended, _d . izs i !hentitc r tclaziozs, =cludizQ tae £mitre If p i=tr =- rp mai a a geed itz effort to reef its fair share WLLQatipn�f provided W L^.e Area ?len or:.as FR-11 00132' vim„�•' ,, ,� � k I-10-TT engaged in unlawful discrimimatior.. Such violations shall be deered to be noncompliance with he equal OpCortunity clause of the contract, and shall be grounds for imposition o: the sanr_iors and penalties provided for in Executive Crder 1.2:6, as .dt?. 2. The CFCP'shall review Part Z contractors' employ=ent practices during the performance of the contract. Fur_.er, OFCCP shall be solely responsible for any final determination that the Area Plan is no longer an acceptable affix txve action program and the Consequences therm!. The OFCCP shay, -a?— review and notice to the contractor and any affected Labor argaritatica. determine that the Area Plan no longer represents effective affix crave ac—on. Zn chat event it shall be solely respon- sible for any '!nal determination of that question and the Consequences thereof. 3. where OFC? finds that a contractor has failed to cocply with the requirenents of t^.e Area Plan and its obligation under?art i of these Bid Conditions, it anall take such action and/or i.2ose such sanctions. as may be apprtpr!are under the Executive Crder and to regulations: when the OFCC? proceeds with such fo=al act1pn Lt:as tie burden of proving that the contractor has nor net the requirements of these dad Conditions. The failure of the contractor to Cor?Ly with its obligations under the Ectal Opportunity clause scall shift to it the requirement to Come forward>!th QvadenCe to gnaw that it has met the goad faith require- ments of these Bid Conditions by instituting at least the .?.i--ie atft.- ative attic¢ sre?s :fisted an?art Section l :he Contractor must also provide evidartp tf its steps toward the attaartent of its trade's goals _ within the t-etahles set fcrth:a t..e:.sea Plan. :be tendency of such forcal trcceedrr_s shall be ta.%an ==consideration by?eceral agencies !ndete.�;—nq-cat=er sura contractor tan c Iy with the requirements of Execueise Or'er 11256, as a=ecded, and IS therefore a 'resoonsrhle prospective cr..tractcr' within tee-ea=-=g of =as-c prircip les of 9ederal trocurecert law. 3. C.,rT:tAC:C-?S :MSJ=:0 ZART 2a regard- = ?art '2 of these 34 1 Condittcns, i the Cont--actor meets the goals set f2rth t^.erela Cr tar_exnstrats =ac it has cade every;cod faith effort =eet these goals. the ccneraC==saaL' be presumed to he _n coarlia-ce Ex—ave Omer 11246, as ace.^.dad, the inpLeemcinq requ'_atxts a:.tqt s •: =t^par _.-7zc -ear Bid Cacd!tians. .a that eve-.t. :c a—alsanc�z==z cc;.rocecc a _adirg tt`-- sanc=ns Shall be institL'ced unless the=n_aet�mq or adnanaatez"q agency ocher- wise deter=JLnes that the contraCttr is V-olat—q the Equal CCpO.=31t1Cy Clause. where the agancy finds that the Coacactor failed to Comply with the requirements of Zxecsuve C=er 11215, as amended, the implementing regul- ations and t'•e cbligat:o— under Part 12 of these Bid Conditions, t!u: agency shall take such action and mese sucn sanctions, which 'include suspension. te=inatron, ca:esllation, and debasnr. as gay be aapco- pr!ate under the Execacive Order and its requla=ons. When the agency proceeds with such for..a/action i -as the burden of p=vrag that the Contractor has not=at the goals ccntaired in?art 11 of these Bad Con- ditians. -he-7 ntractor's failure to reef its goals shall shift to is Che requireret to ceae foti�and with evidence to shcw that it has met the good fai•% r-.Lzmments of t`.ese Bid Ccadrtions by instituting at least the s=ecif_ nff�=At:ve action steps listed in Part it, Seec'_gn 2. The pendent of such,proceedings shall be taken rnct consideration by - Federal agencies as dete=initg whether such contractor can comply with the requir"s.-ts of Execut!ve Or'_er 112:6, as amended, and is therefore, a "responS h e t'.'.'SteCrVe Contractor' wi.thtn the renn!nq of the basic principles of Federal prccurerent law. 00133 i A 00133 1-loan C. OBLICArIORS APPLZCABL=ro CON•:.tC-ORS.SuaXEC- TO EI:!»R P:.2:Z OR .PARS ZI. It shall be na excur se at the union with which the contractor has a collective harem Ena:.a 4creeeent provadina for excicsave re-acral failed to refer minority aap!oyees. O!scram!nation in referral for eaployrent, - evea 11 pursuant to provisions of-a collective bar7ainiaq agreenent,-is Prohibited by the Rational Labor Relattons Act, as amended, and Title VIZ of the Civil Rights Act of 1964, toe amended. Zt is the policy of the Office of Federal Contract Compliance Proarams that contractors have a responsibility to Provide equal ea?lowenc o?-or�aniry if rhe•!wish to participate in federaL!v involved contracts. :o con extent they have delegated the respansrbility for sore of titir sroloyreat Practices to a labor organization ad, as a result, ora prevented fro=meecL= their obligationspursuant to=semtive Order Li236, as amended, such mnt.-ac- tors cannot be considered to be in conpLance with Exacutive Order 11246, as amended, i% implementing rules and regulations. PARS Iws GENERAL RMUIRE—MMMS I. Contractars are responsible for infP.rain3 their subcontractors in writino regardless of tier, as to tiairve abligaticas under Para Sand II hereof, as a?nlicable. ghenerespec ver a ceneraetor subcon:raev a portion of the work -any trade coveted by _hese Bid Cond tions, it shall inc!cda these-aid Conditions in suo s•ub"'t—c.and earn. sc:bcaa- _actor shall be bound by these Bid Co—t_ons to the full axte:.t as if it were the?rine contractor. =e coacraCOr shall mot. hwevar. be paid accountable for the failuta of its subcontractors to fulfill' their eblr gationa under these]id Conditions. IIwever, tie prise contrecor shall qive notice :m ==Assistant ?er:anal L.i tistraror of the O!"re of Fed- eral Contract trance?turas of the Oeaat_ent of Labor and to -he eaatractimq or ac:mlatertcc ace.: of cry retssal or failure a: ah - subcontractor to fulfill its =scions under chase aid Cotditiars. A subcontractor'. .aa -e tom will to treated in the sate:.araer as such failure by a prise Can..-c.ar. Contractor.herebydg.- to refrain from^-nteriiq into any cont-Tact ar Cant--are_ t tcdJ!4cs--c= suer_ to=xeeucive Order 1'246, as ainerded, with a contraor debar-ed fvm, or uhn is=creaw•ned not to be a •resaoe- sible, bidder for:aver-.cent --.tracts sec tedaraa-ly-assisred=nst_u:ticn mncac-a mursuant to re--^_t:ve Order. 7. The Contractor chat ca..,our zuch sa-.ctia= and raialtias for n. violatioof these Bid Conditions and the qual Caport•=ity clause icclud- imq suspension, ter' -oP apt cancellation of existinq subcontracts and debarment fro.future -coats as stay be i.—" or ordered mursuaat to acecutive Order 112:6, as amended, and itsplamentiiq regulations by ,d-contracting or adniauteriiq sgemc?oral the Office of Federal Cmn- traCt ConpU".e ?==razz. Any coarra=or who 23:15 to Carry our sun: sanctions and pena—es shall alio be deezed to be in noncon?liace-with those Bid Conditions and Cxecutive Order 11246, as amended. 4. Rothing herein is intended to relieve any contractor during the eerm of its rnntracz fro.comliaace with=ret ti:t Order 11296, as mended, and toe=P-ial Oppartuair•clause of its contract wtth resmect to natters not Covered L the Ates Plan or in Part 1I of these Bid Con- ditions. S. :he contractor will lee?and will re^,.+ire his subcon:rartor to ketp retards aid doz=ens '.or rro leans faltwi.aq perfoaarce,ed cis contract to indicate cz pLiance wlt`.tte Order of the Secretary of Labor, the t-tle and data of vbica is shows is said Section 5-1. 'nese _ gR-15 00131 xyd Ry 1-10-7T , records and documents, or copies cbereof, will be male available at reasonable.ti=es:and.places.::_or i.-spoczionbyany au hon=ed reprosenta tive of rite Federal 6averaswnz and will be suomitted upon requesc toget.4ec with any other eoopliance informazion which suet representative may. require. - !or theinformation of.bidtera, a copyy,Of the Area Plan maybe obtaiaed - at the office of-the:District Di.-accor,of Trsnapertation.of the..District In whleb thework is situated._- rvL Yt� _ a _ 0011)5 za-is to lb I in s� aq o $JP"aS�$ �� n gill;.4 �i Li r � $ s „ E t L <nr 00136 s 78 , $ fit ' g iz Eli i}jp _a ss i ;1 , �i ., . • o r- z�.i U ! iFm v � lop ' "► }jIt I !I _ ;�� � I !tea }•_�� til ! � ! � 3}; i il"An -1d 3' : ill =• ` �� F � . 4 � — lz ` y• ,jt Y 2 7 i '�l i b ' i � 7siir• � i � i� a iiia i• � \ f ��! *� ! : � ,'i'� � : � , �' ` • 00137 m rn1 wov � a s d�� ZOCl3� � zU � � W � N Ua.042 I r uU m ar o w U-4..j 2 ~ ,1C+C- OWN W V Gw] ( . p da oj . -Z 4 _ � O z 3:4414 OW xi a cl:3;2 >- (n aza a W u upi o ZV 00 z 2 w t d2 "' a oma 0 Q~ � a w U m m a czi 0a m u v a N uz YW Wq W t = tt9 a 4 0,V 4 20 • 7ir fly w 1tlN �•4 - V S }d- tY � }� ED W uw m .j j CS I.; ,�' a .,,°• �a 3 rc a'^ QZ 4 � aw 0En o j► � ° Wo �ymo r a o U Q m= as �o acz ri U3 i--- a `� r- v -' uj CL wN = 4- ZZN 0-> O a Q i OW W U O a30 r Vf w U Q F w ~ V —G to u_ a �1 Zm tiJ CL ih us to U O NI N SriJ m Y. V r G o Y Y f—•� to 1110 V L4 V G N i� }---mac-• ! i 2 ` Uv OU ts Ale Ail TH 31 I Y �.. 14 ??i �.IEI� aeQ.s e• - s eCi r'..I r¢F-o- : tl m u.; OR -� 3 �-a, .1 LLL ff SSS S i .��f z'y •=; aT�I s7 s s—T-T.dT� � -' Q'i r _ lei its d i3fii3?...,alfl =g 19� i Ns ds a F N i e eco yyu M ZE C� ul w o U ¢1 J 6 �/�N as � c p r Q o � x d m i 3 u 1 et L m off` W 70v Y Y� CN 6F G 3W � WymyZd ra }$: Til Y a r ag oz CwKr N fZm WW patlW1 3G2 2� `03� '�i•. OK4 db mJWV ! 6tV.tY SW d 3WJ • W4d to 7 m 6 m W� W d ...rj myV aW WIF Y ai QmZW �tl O m Q r �am`u+ QaWc oma' Q 20A a Q G m 4 "ice O V � N n a m x a tl W 0040'(J! } 3 mQ J3Z y 7 s par k 1(__ ------ ......... #_ mum IN THE BOARD OF SUPERVISORS OF CONTRA COSTA:COUNTY, STATE OF CALIFORNIA,. In the Hatter of Agreement with ) the State of California for the ) - Waterfront Road Overhead Project,) RESOLUTION NO. 77/.920 Martinez Area. ) Project No. 3481-4215-925-75 ) WHEREAS a State Grade Separation Fund Agreement-providing . .for reimbursement to the County in a sum not to exceed $868,025 for the construction of the Waterfront Road Overhead.Project has-been presented to this Board; and IT IS BY THE BOARD RESOLVED that the Public Works _ Director is AUTHORIZED to execute said Agreement. PASSED by the Board on June 28, 1977- Originator: Public Works Department - Road Design Division cc: Public Works Director CALTRANS -County Auditor-Controller RESOLUTION NO. 77/520. 00141 cc: Public N0-- CALTRANS County Auditor-Controller RESOLUTIOti ND. 771520 00141 27-76/77 5-20-77 WATERFRONT ROAD Oil Priority No. 27, 1976-77 04-CC-0-CR AGREEMENT THIS ACRFENF.NT, is made and entered into this day of , 197 , by and between the STATE. OF CALIFORNIA, DEPATMIMT OF TRANSPORTATION, hereinafter referred to as "State", and the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as "County'. WITNESSETH IMPREAS, pursuant to the provisions of Section 2452 of the Streets and Highways Code, the Public Utilities Commission of the State of California by Decision No. 85991, issued on June 22, 1976, established a Priority List of Grade Separation Projects for the Fiscal Year of 1976-77; and MIEREAS, said Priority List includes a project proposed by County for construction of a project to replace an existing overhead on new alignment to carry Waterfront Road east of Martinez over the tracks of the Southern Pacific Transportation Company, hereinafter referred to as "project", as shown on Exhibit "A' attached hereto; and 0142 Microfilmed with Hoard order -1- 27-76/77 5-20-77 .111EREAS, by Decision No. 85426, dated February 3, 1976, the Public utilities Commission authorized the County to con- struct a crossing at separated grades identified as PUC Crossing No. B-36.9-A whereby waterfront Road will pass over the tracks of the Southern Pacific Transportation Company, hereinafter re- ferred to as "Railroad"; and WHEREAS, on January 28, 1976, County and Railroad entered into an agreement for the construction and maintenance of said project and wherein County has agreed to utilize federal funds as part of its share of financing and Railroad, by federal regu- lations, will not contribute to the cost of the project. Railroad will perform project railroad work at County's expense and will subsequently maintain its own facilities at its own expense; and WHEREAS, County will use Federal Bridge Replacement Funds in the amount of $282,975 as its share of the project cost, which amount is greater than 20% of the total project cost; and t•111M..M, County has herein certified to State that all other matters prerequisite to awarding a construction contract with- in a period of one year after the allocation has been or will be taken care of within that time; and WHEREAS, the State Highway Commission by Resolution No. N-136 has authorized the Director of Transportation to apportion funds from the Grade Separation Fund to local agencies in accordance with the applicable annual priority list as estab- lished by the Public Utilities Commission; and 00143 -2- -2- 27-76/77 5-20-77 1II1F.RFAS, the California Highway Commission, acting by and through the Director of Transportation, on May 18, 1977 allocated the sum of $868,025 which sum represents the amount required to complete funding the estimated cost of said project and is less than 803 of estimated cost of the participating portion of said project, and, which sum will be used to finance State's share of said cost, as provided by Section 190 of the Streets and Highways Code; and h91F.RF.AS, an agreement is to be entered into between the County and State, which agreement is to provide reimbursements to the County in a sum not to exceed $868,025, provided, however, County establishes to the satisfaction of the Department of Trans- portation that all sums expended or to be expended by the County for the project are reasonable and a necessary part of the project; 1101-7 THEREFORE, in consideration of the premises and mutual undertakings of the parties hereto, as hereinafter set forth, State and County agree as follows: 1. County hereby certifies it has sufficient County funds available to finance its share of the project cost. 2. The costs attributable to the participating project are limited to the following: (a) Right of Way: The cost of right of way shall include condemnation attorney fees, appraisal fees, escrow fee, other necessary acquisition costs, the actual payment to property owners for right of way 00144 -3- 27-76/77 5-20-77 obtained, the richt of way agent's time plus travel expense and normal payroll additives, the cost of clearing the right of way including utility relocation assistance benefit payments for the participating parcels as required by law, less the value of excess land obtained in such transactions. (b) Engineering: Preliminary engineering shall include the actual time of engineers and de- signers plus travel expense and normal payroll additives. (c) Construction costs: The amounts actually paid to the contractor and the amounts directly expended for field supervision and inspection, including travel expense, normal payroll additives, labora- tory tests, and work by Railroad forces, shall constitute construction costs. (d) Direct incidental costs: Direct incidental costs shall be limited to cost of advertising for bids. (e) All additives, overhead, or adminstrative costs, other than those mentioned above, are excluded from the determination of the cost of the project. 00145 -q- 00145 -4- 27-76/77 5-20-77 3. County, in cooperation with Railroad, wi`1 undertake said made separation project, which project consists of acqui- sition and clearing of necessary rights of way, preliminary and construction enaineerinq, work by railroad forces, and Western Union forces if any, and construction of said project. 4. AS promptly as possible, and in any event within one year after the makinq of the allocation by the Director of Trans- portation, County shall award a contract for construction of said project pursuant to the laws governing County in the advertising and award of public contruction contracts, and in conformance with plans and specifications prepared by or on behalf of County. 5. Within 60 days after award of contract by County for construction of the project and upon being furnished with a copy of the executed contract and the plans and specifications, and an itemized statement from County showing-expenditures actually and necessarily made by County prior to award of contract for engineer- ina, right of way and utility relocation directly connected with the project, state will reimburse County for a portion of said expenditures by the ratio of State's estimated share of the total project cost to such total.project cost. 6. Thereafter, as the work progresses, upon being furnished with copies of the contractor's progress estimates, or other proof satisfactory to State as to amounts actually paid the contractor and necessarily expended directly for field supervision and inspection, 00143 -s- 27-76/77 5-20-77 State will promptly reimburse County, up to the total amount allocated for the project by the Director of Transportation for a portion of the amount of said payments to the contractor, and the amounts expended by County directly for field supervision and inspection, equal to the product obtained by multiplying said expenditures by the ratio of State's estimated share of the total project cost to such total project cost. 7. Within 60 days after completion of the work and acceptance thereof by County, a detailed statement of the direct cost of the project will be prepared by County and furnished to State whereupon a final accounting will be made based on the , direct cost of the work to the County (using the definitions of cost herein provided in Section 2). State's share of said cost will be equal to the direct cost of the State participating portion of the project, less $282,975. State will at that time pay County the balance, if any, of State's share of said costs, not exceeding the total amount allocated for the project by the nirector of Transportation. if upon the final accounting it develops that State previously paid more than its share of said participating portion of the project cost, computed in said manner, r_ounty will refund to State the difference between State's, share of said participating portion of the project cost, and the amount paid by State. 00147 -6- M 27-76/77 5-20-77 8. That the books, papers, records and accounts of the parties hereto, and the contractors and subcontractors, insofar as they relate to the items of expenses for labor and material, or are in any way connected with the work herein contemplated, shall at all reasonable times be open to inspection and audit by the agents and the authorized representatives of the parties hereto and the records relating thereto shall be retained by the parties and the contractors for a minimum of three years from the date final payment has been made. 9. The total project limits and that portion of the total project which is the participating project for determination of State's share of the cost of the project are shown on Exhibit "A", attached hereto and made a part hereof. 10. Any obligations by State (for payment of moneys) contained herein are subject and contingent upon the County establishing to the satisfaction of the State that all sums expended by the County for the project, for which the County requests partial reimbursement from the State, are reasonable and are a necessary part of the project. Any progress payments made by State pursuant to Sections 5 and 6 hereinbefore are not an admission by State that such expenditures were reasonable and a necessary part of the project, and if state finds in final accounting that such expenditures were not reasonable and a necessary part of the project, County will reimburse State for such advanced funds. 00148 -7- 27-76/77 5-20-77 iti WITNESS WHEREOF, the parties hereto have executed 'this Agreement in duplicate the day and year first above written. APPROVAL RECOMMENDED: STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION I C. E. FORBES 'uty District Director of Chief Engineer Transportation By Chief, Division of Structures and Engineering Services APPROVED AS TO FORM: /mIA, COUN/TW/Y, ;FCONTRA ;A Attoftpy, Department o ansportation By. Attest FORM APPROVED AHN B �UI Univ Ga�ov G} 1 00149 ... ......... •::::r::: :: :: as =NE-1_ - r: ii :lii ► � r T - - } r 11 'iii! ire A. to i i .............. ..:.....:..... �r ..... .....: . ; 'i ie.,.•: Jy JtEii$2� -•{_.:n..ii:•:°' is '}� ` ;f��I i '.. i�iYs,!e;JR' ::c�, ..a •:.:.:::...:.. a •i 1�,=t'y��'' ........ .. F : 1- iV. ic< t t .... �• ::;'r::::... AGI[AinJirf.V••W/n0/d 1 N _ •/ 1 ,� 9TAp.5D 1 . .:.... •,:•: affil 1. ...::.. : t'1••c•' t 3: [i:i]J: ' :..: ::(€::ii:'iii ... - ::� 1. E}»z ... :.:.::::::•n: --�.-::::: ":;:::.."..... :.....::.?E I�a. .•t, Yea i. ... .... , EE_� cf I; ,-:7.7 i 1 t...:........tae ts.+FA+SiijY1'' c::v ':.i.I: .i :• '•'1' {r _:'�i`_ 00.{'GPL1b:-f.. 'r.ra''i.1".j tl(•��:' �;. J .4: ?L.CairilmaY:.�(rr:,_::'^_ J:q!� r' '1 ^ 11 .A. {.�•.:.. iv!}iS.ArY_^e: •.t _•�:-_ - J•i• �:,i 1�i ,i • y L Vv- . 1t .a•iim4i%'P•xi=PIsrJ•ariiJN••,iy:,�:f�: �_:: .t•. .tr r'x, t '��•J 1 i � `9 ..1 .{m,Jr,'JtiaJM•':.:ilid�i'rd�.T•. '• .>.. '7;.' ^a;1c: '•',�4.. ••�'_� �• � .. .i.:E3i. is?!'E' _t-_ f, //r ff.t .• `.�,:0--' l• -'� .ZG�. 9. .,:... ccEEr'•..: ..r.:.'• II ;:i. Vii; � � ,"f. �'.'•is� .� ; ! - _.. _ (i� ':s` - .:li--.. _ _ i ! �,- �•.ti�\ iffy.� �. ^ � �1 } t= Z r- ♦ !I - - °a:� _;-i_ --- •_�� .i n Ham. i� � � q •L�. :.!� �• i I:E':i.`::.`..+ C[I• .. i _ , �> n* 'L:�;' ��'' av-�� 1 B pia 1,••°: �:t� `.•:-i:E:-i rl'�••"':i i ��^ � ('•.�' .K1 f���.`Js� � $ is �i• !� ..: 3 ..(i• gal, � - - i i r ..iiFiEZia I:: is as :!•i' - �h i j rst .......:::::.......:.:. 3 '_ ••' .m __ 1�/ ....::L.:.• + ..... / -'':i:�;r;_• ' :illi ::s:: r, ^ :r� '3'•t�:rl�.�, _ i .:iii:^«i:t.l:lt' •: - `s w / Lr \\+� �. tia• .. _ ::: !: i?:�e. _T:-3 t� 5! Erv°Via"•=t-T.r �.• \5TA 34.w n •ill...._i: 7 � i I ` 1 ;•1 '\„sa I EI= :...." r m T i :t li.^. _.�: ..=is ; Y-1 • {„ . - l ( . •11'K \\ 'IJ rn �.m�'> i:•t:�_:.....rii! iii • -, • °{.. :. {{i: �i:•: +��ti,r 3 t Y'r� �li;+[11111 il!i:f�ulwmtnutaa::ntuutmtuowttmi -�- ► �"'►�� � � ' 1d11iii RECC)Rp1n 1sl;Tli!i: Tf"'_',Y1rr, AT TO CL 1iRK E01"'(D OF SUPERVISORS at o'elocY_ lq. • Contra Costa County Records J. R. OLSSON, County Recorder Fee S Official BDARD OF SUPERFISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving RESOLUTION OF ACCEPTANCE Notice of ComDletion of Contract with and NOTICE OF CO.PLETIO;I R. E. Jones Construction (1 (C.C. 03086, 3093) Project No. 4334-925-76 1 RESOLUTION: 110. 77/521 The Board of Supervisors of Contra Costa County RESOLVES.TIMT: The County of Contra Costa on August 30, 1976 contracted-with R. E. Jones Construction 4029 Treat Boulevard Concord California !tame and Address of Contractor) for replacing existing culverts at three sites in eastern Contra Costa County and one site in the Rodeo area. Proiert No. 4114-425-76 ,with United States Fidelity and Guaranty Company of Maryland as surety, Jame of Bonding Company) for work to be performed on the grounds of the County; and The Publi e Worl:s Director reDorts 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 May 31, 1977 i Therefore, said work is accented as completed on said date, and the Clerk shall file with the Coi:.nty Recorder a copy of this Resolution and Notice as a !Notice of Completion for-said contract. Due to circumstances beyond the Contractor's control, a 32 working day extension of contract time is granted. The Board takes note of the fact that the Public Works Director will assess the contractor $2.625 liquidated damages for the portion of the delay-in com- pleting the project not covered by the subject extension (35 calendar days at $75 per day). PASSED AiiD AMPTED ON— June 28. 1977 CERTIFICATION and FEc?I^ICATIC, I certify that the foregoing is a true and correct copy of a resolu- tion and acceptance duly adopted and entered on the Minutes of -this Board's mceting on the above date. I declnrc u:der penalty of perjury that the foregoing is true vaid correct. Dated: Qur� s7 s . /f 77 J. R_ OLSSOI:, County Clerk & at klarti�_c, ualrj oraia c),_ officio Clerl: of the Board By G( c:pu'fy Q&erk cc: uccora :.au re turn Contractor Auditor. 3'ubli c V'orks ; � ri 11=01:UT70;f ,:O. 77/521 00151 IN THE 3OARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and-Specifications for the Newell ) Avenue Storm Drain Project, Walnut) RESOLUTION NO. 77/::y— Creek Area. ) Project No. 3644-4369-661-77 ) WHEREAS Plans and Specifications for the Newell Avenue - Storm Drain Project, Walnut Creek 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 a Negative Declaration pertaining to this project was posted and filed with the County Clerk on March 11, -1976 with no protests received and the Board hereby concurs in the findings that the project will not have a significant effect on the environment and directed the Director of Planning to file a Notice of - Determination with the County Clerk; and The Project has been determined to conform with the General Plan. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this wort, will be received on July 26, 1977 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 "R—smanr Tiowc" PASSED AND ADOPTED by the Board on June 26, 1977. Originator: Public Works Department Road Design Division - cc: Public 'Works Director County Auditor-Controller 00152 RESOLUTION NO. 77/522 RESOLL'T101: NO. 40152 77/,22- NEWELL AVENUE PROJECT NO. 3544-4369-661-77 CONTRA COSTA COUNTY PUBLIC 'WORKS DEPARTMENT MARTINEZ, CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY CIDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. THAT THE CLERK OF SAID BOARD BILL RECEIVE BIDS UNTIL 11 O'CLOCK A.M. ON JULY 26, 1977. FOR THE FURNISHING OF ALL LABOR, MATERIALS, EQUIPMENT. TRANSPORTATION AND SERVICES FOR NEWELL AVENUE STORM DRAIN THE PRCJECT IS LOCATED AT THE INTERSECTION OF NEWELL AVENUE AND CIRCLE DRIVE, IN THE WALNUT CREEK AREA THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE 'WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE T ! ESTIMATED UNIT OF L glp°E ®D •NO. QUANTITY MEASURE ITEM i'� g�/LS SIGNING AND TRAFFIC CON, OL a��C 2 3 EA PLUG CULVERT I. 0'•'N ecuV o-wNaviwzs 3 LS PAVEMENT R£rLACEMEf7T C0. osrA o. 4 4 EA MINOR STRUCTURE (TYPE A INLET) 5 1 4A MINOR STRUCTURE (TYPE C INLET) 6 1 EA MINOR STRUCTURE )TYPE C INLET WITH SIDE OPENINGS) 7 I EA MINOR STRUCTURE (SPECIAL TYPE C INLET) 8 I EA MINOR STRUCTURE (CONCRETE SLA5) 9 206 LF 15—INCH REINFORCED CONCRETE PIPE CL IV (ALTERNATE PIPE— 15 INCH ACP CL 111, 13 INCH CSP 0.109IN.) IO Be LF 15—INCH R'c INFCRCED CONCRETE PIPE CL IV IBEVELED FOR 90 FT. CURVE RADIUS) 11 190 LF 1811 REINFORCED CONCRETE PIPE /� .}� (CLASS I V) 00 I,J3 N — )Microfilmed with board order NOTICE TOCONTRACTORS (CONT-) ITEM ESTIMATED UNIT OF NO. QUANTITY MEASURE ITEM 12 Ta LF 28—LYCH REINFORCED CONCRETE PIPE CL IV (BEVELED FOR 45 FT.% CURVE .RAD f US) z a It 2 001,54 ;,.# , ,,gam N - 2 NOTICE TO CONTRACTORS (CONT.) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS. ROOM 1039 COUNTY ADMINISTRATION BUILDIAG. 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, STM FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS. MAY BE OBTAINED BY PROSPEC- TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT, 5TH FLOOR, COUNTY ADMINIS- TRATION BUILDING. UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF THREE AND 20/100 DOLLARS 53.20 (SALES TAX INCLUDED) WAICH AMOUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE Ma E PAYaaIE. T0,__!THE COUNTY OF CONTRA COSTA'. AND SHALL BE MAILEQ 70 PU7tIC xORYS DEPAZTkENTs 5TH FLOOR, AQ�!I�(ISTRaTiG1 9UILO_IIyG. MA TLNEZ,_CALIFL:7P:LA_94553.. EACH BID SHALL BE MADE ON A PROPOSAL FORK TO BE OBTAI.IiED AT THE PUBLIC 'FORKS 'DEPARTMENT. STH FLOOR. COUNTY ADMINISTRATICh BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WvRK DESCRIBED HEREIN, AND NEITHER PARTIAL NCR C;NTINGENT BIDS WILL BE CORSIDEREO. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN 1101 PERCENT CF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FART? CF A CASHIER'S CHECK. CERTIFIED CHECK OR BICOER'S BOND, MADE PAYADLE TO THE ORDER OF 'THE COUNTY CF CONTRA COSTA.' THE ABOVE-MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTC A CONTRACT IF AWARDED THE WORK. AND WILL BE FORFEITE,' BY THE 31=ER AND 3ETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES. NEGLECTS OR FA:LS TC ENTER INTO SATO CONTRACT OR TC FURNISH. THE NECESSARY BONDS AFTER BEING REQUESTED TO DO SO BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. BIO PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE CLERK OF THE BOARD OF SUPERVISORS, RCCM 103. COUNTY ADMINISTRATION BUILDING. 651 PINE STREET. MARTINEZ, CALIFORNiA9 ON OR BEFORE THE 26 TH DAY OF JULY. 1977. AT 11 O'CLOCK A.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE Iv THE CHAMBERS OF THE BOARD OF SUPERVISORS. ROOM 1079 ADMINISTRATION BUILDING. MARTINEZ, CALIFORNIA, AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED. 00155 N - 3 j k s'�,ax'xall§F NOTICE TO CONTRACTORS (CONT.) THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFCRMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT CF THE CCNTRACT PRICE. SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFCRNIA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA9 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 WGRG IN THE LOCALITY IN WHICH THIS WORK I5 TO BE PERFORUED 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 15 Ott FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS► AND IS INCORPORATED HEREIN BY REFERENCE THERETO. THE SANE AS IF SET FORTH IN FULL HEREIN• FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST. THE MINIMUM 'MAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. THE SAID BOARC RESERvES THE RIGHT TO REJECT ANY AND ALL BIDS OR ANY PORTION OF ANY BID ANC/OR WAIVE ANY IRREGULARITY IN ANY BID RECEIVED. BY ORDER OF THE'BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX—OFFICIO CLERK OF THE BOARD GF SUPERVISORS BY DEPUTY DATED— PUBLICATION DATES— �{1156 i. — 4 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Approval of ) `RESOLUTION NO. 77/523 the Final Nap of Subdivision 4927, ). Alamo Area. ) The following documents were presented for Board approval this date:. The Final Nap of Subdivision 4927, property located in the Alamo area, said map having been certified by the proper officials; A subdivision agreement with George Martinovich, subdivider, wherein said subdivider agrees tocomplete all improvements as required insaid subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: . I _ a. Surety Bond (No. 9080048) issued by Fidelity and Deposit Company of Maryland with George Martiuovich as principal, in the amount of $2000.00 for Faithful Performance and $2500.00 for Labor and.Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 147485, dated June 13, 1977), in the amount of $500.00, deposited by: George Martinovich. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and. that the 1976-77 tax lien has been paid in full, and the 1977-78 tax lien, which became a lien on the first day of March 1977, is estimated to be $3500.00; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 9080047) issued by Fidelity and Deposit Company of Maryland with George Hartinovich as principal, in the amount of $3500.00 guaranteeing the payment of the estimated 1977-78 tax; NOW THEREFORE BE IT RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY--THE BOARD on June 28, 1977. CERTIFIED COPY I eernfy that thle b a full,true&eorreet copy of the 0041-1 document ahlrh Is on file fa my ofm_. and that It rna raced E ndnni!by the Bog d of Su f-rr'yn c[Cna•rn Cents C• te,California.on tbw da•e ahoea ATTEST:J.R oi.Ssox,Co..,, Clerk&a efficto Clerk of ea;d Hoard of Sujersleorx, �LDeputy Cl IL � r.�lftc197 Originating Department: Public Yorks � �W 2 8 1 7 Land Development DiviE.. Jam L Miller cc: Public Works Director-LD Director of Planning George Martinovich 34 Jack London Square Oakland, Ca 94607 RESOLUTIO-"30.77/523 00157 I.• SUSOIVISIO:�AGREF!e,...f' (§I) Subdivi�-n: 4927 (a`3) Subdivider: Marticovich (Government Code §366462 and 0366463) (81) Effective Date: June 28, 1977 (31) Completion Period: one vear 1. PARTIES 6 DATE. Effective on the above date, the County of Contra.Costa, California, hereinafter called "County",.and the above named Subdivider, mutually promise and agree as follows, concerning Tis subdivision: 2. I.MPROVSt2E.1'SS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements. - as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements-required in the improvement plans of this subdivision as reviewed and on file in the C,ouaty's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division!an Act (Government Code 066410 and following), in a good workmanlike manner, in accordance with accented construction practices and in a manner equal or superior to the requirements of the County Ordina_¢ce Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective wor!=anship or materials or any unsatisfactory performance. 4. NPROVOLP.NT SECURITY: Upon executing this agreement. Subdivider shall, pursuant to Government Code 33 66499, deposit as security with the County: A. For Performance aad Guarantee: S 50 .00 cash, plus additional security, in the amount of S 2.000.00 which together total the estimated cost of the work. Such additional security is presented in the form of: ❑Cash, certified check, or cashier's check Acceptable corporate surety bond Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement-and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upcn-completion of the.work, Subdivider may request -reduction of the amount of this bond in accordance with County Ordinance. B. For Paymoct: Security i.a the amount of$2,500.00, which is the estimated cast of-the work. Such security is presented in the form of: ❑Cash, certified check, or cashier's check 0 Acceptable corporate surety band ❑Acceptable irrevocable letter of credit With this security the Subdiv?der guarantees parent to the contracto tractors, and to persons renting equipment or furnishing labor or mat rials poem to the Subdivider. ' a .)Uii^�071-1- nm5s J.R�� mFrit C:/Aie:1r SiliEliVlipa; COSH CD. Microfilmed with boord order 5. lARCMTY. Subdivider warrants that said isprotement plans are adequate to accomplish ;his Apr as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall cake changes necessary to accomplish the work as promised. G. NO KAIl'ER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this : Agreement. or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider . of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7.• ISD5VITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabi itI'—les:as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents _ and employees. -B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage. inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the worn as completed, and including the defense of any ssit(s), actions) or other pro- ceedings) concerning these. C. The actions causing liability are any act or omission-(negligent or non= negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee o: one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or deppercent on whether or not any Iademnitee has prepared, supplied, or reviewed any plan(s) or specifications) in connection with this work or subdivision, or. has"insurance or other indemnification covering any of these'matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S.' COSTS. Subdivider shall pay whey, due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURITYS. Subdivider shall set and establish survey ronuaents in accordance with the filed map and to the satisfaction of the County Coad Commissioner-Su:roeyor. 10. NONIPERFOC.MCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work. Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. :SSIG\'►EN-1. If,before County accepts the work-, the subdivision is annexed to a city, the County ray assign to that city the County's rights under this Agreement and/or any deposit or bond securing thew. -2- no159 12. RECORD :;AP. In consideration hereof, County shall allow Subdivider to•Lle'and record ti-e Final :Lap or Parcel Pap for said Subdivision. CONTRA COSTA COL'NTYSUBDIVIDER: (see note below) Vernon L. Cline, ' PuVlic Works Director GEO A iNOVICS - a - icr•.vf7 Deputy �(D nate tfi in cap i[ 3n'the buisi s) RECO:MENNDED FOR APPROVAL: rote to Subdivider;` (1) Execute acknowledg- men[ fora below; and if a corporation, affix r corporate seal. By ` Z a Assistrnt Pub'1ic [(&Alis^Director (CORPORATE SEAL) FOM APPROVED: JOIN B. CLAUSEI, County Counsel STATE OF CAUFORNIA rCDaCQ ppaQr� v.r,�.WArar.WnwwAM.+ OeVuaa 13, he u�rersi,red . wa�..r q.......t ra., a Namry PuW.in red AW mid•• r�p and Saw.iwawdfj appramd Gznr.a YartlnoriC't 1 known tome lobe dM Pr m am i3 mbxnlcd so dw wwdn t erw��� r ihaL—h errurnf shemme.••!/smterrLEAH 6t.arrikr add and susmeCosery. 1,' 3 i r:arAQY iveut-6usoataP4W7 p ,JV. Corsr^..a Crs►A Colum --- ---- LD-9 (Rev 1/77) 00160 ....... . .. ... W-ZWepreallumcharged 4 s oa is $38.00 for the term thereof. • �� � � � IET.PROVxI•EIs'i SECURITY BOND FOR SUBDIVISION AGREEMENT Jim 2d 13.77 (Performance, Guarantee, and Payment) (j ,f.rtd (Calif. Government Code §566499-66499.10) George Martinaviah , #Ks1ga3;an F£ ity and Deposit Company ofaryland , a corporation organized and existing under the laws or the state of Mary and and authorized to transact surety business in California. as Sgrety, hereby Jointly and severally bind ourselves,, our heirs, executors, administrators, successors, and assigns to the County of Contra Corta, California, to pay it. (A. Performance & Guarantee) Two thousand and no/100 Dollars ($ 2,000.00 ') for itself or any city-assignee.under the below-county subdivision agreement, plus (Ii. Payment)• Two thousand five hundred and no/100 Dollars (S 2,500_00 ) to secure the claims to which reference is made in Title 13 ComIencinr with Section 3082) o* •Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREEMENT. The Principal has executed an agreement with the County to install and pay for street, drainage, and other improvements in. Subdivision Number 4927 , as specified in the Subdivision Agreement, and to complete said 'or within the- time. 3pecir ed for completion in the Subdivision Agreement, all in accordance with State and local laws and rulings thereunder in order to satisfy Conditions for filing of the Final I•tap or Parcel map 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 a„_ce=ent and any alteration thereof made as therein provided, on his or its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the County of Contra Costa (or city assignee), its officers, agents and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full farce and- effect. As a part of the bbilration secured hereby and in addition to the face amount specified therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurrdd by County (or city assignee) in successfully enforcing such obligation, all to be taxed as costs and included in any Judgment rendered_ B. The condition of this obligation as to Section 1.(B) above is such that said Principal•and the undersigned as corporate surety are held firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, saterialaen and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished'or labor thereon of any kind, or for _1_Maofilmed with board order 00161 amounts due under the Unemployment Insurance Act with resnoct to such work or labor, that =aid surety rill pay the sane in an a. o:nt not exceeding the nount hereinabove set -forth, and also in case suit is brought upon this bond, will pay, in addition to the face aIou.^.t .thereof, costs and reasonable expenses and fees,-including reasonable attorney's fees, incurred by County (or city assirnee) in successfully enforcing such obliGation, to be awarded and fixed by the court, and . to be taxed as- costs and to be inclined in'the fudrnent therein ren- dered. It is hereby expressly stipulated and agreed that this `pond shall Inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 (comTenci.^.G with Sectiorr 3052) of Part 4 of Division 3 of the Civil Code, so as to irive a:right of action 'to the. or their assigns in any suit brought upon this bond. Should the condition of this bond be fully parforred then this obligation shall become null and void, otherwise it shall :,e and remain in full force and effect. C. No alteration of said subdivision agreement or any plan or specification of said rprk agreed to by the Principal and the County shall relieve any SIrety from liability on this bond; and con- sent is hereby given to make such alterations without further notice t9 or consent by Surety; and the Surety hereby waives the provisions o Calif. Civil Code §2519, and holds itself bound without retard to and Independently of any action against Priz-cipal whenever taken. SIGNED Allo SEALED on June 10.' 1977. PRINCIPAL sufl PY Geo 0 a e�in,.yich��� B g _' +� e - ce � Q ; _ _ _ or__nay�a ate = State of California County of San Francisco ass. (ACKI:OeILfi'DG::Eil1' BY SURETY) On June 10, 1977 , the person(s) whose name(s) is/are signed above for Surety and w5o is/are known to me to pe Attorney(s)-in-Fact for this Corporate Surety, persona'_e appeared before -c and acknowledged to re that he sighed the Hare of t. Corporation a Surety and his/ l their own nameT's) as its Attorney s)- n-Fact. � I 7 ! (NOTARIAL SEAL) I - • axaluR c��.�„ -l:otary Public for County had State (Rev. 2/76)• E3i2:bx -2- ARTHUR C.OOSTNUL70 CO-WRY plgi-IOMMOF (nl(n1 �c+ Gn nnv eour+nr of ` 0162• su+cnneusco Fi W C",&,son L%PW"Off•5.1979 t T ' � k i OF CALIFORNIA Contra Costa �sr _Counts o! Gtr t.SNA ra...A.4w.r:�r4. 0AT_ Clea - ig.77 u/arcme. tory Httderstorted y Puhlic.in and tar said•• Cotmry and State.personally apps . Geome M to mr to he the peeve whnx nano 19 sabscribed losbe w7ddn instrument,and arPnow" rd mime•that_�he �xmntd e OFFICIAL SEAL —�.e eL�f"/ CiGGeew� wary is eommirsioned in another County, $` LEAH M.CA(OA.n.AZ20� - e`a:id"andaameCounty. r07ARfvL-i.c-=WORMA son"pubuc 00163 � t Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFAt3 to LMORF.Moir KNOW Au HIEN BY THESE PRISE.%-Ta:That the FIDELITY ASD DBPOsir COXPANY OF i/IARYLANW.:t corpora- t"iio__ssn of the State of iia.-}-land,by C. K. IMOT, JR. ,Vice-President,and C. W. ROBBINS Assistant Seercrarj.in pursuance of authority granted by Article VI.Section 2,of the By-Laws of said Com- pany,%%hich reads as follows: •The Pr-lilzat,or a.n•one of the Executive ¢s-Presldents,or any of of L a additional%ioe-Presidents specidly authorized so to do by the Doanl of`Directors or by the Executive Committee,shat poorer,by and with the concurrence of the&-c- =a -,r any ox of the A.JEuant S.vetarin,to app. Resident l mc-Presidents,Assistant 4 ae•Presidents,Resident Assistant Sn-n:aries and Attorneys-in-Fact as the Mtsunus of the Comby may reqs.or to authorize any person or persons to execute on behalf�!the Cnmji ry any bonds,underNlir.p.rec Vizizsaces.supnLstions,policies,contracts.agtsemeaM deeds,and releases and assignments if judgment., e decre ,mortgages and instruments is the nature of mortzages,and also all other instruments and docu- ment>which the business of the Company may require.and to affix the seal of the Company thereto•• doe�hereby nominate,const�� e appoint lyboa Delventtla�ofSan I?raaoisoo, Calan trful agent any-in-Fact,to mat e,execute,seiner,for,and an its behalf as surety,and as its act and deed: any and all b=ds and uadertakit+.gs......... n t e execution of such bond,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 Baltimore,:lid.,in their own proper persons. This power of attorney revokes that issued on behalf of F bon Delventhal, dated September 139 1967. The said?assistant Secretary does hereby certify that the aforegoing is a true copy of Article YI,Section 2,of the Dy-Laws of said Company.and is now in forme. IX WITNESS WHEREOF. the said liice-President and Assistant Secretary have hereunto subscribed - their nines and affixed the Cotporyte Seal of the said FIDELITY AND DEPostr CouPAxy OF INIARYLmia,this _...... -------day A.D.19.-76._ , FIDELITY At\•D DEPOSIT CO1(PAIXY OF 31AIi�Y(L ArTEsr: EA _SL� .. By. Ax iWrt Src e"y Yice-Pntiden! STATE of MaRia AY•D ss: CITY or DALTn1one On this 11 th day of October .A.D.19 76 before the subscriber,a Krtary Public of the State of i �1aZ•Isad, ince' for the City of lialtiniore,only cnmmusioned and qualified,tame the aboxrramed\ic-President and Assistant Scct.mn•of the FmrurY:v�v DEP03ti COnrA\'Y OF v1:ARTLA?D.to nit pcsona!ly known t0 be the irdividuaW and of6oers describe! who executed the firecsding ins:rament,and they each aekrwsrlet!gtd the executbn of the same•and being by mo duly sworn, seryr.iliy and each for hinuel(dr{easels sad smith,that they are the said oR-iaern of the Company aforesaid,and that the seal affixed to the pncc . instrument is tho Ceupora[e Sol of said Compxiny,a.+d that the said Corporate Seal and their sigaatures as such ofrxrs Hers duly affixed and subscnbed to the said instrument by the nntltocih•and dirrcton of the said Corpom[ion. I+•TFSTimovy%VnEREor.I h hereunto set my hard and aff=d my Official Seal,//.at the Cityy Baltimore,the day and year fiat above written. OA f �- rA Notary Public Commission Facpires TI:]y].x.,197$ CEItT1F1C1TE I,ii•r urdasi�"ccd.:a•.-i,tart Sccntary est the FmutrvA.\•D Drrwtr CoueAxyov SIARvt .%D.dohaebymrtify*that theorkinal I`uutr.ti.attorney d which the foregoing a a full•true and correct copy is in full f-ceand effect on the date of this ceetiCetate:and I LID fL'rt!ter certify that the\icrPresidtr:t who executed die said Poaa of Attorrry was one of the addidenatspr- cirl!v authorized by the&urd v!Directors:o appoint any Att Trey-in-Fact as provided in Article l't• 2..!::ir Isy_L.aw;of 1 the Finra.tn-ARn bEP"T Corm%--Y of?IaxYil`m. This Certificate may be signed by faGi-file under and by autheeity of the fdlowing resolution of the D,ar:!of lxmctor;°f th•_ Ftormir avo DErosrT rouP�lr of alARYLtly at a meetieg duly called and bed oa the Ibth day of JJ!•,•,1%99. enLYEti:"That the faesimite tr mechanically repmd:•ad s'gmsture of any A»istant Secretary of the Company,wliether niad�1..rctofore or hereafter,uhttrvcr appeuinz upon a certified copy of any power of attorney used by the Company,shall be ..LA..:1 biriding upon the Company with the same force aad effect as thouyb manually affixed." 1 i[6 T€.:tease WetREar,I have hereunto Yiliscrihed my name and afFthe corporate seal of the said Company,this 1 tl day of_._._ June , n0164 ylil9—C[t. S°1716 AfrirtnRt 5 rrcfary 1 'i � uua-ter, xnne ' �-qu(irant'Slrray— i ALFRED P.[.trYE_t C•uet,Tr.sa.m-T.GL. - Aa.i.tay.^.- Zq.aanr- TAY_COLLECTOR'S OFFICE Te.GG 1[ FL,:r..t.�..:,[T•..a CONTRA COSTA COUNTY - FLnt mami:u.ct e[-•,._ n...,a t'.r.e'• n•L.i•.at w w.Fuat c.-t..::...a..r m n.TmM�r.[�..•y.r _____________ YAR2'L\EZ.CALIFORtitA ___ ______ S.caed'a:W's..t el T...a P4m.T.NYA.Em 27x5 b..md f.aiaL•mmt.[T.... Aa and^atu6:n - nslbqu.et m M.Fiat n.,0 F.Say.T 'aiy 26, 1977 m M.T..M n.T.t A>rL IF WM TROT IS NOT F11D BY OMMM 31, 19 77,TTM 1ESTT?IS VOID Ttds -All certifF that 1 have exaEdned the rap of the proposed subdivision entitled: M-X-T::0. 4927 - and tiro deterred from the officiel tax records t--t there are no ec,aid Ce_aty taxes heretofore le-vied on the property included in tae asp. The 176-77 tax liea has been:aid in foil. Oar estimte of the7 1477=c" tat+er., uiicch becarm a lien on the first-day of Parch, lc , is S�•7x SONIRD 9. MAT. Tax Collector D 610.7` Mlirtofilmai with board order Th nr ninm rh+ry A Fnr hhie hood hticrofilmed with board order 0016.5 =The premium charged For this bond is $35.00 per ann4 ' BOND AGAINST TAXES KNOW ALL 1•IEN BY THESE PRESENTS: THAT George martinovich as principal and (Surety) FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation organized and existing under the laws of the.State of Maryland and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra Costa, State of California, in the penal sum of three thousand Five hundred Dollars $3,500.00 )� to be paid to the said County of Contra Costa, for the payment of which well and truly to be made, we and each of us bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. Sealed with our seals and dated this 10th day of June 19 77 The conditions.of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled Subdivision 4927 and covering a subdivision of a tract of land in said County of Contra Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, which taxes and special assess=eats collected as taxes, are not as yet due or payable. NOW, THEREFORE, if the said Principal shall pay all of the taxes and special assessments collected as taxes which are a lien against said tract of land covered by said man, at the time of the filing of said map of said Tract then this obligation shall be void and of no effect. Otherwise it s in in full force and effect. fl � � ® �- �_-_- George Hartino 'ch, Principal O FIDELITY AND DEPOSIT COMPANY OF 119RY- ill@i Lr T-377 Surety LAND c- Ca ' Erbon Delventhal, Attorney-in-Fact ACKNOWLEDGE HENT Microfilmed with board ordar I (By SURETY) State of California } City and County of San Francisco ) County in which acknowledgement is taken :on - June 10, 1977 , before me, Ax2ffUR c oosTac= , a Notary Public iii, and for said County and,State, personally appeared Er on Delventhal known to me to be Attorney-In-Fac of the corporation that executed the within inst:-ument and ,also Vnown to me to be the person who a Bcuted it on be:^.alf of such corporation and acknowledged to me that s 5a corpar2tion uted the within nsrtiyr�s� - by-laws or solution of.it -rd of directors. •"- ARTHURC.03STHUIZEN �^-�%� nax[rprt¢oosrarmr v >-" f:O�A;YPLDcoum"oFL5 In addition to signature type ./Y cm ana counn or (10166 , yW FRAN0500 print name of notary my C+-+-�aiwn Euea"am S.1179 NOTARY PUBLIC t'[-.!S.. 1.fa A {:u� a 6— ..1U,"" U,-{t4 —i. 'i so known zo me to be the person_xho a cured it on behalf of such corporation and acknorledEed to IAe 1=0 s corporation used the within ns r u, by-lays or r1 lution of-3 pd of directors. 1:;�ARTHURC.00STFiUIZEN �� MARY ProU;-,M�u I tioa�to�signature typecnV AND ppn �jrr i✓ SAN FRANCISCO r print nage of notary I/ll1'"J ay Cir-Ission E-*M"0:: 5.1779 NOTARY PUBLIC r ,t � a { h Y _ TE OF CAUFORNIA - - Cr 3tra Costa•. - �, w+.s.wsw.a.p..rs.rr Q.;7ule 13. �y77-y� t:a a xErel xd n'raFlir,ie m{d jo.sed•• C-Y ad SmaA.m'm$' a wo•••w..�.rr.. 5iS7^.'e"nTtSn.7Ylr`f N1-L m mem6e the rrm. .r....ass.• :s as6�eri/sdmrM riKirs iaunwnv.adrFeor msu e6ar_kr_nrrrrrrd a. _4 +:.vutommisri{ueedManoYnCowq LEAH L6.CALDNEYg �w.r.rr...a..... "s¢id"and name Cowry. .,`s XDTaRr sU9lK-CWORn - S W�e•pia IFOmfyrt l9tl } 00167 I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA -In the Matter of Completion ) RESOLUTION N0. of improvements, ) 77/524 Subdivision MS 68-76, ) Oakley Area. ) The Public[forks Director has notified this Board that improvements have been completed in Subdivision HS 68-76, Oakle'yarea, as provided in the agreement heretofore approved by this Board; NOW, THEREFORE, BE IT RESOLVED that the improvements in_Subdivision MS 68-76 have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: . Subdivision Date of Agreement HS 68-76 March 15, 1977 BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 144112 dated February 15, 1977) be RETAINED for one year pursuant to the requirements of Section 94-4.406.ofthe Ordinance Code. PASSED by the Board on June 28, 1977. Originating Department: Public Works Land Develop ment Division cc: 4h•ePw4-r- Public storks Director Planning Director Louis j. DelBarba Raine 1, Box. 351 Oakley, California 94561 00168 MMmmmwi r%"�mnu:x�eu i. 11111. RF.CGRPED, Rsvaa:; I:.rnnrrn nm p.ra;.•". rr n TO CLERK BOARD OF SUPERVISORS at o'clock JT. Contra Costa County Records J. R. OLSSON, County Recorder Fee S Official 130ARD OF SUPERVISORS, CONTRA COSTA COUVTY, CALIFOFBJIA In the 1-latter of Accepting and Giving ) RESOLUTIO1 OF ACCEPTANCE Notice of Completion of Contract with ) and NOTICE OF COi•:PLETI0:1 n Aladdin Heating Corporation of San leandrn. (C.C. 5§3086, 3093) (lnni_naa_771n_F?Q RESOLUTIO11 N0. 77/525 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on Noverber 10, 1976' contracted-titith i Aladdin Heating Corporation of San Leandro flame and Address of Contractor) for the Finance Building Air Conditioning Remodel, 625 Court Street. Martinez with i f n Francisco as surety,' Jleive oT Bonding Company ri for work to be performed on the grounds of the County; and The Pablin Works Director reports that said N•rork has been inspected and complies irith the approved plans, special provisions, and standard specifications, and recomWends its acceptance as complete as of June 28, 1977 ; Therefore, said work is accented as completed on said date, and the Clerk shall file frith the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. A time extension of 135 days is granted to allow for late delivery of manufactured items over which the Contractor has no control. PASSED AND ADOPTED ON June 28, 1377 CERTIFICATION and VERIFICATION I certify that the foregoing is a true and correct cony of a resolu— tion and acceptance duly adopted end entered on the minutes of 1is Board's meeting on the above date.n I declare under penalty of perjury that the foregoing is true end correct. Dated: J. R. OLSSOI:, County Clerk at Martinen, California eye officio Clerl: of the Board BY uEy M- 6-Try-cc: liecore ana re Lurn Contractor Auditor 01 T)Jen Public t:orls 0 1) Ad:uinisi.J;aor Rl:SOMITIOi: 1:0. 77/525 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning a Portion of }. RESOLUTION N0. 77/526 Canal Alley in the ) Date: June 28, 1977 Pacheco Area. ) Resolution and Order } Abandoning County Road (S.9 H. Code 959) The Board of Supervisors of Contra Costa County RESOLVES THAT: On May 17, 1977, this Board passed a resolution of intention to abandon the-road described below and fixing June 28, 1977 at 10:45 a.m., in its chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon, and ordered that the resolution be published and posted as required by law, which was done as shown by affidavits on file with this Board. The hearing was held at that time and place, this Board hear- ing and duly considering the following evidence offered concern- ing the abandonment: Canal Alley is one of several alleys shown on the Map of Pacheco filed in 1869 in Book E of Maps at Page 95 and runs par- allel and/or adjacent to the westerly side of Freeway I-680. The abandonment covers approximately 130 feet of Canal Alley adjacent to and northerly of Second Avenue South in Pacheco. The portion of Canal Alley covered by the abandonment is not in public use. It is a non-County-maintained street and has never been improved. There has been a building standing on the Alley and a drainage ditch across it for a number of years. There were no objections to the abandonment. This Board hereby FINDS that the proposed abandonment will not m` have a significant impact on the environment, and that a negative P declaration has been prepared and processed in compliance with the v California Environmental Quality Act, and that it has reviewed and ir considered the information contained in the negative declaration. 0 This Board therefore hereby further finds that the hereinafter described road dedicated to public use, is unnecessary for present of prospective use, and it is HEREBY ORDERED ABANDONED. The.Director of Planning shall file with the County Clerk a Notice of Determination concerning this abandonment and the nega- tive declaration. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED BY THE BOARD on June 28, 1977- Orig: Public Works, Land Der. cc: P. G. & E. ' Pacific Telephone Thomas Bros. raps Recorder Director of Planning Public Works Director Mr. Joe Casaglio 4910 Milano Way Martinez, CA 94553 Stege Sanitary District of Contra Costa County East Bay Municipal Utility District Oakley County Eater District 00170 San Pablo Sanitary District 3=S0L1JTIO!i i0. 77/526 i �',ad Croup No. 1975 1 EXHIBIT 'W' " ABA800KME0'T -- Portion of Block 1 of the original survey of the Town : of'Pacheco made by Dan Small, 135S, and shown onthe map _ entirled."Kap of Pacheco, Contra Costa County,California, 1869-1896", filed in 1569 in Book E of Haps, at page 95; Records of Contra Costa County, California, described as follows: - That portion of Canal Alley lying between the easterly prlongation of the southerly line of Lot 69 and the easterly prolongation of the northerly line of Lot 66 as said alley and lots are shown on said "Map of Pacheco" (E MB 95). Excepting therefrom that portion of said alley - lying within the right of way for State Freeway 680. Containing an area of.0.097 acres (4212 square .. feet) of land more or less. Bearings and distances used in the above description are based on the California Coordinate System Zone.Ili. To obtain ground distance, rultiply distances used by 1.0000614_ Q11'71 MMMMMMMMMMMMMWMMFM�"won ( t In the Board of Supervisors of Contra Costa County, State of California June 28 iv 77 In the Matter of _ Acquisition of Property — Center Avenue Reconstruction, Pacheco Area. The Board this day adopted Resolution of Necessity No. 77/527 condemning certain property for public "road purposes in connection with the Center Avenue Reconstruction Project, Pacheco area; and Mr. Daryl S. Moss, 245 Center Avenue, Pacheco; and Ms. Joy S. Bradley, 346 First Avenue South, Pacheco, requested permission to address the Board with respect to the terms of their settlement agreements for property affected by this project; and The Chairman stated that the matter of terms of property settlement agreements was not before the Board at this time; and Supervisor N. C. Fanden requested that personnel of the Real Property Division of the Public S•:orks Department again meet with the aforesaid property ovmers in an attempt to work out a solution that is satisfactory to all parties concerned. THIS IS A MATTER OF RECORD. NO BOARD ACTION TAKEN. MATTER OF RECORD 1 hereby certify that the foregoing is a true and correct copy of/jentered 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 28tt'day of June iq 77 J. R. OLSSON, Clerk By ? J. .Deputy Clerk A. Ose 001'72 H-24 3x76 1 Sm 1 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY 2 3 In re: Condemnation of Property ) 4 for Public Road Purposes, ) RESOLUTION OF'NECESSITY Center Avenue Reconstruction, ) NO. 77/527 5 Pacheco Area ) (CCP §12 5.230 6 ) 7 The Board of Supervisors of Contra Costa County, California, by 8 vote of two-thirds or more of its members, RESOLVES that: 9 Pursuant to Government Code §25350.5 and Streets and 10 Highways Code §943, the County of Contra Costa intends to widen 11 Center Avenue, a public improvement, and, in connection there- 12 with, acquire an interest in certain real property. 13 The property to be acquired is generally located in the 14 Pacheco area and consists of eleven (11) parcels in the vicinity- 15 of the present right-of-way for Center Avenue. 1s Said property is more particularly described in Appendix A, 17 attached hereto and incorporated herein by this reference. 18 On May 31, 1977, this Board passed a resolution of intention 19 to adopt a resolution of necessity for the acquisition by eminent 20� domain of the property described in Appendix A and fixing Sure 28, 21 1977, in its chambers in the Administration Building, 651 Pine 22� Street, Martinez, California as the time and place for the 23 hearing thereon (Resolution No. 77/454). 24 The hearing was held at that time and place, and upon the 25 evidence presented to it this Board finds, determines and hereby 26 declares the following: 27 1. The public interest and necessity require the proposed 28 project; 29 2. The proposed project is planned and located in the manner 30 1 which will be most compatible with the greatest public good and 31 the least private injury; and 32 3. The property described herein is necessary for the 33 proposed project. 34I� The County Counsel of this County is hereby AUTHORIZED and 351 EMPOWERED: 36j To acquire in the County's name, by condemnation, the i+C 001'73 1 titles, easements and rights-of-way hereinafter described in and 2 to said real property or interest(s) therein, In accordance with 3 the provisions for eminent domain in the Code of Civil Procedure 4 and the Constitution of California: Parcels 1, 2, 3, 4, 6A, 8A 5 and 9 are sought to be acquired as temporary construction ease- 6 ments; parcel 5 is sought as a temporary roadway easement,- 7 asement;7 parcels 6, 7 and 8 are sought as permanent slope and roadway 8 easements. 9 To prepare and prosecute in the County's'hame.such proceed- 10 Ings in the proper court as are necessary for such acquisition; u and 12 To deposit the probable amount of compensation, based on arr 13 appraisal, and to apply to said court for an order permitting 14 the County to take immediate possession and use said real property 15 for said public uses and purposes. 16 PASSED and ADOPTED on June 28, 1977 by the following vote: 17 18 AYES: Supervisors - J. P. Kenny, H. C. Panden, P. I. Schroder, 19 NOES HoneE. H. Hasseltine and q. N. Bogkess 20, ABSENT: None 211 22 23 s 24 25 261 27(+ 26 j 29 301 31� .321 33} 34 i� 35'' 36 ij PJL•g RESOLUTION NO. 77/Sz7 cc: Public Works *Director County Administrator County Counsel l . 00174 ( r Center Avenue - - Project Number 3471-4342-663-76 APPENDIX "A" PARCEL 1 (Janke) Temporary Construction Easement A Temporary Construction Easement for slope and drainage purposes,-to expire on Larch 1, 1978, described as follows: The southerly_.eighteen (18) feet of the parcel of land described in the deed to Harry J_ Janke, recorded on October 7, 1970 in Book 6229 of Official Records of Contra Costa County, at PaSe 313. Containing an area of 0.042 of an acre of land more or less_ PARCEL 2 (1•k:Grath) Temporary Construction Easement A Temporary Construction Easement for slope and drainage purposes, to expire on parch 1, 1978, described as follows: The southerly seventeen (17) feet of the parcel of land described in the deed to Paul Leroy McGrath, recorded iarch 21, 1973 in Book 6895 of Official Records of Contra Costa County, at Page 553. - Containing an area of 0.019 of an acre of land more or less-.-- PARCEL ess:"PARCEL 3 (Vila) Temporary Construction Easement A-Temporary.Construction Easement for slope and drainage purposes, to expire on March 1, 1978, described as follows: A portion of the Rancho Las Juntas, Contra Costa County, California described as follows: Commencing at the southwesterly corner of the parcel of land described as PARCEL ONE in the Exhibit "A" of the Affidavit - Death of Joint Tenant as executed by Angelina Vila and recorded August 29, 1974 in Book 7310 of Official Records at page 737, Records of said County; thence, from said point of ca�erce- ment, along the southerly line of the said Vila parcel the following three courses: South 89° 41' 46" East, 160.00 feet, South 0" 18' 14" West, 30.00 feet and South 89" 41' 46" East, 24.00 feet to the True Point of Beginning of the following described parcel; thence, from said True Point of Beginning, continu- ing along said southerly line (7310 OR 737) South 89" 41' 46" East 20.00 feet; thence, leaving said southerly line (7310 OR 737), North 0' 18' 14" East, 60.00 feet; thence, florth 89" 41' 46" :lest 20.00 feet; thence, South 0" 18' 14" Nest, 60.00 feet to the True Point of Beginning. Containing an area of 0.028 of an acre of land more or less_ PARCEL 4 (T. floss, et a)) Temporary Construciton Easement' A Temporary Construction Easement for slope and drainage purposes, to expire on larch 1, 1978, described as follows: The southerly twelve (12) feet of tre parcel of land described in the deed to Theodore J. loss, Jr_, et al, recorded Ray 6, 1974 in Book 7220 of Official Records of Contra Costa County at Page 121. Containing an area of 0.013 of an acre of lard pore or less_ PARCEL 5 (Catalina) Temporary Roadway Easement A Temporary Easement for detour roadway purposes, to expire on March 1, 1978, described as follows: A portion of Lot 13, Rancho Las Juntas, Contra Costa County, California, described as follows: All of Parcels 1 and 2, as described in Quitclaim Deed to Savario Ernest Catalina and Jean Catalina, his wife, recorded August 9, 1974 in Book 7294 of Official Records at Page 691, records of said County. Containing an area of 0.462 of an acre of land, more or Tess. PARCEL 6 (Heyer) Permanent Slope and Drainage Easement An Easement for slope and drainage purposes described as follows: Portion of the Rancho Las Juntas, described as follows: Beginning on the westerly line of the parcel of land described in Parcel One of the deed to Charlotte E. Meyer, recorded March 15,.1968 in Book 5581 of Official Records at page 474, Records of Contra Costa County; California, at the southerly line of the parcel of land described in the deed to the City of 1•artinez, recorded April 14, 1972 in Book 6630 of Official Records at page 383, Records of said County; thence, from said point of beginning, along said southerly line of said City of Martinez Parcel (6630 OR 383) South 89' 28' 03" East, 60.00 feet to the easterly line of said Parcel One (5581 OR 474); thence, along said easterly line South 1' 06' 57" Hest, 33.66 feet; thence, South 89' 09' 23" hest, 60.03 feet to said westerly line of Parcel One (5581 OR 474); thence, along said westerly line North 1' 06' 57" East, 32.10 feet to the point of beginning. Containing an area of 0.043 of an acre of land more or less. Together with and including all abutters rights of access along Center Avenue, County Road Number 3471, appurtenant.to the above described parcel of land. PARCEL 6-A (Hever) Temporary Construction Easement A Temporary Construction Easement for slope and drainage purposes, to expire on March 1, 1973, described as follows: The:northerly Thirty-five (35) feet of the parcel of land described in the deed to Charlotte E. Heyer, recorded March 15, 1968 in Book 5581 of Official Records of Contra Costa County at Page 474. Excepting therefrom all the area that area that lies within Parcel 6 above. Containg an area of 0.007 of an acre of land more or less. PARCEL 7 (First Baptist Church, Pacheco) Permanent Slope and Drainage Easement An easement for slope and drainage purposes described as follows: Portion of the Rancho Las Juntas, described as follows: Beginning on the southerly line of Center Avenue at the southwesterly corner of the parcel of land described in the deed to Contra Costa County, recorded July 18, 1972 in Book 6701 of Official Records, at page 389, Records of Contra Costa County, California; thence, from said point of beginning, along said southerly line of Center Avenue as follows: South 69' 29' 03" East, 251.67 feet, easterly along a tangent curve to the left, having a radius of 597.00 feet, through a central angle of 4' 05' 56", an arc distance of 42.21 feet, tangent to said curve North 85' 26' 01" East, le0.00 feet, easterly along a tangent curve to the right, having a radius of 510.03 feet, through a central angle of 4' 05' 56", an arc distance of 36.43 feet and tangent to said curve South 89' 28' 03" East, 140.33 feet to the westerly line of the parcel of lard described in :tee deed to Contra Costa County, recorded July 11, 197Z in Boos: 6694 of Official Records, at page 343, Records of said County; thence, leaving said southerly line, along said westerly line, South l" 06' 57" :lest, 10.33 feet; thence, South 87' 47' 00" hest, 98.56 feet; thence. South 86' 05' 07" West. 146.08 feet; thence, Souta 82' 26' 01" West, 30.51 feet; thence, North 85' i4' 48" West, 73.96 feet; thence, South 83' 42' 04" Nest, 100.72 feet; thence, South 89' 23' 54" gest, 50.01 feet; thence, 00176 PARCEL 7 (cont'd) South 85" 58' 13"Mest,•SO.16 feet; thence, South 89" 09' 23" %lest, 22.35 feet to the westerly line of the parcel of land described in the deed to First Baptist Church, Pacheco, recorded August 3, 1956 in Book 2819 of Official Records, at page 417, Records of said County; thence, along said westerly line North 1"06157" East, 30.66 feet to the point of beginning. Containing an area of 0.255 of an acre of land mare or less. PARCEL 8 (Bradley) Permanent Slooe and Drainage Easement An easement for slope and drainage purposes described as follmis: Portion of the Rancho Las Juntas, described as follows: Beginning on the westerly line of the parcel of land described in Parcel One of the deed to Joy Stewart Bradley, an unmarried'woman, recorded April 14, 1972 in Book 6630 of Official Records at page 921, Records of Contra Costa County, California, at the southerly line of the parcel of land described in the deed to the City of Martinez, recorded April 23, 197D in Book 6113 of Official Records at page 94, Records of said County; thence, from said point.of beginning, along said southerly line of the City of Martinez Parcel (6113 OR 94) South 89`28'03" East, 119.99 feet to the easterly line of said Parcel One (6630 OR 921); thence, along said easterly line South 1" 06' 57"llest, 32.10 feet; thence South 82'14'11" %lest, 69.22 feet; thence, [forth 86' 07' 34"Wast, 51.65 feet to said westerly line of Parcel One (6530 OR 921); thence, along said westerly line North 1"'06'.57" East 39.08 feet to the point of beginning. Containing an area of 0.106 of an acre of land more or less. Together with and including all abutters rights of access along Center Avenue, County Road Number 3471, appurtenant to the above described parcel of land. PARCEL 8-A (Bradlev) Temporary Construction Easement A Temporary Construction Easement for slope and drainage purposes, to expire on Harch 1, 1978, described as follows: The northerly fifty (50) feet of the parcel of land described in the deed to Joy Stewart Bradley, recorded April 14, 1972 in Book 6630 of Official Records of Contra Costa County at Page 921. Excepting therefrom all the area that lies within parcel 8 above. Containing an area of 0.016 of an acre of land more or less. PARCEL 9 (0. floss) Temporary Construction Easement A Temporary Construction. Easement for slope and drainage purposes, to expire on March 1, 1978, described as follows: The southerly eleven (11) feet of.he parcel or land described in the deed to Daryl S. gloss, record23 on June 11, 1973 in Book 6967 of Official Records of Contra Costa County at Page 368. Containing an area of 0.024 of an acre of land more or less. 00177 IN THE BOARD OF SUPERVISORS OF CONTRA,COSTA COUNTY„SPATE OF CALIFORNIA In the Flatter of ) Amending Resolution No. 76/638 ) RESOLUTION NO 77/528 Establishing Rates to be Paid to Child ) Care Institutions ) WHEREAS this Board on July 27, 1976 adopted Resolution No. 76/638 establishing rates to be paid to child care institutions for the Fiscal Year 1976-77; and hHEREAS the Board has been advised that adjustments in rates for certain of the institutions are necessary; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that the Resolution No. 76/638 is hereby amended as detailed below, effective April.1, 1977; INCREASE MONTHLY RATE OF THE FOLLOWING SPECIALIZED FOSTER HOME: MONTHLY RATE FROM TO Dromensk Home $300!00 $612.00 PASSED°by the Board on June 28, 1977•:` Orig. Probation Department cc: County Probation Officer Human Resources Director Social Service County Administrator County Auditor-Controller Superintendent of Schools MCD:ls RESOL(Mal N0 77/528 , 00178 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Intention to Buy Real Property ) for County Civic Center, ) RESOLUTION NO. 77/529 Martinez. ) (Govt. C. No. 25350) RESOLUTION OF INTENTION TO PURCHASE REAL PROPERTY The Board of supervisors of Contra Costa County RESOLVES THAT: It intends to buy from Fred Caten, et ux, for Civic Center purposes, the following described real property for $64,000.00, in accordance with the terms and conditions-.of Purchase Agreement signed by Fred Caten, et ux, on June 16, 1977, which is a fair and reasonable price therefor: Lot 12, in Block 2, as shown on the map entitled "Map of Austin Tract Addition of Martinez, Contra Costa County, California", which map was filed on August 11, 1914 in Book 11 of Maps, at page 2G2, Contra Costa County records. This Board will meet on August 2, 1977, at 10:50 a.m. in the Board's Chambers, County Administration Building, Martanez, California, to consummate this purchase and the Clerk of this . Board is directed to publish the following notice in the "Morning News Gazette", pursuant to Government Code Section 6063: NOTICE OF INTENTION TO PURCHASE REAL PROPERTY The Board of Supervisors of Contra Costa County declares its intention to purchase from Fred Caten, et ux, at a price of $64,000.00, all of Lot 12 in Block 2, as shown on the map entitled "Map of Austin Tract Addition of .Martinez, Contra Costa County, California", which map was filed or. August 11, 1914 in Book 11, of Maps at page 262, Contra Costa County records, located at 1020 Willow street, City of Martinez, as more particularly described .in Resolution No. 77/529 of the Board and will meet at 10:50 a.m. on August 2, 1977 to consummate the purchase. DATED: JUPS 2 S 1977 J. R. OLSSON, .County Clerk and ex officioClerkof said Board Deputy PASSED by the Board on June 28, 1977 Originator: Public Forks Deoarr-.e Real Property DIV15=0: cc: Auditor-Controller Addinis trator RESOLUTIO:: ::O. 77/529 1 179 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY,',CALIFORNIA Re: Judicial"Review per-CCP 1094.5 of ) Civil Service Commission's ) RESOLUTION NO. 77/MQ Adjudicatory Administrative ) Decisions ) The Board of Supervisors of Contra Costa County RESOLVES THAT: The provisions of Code of Civil Procedure Section-1094.6 are now applicable to the Civil Service Commission of this County as a local agency, affecting judicial review of the Commission's adjudicatory administrative decis'_ons, as already provided for in Article XI (especially Section XI-7.3) of the Commission's Regu- lations (adopted Dec. 14, 1976, effective Dee. 15, 1976, and operative on Jan. 1, 1977). PASSED on June 28 1977, unanimously by the Supervisors present: GWM:g (5-3-77) cc: Director of Personnel Civil Service Commission c/o Personnel Dept. County Administrator County Counsel RESOLUTION';:0 77/ 5L W/n / I180 .d4+ta�yy rfk BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) ic=aA /c&e,m of the Whitecliff ) Way Boundary Reorganization ) RESOLUTION NO. 77/531 (Walnut Creek Area) ) (Government Code §56439 RESOLUTION ORDERING WHITECLIFF WAY BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by petition filed by the landowner with the Executive Officer of.the Local Agency Formation Commission of Contra Costa County on February-7, 1977. The Reorganization proposed by application of the landowner was for the following changes of organization of certain territories: 1. The annexation of certain (Whitecliff Way Territory) territory to the City of Walnut Creek, located entirely within Contra Costa County; -2. The annexation of certain territory (Whitecliff Way Territory) to the Central Contra Costa Sanitary District, located entirely within Contra Costa County; 3. The annexation of certain territory (Whitecliff Way Territory) to County Service Area R-B, located entirely within Contra Costa County; 4. The annexation of certain territory (Whitecliff Way Territory) to the East Bay Municipal Utilities District, said territory located entirely within Contra Costa County and said District being in both Alameda and Contra Costa Counties. 5. The detachment of certain territory (Whitecliff Way Territory) from the Contra Costa County Water District, located entirely within Contra Costa County. The reason for the proposed Reorganization is to make more meaningful, logical boundaries for the local agencies involved. On May 4, 1977, after public hearing, the Local Agency Forma- tion Commission of Contra Costa County approved the Reorganization, as set forth above. In approving the above-described Reorganization on 2-lay 4, 1977, the Local Agency Formation Commission of Contra Costa County, inter alia, found the property in question to be legally uninhabited, designated the proposal as "Whitecliff Way Boundary Reorganization", designated the Board of Supervisors of Contra Costa County as the conducting agency for the Reorganization, and imposed the following conditions: a. The several boundary changes of the boundary reorganization (annexations and detachments) are to be as described in LAFCO's Resolution Making Determinations. -1- 00181 RESOLU'T'ION NO. 77/531 b. The parcels to be detached from the several jurisdictions are to be exempted from all outstanding bond and other debt upon detachment. c. The East Bay Municipal Utility and Central Contra Costa Sanitary Districts may impose appropriate and usual terms and conditions on the territory to be annexed to those districts. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons and determinations of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Nhitecliff Hay Boundary Reorgani- zation, passed and adopted on May 4, 1977, a copy of which is on file with the Clerk of this Board. The affected property will not be taxed for any existing bonded indebtedness and/or contractual obligations. This Board's Resolution No. 77/421 fixed 10:55 a.m.'on Tuesday, June 28, 1977, in the chambers of the Board of Supervisors, Admin- istration Building, Martinez, California as the time and place-for a public hearing on the proposed Reorganization. Notice of said hearing on the proposed Reorganization was duly given by (1) publica- tion in the "Rossmoor News", (2) posting on the Board's bulletin board, and (3) mailing notice to all affected districts'and cities, the chief petitioners and each person who had filed a request for special notice with.the County Clerk. This Board, at the time and place set for the hearing, had the determinations of the Local Agency Formation Commission read aloud and then called for evidence or protests as provided for by Govern- ment Code 555434. At the conclusion and after all persons present were given an opportunity to be heard, this Board found that the proposed Reorganization would be in the best interests of the people in the area of said Reorganization, found the territory of the subject Reorganization to be legally uninhabited, and determined that protests comprised less than 25% of the landowners in the territories, owning less than 25% of the land therein, and less than 25% of the voting power of any voters residing therein. Therefore, this Board hereby ORDERS the subject Reorganization without an election. The Clerk shall transmit a certified copy of this resolution along with a remittance to cover the fees required by Section 54902.5 to the Executive Officer of the Local Agency Formation Commission. PASSED and ADOPTED on June 28, 1977 by unanimous vote of Supervisors present. DCG:g -2- 00182 RESOLUTION NO. 77/531 I cc: LAFC - Executive Officer Secretary of State State Board of Equalization County Assessor County Recorder County Auditor-Controller Public Works Director City Clerk, City of Valnut Creek City `tanager, City of Walnut Creek East Bay Municipal Utility District Contra Costa County Water District Central Contra Costa Sanitary District Lee S_ Thompson, Consulting Civil Engineers, 1766 Locust St_, Walnut Creek, California 99596 County Administrator County Clerk Elections Department -3- RESOLUTION NO. 77/531 00183 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) RESOLUTION NO. 77/532 Completion of Proceedings ) (Government Code §56439) for Subdivision 4943 ) Boundary Reorganization (San Ramon Valley) ) RESOLUTION ORDERING SUBDIVISION.4943 BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by petition filed by the landowner with the Executive Officer of the Local Agency Formation Commission of Contra Costa County on April 4, 1977. The Reorganization proposed by application of the landowner was for the following changes of organization: 1. The annexation of certain territory (Subdivision 4943) to County Service Area L-42, located entirely within Contra Costa County; 2. The concurrent annexation of certain territory (Subdivision 4943) to County Service Area R-7, located entirely within Contra Costa County. The reason or reasons for the proposal are to comply with development conditions. On May 4, 1977, after public hearing, the Local Agency Formation Commission of Contra Costa County approved the Reorganization, as said organization is set forth above. The particular changes of organization, described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Subdivision 4943 Boundary Re- organization passed and adopted on May 4, 1977, a copy of which Is on file with the Clerk of this Board. In approving the above-described Reorganization on May 4, 1977, the Local Agency Formation Commission. of Contra Costa County, inter alia, found the property in question to be legally uninhabited, designated the proposal as "Subdivision 4943 Boundary Reorganization", designated the Board of Supervisors of Contra Costa County as the conducting agency for the Reorganization, and imposed the following condition: a. The boundary of the territory to be annexed is to be as described in the LAFCO Resolution Making Determinations and approving the subject Reorganization. The affected property will not be taxed for any existing bonded indebtedness and/or contractual obligations. n s4 4 This Board's Resolution No. 77/420 fixed 10:55 a.m. on Tuesday, Juna 28,1977, in;the chambers of the Board`of;Supervisors,'Admin- istration Building, Martinez, California as the time,and,place for a public hearing on the proposed Reorganization. Notice of said hearing on the proposed Reorganization was duly given by (1) publi- cation in the "Valley Pioneer", (2) posting on the Board's bulletin board, and (3) mailing notice to all affected districts and cities, the chief petitioners and each person who had filed a request for special notice with the County Clerk. This Board, at the time and place set for. the hearing, had the determinations of the Local Agency Formation Commission read aloud and then called for evidence or protests. as provided for by Govern- ment Code §56434. At the conclusion and after all persons present were given an opportunity to beheard, this Board found that the proposed Reorganization would be in the best interests of the people in the area of said Reorganization, found the territory of the subject Reorganization to be legally uninhabited, and determined that protests comprises less than 25% of the landowners in the territories, owning less than 25% of the land therein, and less " than 25% of the voting power of,any voters residing therein. Therefore, this Board hereby ORDERS the subject Reorganization without an election. The Clerk shall transmit a certified copy of this resolution along with a remittance to cover the fees required by Section 54902.5 to the Executive Officer of the Local Agency Formation Commission. PASSED and ADOPTED on June 28, 1977 by unanimous vote. of Supervisors present. cc: LAIC - Executive Officer Secretary of State' State Board of'Fqualization County Assessor County Recorder County kuditor-Contr.-ller county Pdministrator p. n. & E., n.n- 'Box 53nR, Concord, Ca. 9.1524 John r. Peters, piffe, reters and Tones, Civil Enaineerinq, 32&4 BuGki.rk venue, Pleasant Ei11, Ca. ed523 ' Public Works Director DCG:g -2- RESOLUTION 110• 77/532 ��� BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) Completion of the Davis ) RESOLUTION NO. 77/533 Boundary Reorganization ) (Government Code 556439) (Brentwood Area) } The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subjectReorganization was made by petition. filed by the City of Brentwood with the Executive Officer of.the Local Agency Formation Commission of Contra Costa County on March 10 and 22, 1977• The Reorganization proposed by application of the City was for the following changes of organization of certain territories: 1. The annexation of certain territory (Davis Territory) to the Brentwood Recreation and Park District, located entirely within Contra Costa County; 2. The annexation of certain territory (Davis Territory) to the City of Brentwood, located entirely within Contra Costa County; 3. The amendment of the Spheres of Influence of the aforesaid City and District to conform to the annexation boundaries. The reason or reasons for the proposal are to make more meaningful, logical boundaries for the local agencies involved. On May 4, 1977, after public hearing, the Local Agency Forma- tion Commission of Contra Costa County approved the Reorganization, as set forth above. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Davis Boundary Reorganization, passed and adopted on May 4, 1977, a copy of which is on file with, the Clerk of this Board. In approving the above-described Reorganization on May 4, 1977, the Local Agency Formation Commission of Contra Costa County, inter alia, found the property in question to be legally uninhabited, designated the proposal as "Davis Boundary Reorganization", desig- nated the Board of Supervisors of Contra Costa County as the conducting agency for the Reorganization, and imposed the following condition: a. That the two boundary changes of the territories to be annexed are to be as described in the LAFCO Reso- lution Making Determinations and Approving the Subject Reorganization. The affected property will not be taxed for any existing bonded Indebtedness and/or contractual obligations. pO o01UD This Board's Resolution No. `77/419 fixed 10x55 a.m. on,Tuesday, June 28, 1977, in the chambers of the Board of Supervisors, Admin istratlon Building, Martinez, California as the time and place for a public hearing on the proposed Reorganization. Notice of said hearing on the proposed Reorganization was duly-.given by (1) publi- cation in the "Brentwood News", (2) posting on the Board's bulletin board and (3) mailing notice to all affected districts and cities, the chief petitioners and each person who had filed a request for. special notice with the County Clerk. This Board, at the time and place set for the hearing, had the determinations of the Local Agency Formation`Commission read aloud and then called for evidence or protests as provided for by Govern- ment Code §56434. At the conclusion and after.all persons present were given an opportunity to be heard, this Board found that the proposed Reorganization would be in the best interests of the people in the area of said Reorganization, found the territory of the subject Reorganization to be legally uninhabited, and determined that protests comprised less than 25% of the landowners_ in the territories, owning less-than 25% of the land therein, and'less than 25% of the voting power of any voters residing therein. Therefore, this Board hereby.ORDERS the subject Reorganization without an election. The Clerk shall transmit a certified copy of this resolution along with a remittance to cover the fees required by. Section 54902.5 to the Executive Officer of the Local Agency Formation Commission. PASSED and ADOPTED on June 28, 1977 by unanimous vote of Supervisors present. cc: LAFC - Executive officer Secretary of State State Board of Eaualization County Assessor County P.ecorder Ce,inty Auditor-Controller County Administrator Public works Director City Clerk, City of Erentwood Rrentwood Recreation and Park District County Clerk Elections Depart^enC DCG:g -2- Q+. RESOLUTION NO. 77/533 00 O Ce 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 J RESOLUTION N0.77/534. ) 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 assessment: For the Fiscal Year 1973-74 c It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 0£ the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund: An audit discloses the following correction should be made to the unsecured assessment roll in the name of Lucky Stores, Inc., Code 77006 - Assessment No. 2093, for the fiscal year 1973-74: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value ' Value "" 'Change (R/T Code) Imps $34,440 $32,990 -$1,450. 4831.5 Pers Prop 66,320 65,600 - 720 4831.5 Bus Inv Ex No Change I hereb "consent to the above chang and/or corrections: R. , Assistant Assessor JO CLANS Counsel t6/27/77 B �f� " t Y cc: Assessor (Giese) Auditor Tax Collector RESOLUTION N0. 77/534 Page 1 of 1 V 00187 Y IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes of the Assessment Roll RESOLUTION NO. 77/535 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 1977-78 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 valu- ation 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, further, that portion of the Business Inventory Exemption which was incorrectly allowed because of such erroneous or incorrect information should be entered as escaped assessment pursuant to Section 531.5 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 interest on taxes pursuant to Section 506 of the Revenue and Taxation Code; and, FURTHER, it has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; further, Business Inventory Exemption in accordance with Section 219 of the Revenue and Taxation Code should be allowed as indicated; and in . accordance with Section 533 of the Revenue and Taxation Code, the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year; and, if such values exceed the proposed escaped assessment for the same year, 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 had been levied erroneously in accordance with Section 4986(a)(2) and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. R. 0. SEATON Assistant Assessor Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION N0. 77/535 V 00188 In Tax Rate Area 01007, Parcel No. 066-032-012-8, assessed to Hickmott Foods Inc., should have entered thereon the following corrections and/or escape assessments: Tax Original Corrected Amount For the Rate Assessed Assessed of R&T Year Area Type of-Property Value Value Change Sections 1973-74 O1OOD Improvements S339,260 $302,445 -$ 36,8I5 4831.5 Personal Property 304,055 305,785 + 1,730 531.4; 506 Business Inv. Ex. 119,603 118,242 + - 1,361 531.5; 506 33,724 . 533 1974-75 01004 Improvements $513,815 $518,205 +$ 4,390 531".4; 506 Personal Property 704,510 730,845 + 26,335 537.4; 506 1975-76 01004 Improvements $818,625 $796,175 -$ 22,450 4831.5 Personal Property 560,105 571,330 + .11,225 531.4; 506 Business Inv. Ex. 249,300 249,770 - 470 219 11,695 533 1976-77 01007 Improvements $934,310 $954,175 +$ 19,865 531.4;506 Personal Property 480,430 638,770 + 158,340 531.4; 506 Business Inv. Ex. 181,497 283,430 101,933 219 +$ ,272 533 Assessee has been notified.- I hereby consent to the above changes a d/or corrections: R. 0. SEATON JOHN LAUS£N, Cou y Co sel Assistant Assessor 16/24/77 De Page 2 of 2 RESOLUTION NO.77/535 V 00189 k IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the!fatter of Changes ) of the Assessment Roll ) RESOLUTION NO.77/536 of Contra Costa County ) W EREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1977-78 i 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 valu- ation 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 section of the Revenue _ and Taxation Code should have added interest on taxes pursuant to Section 506 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 219 of the Revenue and Taxation Code, Business Inventory Exemption should be allowed as indicated; and in accordance with Section 533 of the Revenue and Taxation Code, the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year. In Tax Rate Area 05043, Parcel No. 159-320-006-4, assessed to Stauffer Chemical Co., should have entered thereon the following corrections and/or escape assessments: Original Corrected Amount For the Assessed Assessed of W Year Type of Property Value Value Change Sections' 1976-77 Personal Property $175,005 $176,195 +$1,190 . 531.4; 506 Business Inv. Ex. 75,205 75,800 595 219 + S9S 533 Assessee has been notified. R. 0. SEATON Assistant Assessor Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 77/536 V 00190 I i In Tax Rate Area 08001, Parcel No. 560-050-015-0 (was formerly Parcel No. 560-050-013-5 for the fiscal years 1975-76 and 1976-77), assessed.to - Stauffer Chemical Company, should have entered thereon the following corrections and/or escape assessments: Original Corrected Amount For the Assessed Assessed of RST Year Type of Property Value Value Change Sections 1975-76 Personal Property $1,357,725 $1,395,165 +$37,440 531.4; 506 Business Inv. Ex. 505,002 523,722 18 720 219 +$18,'720 533 1976-77 Personal Property $2,029,685 $2,054,765 +$25,080 531.4; 506 Business Inv. Ex. 698,322 710,862 - 12,540 219 +$12;540 533 Assessee has been notified. I hereby consent to the above changes d/or corrections: it L� R. 0. SEATON JOHN LAUSEN, Co u ty Co sel Assistant Assessor t6/20/77 - ���ryr� -- Page 2of2 RESOU910H NO. 77/536 00191 a -F��tHsdou9b IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 77/517 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 1976-77 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; and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. In Tax Rate Area 66041, Parcel No. 195-113-001-0, assessed to David P. G Wendy C. McGrath, has been erroneously assessed with Improvement value of $5,525, due 'to error in basing this assessment on incorrect amount of square footage of living area of the residence. Therefore, due to this error this assessment should be corrected as follows: Land $5,225 (no change); Improvements $4,275; making a total assessed value of $9,500. I hereby consent to the above changes nd/or corrections: R. 0. SEATON JOHN CLAUSEN, ount Counsel Assistant Assessor t6/20/77 e ty Copies to: Assessor (Mrs. Kettle) ` Auditor Tax Collector Page l of 1 RESOLUTION NO. 77/537 Q�192. MIN, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll } RESOLUTION NO.77/538 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 1976-77 ' It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; and, further, such error caused the assessor to allow business inventory exemption erroneously 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 of the Revenue and Taxation Code; and that portion of the taxable tangible property which was inaccurately reported should he entered as escaped assessment pursuant to Section 531.4; together with interest in accordance with Section 506; and, in accordance with Section 533 the assessed values erroneously or illegally assessed should be offsetagainst the proposed escaped assessment for the same tax year; and business inventory exemption allowed in accordance with Section 219 as indicated. An audit discloses the following corrections should be made to the unsecured assessment roll: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value' Value Change (R/T Code Measurex Systems, Inc. Code 53004-Assmt. No. 3559 Imps $156,615 $149,825 $6,790 4831.5 Pers Prop 56,065 61,765 +5,700 4831.5, 531.4, 506 Bus Inv Ex 1,930 4,780 -2,850 219 Net Change -$3,940 533 Assessee has been notified. Assistant sessor t 6/16/77 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 77/538 Page 1 of 3 0o1 g3 FURTHER, For the Fiscal Year 1975-76 Original Corrected Amount Pursuant` Class of Assessed Assessed of to Section Property Value Value Change -(RtT"Code Measurex Systems, Inc. Code 53015 -Assmt. No. 2006 Imps $162,240 $155,230- 47,010 4831.5 Pers Prop 54,080 54,080 -0- Measurex Systems, Inc. Code 53015 -Assmt. No. 8001 Pers Prop $ 9,170 $ 8,610 -$ 560 4831.5 Bus Inv Ex 4,585 4,305 + 280 531-;5,'506 Net Change -S 280 533 FURTHER, For the Fiscal Year 1973-74 Data Test Corporation Code 02002 - Assmt. No. 2909 Imps $ 890 $ 890 -0- Pers Prop 40,680 40,510 -$ 170 4831.5 Bus Inv Ex 142746 14,67a + 76 531.5, 506 Net Change -$ 94, 533 Herman Siege] Code 02006-Assmt. No. 2113 Imps $ 2,600 5 2,600 -0- Pers Prop. 13,110 12,765 -$ 345 4831.5 Bus Inv Ex 4,865 4,815 +- 50 531.5, 506` Net Change -$ 295. 533 Loomis Drugs, Inc. Code 14010 -Assmt. No. 2313 Imps $ 3,320 $ 2,320 -$11000 4831.5 Pers Prop 26,390 26,810 + 420 531.4, 506` Bus Inv Ex No change Net Change -5 580 533 Assessees have been notified. R. U. SEA N, Assistant Assessor MSOLUTION NO. 77/538 Page 2 ofnn3�� ^1 • l :f�i7Z Original Corrected AmountPursuant Class of Assessed Assessed of to Section Property 'Value' "Value -'Change R 'Code Measurex Systems, Inc. Code 53015 -Assmt. No. 2002 Imps $168,920 $162,500 -$6,420 4831.5- Pers 831:5'"Pers Prop 56,310 56,540 + 230 4831.5, Bus Inv Ex -a- 104 -$ 104 219.: Net Change -$6,294, 533 Assessee has been notified. oe I hereby consent to the above changes d/or corrections: R. U. SEATON. Assistant Assessor JO USEN, sel 8y Dep n yv A ^1 4 y f 3 x y RESOLtITIOW" No. 77/538 Page 3"of 3 QZ.SJ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION N0. 77/539. of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1977-78 ' It has been ascertained 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 interest on taxes pursuant to Section 506 of the Revenue and Taxation Code; 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 Revenue and Taxation Code, the following defects in descrip- tion 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 delin- quency date, upon the showing that payment of the corrected or .additional amount was made within 50 days from the date correction is entered on the roll or abstract record. R. 0. SEATON Assistant Assessor Copies to: Assessor (Mrs. Kettle) - Auditor Tax Collector Page 1 of 2 RESOLUTION \0. 77/539 V Ii In Tax Rate Area 82004, Parcel No. 037-191-009-2, assessed to Emerson Dairy and Ethel Emerson, should have entered thereon the following corrections and escape assessments: Original Corrected Amount For the Assessed Assessed of R$T Year Type of Property Value Value Change Sections 1973-74 Personal Property 5159,180 $161,770 $2,590 4831 1974-75 Personal Property $194,345 $196,160 $1,815 4831 1975-76 Personal Property $176,635 $183,465 $1,680 4831 5,150 531.4; 506 1976-77 Personal Property $162,345 $168,945 $2,070 4831 4,530 531.4; S06 Assessee has been notified. In Tax Rate Area 86006, Parcel No. 086-010-011-4, assessed to Gladding $ McBean $ Co., c/o International Pipe 6 Cera., should have entered thereon the following escape assessments: Original Corrected Amount For the Assessed Assessed of R$T Year Type of Property Value Value Change Sections 1973-74 Improvements $394,140 $451,025 $56,885 531.4; 506 Personal Property 258,870 263,660 4,790 531.4; 506 1974-75 Improvements $414,085 $473,005 $58,920 531.4; 506 Personal Property 356,230 362,110 5,880 531.4; 506 1975-76 Improvements $473,390 $548,995 $75,605 531.4; 506 Personal Property 240,070 247,390 7,320 531.4; 506 1976-77 Improvements $464,340 $549,560 $85,220 531.4; 506 Personal Property 455,395 463,430 8,035 531.4; 506 A�sssess�ee has been notified. I hereby consent to the above I' changes nd/or corrections: R. 0. SEATON JOHN CLAUSEN, ounCounsel Assistant Assessor t6/17/77 uty Page 2 of 2 RESOLUTION NO. 77/539 V 00197 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. 77/540 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, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; and, further, such error caused the assessor to allow business inventory exemption erroneously 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; together with interest in accordance with Section 506; 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. An audit discloses the following corrections should be made to the unsecured assessment roll'for the year 1975-76: Original Corrected Amount Pursuant . Class of Assessed Assessed of to Section Property Value Value Change (R/T Code) Winton Jones Contractor, Inc. Code 79111 - Assmt. No. 2499 Pers Prop $, 18,770 $ 17,285 -$1,485 4831.5 Bus Inv Ex 3,930 -0- + 3,930 531.5;' S06 Net Change +$2,445 S33 Assessee h�as-been notified. SPA T ssistant Assessor t6/22/77 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION N0. 77/540 Page l of 2 .v 00198 For the Fiscal Year 1973-74 An audit discloses the follo4ing corrections should be made to the unsecured assessment roll: Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Chan a (R/T Code) Winton Jones Contractor, Inc. Code 79111 - Assmt. No. 2386 Pers Prop $ 11,550 $ 7,540 $4,010 4831'.5 Further, for the Fiscal Year 1972=73 Winton Jones Contractor, Inc. ' Code 79111 - Assmt. No. 2360 Pers Prop $ 35,630 $ 31,770 $3,860 4831.5 I hereby consent to the above' changes/ nd/or corrections: Assistant Assessor JOHN 1 CLA/U`SEN u Counsel DeB R;r50LUTI0li NO- 77/540 Page 2 of 2 01199 _.- Y, 4? M:Va-COST.i CMITv, -eros nr:CFrT,�OR T the a"ter c''-.C^arges ) - c!' the ' _ cr.t a^ll ? of Ccrt....Cnztc Cc..._tJ RT:$Dli.TTIO! "0.77/x41 1 ?rm' iS, tho.CCU t7 t ress. hr.-.ira !i7C.� s i G .`E��:_�:'� �'cr P?dtticn cf eE c.. CS Es"Veats;. �-POR , 'Ar IT 0--00.1.112 that thc rTt=t, >'•..c'ifor`ia c'rrctee tc c?d..tho `_tliczinr`e cage::aszcssmC ts' ^or 'he?iscal ?cer.1977 79 It hac tEc-r dote :.i_ncd fres i=czuct;ea received in the EscCsoriz Mrice that the'.follcw-in .ho=ecwnsrTs c.-.captica clr-.Ma vere ineor_cetly ellci:.ed Leecust thZ.:clef ants cid. net'reeide'on their property.on the'.licz date c!' the fiscal.,year indicated telco Shcrefere, escape escessments sh'cul3,be made. ru^suant tq::Section-.531:1. cf the 3evenue and Taxation Ccde. Interest .on:tcxes.should-be added in cccordc.ce lith Section.5C5' of:the.Revenue end Taxation Coee, ;--d t^s ter. rete saplicccle.shall be tri'-tum rete of the.Iecr In Which iz aropertiez: 6_micd assesseent A::cenalty of 25 _ercrnt of the cr:er--zt of the 6zcczce az csr!r<=t shculd be 'eealied in ccco^drmncc"f ith-,. Szcticn 50-1eofthe 3overue Fnd_T._ret cn C^cc.tcer-use .tee erc Lti:cnz: tr:err: allo-wed reccuse. of inccrrect'1 formcticr submitted b;; the cicirant vitt :_ncwlcdre. that such informatim-ms inecr^ect. "_'hc', �sessees bevc vee-: =otified: Escaped assessment ror the Fiscal Misr.197445: =ate ?-Dunt c:^ ?sra' ?creel :l4 3er Area- Escaue (3~T Asse ace. 5313-0e, rtG01 -$17550 S 7-50 '»a+'o-.,.. U _scared Assersments for the Fiscal `_'ear 197E-77: Tax Rate _`-mount of Penalty ?srreb '"u: ger Area Fecane 3t T. C! ? t$SnRace Otr�.O�-b "' — sragoza, Rmeld 1 5-2 0-007-0 9 421 t7c0 37.:0 3oa`h,.Ste,.aen '' I Jere c/o Schwe_tz,; lliott •23e-1C1-CC4=6 1:;002 `1750 $t37.5C Grier, Charles CC-G^2-G10-0 03000. 1750 V07-50 Lis, ochceaL•crg, R=oa 517-ao2-016-5 03001 $1750 w437.50 Goidi, j_amila:. .is;=t fEsessor VE-2P-i7 ^o_;; te: nscesecr (':s. RcdLeis) Auditor. a:. Colleeter. page. l of i RESo1III-7M. 11:0'77/54 V OA200 I C Ia'.3A C .s• J F CF CALV"L- rn' y, the _'Etter of Changes ) of rscssrent Roll t cf Centra Costa Ieunty. Z7/542 the. Co"t, ses_er tsln�; rilce with this Bawd " _i•Cy__.. far a;ithien cf'e£.QEors FZ -cYlts; rc'« si'{ .7Z - 1: _rte, t!a C: I st GLi.tCr _S di_cctcd to add the fc11c::�F; esckre as_ic c is For the :'ileal :ear-1977-78 it has been determined fro: informatiec receives in the !_ssesncr's .-lice from.the Franchise Tax rcaed.that `i; followl-a- tacreoaner's exarVticn clams-:ere incorrectly allowed. -T_Fe aseesseGs. have stated thet they residcc in a emoted dwelling on the lien dots-c_^: t?e fiscal year +r.dica.ted telca: __arefcre, escape assecss:eits should be r_Ece pursuant to Sceti a 531.6 _c' the Fevcnaa.snd Taxation Code, -and c penalty of 25 percent of the asci---zof`tte acca;.Ped acsossdent ahoulm. b© zp lied in accordance with Sect n 50'; of the.Revenue end Taxation. Cede 6caus6 the claimm- is did nct nctif7 the assessor I= c timely Ener thzt the prolartics.were no longer eliLible for the exeraticn. -he tae rate applicable shculd be t1is taz rate of the year i- 4'hich the prcperties oacapad asecs=ant. '_ntcrest on ta-.es ander Section 5C6 cf `Y.e 3evcnna a^_c' Taxation Cc-As should be cojc.utee to Lecorber 31,: 1976, due to.the asncssor's.inatili_,'.to corpleto valid prcccevress' - Initiated prior to that'dttc. ^he asseszees have been n,3s.i:icd... -seeped assess_c nts for the ?iscal _,sr 1S75-76:, Trx Amount cf ?:- pity -tr vl "Hbe4rea Escrze (?s' =M4-) Asseszee -521 C :c .er, ::art yn A. 17ti-433-^26-7 12C52 `:1^,50 yEj—,.50 '0c1aler, Anthony F. 3•ronna"' 1'-4-051-:-''' .�.}} 79C83 $1750 j4,17.50 2ricka=, Yrda 2:. i72-i7C-CCE-6 090.47 y1750 x.37.50 ScLulze. Crace 216-042-015-0 66047 $1750 $437-50 Smith, Donald H. & ["-therire 218-251-002-0 66066 ^1750 " •7.50 Eciley, Donald i _harlot A. 256-023-^18-3 1500 41750 x°37.50 Fdwards, Ovid I— &"Core,U. 262-192-023-b 83Ca4 x1750 437.50 :urrsy, John S Jr. L'4irninia 263-052-007-6 830 $1750 X37.50 :erdel, rcnis G 463-376-OC4-4 65028 $1750 .T37.5C Carw-icL,.John jr. L_Gene L. ^. .c.,'�0::, Assistant Assessor. t/6-20-7T. Cony to: jrsessor .',odoerr): Auditor Tax Collector ?ego 1 of'I 77/542 V 0.1201 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ; RESOLUTION N0. 77/543 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 1976-77 It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund: Code 08007 - Assessment No. 2022, General Services Adm. is erroneously assessed for Improvements with assessed valuation of $7,900,000 since assessee included cost of land in the improvement value; therefore, this assessment should be corrected to show Improvements $7,268,750 assessed value. It has been ascertained from the assessment roll and from papers in the Assessor's office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 the assessee may file a claim for cancellation'or refund; further, in accordance with Section 531.1, an escape assessment in the amount of the exemption, or.that portion of the exemption that has been erroneously allowed, with interest as provided in Section 506, shall be made. An audit by the State Controller discloses the following corrections should be made in the name of Proctor G Gamble Mfg. Company: (Original escape assessments enrolled on June 3, 1976.) Assistant ssessor t6/11/77 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 77/543 Page 1 of 3 002ti2 I s Original Corrected Amount Pursuant Class of Assessed Assessed of to section Property Value -Value" Chane "(R/T Code) Code 08001-Assmt. 18054 (esc. for 1972-73) Pers Prop $ 362,110 $ 362,110 -0- Bus Inv Ex 108,633 -0- +$108,633 4831, 531.1, 506 Code 08001-Assmt. 18055 (esc. for 1973-74) Pers Prop 461,840 461,840 -0- Bus Inv Ex 207,828 -0 + 207,828 4831, 531.1, 506 Code 08001-Assmt. 18056 (esc. for 1974-75) Pers Prop 1,225,067 1,225,067 -0- Bus Inv Ex 612,533 -0 + 612,533 4831, 531.1, 506 Code 85104-Assmt. 18001 (esc. for 1972-73) Pers Prop 168,970 168,970 -0- Bus Inv Ex 50,691 -0- + 50,691 4831, 531.1, 506 Code 85104-Assmt. 18002 (esc. for 1973-74) Pers Prop 237,980 237,980 -0- Bus Inv Ex . 107,091 -0 + 107,091 4831, 531.1, 506 Code 85104-8003 (esc. for 1974-75) Pers Prop 352,340 352,340 -a- Bus Inv Ex 176,170 -0 + 176,170 4831, 531.1, 506 Further, for the Fiscal Year 1975-76 An audit by the State Controller discloses the following corrections should be made in the name of Proctor $ Gamble Mfg. Company: (Original escape assessments enrolled on July 9, 1975.) Code 08001-Assmt. 18041 (esc. for 1971-72) Pers Prop' $ 77,870 $ 77,870 -0- Bus Inv Ex. 23,361 -0 + 23,361 4831, 531.1, 506 Assessee has been notified. R. 0. SEATON, Assistant Assessor RESOLUTION NO. 77/543 Page 2 of 3 MA Original Corrected Amount Pursuant Class of Assessed Assessed Prof to Section Property of Value C" ''Chan e � '(R/T Code) Code 85104-Assmt. !8003 (esc. for 1971-72) Pers Prop $ 493,440 S 493,440 Bus Inv Ex 148.032 -0- + 148,032 4831, 531.1, 506 Assessee has been notified_ I hereb'v, consent to the above R. 0. OTi Ass ._�, A.� ssorChang and/or corrections:SEAT JO CLA E o Counsel X } a Y k l RESOLUTION No. 77/583 Page 3 of 3 V x:1204 OWN .,� pt7eia haL } fi'LCl .:ith f h 'Ga..:u. ... far u.:t t.-it, is C17 i;Z- a he f, 10%- j �ZC :ew For,the ?iccc, ' war 1477-75 tas pec: r certai is _rta rae--ras is the• s":;sor's Criice that the st.--:ticn ciatn uart. Sz:correctly. Therefore escape ssscsawcnts shc�ld be rade vurzaan'. to wectioa 531.o or the 'teve ue.ant Tsxe:icn code, r�.a s penal`.y of 25 pc cent of tha' Mount of the esektc assess-meat`shcald be pliuc as provided in Section :,C4or tte Sercxcc`and Taxation Ccde. TI.terast'or. te'-ca shcald ba added in aecoreanee With seetica.%6 or ere 3evc.ue end Taxation Code,.end the ton rata applicaule shall ce t_E ...s rai.tr cf the. year in a:tico- the 2rop-crticz escoped asscz cant. -'%e assasscca hews been notified. Zscwpc.d tha r^scal Year 1S7L-77: The fallouin& claittsnts `ere iaeli,,-Me _far the hc-�ecwrer's eso-x?ticn tocatzse they did not =e _:t on thair property o^. the lie: lets pur=nent to iurescuticn raceir<d dorm& the 197' Tater-Ccunty XLtch for duplicate filings conducted by the.State Hoard'c.Equalization. TeC !`.bte _'?^t st ?C f7l.t� Parcel "'---tcr rea czae w `` Y�L`z FsstsZee 0 h-1 -j G1C 4 mow - r: 7.50 ?er u�oa, Michael J. L :+sry C. 171E-1y'2-017^2 02013' ,+'-750 2L37-:0 :th, 0re5ory A. a Seen E. 133-WI-a,:7 3 02002 ''1750 S'-437.50 dward S. -lverine 5. 1514^1,3-015-o C2026 $1750 ;:437-50 Sera's; uober S. L Sally.F. 140-031-612-2 C-9010 4750 8-37-50 Allan, James ?. t, «uao.E. . il;:t-161-0y.�-2 79030 ~*'1750 411.50 Nuen,.Tony.S. Louise C.. .i. 0. S,..iiCt;, Assistant.Aasessor t/5-1!;-77 Y Cc?._ to: Assesscr (Hrs. nc'gcrs} f uatcr San Collector - spge L of 3 . B_.3Ca.r2Ca C. 77/Sa4 U 00205 !:f.z2--te Iterat cr 7CA&U1 - ;-C C-a 0 7�L,-T757L ) z , 320 *AN^ ;1;.7:50 - , ''-„s '.C. :. RcjL:tr j4-140-W-4-6 02u I C �4-3 7-50 2I.-d13nC4r, Z :: Lcroj !, Nulth ?owlur, Richard T. & Joan E. I -39C-C31 0 C, Oi -:cr r9 .2 CSOCC ;437.5C. ;4 -5C Szoacer, Ponald.M -1, Loiz Zane .16ft.a. 1 -07-C Et,105 M50 :437-50 Elterbou=c, 4arry -C-Ir- 66C27 �1750 41,37.50 RvC.Jsfi, Mr7 J.r:: C Q-22166112 -hV0 -t,.37-t,.3711. rcr-1c, :ozo;,IL 1%, L:07-221 0Z? C6112 >;j 0. p437.50 :-sr-tett,.9, 0* E'�A'.*urial A750 -1 11 COCVrlC�1.1mr, ?red. ck -',zetty 210-4e4-0-22,1-2 C-6065 MM r43 1.50 Pcw-711 4!1a A. 2U-1114lL.-.j Hou �,1750: ;t4137-50 ;; Marku, =-yle Pa a ,; 731,320 ;1750 4437-50 ?:Ujotti, :*rimc.L. -I ;.lberta ';-00:--9 15 A750 -17-50 Vednals, Thomas nuz ;. C. 24156-G51-002-7 6111750 4 760 Carlson, Un-ton A..& I. Z: '-;cicn R.. 3;,7-C`7-CC'1-7 - S-1750 - 7-.�iO olo, Zcaeph A. Patricia . 40.3-3ZI-C4M Cf-OW R750 T437-50 tsr-onne, Loans. As 426-311-012-6 CW&M 47.50 f4.37-50 Eazen, Jobn 0. f. Mlith.S.' ��-CC4-0114� Cam $1750 -437 ,50 Warren, '.1'alter P. .& Theresa 0. '47:50 Fabratti.-Robrt, A. & Genevieve -ze-3-61'r-3 08001 -1750, W .90 CO 'c- Mal �P -C -011-9 oftol 1150 V437-5 Them— .1, Mich JULY= 523-0k3-024-C 0001 ;1750 -.-1 .50 Rchlin_zz, l�artin T. t--YArl L. 327-150-01” 0800I Q-1750 437.50 rlirooe, C--taransa, ;iilli&-% 530-17C-008-3 08001 11750 7137.50 Gustafson' Carl *V. & Heater I. 5128-4D12-001-7 Gem *1650 F412:50 Atchison Gustafson, r=- ,.UCL Eames c/o 0stby, L. Reuben k Josephine The fbllowizzZ claimants were Ineligible for the h=etrumrls exemption because they did not reside on their propurty an the lien.date pursuant to 1:nft- r-mation received I-. the.Azsessor!s Office. Tax Sate --count of Pcralt ?&rccl --serer Area, Mseare IBM 5 A-zeez 4 ct$7-043-003-5--M- 3 U.-1750 -fl,37-.5V !!CSCG, Demance F P Dolclas U. lr4-552-CID-6 C541750 W7-cb Farnar, Edythe Audrey 572-1-50-010-5 850N $1750 .;'4137-56 Soith,.Stephea M. The follcricinfi claimants have *con found to be irelLeible for the hemetwarr's examption because they did rot verify their principal rc4id,jncc on the lien data as rerclred bj the State Board of ftualiiation m- *us should dur-InC an audit co:ductcd by said Board. torefore, the axe pti 3 ul be rcn.cvad in acecrdrrce with Section 255.1 of the Revenue end TtzatScn Code. Ta= net* Anount of Peril ?-,real ::=tbor Arce Encase MT 50b Assessee 23b-UQ-020-0 11-Olb !q1750 %37 ,�U neltmtn, wiloOrt P. L' Joyce C. lazlet 268--g3l-0034 V 750 7:50 Cec.ilirl� 0. 3i-N, Assessor Cory to: FW3esnor V:rs. Rodgers)',, PU49 I tor Tax Collectcr Page 2 of 3 R3SCLUTM11 So. 77/544' 002(* ^stc ra0c.t of Pc^elt? rc.t Area cp-3c M— Cft _ses:.ee f437-50 eir, ti ^e L. 84029 ':.7175: 4? c0,. .ast^ Jarirercc -c1c `Cr_151-03C-5. e5on ,.:A 0 V17-0.'. Etuforreraactt t,I=icc, 5$9-071-0-C9-1 08001 '180 $11 -450 YhiLe,_CI rlie T:, T_stLte of ____��� i LE ire .cr. Lo•the cove ' • c!u pec sic/cT c r^¢ctsc-:s: " R. 0. CLIUSE", Cc=t,;Counsel rti JL l y ^ ' 4 -*y r e v t Imo, W.- s s 'K� yxm. J AAlr hl'.L` 'ch S � r � S CO;v to: 1 se_cc (P* ?eZ�ar ) < 1`s.. CmldcctC . nt�e3 of3. c�T•*a �.e:77/544 L 1% 0020 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Approving Retirement Hoard Regulation on ) Contested Hearings Procedures & Applying ) RESOLUTION NO. 77/� CCP 1o94.6 to Judicial Review taereof_ �. June 28, 1977) The Contra Costa County Board of Supervisors RESOLVES THAT: Pursuant to Government Code Section 31.525, it hereby approves the Regulation (Article VIII of the By-Laws) of the,Board of Retire- ment of the Contra costa County Employees Retovrning'he conducnt t' which that Board adopted on June 14, 1977, g the application of hearings by that Board or its Rzfzrees including thereto of the provi5lons on Audi°131 review thereof which Provisionscontained thereby Code of Civil Procedure Section lh94Retirement Association). made applicable in that agency ( PASSED on June 28, 1977, unanimously by the Supervisors present. cc: Retirement Board County CotBea County Administrator GWM g RESOLUm_10N NO. 77/545 00208 `r M 1r1TS BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Street Sweeping 1977-78, Service ] June 28, 1977 Area H-7 Item 5. ] ] Bidder Total Amount Bond Amounts Richmond Sanitary Service $1,758.76 Labor&Mats. 2y 879.38 205 - 41st Street Faith. Perf. 1,758.76 Richmond, CA 94805 San Jose Commercial Sweeping Company, San Jose Contra Costa Sweeper Service, Pacheco - The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommt)nding that the bid listed first above is the lowest responsible bid and this Board concurring and so finding;- IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and suf:icient surety bonds as indicated above; and that the Public Works Department' shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any roquired certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on June 28, 1977 CERTIFIED COPY I certify-th t this is a fa11.Ins E t—eet copy-or ..ori;anal dorcment ahh-h is on file In my-office. Originator: Public Works Department and that It was I—d a adopted by the Iu.,d or Maintenance Division supe'iso.of Cont.C".County.Cau[omla,on the date ehowa.ATTEST:J.IL Or eco.N,Cnuntr Cl rk L e w..eelo fleck of=u Iloud of suDerviaeu. OC: Public Works Director bJ ptuJ'C1erk. County Auditor-Controller a, ,fes onJUN 28 -1977 Contractor Jasrt L[:ii:ar 00nn 20 Form 9.1 Rev. b-75 Cir rr..c. 9 (coastructioa Lgecorent) L'0 (Contra Costa Catty Standard For" ]. SBrenem YSP•.S. T eso spacial tens aro incorporated bele+by reieronce. (55203) Parties: tPublie agony) Contra msu Qxw J (Contractor) RiCbMWA Sant Smvicam 1521 $ffeeS�aa Date: July 1, 1977 (Sot 54 for star-r+ag date.) ' (53) rho Uork. S met S+.•aeping Services far`County Sa;vjee Area V,7 ja a=rdaroe with the pia dxadnp old Soaafim'&J=.s pvepmed by or far the Ri73ic(,torics Director ar d in aCC0.`'ftum t._th',m a=07,-pd Bid Pzcpasal. + (S4) C*4L-.£om Tfca: Int--£two oat (a) ar (b) ama "caleada:' or ".yprking") (a) W tdatel June M. 1978 , Imleesss 1.. caarm2/fJ{leed`ewlier.r.}r mtm Grata Tty. CSS) LigrceACed Damages: $ 11= per calandar day. (S6) Pubrie Agenay'a Agee'.. Afhlir F.'nrLa 71;ve,.F.... t57) cot.-cat Prion: $1.758.76 (for Unit price contracts: core or less. is f=xrun quantities at w=it bid prices.) (strike out parenthatical ontorial iL inappLLcabic.l S762.?VR=S 6 AC==V s-==2!. Pyi:e iser.:a. - sidaat, McMahen Or Other _ pal °. aignate8 8epresentarive) �P�iic norma�^eet (secet�-y) Contractor, bare=y =iso ackawledsiae �,.,y �13L eUc7liance with La�or Coro 51:61 canes^ aLox. taoaeaoa,m o ssness MAW [MiSys ' gnato officlal capacity in enc businessi ' . Sola Oo CocSrac.or ru rzacau aokaaola&,none-fora Woo. and (a) if a 0027erO- tion, aff:c Corpora:= Saal. - -state of Calico-sia ) ss. ACYDOPLBDOCi7T (by Corporation, . Gouty of(�Awf .&. a�ST/4 ) Yartactfifti or Iadiv£dorl). slgaing aboic for Contractor, knew= to ca in individnal and business c.cea•:ty as stetod. p^ssonally appaarel before ca ' and aakmoxlad-god that Wthey -h it tnd at t10 carpxae:aa ar gar::o-shi -d aao'r cxoen-rd it. .Sum-) 5orazy w c - - - - -- - - - - - - - - - - - --- - -- - - - - ---- - - - - - - - - - - - - - - - VW, � • � ovFtctaL scat lPaege 1 of 4) D10W A.BRFARFA aoraar Pogue.CUIVO " t me-1: Rev. '11-751 ConCOSTA Caw`ir. finn rr e...m.r. acv..•.o+.s0.if tM V 3. v-3.4a carrpacv, dims. W By their signatures in Section. 2, offectfv* art -SM ahaw are. t ere partsas pr se aced agree as,sat :oath is this contract, incerparating by thasc o.ferences am motorial 10special tarooml is Sec. 1. W) Contractor shall, at his awn I cost c.a c.;pouse, and in a wwl=ani'Jte Mucacz-, fully and faithtally porfoca cad er.r4lace the wa t:i and will furaish all materials, labor, sasviais and traasporcaca.oe aaaws&xy, aeav<aient and proper in order fairly to perforce the ra,141 R1 lots of %his cootcoat, all strictly 3n accorn aaca with the P:ulie Agam7*s plans, drawings aced spacifica:3ans. (a) eche work can be cW aged only with Public Agonc r•s prior written order opecifyiag such chan,j@ and its cost agzwed to by the parties and the Public Agency shall aevar have to VW acre than epecilied is Som. 7 without such an ordar. 4. Tinct :iMCC TO PFACM. Coat-aeCar wall start this week as directed in the speaf- seai.eons or tido Facian to Frocceds and shall corriste it as spad!Ud An See. 1. S. LTCUZDRTZD Qi1.N.Ac 3. it the Contractor fails to eocpleto this coutrant and this +wetk w-i�tii -s too t&warea t6e_ro:or, allawnco being aodo for costingasdos as provided herein, he :baoca*as liable to the Public Agency for all its loss and damage theraframs and because, lras the nnatae of the case, it is and wd11 be iapractieable aced astcubely difficult to aoeartaia+ and fin the Pn:elie ms's aatctal damage frac ung dolor is po�for�pes hereof, IL is a;scad that Contractor will pair as liquidated daoagm to tea ihbiic Aya:cct•the ratoxaa elo own apecifted to sec. 1. the result a: the parties' eumocab3a andeaver to csti:.ata We average coceeesatioa :hirefor, for each caleadai dsy!s d:lar in 9101sh"Off amid wads and If the saga be not paid:=Public Agency =W. 3n adf-diloa to irar,otthe� re_d%P aQO @ deduct.the awn f.-ca any =nor doe ar to boobmia-due C�oacraetor aendat chis coa- tract. - tf the Public AgM=W for any Goose aatba3.sas ar doot:ibscos to a.delay, suspb - slop of stork or extension of time, Its duration shall be added to :5e tie allmmd for cxplction, but it shall not be deemed a waioar new be used m defeat ant rioc of the AS90c r to damages for none-caopUtlun or delay lee_-amder. P causam to rwm-mat Code Sec. VIS, the Contractor shall not be assassed iiru_idated die os for delay in eoe*lsts om o: t-ao --ark, %&on such delay was eaesad by the failure of Cleo Pdals iganey or tta Geiser o: a utility to pzwoide for seaovsl or ralaatfon of a vis-t!g ut3Lty facil3i=as. G. :.: .-;rp WW.W-Z. The places, d--ad=s aa3 spedfiat;#oas or spacial provssions a.-CEO- Youblic ag=vwus Call for bids, aced Cos raccor's acapau d bid for this :bask sta beeaby in ern-pasted into T=5 eore.'aets cad tbW ase Lzae %Mfr. to co-operate, so cleat aor- t:tirg anhl blvd 3n the plana or draviaga and nor. ==Lohod is the spacif_eatiana or spacial scovislons, or visa versa, Is to be smocated as if @:*Mud, poetloened and not, :ac:h is :+o�:s, to the tate intoo: and rsaaatag thereof wban talon all together=; and, . Gilt_.aacos of opinion co:.cacday these shall be Ball; elates-Ined by PubL'ce Amgaaeyes 4--ent specUled is See. 1. T. PAyno.m gal r= his stzict and. literal ta3fin=nt of these Promises ad oand3tia-ss, amu• es'r:: c=tam ser-:= for an thus wank. the� Pa.b1L= zgoa.-y stall pal► :he eae-zaaw the luno spaclfiad in Sea. 1. swept that in unit prion eoatracts twee pggmest shat+ bo fee fiaia.eed quantities at unit bid picas. (b) On or about the first day of each cslrndw �.b the Contractor shall sndreeft to tie Public Ageagr a Vitified application for pagaoat, supported bT a.stateaeat dn"Ing all r.atoslals actually installed durbw the prueadiag emetb, the labor, m adsd does=, and the east tharoofs wba_­oupon, afterdeeckisq, the Public Agency shall issue to C:intractor a cortffieatas for the aua war to ;j to be dm. minus 10t taereaf pursuant -to Covornoent Coda Sac. 53067* but not until defaCtiva work and materials have been. rQ.www i, replaced and rade blood. g. i':_Yi:M..:•S m+':MELD. gal :he Pubite Ag=agr or its agent meg vitlikold any payaeat, or nv#Ceess4 naliity ail or mW certificate for payoent,•to such • a::ert and period of tine only as raft be ueecesaxy to protect the P%bUc Agency frena loss bc,::.- 'sws of: S L) Lw-foctive work not revealed, or uncompleted wast, or (2) Gales filed or reasonable evibienee ia3Seating V_-dw+bie filing, or (3) Failure to prCeftrly Pay swacoatraetors or for aatweIai oc Zapata ee (4) *=.*7.'Ysflale awAat twat the work can be a:plated fat the balance :-ser r::.+tld, a i3) Dx2ai-e to ar:otbar Contractor, er :6) r::r:se .o the Fr:+=i.: :teary, ather a!,an dc::age ulna to ds3ays. (ii) :3 a r. C law:.C= Shall Use v.?CC 4. a e::i...aCe A r:.SaCs er and repart .O t..a �•.;•- r as whe work pro ran:ea. •_-•.b settriahs Pace. inuoc %4:moi a = "'` to 3:, so an :o :va:C ::wwCr.;s-ty trcAZQ Or eabt -e =`.s Cant:saran 3n. r:.at=erg goad &my :x_= woe.; or tarts. . gel 35 cwZc:ador dajs alter the Public ligancy files its notion of covietiaa of rya oet±ca page 2 of 6) ;.:.:-:: :�,w. 11-75, [10211 work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withhold under this contract, provided the Contractor shows that all clai— for Labor and materials have Leen 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 £ileo against the wars: or site, and provided there are not reasonable inuic:.tions of defective or missing work or of late-recorded notices of liens or Blairs against Contractor_ 9. ITIS RA7cl. (Labor Code 551860-611 On signing this contract, Contractor must give u,ls� c Ngency (1) a certificate of consent to self-insure issued by the Director of Industrial relations, or,(2) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is award of and colics with Labor Cade Sec. 3700 and the Workers' Compensation Lay. 10. UOIMS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in arount(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. 'FAiLWC: TO PCRFORrl. If the Contractor at any time;refu._,es qr neglects,_without.fault of the Public Agenc.1 or its a3ent(s), to supply sufficient rat+,.-i.als Or MOrisMen-to ecrplete't-his,agreement and wort ai provided herein, 'for'a pari�od at 10 days-or mote after written notice thereof by the Public Agehrf, the Public Agency may-furnish.same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize too applicability of various federal, state and ocal laws anu regulations, especially cbaptar 1 of Part 7 of the California Labor Code (beginning n.•ith Sec. 1720, and including Secs..17350 1777.5, S 1777.6 forbidding discrimination) and intend that this agreement eoaplics therewith_ The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 i 1813, concerning prevailing wages and hour„ shall apply to this agreement as though fully stipulated herein. 13. SUBCO"TNICTORS. Government Code 553100-:113 are incorporated herein. 16. WNGE RATS_ (a) Pursuant to Labor Code See_ 1773, the Director of the Department of dustri R&_ ations has ascertained the general prevailing rates o: wages per diem, and for holiday and ovezrtime work, in the locality in which this work is to be performed, for each craft, classification, or type of rar::man needed to execute this contract, and said rates arc as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that nurbor of hours are worked, the daily wage race 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, su4sistonca, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must bu paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such wort: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 ot(tor - non-wanual workers as such) for which no minima wage rate is specified, the contractor shall irsaediately notify the Public Agency which shall promptly determine the p-availing wage rate Gierefor and furnish the Contractor uit)n the minimum rate based thereon, which shall apply from the time of the initial era?loywcnt of the person affected and during the continuance of such employment. 15. HOMES O:' UWOR. Eight hours of labor in one calendar eery constitutes a legal day's wrk, anul ouo vori:n:an employed at any time on this von:: by tic Contractor or by any sub- contractor shall be required or par-ittcd to vorL- longer thereon except as provided in Labor code Secs. 1310-1215. - 16, iU'l'ial':LCes. Properly indentured apprentices may be c-ploycd on this work in aecordancc uitli Labor lode Secs. 1777.5 and 1777.G, forbidding discrimination. (Page 3 of t) (CC-1: Rev. 11-76) 00212 17. pitix-:1CC•7CC FOR:LITCRIALS. The Public Agency desires to promote the industries and econ—V o Cc:itra Costa county, and the Contractor therefore promises to use the products, workmen, laborers and mechanic;of taus County in every case where the price, fitness and quality are equal. 18. ASSI3nkC::. This agreasent binds the heirs, successors, assigns, and representatives o h'-tcactractor; but he cannot assign it in whole Or in part, nor any conies due or to becaaa due under it, without the prior written=asset of the Public-Ageacy and the Contractor's surety or sureties, unloss they have waived notice of assignment. 17. SO enLrn nr pbnLIC A=:Cy. Inspoction of the work and/or materials, or approval of work: mai•or matijr1als xnspacted, 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 acceptanco 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 daeages or enforcement arfsing fr.m the failure to comply with any of the tams and coadtions hereof. 20. HOLD ktA Im=Rs Izn}r:I r- (a) Contractor promises to and sha11 hold harmlesc and xndeyufy trom tu. xabxlxtxes as defined in this section. (b) The indemiteas benefited and protected by this prorisc are the Public Agency and its elective as appaintive boards, cpctissioas, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedlysss fered, 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 tha Public Agency approved the improvemont plan or accepted the improvements as ecni,leted, and including the defense of any suit(s) or action(s) at law or equity concerning thass_ (d) Thu actions causing liability are any act or emission (negligent or nun-negligent) in connection wee matters covered by thiscontract and attributable to the ceatraator, sucontractor(s), or any officer(s), agents) or employees) of one or more.of them- (a) - hem_ (a) Non-Conditions: The promise and agreement in this -action is not conditioned or depe:u:unt on .w` i'Tther or not any Indemnitee has preparcu, supplied, or approved any plan(s), dra,visg(s), specifications) or special provision(s) in connection with this war!:, has insurance or other i.ndeami£ieation covering any of Cites.matters, or that the alleged damage insulted partly £roo any negligent or willftl misconduct of any Indemnitee. 21. tLcavAT=.-.. Contractor shall comply with the provisions of Labor Code sac. 6TO5, if applicable,able,by s=mitting to Public Agency a detailed plan shoving the design of shoring, bracing, slopmh=arding, or other provisions to be made for worker protection from the hard of caving ground during trench excavation. -- - (Page 4 of 4) (CC-1; rev. 11-7E) 01213 July lat, 1977 State of California On before me,the undersigned, City and is a Notary Public of said county and state,personally appeared County of San Francisco M. R. Preagu I known to me to be the attorney-in-Fact of nouMM 1000ITY cCWAHY the rnrporatWn thatexecutud thewithin itsVam nt,and known to me to be the person wino executed the said instrument on behalf of the Corporation therein named,and acknowledged to �.uuwwtw•nwwwww+nwnm-rrannunn me that such Corporatio executed the sante- CYNTHIA L JIUMER e 's &N07 O—G9L1=CMa } '. amum.M a UM' 44U s:rs vnue at!ramnmeo t»1+6 21L MBO� e:oTggr?U9uC tn+uaw++,nwu,+m++wunuwun W uunMu+:, INDUSTRIAL INDEMNITY COMPANY 255 CALIFORNIA STREET SAN FRANCISCO,CALIFORNIA 94IZO Contract Bond-Faithful Performance Bond No. YS 748-9652. Public Work-California Premium S 26.00 CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That IMCMIM SAIIXTaRr SI MC= r. as Principal, I and INDUSTRIAL INDEMNITY COMPANY,incorporated under the Laws of the State of California and authorized to transact surety business in the State of California,are held and firmly bound unto COW=OF COMM COSTA,Nartiaaa, Co. in the sum of ONE TWUSAND SE9IDI HMDMM M=ZI6H7 AND 76/lWtha- - - - ---- _ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars($1,753.76"), for the payment whereof,well and truly to be made,said Principal and Surety 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. .19 .with the COUM Or CON7u COszL to do and perform the following work,to-wit:. Streat Sw*spiag 1977-78, Service Area H-7 Its 5. Now,Therefore,if the above bounden Principal shall well and truly perform the work contracted to be performed under said contract.then this obligation Shall be void;otherwise to remain in full force and effect Signed and Sealed this let day of JOLY ,19 77 HICF!!0�SlKTUM INDUSTRIAL LNDE3INTTY CO3IP.,NY By t Prehger, Attomeyin-Fact 1Y00f R.tllfl]I X021 State of California ) on Julj 1st, 1977 before me,the undersigned, City sad 1 ss. a Notary Public of said county and state,personally appeared Cngnh,of Sas Fzuacirco j t X. R. Psatser 1 known to me to be the Attorney-in-Fact of � INDllSSSIdL INpBlIIiISY CQlPAN7C 1 t the Corporation that executed the within instrument,and known to me to he the person who executed the said instrument on behalf of the Curporation therein named,and acknowledged to me that such G,rP oration cra scte.l the Same. nwnnuauamc.�xtnna C1^1 IA L BUTER / y N0712.pU;ift—VaMC CA 1 lnT ACUIV C+S"ti 1ka';U NOTARY PUBLIC as two..sa:.,J.,z—,nv ? fYG to rt♦1�:>SI � mvcco � Contract Bond-Paymcnt Bond No. YS 748-9652 Public Work-California Premium iududed in Pedorma,mce 6oud INDUSTRIAL INDEMNITY COMPANY 233 CALIFORNIA STREET . SAN FRANCISCO.CALIFORNIA 94[20 KNOIy ALL dIEN BY 7WESE PRESEN7S:That we, EICHMM SANITARY SEVICE of 205-41st Street, Eiclaead.California ,as Principal, and INDUSTRIAL INDEAINITY COMPANY,incorporated under the laws of the State of California and authorized to transact surety business in the State of California,as Surety,are held and firmly bound unto COMM @ COMM COSML.w..m.a„-y California _ ,as Obligee, in the sum of Z=MLwmn Il SE?>$TY SM AMID 38/100ths-----r-- -- -- -- - -- - --- ---- - - - -- - ---- - -- - - -- Dollars(S 479.38 ), . for the payment whereof,well and truly to be made,said Principal and Surety 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 .19 ,with the Obligee to do and perform the following work, to wit: Street Saaapitrg 1977-78. Service Area N-7 itea 5. NOW,THEREFORE,if the above-bounden Principal,his or its heirs,executors,administrators,successors or assigns;or subcontractors,shall fail to pay my of the persons named in Civil Code Section 3181,or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,or any amounts required to be deducted,withheld,and paid over to the Franchise Tax Board from the wages of employees of the Contractor and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code,with respect to such work and labor,the surety or sureties herein will pay for the same in an amount not exceeding the sum specified in this bond,othenvl the above obligation shall be void.In case suit is brought upon this bond,the said surety will pay a reasonable attorney's fee to be fixed by the court. This 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 give a right of action to them or their assigns in any suit brought upon this bond. SIGNED,SEALED and DATED this mat day of JULY ,19 77. HICt8101m SAIIITAYY SP3VIl� (Seal) Principal BY i INDUSTRIAL INDL%INITY COMPANY By !1. S. erns Attorcy-in-Fact .voce..mora 00217 jj CERTIFICATE- OF INSURANCE to te Iruly M is that the plikies listed in this Certi5cate have been issued to the Named Insured by I'm Company designated below. This Wik*does not antes;extend or otherwise after the tam w4tions or exclusions of such policies. Ism"To INW.1 and AdIrew Contra Costa County County Administration Bldg. 651 Pine Street Martinez, Ca 94553 AT iii Richmond Sanitary Service 205-41st. Street, Richmond, Ca 94805 lWis d LIaWlidy Pricy muder raft Tam Im d tomm am*talsiy r4m Datow WWLMWS ea ppeasation stablary S ,000 Eat Peam Eaftof 1.1"11 5 .00 EKk Accident 6n - S 000 mascot-Each Person 500 .000 Earn par= MP 27640 13-1-77/78 tksfd S-500 .000 Each Occurrence S 500 000 s. Camrdemine Can" - $ OT 000 Each Datuff—m— V-- 500 000 E-! tia6lfb AlVepte Operations $ 500 T-4 Annepta Protective $ 500 ,0001R! MP 27640 3-1-77/78 "MI, Agrepte copoew !W, $ 500 000 OW10035 aW Products 3 Soo 000V con bdeve W4 % .000 EA0�acwwce 5 000,A' 0 is NO'. To=&Liar 000:`-;31 ad S .000 Exhaccurrefice 5 .0 A. =-Iftruje- A .000 Awepte $ .0001 4. S .000 Each Occurrence S 000; AWWt1 s .000 EXISS 5 000 W Occurrence Q=Y-fff Famal $ 000 AgUezato Descripm ad he"d Wratim Us shm"n By endorsement to policy MP 27640, Contra Costa County, its officers, employees and agents are named as additional insureds as respects the insured's contract with Contra Costa County for street sweeping. til The Cinpany designated below will make every effort to ratify UP hftf of this Certiftat-2 of my cattrial d=V in or craffa6m of emse Purities, but=Wnes no res;=Kity for failure to do so. UNITED STATES FIDELITY AND GUARANTY COMPANY a ❑ FIDELITY AND GUARANTY INSURANCE UNDERWRITERS.INC. patr 7-12-77 03. Ll c Z3 00218 BY t . ..... 7 Gm 34811-731 Ike.3150-731 14.: CERTIFICATE.OF INSURANCE , NAMED INSURED .P�fi�-Q�.-D 5ild-17==iS'.Y JE.'.�'—vri uVySZ ISSUED BY 3Ilail(ln Iflillralll'P�.fl(IIr:UI�' .21NOL'. GA-Rk5i CG nay Wok flulland-Arnerica Itunmuce Ginyany 205 .41ST STRaLT-- n it L`!C !!ICF-r.0:M, CALIF. 94805 •�u :.1 JUL 21 CERTIFICATE ISSUED TO .P<i�LIC '0li D3PA;ME-1''S pUj3UC W0FKS DEFARTi1:r.:CARL F. LY20RD I!iS-tJ?A-Z?CE .=T_nRA COSTA CQ7`3T4 2610 BISSELL AVEW2 .AIL I-'?ISTRATIM MIMI!* RICFid0111, CAL-11F. 94804 17::ITZWM, CALIF. 94553 ATT: BOE R0357S3I c MISSION INSURANCE COMPANY and,Wr HOLLAND-AMERICA INSURANCE COMPANY-hu issued coverage effective as of the dates and fol the periods and limits specified below and subject to all terms,conditions,provisions,exclusions and limitations of the described Binders or Policies whether shown by endorsement or otherwise.Any requirements or provisions In any contract or agreement between the Insured and any other Person,firm or corporation will not be construed as enlarging,altering Or amending the definition or insured or any other terms or canditions of this certificate or the policy designated. - - KIND OFINSURANCE FOLICYNIWBER POLICY PERIOD LIMITSOF LIABILITY IYORKERS'COMPENSATION WC? 69705—J So." E61PLOYERS LIABILITY -EFA/1/77- S Par Accident-- exp.4/1/7 ExP.4/1/78 s ttm•Pe anal LIABILITY BODILY INJURY LIABILITY Eseh Penen F—•oar ce AUTOMOBILE - S S BODILY INJURY LIABILITY EER Fachoccu— Aggrepw EXCEPT AUTOMOBILE S S PROPERTY DAMAGE LIABILITY EXP. EaehOmnnnn' - AUTOMOBILE S S PROPERTY DAMAGE LIABILITY Each Oavrruw- Aggregate -EXCEPT AUTOMOBILE S S AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF. S FIRE.LIGHTNING&TRANSPORTATION S . THEFT(BROAD FORM) Exp. S COLLISION OR UPSET I Ached Cab value Les S DeduedhN Effective my loss under physical Dmwge Coverage is(sayable as interests may appear to the Named Inwred and the Certificate,Holder in acardana mmth Los Payable Endorsement on team side•as respects the following: YEAR TRADENAME BODY TYPE A10 MODEL SERIAL NUMBER HAll automobiles in which the Certificate Holder has a financial interest. The Certificate Holder is hereby named as an additional insured with respect to all automobiles leased or rented to the Named Insured. DESCRIPTION AND LOCATION OF OPERATIONS S ;.T3 OF C%LL`OF_'Is4 NOTICE: The polici or policies shall not be cancelled at company election not reduced in coverage until ten(101 days after written notice of such cancellation or reduction of coverage shall have bens mailed so the certifiate holder. Canrilation Of-he certificate shah become effective at the date of osnullation requested by the insured in accordance:v:th•5� rs- The corrpans &.,pees.0 g*"- :ve aoCce at the earliest possible moment that the insured has effected suds ranceila:ipn.'io:ict 1 rt;se upon the mailing to the c artificate holder at the address sham above. Grtihed this —00 day of jurz I0,7'7 ''- Producer Carl F. Lyford By Authorized Representative IN THE BOARD OF SU'YGriY1SORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Street Sweeping 1977-78. Various ) June 28. 1977 Areas County Wide Items 1, 3, 4, 6, ) 7. 8, 9 and 11. ) K-3. R-S,Lt-6, x-a, } Count reasService H-3,x-31, .4-12-6 s-20 ) Bidder Total Amount Bond Amounts Contra Costa Sweeper Service $8,843.40 Labor & Mats. y` 4,421.70 441 Buchanan Circle Faith. Perf. 8,843.40 Pacheco, CA 94553 San Jose Commercial Sweeping Company, San Jose J E S Sweeping Service, San Francisco The above-captioned project and the specifieations'therefor being approved, bids being duly invited and•raceived, the Public Works Director reco=s anding that the bid listed first above is.the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURThER ORD:.'RF.D that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FIJRni ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSE) by the Board on June 28, 1977 • CERTIFIED COPY I rerf!'p that this t.a Cull,t.0&Correct Copp of theoriz:_1 d—.1'ehtrh 1.oa fit.In mp oIfkc Originator: Public Works Department _0.Mat It"'°s 1--d i adnpted h,•the ttnard ar Supers!.an of('ortrs l'o,l:.Count+.Cnlltomla,an. Maintenance Division the dale aboan.t1'TF_T:J.IL OUION.Cnuntp Clerk c—moo ctuk or said award or SupercLsa cc: Public Works Director D' pJtS Ciera_ County Auditor-Controllery `Mt nnJUPI ZS 1977 Contractor ,.aetl 00220 Form 9.1 OC: Public Works Director /� ' ,iyj,��1� on JUN 2 S 1977 County Auditor-Controller r Contractor 00220 Farm 9.1 IR (,-7� .:.,,Y•l�sta3S�9�Fkltj�e. NMI M M;1R:;c: F I L (construct£ca;.gree^zest} JUL /S 1977 (Contra Costa County 5taadard Tom) �.e.Wort $?e'CIAL SP3^5. These special terms are incorporated b2lew by ref zu.4t.A'0 5 BOxRO CO SUF=Rvi53.:T5 � COSTA CO. (SS2,3) Pcrt_a:: [Public ,Scncyl ContTa Costa Carty a..._.._ri.._ tcontractorl Contra Costa Sweeper Service cerplete loco naz:a (s2) Pf;eet:va dada: July 1, 1977 (see 54 for starting dace.) (s3) The wort: Street Steeping Services for County Service Areas 14-3, R-5, M-61 14-8, M-92 14-11,M-12 t:M-20 in accordance with the plans, drzri-egs and sneciiicaticns prepared by or for the Public WorPs Director and in acccirdance.witb the accepted 'Fid Prcaosal. (54) Caa?!.-t=ors :isc: [strike cut (a) or (b) add 'calendar' or "sorting"I (a) By [date] Sim 30, 1978, (-+less cancelled earlier by Cerra Costa County (b) :-it`tin calenda.:/uov%ing days from starting date. (55} Li4uite_ed dcacaaz: S Mme per ea2a:tdar day. ts67 Pu31£a Agr:ncyr'z Accrt: Public Woxks>_yector ts7} contract Price: S E.9K3.40 (for twit price contrary: more or 'less, in accordance u:u f isncu quantirics at unit bid prices.) (Stri).e out parenthetical notarial if inapplicable.] 2. SIC»rrupEls 11AC.>.:lOwLS?5:'w:'. k—�R_ :-aenCl. 3„_ �rasldant. Chairman.Or Gt::Er -_ rraT:YCL! t.__ Des grated ?.epresantzcve) .secetary) Gcc_-s>tor, hereby also acl:no-l-eg:nc asarencss of and cnp2ianea with Labor Code 51w61 concern n9 lt:o.ksrs' Cczpensation Lsa. Dy: [COR20PIATE Designate o ficiiil capacity in tic business SEAl.I Das �a-c ofric:al eap3c�iy�Te busyness ^.ora to Cor.:_ccaor (11 tzrcu:a ae::ron;cd,.:cnt porn 5atov, cd f21 if a corpnra- t=orz, cfftr Corjc•reta 54c2. -- -- --- - - - - -- - - - - - - - -- - -- - - - - - - - .. - - _ .. _- - - _ _ State of California ) ss AC+ Ct;7T Ihy CoraorztioI$ Cuvaty of: �1 COSTA ) Paztnc:s5.p, ar zndividurl) The mraon(s) signing above for Contractor. :noun to ea in individual and business capnci ty s statoe. p=zsonaily appeared be.orc rc today and sc::rcca1ed9ed that he/thay ew:-C4tcd it and that the cerporatiOn Or yartntrship mind aLCJc CwOaautcd it- ;Y L CLMVES Re - rLCLLL ;fix•'I,1@'i:�9r tt^.CAUrORNIA .. i � . ::::.�•y f.woa=C'xcz:C�mtau.euae,. -- ---- -,-- --- - t1N'LC'L L._Cl.0Hf5 _ _ _ ___ _ _ _Yr CR�nmi:sm frj_tss W}.19�(960 1. Vzge 3 of 4) r (CC-I: rcv. 11-76) : 00221 Microfilmed with board order f .+4'a,MrerNlq� 'k 3. UO:U:CC::'PJ:C.. C1EA-GC£ i tat ''-y their si:natures in So, ka i, effective on the above ' data. t,cue pa:taac pr=lsu and agree as see forth in this euatraet, incorporating by these zuferancas the aata:ial (*Special recuts') is:sac. 1 (b) Contractor shall, at his own cost and erpcnne. and in a uori=alike canter, fully avh faithfully porforn and conplate the vert; and will fur:;sh all materials, labor, satvicas and transportation accessary, crowalant and proper in order fairly to perforce the miuiranouts of this contract, all stric.-L•In aecerdaace vith the Public Agency's plans, drawings am specifications- [a) -be trout can be changed only with Public Agcaty's prior written order specifying such Owns and its rest ograal to by the parties; and the Public Agency shall never have to pay aero than specified in See. 7 vathoat such an ander. •6. SIl;C: ::D'fICC SO PJSOC 'meq. Contractor shall start this wart as directed is the spoai- .acations o:tea i:o:don me aochon: and shall corplate it a:specified in Sac. 1. 5. LIODISArED DA+IGCS. If the Contractor fails to crplato this contract and this work i7to rbc ttwn�axau shesofar. anounnee being each far contingencies as provided,harain, he be-oes liable to the Public J.goacy for all its Use and damage therafroas and because, £Yea the nature of the vasa, it is and will be impracticable and extrosely difficult to . . . — ascertain and fix the public Agency's actual damage from say delay is ppoossfa:aauce boreof, it is agreed that Contractor will pay as liquidated daungs--to the Public Agency the reawmabla nes s,socificd in Sac. 1, the result of the pa-ties' za=*mbic eadeavor to wel auto fair aeera5e C0..y-'ba%sericn therefor, for— calendar day's delay In firSshiag said work; and if the seas be not paid;mrubkie Ajeney any, in'ceAisica to fu other ro.ee9te.3:doesci the sane f_-oo say==c7 dac or in baebme-due Contractor.under this con- tract. -it the Public Agency for any muse antho_-ices or contributes to a.delay, saspan- sion of vork or extension of tire, its duration shall be added to the time allowed for toanletics,but it shall not he dotted a waiver car be used to defeat any right of the Agency to Canayss for nod-caciplatioa or delay hereunder. Personas to Goverment Cc-*sac. 6215. the Contractor shall net be&succeed liquidated dcagas for delay in letia.,of the war«,whoa such delay vs caused by the failure of the Public Agency or the csner of A utility to pravids for rorsval or ralocation of ate-'shag utility faei.litiez. 6. D�C IT.--.The Pians, drace'_ags and speeifire'Sous or spacial provisions M tae.• e A£t+'rY s mall to:kids. and Cott--a=nr`s ac^SteS hid for this work are bare'T Laura—porated i_ta than eorrraet; and they aro;tr=ue eo-cperaw,ae that any- thing aahibited is'tho plans ars drauangs and set m ationod in the spocificatice or special provisions, or vice versa, is to be araeuted an if arhihited, mentioned and sat Earth in doth, to the true intent and manning thereof-Non taten all togetbers and diftaroncss of opinion c=_cazniag thaao scall x tidally determined by Public.Agency's Agent specified in See. 1. ' 7. 3%v=M. ta) Per his strict and literal falfilisrt of these proses and readitichz, tin.01,-eompaacation for all t)sis work. the Pc.lic A.�ary shtiL pap cAo C=tractor tie tva specified in Sac. 1. except that in unit price comsat-s the Payaeat shall be for finisaed quantities at unit bid prices. (b) an or abbot the first day of each calendar moth the Contractor shall srbmit to than Public Agency a verified application for pageant, supported by a stawaent aha+ing all naterials actually installed during the preceding centh,the labor expended thereon, sad the cast thereof; vkeraupc&, after checking. the Public Agency shall issue to Contractor a certificate fee the mount doter drod to be due,miaeS 10:thereof Pursuant -to Coveranent Code Sec. 53067,but not until defective work and materials have been roraved, replaced and made goad. 6. ::r.ru1.s va:,cI.LD. ta) :he Public agency or les agent any withhold any payment, or ensu or late=d.s.-overvd avl.:ence nullify all cc any certificate for payoent, to such wtent and period of tits only ao may be necessary to protect the Public Agaary from loss buctaxa of: (1) cutaetlw work out ranedied, a ontogale`.od work,or (2) Claims filed or rnesonable evidence iaSicatiag prababla filing, or (3) railure to prajorl)i pay sd,contracters or for unterial ars labor, or (6) reasonable dod.t that rho cork oce he eapolated fez the balance t:-ca unpaid. or . (5) rc w. to aot:.cr so:sractx, or (6) !triage to the Public;.gooey, other than datage dua to delays. (b) Into P•,kie Agaaey;hail u:erorsuasblo e.:._ aaee to discover and report to the : Cetractor. as the work Arorreates, the ua:er: ' an,:1;,or t$ich are:rot srtisfse:ary to it, so as to brei: a:.rnce_sa:y mac•«le or ccs;to tLa ::atxr r in ging good any .3:feetiva work• or;.arts. . to) '35 calendar days after trio Puidie Agency tiles its notice of completion of the entire (Page 2 of t) 0.c-.1: new. L/�IG�G/ _ t-tic coli La :.- a9 to ::coif cn.eweca:.:_t of coapintion of ' et or' aL y.arti• files 1L,soli R' ._regi�e� rw)ie Agrneg (c) 35 calcedar eats ofto L:�c 1►i1222 lraye 2 of 41 (mac-1: Dci. 1.-761 Lark, it shall icsue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withhold under this contract, provided the Contractor shows that all claire for labor and materials have been paid, mo claim bays been ' presented me the Public Agoncy based on acts or omissions of the Contractor, and no Sins or withhold notices have been filen agairst the work. or sits, and provided there are not reasonable imine-tions of defective or missing work or of late-rseardad notions of liens or claims against Contractor. 9. IRsi MV=- (Labor Code SS1860-61) On signing this contract,Contractor most give 'ubls1�aAger-ey (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or-(-) a certificate of Workers' Compensation insurnare issued by an admitted insurer, or (3) an exact copy ars duplicate thereof certified by the Director or the insurer. Contractor is avaro of and complies with Labor Code Sec. 3700 and the Workers* Compensation Law. 10. DOMM. On signing this contract Contractor shall dalivur to Public Agency for approval good and sufficient bonds with sureties, in acount(s) sp—Mad in the sperifi- ancion:.or special provisions, guaranteeing his faithful perforeasm of this contract and his payment for all labor and materials hereunder. 11.VA71.L'lC TO.PCRFQR11. Ff the Cartraptor at any kirm'refuges qc-cnglGGt6,-vithogt,fault of Lna Agony onts y or iagent(s), to supply sufficient matarfals or workmen to ec lam'this,agreement and work.as provided herein,,for-n period of 10 days-or mote alter written notice thereof by the Public Agency, the Public Agency may furnish seem.and deduct t1c reasonable exPemsees thereof Iron the contract prim. 12. MUS APPLY_ General_ Doth parties recognize the applicability of various federal, stat�oal ls_a auo regulations, epocially Chapter 1 of Part 7 of the California Labor Code (baginaing with Sec. 1720, and including Sets..1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement camp lics therewith. The parties specifically Stipulate that the relovant panalties and forfeiture provided in the Labor Code, especially in Secs. 1775 i 1413, concerning prevailing wages and hours,shall apply to this agreement as though fully stipulated herein. ' 13. SUOCDlrrRACT0R5. Government Code 554180-4113 are incorporated herein. 14. WaGG RATI.'i. (a) Pur-uaut to Labor Cada Sec. 1773, the Director of the Department of 2 ustrsa Re tions has ascertained the general prevailing rates of wages per than, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to exncuto this contract, and said rates era as specified in the call for bids for this work and are an file with the Public Agmay, and are hereby incorporated herein. (b) This schedule of wagon is based en a uorkinq day of 8 hoots 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 arc worked, the daily wage race is proportionately reduced,but the hourly rata roma ns as stated. (e) Who Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe bomfit payments provided for by applicable collective bargaining agraements. All skilled labor sat listed above must bra paid at least the wage scale established by collective bargaining Agreement far such labor in the locality where such work is being performed. If it beaoaes neces- sary for the Contractor or any subcontractor to employ ay person in a craft, classifi- cation or typo of work (extapt moeutivo,supervisory, whaluistrativap clerical or other uca- ,ual wor:wcs as such) for which me minimuu ways mato i.^specified, the Contractor shall immcdiateiy notify tba Public agency Which shall promptly determine the prevailing wage rate Gwrelor and furnish the Contractor with the minimum rate based thereon,which shall apply free tea time of the initial employunnt of the parson affected and during the mmtimuancc of such mploycent. - 15. ROUYS OF Laws. Sight hours of labor in man calendar day eeestitute's a legal day's work, and no wor1t n employed at any tine on this wort by the Contractor or by any sub- contractor shall be required or pormitted to work longer tharcen except as provided in Labor Code Sees. 1810-1815. 26_ APl'1=rlLL. Properly indentured apprentices my be amployod on this work in acrnrdanec_zU Labor Code Sees. 1777.5 and 1777.6, forbidding discrimination. (CC-l; Rev. 11-76) (►/tl�ry (Page 3 of 4) - 011/C23 Miuo{ilmed with board order 17. FOR MATMUMS. The Public Agency desires to promote the industries and econouy of Cwtra Costa County, and the Contractor therotore promises to use the products, workmen, laborors and macbaaics of tris County in every case where the price, fitness and quality arc equal. 18. ASSI=IM:r,. This agreement hinds the heirs, successors, assigns, and representatives oofContractor; 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.lgency and the Contractor's surety or sureties, unless they have waived notice of assig-Went. 19. :'O l:AIIZR DY PUBLIC ACC:CY. Inspection of the work and/or materials, or approval of work­V.r materia x"Pectcd, or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requiredats of this contract, or acceptance of the whole or any part of said work and/or material-s, cr payments therefor, or any combination of thaze acts, shall not relieve the Contractor of his obligation to fulfill this contract as preseribud; nor shall the Public Agency be thereby ostopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD ILITS.CSS S E:;==TY. (a) C=tractor promises to and shall hold harmless and and=aty iron the liabilities as uefined In this section. • (b)-The indea.•nitecs benefited and protected.bx this.promise are the Public Agency and is elective and appointive boards, conuissions, officers, agents and employees. (c) The liabilities protected against ora any liability or claim for damage of any kind allegedly steered, 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 tie Public Agonev approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or actions) at law or aquity concerning tbcse. (d) The actions causing liability arc any act or emission (negligent or non-negligent) in connection•rrr1:tine matters covered by this-contract and attributable to the rnntr::ctor, subcontractor(s), or any officer(s), agent(s) or employce(s) of one or more of them. (e) Non-conditions: The promise and agreement in this section is not conditioned or dependent onon ,c�net any Lndeonitec has prepare,:, supplied, or approved any plan(s), e=awing(s), specification(s) or special provisions) in connection with this work, has insurance or other intie—ification covering any of these=actors, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. ti.`MWATIOIJ. Contractor shall comply with the provisions of Labor Code sec. 6705, if applicable. Uy su!=itting to rublie Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for wor):er protection from the hazard of caving ground during trench c:cavation. (Page S of<) , (CC-1;•rev. 12-76) 00224 G.Q�V. ?r - • eIYt I T f2 : r. f + ..x_---.,ar'",,. .�x,;.-nl;!'S".'�:cq-�'i1'�'.i".1!s:r�+';'� 4 q'9'.•'':Fi:�r *"::'?:i:�-y—''a••rEs�.r--*•,•_-�. Krueger Insurance, Inc. COMPANIES AFFORDING COVERAGES P. 0. Sox 5607 Concord, CA 94524 `°""" A MISSI08 INSURANCE COMPAtiY L'T Ea LETTER B LETTER +:�•.LV! \�.�:%[[�:fA'L.�•:[L CCYPLRV Contra Costa Sweeper Service t[rtEP P. 0. Box 23164 Pleasant Hill, CA 94523 LER V D s EK[M E .I i This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. .� L mLts o 1 n usan$ 7f(TIER LVR Ot a.R•RANf[ POICVMRar,[w EAPRRAT10%DATE DCCWPERCE AGDF[GATf GENERAL UABILITY EcoLv IRtuRT s s ❑-t—tf-oI E-TgK FROPEN[V DAMAGE f f E ELFLOSOY LW CCU ftL 0[e.DtaatOuNa HQARD _. (�FvarTscrornrtEa a waA-oNsM.uaD wmLTRM�uR,ANo .•.i ❑fC\rat`'EaAt w5va"NCE PROPLMRYDA.YAGL f f E=CAO ram PFOPtnfV coMfIFEO E.."Gr ❑.%.Frkmw CONIiv-,on ❑PLPSDvs;.N[UR+ 'App W.NIieQAtM..'CCmpIMC ., :} owAt—m,t.4 i-MNUVI n:iH. '11• AUTOMOBILE LIAMILM mv1'"uMpfrksNI f - oLDYrArNE[SnTF1Pte fic-.,,DF„ f G6%ED _ •7 ❑MIGD PRGPERTY DANAr[ f ^ fiofty MVSURV AND J ND%-O—LD FRDPERIVOWAGE f C'•• CGMewfO 'e EXCESS UABILm 4 eoea.DUUN.a..D ❑[,Wt+aur.IDEM FRGPERrV DWArt f f ❑pTwERTNANW6PL4a CDMBpdD lopm !WORRERS'COMPENSATION fTFTaTORV i A and HCP 74822 A 1/1/78 EMPLOYERS'LIABILRY f -+rc<t.• '- OTHER ,I CESCR'PW-%*Of G'Lfu/CYZiGtA7L'11S iT1.MGLf' Stmt Sweeping Services for County Service Areas M-3, R-5, M-6, M-B, M-9, M-11, M-12 & M-20 in accordance with the plans drawings and specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. � I caneeftation: Should any of the above deb r^ ed policies be cancelled before the eypiration date thereof.the issuing cam- . -any will XX99KJ .0 mail Ju days written no;lce to the below named certif>Wte holder.XyiLxx KxIG xZxZ)=zxzx:Z=2xD=zXzx:=CE 2XZXZit Z tl s - i w Y[zrAfeRets Cr[[R•+r-z:r.-aC[P .:� Contra Costa County DATE aw[a July 13'}1977 1 County Administration Building e4- 651 651 Pine Street } Martinez, CA 94553 y AUI R 1[ EnN.a In r.1 111 ii�I! J jWgoiiltned with booed oiler i 1225 AMgofilmed with board order i.,. c o:a WT-: -r r 4 Krueger Insurance,ou ance, Inc. COMPANIES AFFORDING COVERAGES ;£ P- 0. Box 5607 Concord, CA 94524 c E: QR Fireman's Fund Insurance Com an V 't unit"/P - :r,.:,e Contra Costa Sweeper Service P. 0. Box 23164 Pleasant Hill, CA 94523 '.t This is to certify that Policies of Insurance listed below have been issued to the insured named above and are in force at this time. .4 S"�'rd i,Hduea.nUmrti of Liatil inThou"ndf Up i=ew P.T[ o[CuaFtncE uaa[WiL - GENERAL LIABILITY soourlrwar s s AI�EOL•..w il—loan - - 'r FCMKES-n1—T— a W—WN.,LC S f ❑E„ns Ann caLw r LC 238 90 18 1/1/78 - ❑LwLLL uaou+o au.au ;-] aaaMY.15CE+�,RF1CD orca.:ins H.;;.au EoolLrauuar.xo yecnTa"_:uu.<u A E a rooEa r D-.ec $500 $500 73 I�ECE,.n EE+e aaorcmr co"e�nEo IsuacE- r❑r�.�ctnncen+eoa;a¢:cas -.� :AJ::a>eM14�nANir •=Kues�e Rw:xlsLamWstd � AUTOMOBILE LIABILITY InaL,rvluar - -- 1[A^-H RafWT, f A �.nc•r.,..a•r.E Icx,. E,:::cr�niva. s crnt oL LC 238 90 18 1/1/18 `E``Hacua;El.:E) �x�Macn •ccaEarro.".nE s - eoonr:n:�arano i X�nnnonuo j vacvuo.ow..cE *500 cone:nEn EXCESS LIABILITY I s L-1-11A TO— vaeeEatvrlw,e[ I{. cIHCa Ir.tM1 U"EaCILA cov-c. IM" I _ N9RKERS•COKPENSAT:ON si.iuroa, _ and EMPLOYERS*LIABILITY I f EITHER B endorsement to P i y No. LC2383018, Cqntra Costa CO It t5 rc rs, employees and agents afe named as additional insui ds sorely a$ respects theyge ow tstede t job. '"�:;xsca,c:Iov a uxa=s>vnsaaA:MM1svrH-r< ' Street Sweeping Services for County Service Areas M-3, R-5, M-6-, M-8, M-9, 14-11, M-12&M-20 ' in accordance with the plans, drawings and specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. Caneeffation: Shoed any of the above described pciioes be cancelled before the expiration date thereof.the Issuing com- :3ny v:ill xxx3:xxxxx mau If)_day5 mitten nonce to the below named certificate holder,.xxxxxxxxxr xxxxx)=xxzx$=x2xzxzxZxagxzxzxzxz%Zx'Z%z12xDC'yCL>=zxzxzxjEx Z nauC cn�t L41 SSU:Ca..i.:a:r.;;:Ma Contra Costa County nic a=uLo�,July�13. 1977 _ County Administration Building `�/ 651 Pine Street i (Martinez, CA 94553 ""00226 i Microfilmed with brr••r♦ g T ^..x,:rr".A'.s4KY.La w w`.. .a ..: -:Yr;.'Kti'•1 t'""AF: s State of California f ss: County of Contra Costa 1 a Notary Public in and for saidCounty, July 13 19 77,before me,the orders 9n;• son whose name is On eorge Kruener known m me.m be the per personally appeared •ilFFsct of UNITED PACIFIC INSURANCE COMPANY,and acknowledged sub==bed m the within inmument as Attorney to me that_he subscribed the name of UNITED PACIF IC INSURANCE COMPANY,as Surety,and h l S own name as Attorney-in•Fatt. L CL�:w I _ t_ CAtf oft'!` l9�_ O ryy ¢nen u said C°nnN My Commission expires M,aofilmzd with b03 rf order BDU•tB18 Eo.3172(CALIF-) 00221 T]NI'I'ED PaCIP'IC IN^aVR ANCA COMPANY HOME OFFICE.TACOMA.WASHINGTON Bond No. U956365 Premium included in PAYMENT BOND Perbormance Bond CALIFORNIA—PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS,that COUTRA COSTA SWEEPER SERVICE as Principal,and the UNITED PACIFIC INSURANCE COMPANY,a Washington corporation author- ized to execute bonds in the State of California,as Surety,are held and firmly bound unto CONTRA COSTA COUNTY as Obligee,in the sum of FOUR THOUSAND FOUR HUNDRED TfIENTY ONE AND 70/100------------- -------------------------------------------------Dollars(S 4,421.70 1 for which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally by these presents The Condition of the above obligation is such that.Whereas the Principal on the 1St day of July 1977 ,entered into a contract with the Obligee for Street Sweeping Services for County Service Areas H-3, R-5, M-6, 14-8, M-9, H-11, M-12 & M-20 in accordance with the plans, drawings and specifications prepared by or for the Public Works 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 Codewith 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. This bond shall inure to the benefit of any and all persons entitled to file claims under Section 3181 of the Civil Code of the State of California,so as to give a right of action to them or their assigns in any suit brought upon this bond. Signed and sealed this 13th day-of July 19 77 coNTRp►.COSTn.SNEEPER.S�RYi�E........ UNI190'PACI —INSURANCE COMPANY f?:1228 BOU•28114 E0.W72 iCALIFJ • Stare of California ) ss: County of Contra Costa ) On - July 13 .19U before me,the undersigned,a Notary Public in and far said County, Personally appeared Georoe H. Krueger known tome to bethe person whose name is subscribed to the within instrument as Attomeyrn•Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged to me that_tie subscribed the nameof UNITED PACIFIC INSURANCE COMPANY,as Surety,and It iS own name as Attomey-in-Fact tO:'Fa'111.5F 11- - f NANCY L CLO:YES f t10T;Ri i:Ur::^.-CAUFORNIA t j t4'rvipl Wrt n C_"m emb Cowry r J CT cow :s=t+PLcs Un 19.1480 MY Com mission expires NjWy Public in ard for sap County aou-tater eo.3rtx ICAUFa Miaofilmed with board order k s� r DE1229 U1�TITED Pr�CIF'IC INSTSR13NCtl COI�ANY HOME OFFICE.TACOMA.WASHINGTON Bond No.U956365 Premium: $83.00 PERFORMANCE BOND ._ CALIFORNIA-PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS:That CONTRA COSTA SWEEPER SERVICE as Principal,and the UNITED PACIFIC INSURANCE COMPANY,a Washington corporation author- ized to execute bonds in the State of California,as Surety,are held and firmly bound unto CONTRA COSTA COURTY as Obligee,in the sum of EIGHT THOUSAND EIGHT HUNDRED FORTH THREE AND 40/100--------- --------------------------------------------------Dollars(58,843.40 ) for which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally by these presents THE CO\OlrtO\of the above obligation is such that, Whereas the Principal has entered into a contract, dated July 1 , 1977 ,with the Obligee to do and perform the following work tomit: Street Sweeping Services for County Service Areas M-3, R-S, R-6, H-8, H-9, H-11, H-12 &M-20 in accordance with the plans, draw- ings and specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. Now.THEREsoRE,if the said Principal shall well and truly perform the work contracted to be Performed under said contract,then this obligation shall be void.otherwise to remain in full force and effect. Signed and sealed this 13th day of July 1977 COIiTRA COSTA SWEEPER SERVICE - _ (SeaA UNITES PACIFIC INSURANCE COMPANY By -.� 6e Get H. uetler J 00230 BDL'-2801 CAL--CO\'TRACT-PMLIC-Pg FORUARCE - 5.20]8 Fl . virtrrEn p�;-zF=c nvsrJR.�iNc-^i cax��xx HOME OPPICE,TACOMA,WASHINOTON - POWER OF ATTORNEY KNOW ALL MEN By THESE PRESENTS,That the UNITED PACIFIC INSURANCE COMPANY,a lerponfum dwly orginimd under the Uwrol the State of Waahmalon,deal honey maka,mOt[u.and Ossein[ GEORGE H. KRUEGER of CONCORD, CALIFORNIA------------------- it,..and uMui An4MyinJarx,to fake setle4 cul and da4wr Intend m nt behelf,and to its am and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP----------------- and to bine the UNITED PACIFIC INSURANCE COMPANY thereby a fuhr and to the rune sant at,it One hand[and u.&rwkinp and Other waings Obligatory in the Onus thereof were aghre by an Eaecurne ONipr of the UNITED PACIFIC INSURANCE COMPANY and salad and Wanted by ON ether of such O fimn,and hs,epy,ralifiasand mnffms all thin ita tail A hon rylrltin-fact many do in pun Wnce NMI. This Power of Attorney is granted under and by authority,of Section 37A of the BY-Lows of UNITED PACIFIC INSURANCE COMPANY which provisions are none in full farce and effen,ring as follows: SECTION 37A-ATTORNEYS-INFAtT SECTION 1.TM gaud of Direnon,IN Presfdant,or any Vicafreridmi or Anisunt ViuWnident[hell hoe pons,and authority m:(al appofm Anomrya-in4act and to amhorin them to eaapaa on behalf d the Comp".brads and umar.kinM nngminntu,coiner of indenmity and other W-110 ablgnory in the tome thenui,and R)to nohpve Ory suchAtian-irpfat at Ory time and romin.the pony and wtharlry,ghwn to him, SECTION 2 AnwrmytfMacttaRhar power and.wlhmity.a biro so the norm and haniutlona of the power of Matron,failed to them,n anon. and tlatiyw an 0a1ailf W theCpmgrry,baW and uhdrratings.ramgnisrtm4 mntratta M irdeemfry artd ether rwrtkgs aWi(NterY N the ranee thane. The tcapaNN snit is era remount,far Ito mWny of any bands and under[akngr,neeguirarua,operator of imlemnin,and otherwiitfnjn ablipetmY in the hWlhn ths,wl. The power M mOreey is agrrd and ta4d by husimiu under and by aNthieny Of ane following Resolution adopted by the Saud of Dinviors of UNITED PACIFIC INSURANCE COMPANY at a nsndq told on the 26th day at Oocbs,.1871,u which a quorum wa prernnt.andaid RetWminn las nm barn am.d[d-.paled: -11—hA,oat IN iia--of tach deacon,and mfiava and the cal of the Company,may be of ped ui any pach pout,of aamuey m ley mune.rruneq threat.by toca mile,and any spit power pI-..v or ouniluxe hearing such latpmae ngnoome as,taste iu anal shell be Wia and boding upon the CompmV and shy wen power w faew.d aml m idled by lacuna a"into and facumle teal Wa be roe and baml.2 pawn the Compuw fn the fame with rape to any bond or ""d-1.9ro=ich n sattachee.^ IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY his cauhW cam gamma to I.tgned by its Vim*.ident,.W its emperaa .rlroheThereto altittl,tNa 16theavot Nnvemhar t93A, UNITED PACIFIC INSURANCE COMPANY 4.. —Zd6r:C1 SEAL STATE OF Washington ! In. eut•ve vimRetderl COUNTY OF Pierce .. on the----M-Chdivot November ,teZlL.pwwwlyppa�ylrn��oLL.�.ro��;; MORRIS E. BROWN ro ore 4rheweh n he the TInpROeu&nheel the UNITED PACIFIC INSURANCE COMPANY,and atknowadoed IN he t+euaed anJ aerated the foregiog het u—,and acued the Neth wt.d ferpanlan them,and that Sanies 37A,Station 1 and g at the By.Lawt at met Company and the Rttepwu.,to twin therahn,are suer.len foca MYCpmrwon Eaatn: JSniatia 13 tg 78 .'=�w;t'_1 `;11akK.•.i Nw.ry PoW.m nod roc s.[r of Washington . 4w`ui i`a ReWrega, TaettlMl n D. Keith Johnson ,Annum Sweeny of raw UNITED PACIFIC INSURANCE CD.VPANY.do Mnby mrtily that the —rel teregempea.wand rnnn ropyala Power M aeoureyeaecuud by.d UNITED PACIFIC INSURANCE CCMPANY,whist it Rill Wal mm a Ind . 1,11 IN WITNESS WHEREOF.I Mr hereunto or Ory herd and allued the hal d nerd Company ate 13th:it.Ywfn July 6977 231 a•'", SUL '., � A tSaptlary i wsdu7431 ED.6f7aa,,,,atN� Miaofilmf:d with board order 'oath 1471 tO.d/J< Microfilmed with beer'order 1 li, fns BOARD Or SuUPZ TL5GnS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Street Sweeping 1977-78, Various ) June 28, 1977 Areas County Wide. Items 2 and 10. ) County Service Areas M-4 and 14-17 Bidder Total Amount Bond Amounts J 6 S Sweeping Service $ 13,44O.D0 Lsbor & Mats., 6,720.00 Pt o. Box 26154 Faith. Perf. 13,440.00 San Francisco, CA 94126 Contra Costa Sweeper Service, Pacheco _ San Jose Commercial Sweeping Company, San Jose The above-captioned project and the specifications therefor being approved, bids being duly invited and 'received, the Public Works Director reeonlniending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor, IT IS FURTHER ORDtM D that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insuranpa, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FORTi .R ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on June 28, 1977 CMTIF1ED COPY I eer:t:r that this 6 a fall,true E eorreet copy of the orl„ir I dw•umeot r'htrh If an file In my orflee. Originator: Public Works Department ud wat it w bathed w adoMed by the hoard of Maintenance Division Supe^Ton of Canter Cala Conary.Cnllfarnik oa the date ahova AWLT:J.IL OI¢.o\.Cnanty Clark G esoffklo Clmk of sold]koard of Stllgm6ora, cc: Public Works Director by�y/,vutyCfrx.:L: County Auditor-Controller [,;fQ,,,t,nf.�1rJ/o oq UN »s 1977 Contractor U Jeanfol" 00232 Form 9.1 Ro;., _ K w w.�ca e...owew.. IbiSLTRA2ICE HROKEAS »oac�*o.wr.c 350 SANSONE STREET SAN I�RANCISCO 94104 tecer»o»e Huai>erwee e.eee.00»as'wtrvw'•' July 7, 1977 RECEI`�/ ED 1977 R_ G_ Aitchison, Assistant WEA6�wr SORS Public Storks Director COSTA Co. Maintenance DiViSian 255 Glacier Drive Martinez, California 94553 Re: 'J & S Sweeping Service Dear Mr. Aitchison: In accordance with your instructions, enclosed are the following stens in connection with"Street Sweeping Services for County Service Areas M-4&M-17 in accordance with the plans, drawings and specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal": (1) Original and ona copy of Faithful Per- formance Bond No. 67-18-77, Peerless Insurance Co. (2) Original and one copy of California Public Work Labor and Material Bond No- 67-18-77, Peerless Insurance Co. (3) Original and four copies of Contract signed by President and Secretary of J& S Sweeping and duly acknowledged by a Notary Puolie. (4) Insurance Certificate in duplicate furnishing evidence of insurance as outlined. Very truly yours, J.r ys pny JFa:ah -cc - J r. S service 011233 Microfilmed with board order coNTRA= (Construction Agreement) JUL 977 (Contra Costa County Standard Form) CLW 64�-OF.UF2m,0.a 1. SPECIAL TEES. These special terms arc incorporated below by refe e Ci.r.�r Co. (SS2,3) Parties: (Public Agency] Contra Costa County [Contractor] J 6 S Sweeping ServiCe Complete legal nap` (S2) Efface{ve Data: . JUIN 1, 1977 (See S4 for starting date.] (53) The cork: Street Sweeping Services for County Service Aseas'I-4 & ]x.17 in accordance with the plans, drawings and specifications prepay by or���� Public kWM DLrector and in accordance with the accepted Bid(S4) CocpL:tioa rima: (strike out (a) or (b] aid 'calendar' or "working') (a) By .(date] June 30, 1978, unless Cancelled earlier by Capra Costa County (b) ttithin eaieadar/working days from starting date. US) Lsquidated Damages: S None per calendar day. (S6) Public Agency's Agent: Public Warks Dirncta.- (S7) Contract Price: s 13,440 (for unit price contracts: more or less, Mn accoraanae w:.ta finished quantities at unit bid prices.) [strike out parenthetical material if inapplicable_] 2. SZCDA.UR:S G ACZDodLEDC.:E9.". Public Aecnev, i resident, Chairman Or Other �,.. ernC11 Designated Representative) Public Works Director (Secretary) Contractor, hereby els c;cnovledging awareness of and compliance with Labor Cod ,Jtib2f7concernin Workers' mpensation Law. TVYBy: ' U l ,[/I GLC:d.21!/, (CORPCPME slgnate o��� al capacity in the business SPIL] By: �?�+.. if L 9.j A(,z —cs gn,te o ticial capacity is tae busimssJ Dote to Contractor (1) Execute acknouLedgment for= below, and (2) if•a'cerpora-' tion, affix Corporate Scat. State of California ) AMIOBLEDCREBr (by Corporation, County of San Frnnetsco Il �' Partnership, or Zndividur.l) The persons) signing above for Contractor. Y.noun to me in individual and business capacity as stated, p=rsonally appeared before ao today and ackncraledged that he/they executed it and that the corporation or partnership naxd above executed it. Dated: July 1, 1977 SEAL] votary PubLiF l - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - mm Arru/om) by County Counsel. MARY A_NOONAN ) ROTARY O (Page of 4) 0CITY AND COUNTY�F -10 (CC-1; Rev. 11-76) SAN MNCtSCO 234 (Ay Coaunlssion Eapkes July 16,1977 1 Microfilmed with board order fry 3. .WDIU. COMrpnCT, R11 F.S. (a) By their signatures in Section 2, effective on the above ate, these pareses promise and agree as set forth in this contract, incorporating by these references the material ("special terms") in Sec. 1. (b) Contractor shall, at his own cost and e:penme, and in a workmanl£ko manner, fully and faithfully perform and complete the war):; and will furnish all materials, labor, services and transportation accessary, convenient and proper in order fairly to perform the requirements of this contract, all strictl•; in accordance with the Public Agency's plans, drawings and specifications. (e) The work can be changed only with Public Agency's prior written order specifying such ehango 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. -0. TINE: 6`OTICE TO PROCEED. Contractor shall start this woryas directed in tae speci- fh.cations or the notice to Yrocced; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DA)1AGEs. If the Contractor fails to eocalete this contract and this wort: within tthe tin.- sxeki therefor, allowance being made for contingencies as provided herein, h_ beccaes liai,le to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case. it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated daeages to the Public agency the . reasonable sum specified in See. 1, the result of tsa parties' reasonable endoavor to estioato fair average compers at£oa therefor, for each calendar day's delay in finishing s:id worh; and if the same be not paid;:Public Agency may, in addleioa to its othcf xcaedtgs, deduct-.thr.'sam from any =ncy due or to bacbrc,due Contractor under this Cca- tract. •I: the Public Agency for any. cause authorizes or contributes to a delay, suspen- sion of war;: 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-completion or delay hereunder. Pursuant to Government Coda Sec. 5215, the Contractor shall not be assessed liquidated damages for delay in completion of the worI:, %:.hen such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of —f utility facilities. F. It rcrATED DOCh;1 S. The plans, drawings and specifications or special provisions o Go Pt•.blic Agency's ca'_2 for Sids, and Contractor's a=-atod bid for this wort: are hereby incorporated into 6' af. co rset; and they are intended to co-operate, so that any- thing c:hibitcd in t!,o plans or drawings and not mentioned in the specifications or special orovisioasxh , or vice versa, is to he executed as if eibited, mentioned and set forth Ln both, to the true intent and meaning thereof w1icn taken all together; and ditfe_ences of opinion concerning these shall be finally determinedby Public Agency's Agent specified in Sec. 1. 7. PAYME!-71'. (a) For-his strict and literal fulfillment of these promises and conditions, and — fu:_compensation for all this work, the Public Agency shall pay the Contractor the sura specified in sec. 1, except that in unit price contacts the payment shall be for finisihed quantities at unit bid prices. (b). 'on or about the first day of each calendar month the Contractor shall submit to .L'he Public Lgency a verifiod application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, Nand `;ho'cast thereof; whereupon, after checking, the Public Agency shall issue to 'Contractor a;ccrtificatu for the amount determined to be due, minus 10C thereof pursuant to cove_-nwnt'Code See. 530G7, but not until defective work and materials have been rcmoved.-%polaced and made good. 6- PVaM:TS i MMMD. (a) :he Public Agency or its agent may withhold any payment, or ecaumu of later discovered evidonce 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 becaust- of: (1) Defective wort not readied, or uncompleted work, or (2) cls£= filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (3) Reasonable doubt that the wort: can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the PubZ£C Agency, otter than damage due to delays. (b) Public Agency shall use reasonable diligence to discover and report to the Coetaac ior, as the war), progresses, the materials ant: labor:?hirci: arc not satisfactory to it, so as lo'avold uniwdessary=:rouble or cost to the Contractor in making good any da_cct£vc'vor1: or parts. (c) 35 ealcudar days after the Public Agency filem £tm noon of completion of the entire (Page 2 of A) (cC-1; )leve 11-T5) 1Il/Lel� work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all ameunes withhold under this contract, provided the Contractor shows that all claims for labor and materials have Loan paid, no claims heave been presented to the Public Agency based ou acts or onisions of the Contractor, and no liens or withhold notices have been filou against the wort:or site, and provided there are not reasonable indin.tions of defective or missing work or of late-recordad notices of liens or claims against Contractor. 9. InSUFaVleu. (Labor Code 551860-til) 0.signing this contract, Contractor must give 011C Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, oc.(2) a certificate of Workers' 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 Porkers• Compensation Law. 10. h0uns. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in aeount(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.'PAILt'!C:To P1:R£o-t_'1. If the Contractor at any time"refuses qr rgglects,_without.fault W, tha FUGM Agency or its agont(s), to supply sufficient materials or workmen to c plete't>is_agreement and wort as provided herein,for-a period of 10 days-or mere 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. LAM APPLY. Genaral. Doth parties recognize the applicability of various federal, state and locaI laU mhu regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Sees-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 6 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SGDCO:TR.ICTOPS. Government Code 5S4100-4113 are incorporated herein. 14_ uACE RATES. (a) Pursuant to Labor Cade Soc. 1773, she Director of the Department of Ind_•s�xalatioas has ascertained the general prevailing rates of wages per diva, and for holiday cad overtsha work, in the locality in which this work is to be performed, for each craft, elassificstion, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the public Agency, and are hereby incorporated herein. (b) This schedule of—goer is based oh 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) Y4he 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 hu paid at least the wage scale established by collective bargaining agreement for such lahor in the locality where such wort: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, elarical or other non-manual were as such) for which no miniasu wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the p7evailing wage rate Gwrufor and tuznish the Contractor with the minimum rate based thereon, which shall apply from tho time of the initial ecploymcnt of the Person affected and during the continuance of such employcont. 15. 110t:FS Or LAUDn. Eight hours of labor in one calendar day constitutes a legal day's ana no uor;. an els loved at any time on this uor!o by the Contractor or by any sub- _ cch-.ractor shall bo required or permitted to wry; loner thereon except as provided in Labor Code Secs. 1310-1815. 16. APFIY:t:.ICES. Properly indentured apprentices may be employed on this work in cecor.:arce viErt Labor Cade Sec. 1777.5 and 1777.G, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 11-76) 00236 "''1t�x+LgeU0.t)A 17. PF<LT.-imuCc f'OY.mkTLRvus. The Public Agency desires to promote the industries and econouy o Contra Costa County, and the Contractor therefore promises to use the products, workman, laborers and Mchanics of gals county in every case where the price, fitness and quality are equal. is. ASSr.^.1r=r7. This agreement binds the heirs, successors, assigns, and representatives or thu Contractor: but he cannot assign it in whole or in part, nor any sanies due or to become due under it, without the prior written consent of the Public Agency and the Cautractor•s surety or sureties, unless they have waived notice of assignment. 19. %0 uAIVSR BY P4.SLIC AGO-CY. Inspection of the work and/or materials, or approval of wor an.!/or materials Anspectc , or statement by my a'IcIr, agent or—play..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,at 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 Le thereby estopped from bringing my action for damages or enforcement arising from the failure to cm--p2y with any of the teras and conditions hereof. 20. JJOLO)Ih7C!LWS s INu=ITY. (a) Contractor promises to and shall ho2d harmless and " andesurY from Luc absl;.tics as defined in this section. (b)'The indemeniteas benefited and protected by this pr—ise are the Public.Agenci and its elective and apnnintive boards, commissions, officers, agents and emploveec. (e) The liabilities protected against are any liability or claim for damage of any kind allegedly su mored, incurred or threatened because of actions defined below, including personal injur/. doath. proporty damage, inverse condemnation, or any combination of these, " regardless of whether or not such liability, claim or damage vas unforeseeable at any time before the Public Aganwt approved the impsoveoant plan or accented the iaprevecants as cam).leted, and including the defense of any suits) or action(s) at lav or equity concerning tl.cse. (d) The actions causing liability are any act or omission (negligent or non-negligent) in .:O ctionwi el: the matters covered by this.concract and attributable to t:x contractor, subcontractar(s), or any officer(s), agent(s) or employca(z) of one or more of them. (a) Non-Conditions- The Promise and agreameat in this section is not conditioned or dcpcudant an s:.pervr or not any Indennitoe bas prepared, su(rplied, or approved any plan(.), drawing(s), specif'icatioa(s) or special provision(s) in connection r-ith this work, has insurance or other inde-nifieation covering any of these natters, or that the alleged ,,—go resulted partly from any negligent or willful misconduct of any Indemnitee. 21. LRCI.V:M021. Contractor shall comply with the provisions of Labor Code See. 6705, if applicable. Ly submitting to PuLlie Agency a detailed plan shoving the design of shoring, bracing, sloping, or other provisions co be made for worker protection from the hazard of caving ground during trench ereavaticn. - ... - (page 4 of 4) 00237 (cc-1; Cev. 11-76) Coons Ifo tbn CERTIFICATE OF INSURANCE CD 6715 (Ed Zell CERTIFICATE OF INSURANCE This is to Certify,wt pokes in the eao,e of 7AGKsoN SQUAR'-GARAGES, INC.AND NAMED SAC6SOIT SQUARE CAR.gGES, INC_ DHA TIDE CERrIFlG1E OF INSURANCE marmot Am mIYELY NOR INSURED NEGATIVELY AMENDS,EXTENDS OR ALTERS THE COVERAGE aed 7 fi 5 SWEEPING P. 0. BOX 26154 AFf010ED BY ANY POLICY DESCRIBED HEREIN. L SAN FRANCISCO, CALIFORNIA 94126 J - are in to"at the doh hereof,as follm: KIND OF POLICY POLICY LIMITS OF LIABILITY INSURANCE NUMBER PSU00 BODILY I4IURY PROPERTY DAMAGE CQ 7622538P10Y�q'Werr.Stmelfs WORKMENS IIID INDEtIItLTY ER, 1-15-77 EpmQnititlpn Latate of NIL COMPENSATION Lep. 1-15-78 COMPREHENSIVEBENFULAL (77)7101 3144 Ee. 12-1- fSINGT.s'�EmhII= f •OOOEacb000M LABILITY PACIFIC IND- EAµ 12-1-77 $LIMIT :��eomwence SILICLUDEZ�A—� MANUFACTURERS'AND a EN. n S n •000 Wperson f .coo Each ocaurena CONTRACTORS LIABILITY EUL S 000 Each elaereoce f .000 r to OWNERS,LANDLORDS ER. f .coo Each Person f ,000Eachaaorrenra AND TENANTS'LIABILITY EqL 000 Each Acarrence S .ODOARg pte CONTRACTUAL t1 EA. 11 f " .000 Each person .ODDEachoa;re LIABILITY Uxs .DDD Each oaaprea s ,OODARWegale AUTOMOBILE LIABILITY :fy Oaaed AAl—Wes EN. $ .=EaNperson f .00(luchmelden11 Himl Ad—biles Esµ $ .ODD Each aaidenI 11-0—lAaludlRn _ COMPREHENSIVE AM ER. f .000Eachperm f .000 Each occwenee MOBILE LIABILITY Eat. S .ODD Each eccortme OTHER: ER Etµ SOB: STREET SWEEPING SERVICES FOR COUNTY SERVICE AREAS H-4 fi H-17 IN ACCORDANCE WITH TSE PLI-,qS, DRAWINGS AND SPECIFICATIONS PREPARED BY OR FOR THE PUBLIC WORKS DIRECTOR AND IN ACCORD?NCE WITH THE ACCEPTED BID PROPOSAL. BY END0RS7-MNT TO ABOVE POLICIES CONTRA COSTA COUNTY, ITS OFFICERS, EMPLOYEES AND AGENTS!RE A*t1�IanTIO?L1L S ED«s SOT Y�S L1;aSPEC s T E.ABdOVE LIST�D Soa. nen wtim tc she y mlteral tmn o.sa Axl, u merry el_Qep„glo give3Q_dayswri patsy rowhom she c"fitau is meed.but foDum to Rice a,eh notice OW irWm Ito obligation nor fiahifity upon h.annpariY, D.u&: July 7, 1977 G�Paff Per above /f allrey.lIIp AFIRESEM1TA 1 '( --� CERTIFICATE ISSUED T0: WHnNrCOLITP-4 COSTA COUNTY 350sa EY&BAIRD _ et CORNY`.'ADMINISTRATION BUILDING 350SaE1sco.CA 41 NAME 651 PINE STREET San Francisco.CA 94104 r���Ra�QQ ADDRESS NIRTINEZ, =IFOR.e:LS 94553 J {l:)Lt)8 L morofilmed with board order L J Mkrofilmed with board order "'r�ta�tMf*St .' STATE OF CALIFORNIA SS. County of San Francisco On this ..gtth... day of ...Jvoe...... in the year nineteen hundred and A. D., before me ...Ha49i.P. Kennex.......personally appeared {A,E.,Pgudketou..,_._.•.,.,, known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of .. Peerless,Insurance......Com 2 y.,,,.. and acknowledged to me that he subscribed the name of ......J, a,g: Sve¢g;ng,Sg-Mirg........... thereto as principal and his own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in said OFFICIAL SEAL County the day an .year in this ertificate r l MAZE C.KENNEY above written. /J 4 My d-,.-aA+rsvanu an or Co • o Notary �yam,amo.0°.airaN I9�1 San Francisco, State o Cal* ornia Microfilmed with board order My Commission expires CAJ. a TT,rnT T^n TT T(-T T" A TTl'F POMP ANV CA",-;. I- PEERLESS INSURANCE COMPANY KEENS, NEW HAMPSHIRE Bond No--67 18 77 CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS.That we, J. F, S. Sweeping Service as Principal,and PEERLESS INSURANCE COMPANY,d Keene,New Hampshire incor;x rated under the laws of the State of New Hampshire and authorized by the laws of the State of California to execute bonds and undertakings as sole surety,as Surety,are held and firmly bound unto any and all materialmen,persons,companies or corporations furnishing materials,provisions,work contracted to be executed or performed under the contract hereinafter mentioned,and all persons,companies or corpora t;ons renting or hiring teams,ar implements or machinery,for or contributing to said work to be done,and all persons who perform work or labor on same,and all periosts who supply both work and materials,and whose claim has not been paid by the contractor,company,or corporation,in the just and full sum of Six thousand seven hundred twenty— five and 00/100ths------------------------------------------------------=------ DOUARs fi 6,72s,nn j for the payment whereof well and truly to be made,said Principal,and Surety bind them- selves, their heirs, administrator, 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 con. tract,dated with to do and perform the followingwork,to wit: finish all labor, materials and equipment required to satisfactorily perfrm the sweeping required by the County in the streets or areas as designated in the attached plans and these special provisions. Specifications for the year 1977-1978. NOW,THEREFORE;if the above bounden Principal,contractor, person, company or corporation, or his or its sub- contractor,tails to pay for any materials,provisions,provender,or other supplies,or teams,used in,upon,for or about the performance of the work contracted to be done,or for any work or labor thereon of any kind,or for amounts due under the Unemployment Inwrance Act with respect to such work or labor,the Surety on this bond will pay the same,in an amount not exceeding the sum specified in this bond,provided that any and all claims hereunder shall be filed and proceedings had in connection therewith,as required by the provisions of Chapter 3,Divnion 5,Title 1,of the Government Code of the State of Califomia,and any amendments thereof; PROVIDED ALSO,that,in case suit is brought upon this bond, a reasonable attorne-/s fee shall be awarded by,the court to the prevailing part in said party wit;said attorney's fee to be fixed as toss in said wit,and to be included in the judgment therein rendered Signed and sealed this 27th day of June D-.19 77 r J. & S. Sweeping Service WITNESS .................................. .......:..:-::_fSeal). (r, ..-.C.,J L ,irk .................................. .........k..................5..............x,11 S lmsu..Cr�' pMPANY WITNESS .................................... By William E. Pendleton Attomey-,in:facr PS&sS7 W240 r Mjvofillned with board order lt STATE OF CALIFORNIA SS. County of San Francisco On this .27th... day of .... 7nae...., in the year nineteen hundred and ...V.. A. D., before me ...hazel C..Keaney......personally appeared .VM..E—Pendlecoo ..........., known to me to be the person whose name is subscribed to the within instrument as the attorney in fact of .. Eeerless Insuzance.Campan7c...., and acknowledged to me that he subscribed, the name of .....a..&.S..SveepApz.Servlce............ thereto as principal and his own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set t. `I:"• }=•°= my hand and affixed my official seal in said County the day and _W- in this rtificate above written. Notary i'u c aad o -0_e.-Count bbt San Francisco, State o Ca Hy Commission expiresL Microfilmed with boord order PEERLESS INSURANCE COMPANY KEENS, NEW HAMPSHIRE Bond No..rt�.la.xz premium: s101.00.Annually KNOW ALL MFN BY NESE PRESENTS:THAT WE, J. 6 S. Sweeping Service as Principa4 and Peadess Insurance Company,a corporation duly organized and doing bovines under and by virtue of the laws of this State of New HampdtYk and duly licensed for the Purpose of making,guerantesmg o,becoming tore wrety upon bonds a undertakings mquind ot autharized by the laws of the said Stark as Sumy,aro held and fumy bound unto Contra Costa County Public Works Department - -Olmpinab called the Obrigeel, in the sun of—.-Thirteen Thousand Four Hundred:Fifty and.00/100ths DOLLARS($.13,450.00 1 for the peymant whonoor wag and snit'to be nude we and each of us bind ourselves,our hats;,e.emton,adnenistramrs, successays and assigns,Kw4 and se.raBy,fumy by these presents THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT.WHEREAS,du above bounden PRINDPAL entered into a contract dated ,19 , with the said Obligee to do and pedono the following wok,tawi! Furnish all labor, materials and equipment required to satisfactorily perform the sweeping required by the County in the streets or areas as designated in the attached plans and these special provisions. Specifications for the year 1977-1978. - a copy of which contract Is or may be attached hereto.and Is hereby referred to and made a part hereof.';' r NOW.THEREFORE,if the above bounden principal shall well and truly perform the work mmraued,to be peAormed . under said contras,than this obligation to be mil and voidt othenel a to Terrain to full form and eftea.No right.of.aims shall accrue under this bond to or for the use of any pawn other than the said Obligee. . SIGNED AND SEALED THIS. _ 27th day of June ;A.0.19 77 + VVYINESS - J. S S ............... Swee in Service ltn�... .L..�.r��::'Ci A - Peerless[�mv/�e,,_ J WITNESS ...................................... 8y.�:L ..2.:.::!:• —... ....i".K.4.. Wm. E. Pendleton Attorney-imFaa Foy.ssssts - - 00242 Mkro8lmed.With board order - :u t*�rSw+resin IL_. In the Board of Supervisors of Contra Costa County, State of California June 28 19 Z7— In the Matter of Salary Retroactivity to July 1, 1977• The Board recessed at 10:10 a.m. to meet in Executive Session in Room 108, County Administration Building; Martinez, California to consult with its representatives in connection with discussion of salary matters. At 11:00 a.m, the Board reconvened in its Chambers and the following announcement was made: "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 1977-1978. "Since there is obvious good faith bargaining underway the Board hereby agrees to make adjustments retroactive to July 1, 1977 so long as agreement is reached by July 12, 1977•" PASSED by a unanimous vote of the Board.on June 28, 1977. The Board then proceeded with its regularly scheduled items. I hereby certiFy that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervison on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director of Personnel supelson County Administrator affixed this 28 hat of .Tone t9 County Counsel � oy -Zz- Ail Employee Organizations ` �yy.� __ J. R. OLSSON,Clerk By �Cl.r_ 'u 1( '/!r.!t"1111K Deputy Clerk Helen C. Marshall 6=1243 H-p<4M 15. In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Consent to the Assignment of Lease for the Sheraton Inn-Airport Hotel Concord Area 14.0. 5235 On January 25, 1976 the Board of Supervisors approved the Modification of Lease Agreement for the Sheraton Inn-Airport Motel on Buchanan Field; and The Lessee, Sasha Maloff, has requested the County approve an Assignment of said lease to Theodore H. Kruttschnitt, III and Catherine R. Kruttschnitt, his wife; and On recommendation of the Public Works Director, the Board hereby consents to the Assignment of said lease subject to the terms and conditions contained in the document entitled "Consent and Approval of Lessor" and authorize the Chairman of this Board to execute the Consent on behalf of Contra Costa County as provided therein. PASSED by the Board by the following vote: AYES: Supervisors J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine NOES: None ABSTAIN: Supervisor H. N. Boggess (for the reason that he is a tenant at Buchanan Field) 1 hereby certify that the foregoing is a true and correct copy ofan order entered an the minutes of said Board of Supervisors an the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this?g_day of .Tt.na 197E cc: County Auditor County Tax Collector County Counsel / "j J. fl. OLSSOy, Clerk Airport Manager By 1.� �, ). lt Deputy Clerk County Administrator A. Jifsepl H_,43,7t.0. 00244 Airport Manager By f I {._,'�,r6; Deputy Clerk County Administrator A. 3ifsepV H-24 i;Y.15. 00244 Y't�h gsVe::FAh . CONSENT ARID APPROVAL: OF LESSOR The undersigned, Contra Costa County, hereby states that as of this date there are no present uncured defaults under the Modification of Lease Agreement (the Ground Lease) except that the Certified Annual Statement reauired by Paragraph 7 of the Modification of Lease has not been provided to it and consents to the foregoing Assignment and encum- brance of the Leasehold by a Purchase Money All-Inclusive Deed of Trust securing a Promissory Note in the original principal sum of Four million One Hundred Sixty Thousand Dollars ($4,160,000.00) executed by Assignee as Maker in favor of Assignor as Payee subject to the following: 1. The Assignee (Theodore H. Kruttschnitt, III and Catherine BI. Kruttschnitt) is obligated to, and will perform all of the actions required of the Lessee by Modification of Lease Agreement (including the payment of taxes as specified in Paragraph 19 of that Lease Agreement) regardless of whether the requirement to perform such actions accrued prior to the date hereof. 2. The ACCEPTANCE BY ASSIGN and ACCEPTANCE BY ASSIGNOR herein- after set forth are fully executed. 3. Page 16 of the Modification of Lease Agreement dated January 26," 1976 between Sasha Maloff ("Lessee") and Contra Costa County ("Lessor") reads, in part, as follows: "Lessor hereby recognizes Security Mortgage Investor's current interest in Lessee's lease- hold estate created herein as previously approved by Lessor and its rights with respect thereto as specified herein." Lessor hereby confirms that the foregoing quoted paragraph continues in full force and remains effective following Lessor's consent given this day to the assignment by Lessee of its interest under said Modification of Lease Agreement to Theodore H. Kruttschnitt and Catherine M. Kruttschnitt, doing business as California Innkeepers. 4. The County, at its sole discretion and without recourse by the Assignor or Assignee, may terminate the consents hereinabove provided after July 15, 1977, if the proposed sale and.assignment noted above has not been fully consummated by that date and written'notice thereof provided to the County by the Assignee. Any such County termination shall be effective upon mailing of it to the Assignor at the address indicated in Paragraph 26 of the Modification of Lease and to the Assignee at: 1730 South Anphlett Boulevard, Suite 300, San Mateo CA 94402. -3- 0245 i`krofi:.n_j with 6_107". 0.drr IN WITNESS WHEREOF, the said LESSOR has hereunto set his hand this 28 day of June, 1977. CO CO COirgTY Its Chairman, Boar Supervisors RiCO111MEN�DEE�]D FOR APPROVAL: TT£ST: `rOU\\TY CLERK By. County Adplinistrator. - i De.ut.... .��.. 1 p y ✓ J. By: ri Pub13.0 Works`D2Xeetbr . APPROVED AS TO FOM: JOPy B. CLAUSEN, COUNTY COUNSEL G v PPPROVED AS FISCAL FORM: H. DONALD FG li, AUDITOR-CONTROLLER ... Ax. . .. ...... ... . By: "ACCEPTANCE BY ASSIGNEE Assignee hereby accepts this Consent and.Approval of Lessor and agrees t0 comply with its terms and conditions. Theodore H. Kruttsc nett, III Catherine M. Kruttschnitt ACMPTAWCE BY ASSIGNOR Assignor hereby accepts this Consent and Approval of Lessor and agrees to be bound by its provisions. Sashat t;a os 0024S -4- IL In the Board of Supervisors of Contra Costa County, State of California June2819 77 In the Matter of Accepting Donation IT IS BY THE BOARD ORDERED that, on behalf- ofCounty Service Area R-6, a cash contribution in the amount of $900 is hereby ACCEPTED from the Orinda Rotary Club for the purchase of furnishings for the Orinda Community Center. Passed by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesofd. Witness my hand and the Seal of the Board of Orig: Administrator Supervisors cc: Public Works Director offxed this 2 th day of Trlap . 19= Auditor-Controller J. R. OLSSON,Clerk ByPia) CI t~.7 Deputy Clerk Patricia A. Bell 00247 H-24 4!77 15. In the Board of Supervisors of Contra Costa County, State of California.- June alifornia:June 2a 19' 77 In the Matter of Accepting Gift The County Administrator having notified this Board that a gift of a color television set for the Pediatric Ward of the County Hospital has been received in memory of Margaret "Peg" Bender, former Assistant Director of Nursing and a County employee for 16 years; IT IS BY THE BOARD ORDERED that aforesaid gift is hereby ACCEPTED. Passed by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Hoard of Supervisors on the date aforesaid. - Orig: Administrator witness my hand and the Seal of the Board of cc: Human Resources Director. Supervisors Medical Director affixed th628thday of June i9 77 Auditor-Controller J. R. OLSSON,Clerk By\ilsi�.tC�n �E �l �:� Depvly Clerk Patricia A. Bell H-:1 S!'615m 00248 40ftin4ft1 In the Board of Supervisors of Contra Costa Countyr State of California June 28 .19 7 In the Moller of Request for Release of Funds Community Development Block Grant Program IT IS BY THE BOARD ORDERED that the chairman is AUTHORIZED to execute a certification to the Department of Housing and Urban Development that the County has complied with all applicable federal environmental review regulations and transmit a request for the release of funds for Third Year Community Development projects. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Original: Planning Department Witness my hand and the Seal of the Board of cc: County Administrator Supervisor County Auditor-Controller affixed this 9At oy of Jit— . 19 Z County Counsel Building Inspector .� Economic Opportunity / J. R. OLSSON, Clerk Program Director Bye:.[. Deputy Clerk Director, Human Resources Kaxire Il. Nduf6ld Agency H-?4 3/76 nm 00249 The Board of supervisors Contra Costa M-G.AA-R.�` ` P.0 B.A.>ninistration Building Mrs.6,raxb,quuA P.V.Box 911 Cnree Geek Martinez,Califwnia 94553 County 14151372.2771 lame P.t:,my-gIMTPIN tato, Nmq G FshJ .M4n^w: 2nd Dev-1 Ao-;.SCNaGr-4}4YNte 3rd W,rtm N.awp -C Eric H.Hu,Ntlne-F'ROu'a 5,n Duma June 28, 1977 - Nr. James H. Price,Area Director San Francisco Area Office U.S. Department of Housing and Urban Development One Embarcadero Center, Suite 1600 San Francisco, California 94111 Attention: Julian A. Fitzhugh, Program Manager-Area B Dear Mr. Price: Pursuant to the Rules and Regulations of the HUD Environmental Review Procedures for Community Development,xe hereby.request release of the Community Development Block Grant Funds for Contra Costa County as submitted in our Application and as summarized by amount for each project in the attached Projects and Activities List. We request that funds be released on July 15, 1977 in order that the twelve-month program year may coincide with the fiscal year budgets of Contra Costa County and its participating cities. The required Statements of the County Counsel and County Clerk are included as part of the enclosed Certification form for your processing. It is our understanding that, once the appeal period has lapsed, the environmental review process for the Third Program Year activities will be completed. Yf/�/t�T�1"y yours, Marren N. Boggess, Board of Supervisors UNB:ld Enclosures: Certification Form Including Statements Projects and Activities List A icrofilmed with board order a"r,- tf ad"� 4 DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT a+ 4 e SAN FRANCISCO AREA OFFICE • ONE EMBARCADERO CENTER,SUITE 1600 `eyw+'a SAN FRANCISCO,CALIFORNIA 04111 REGION IX 160 —d. G.I.A..aw P.O..Be>'I Saw FYaMiaco,GNIw,Wa W 103 x wEP�r wEPEw r0� Jun 1 s 1s17 9.1c a W.WarrenN. Boggess RECEIVED Chairman, Board of a4ervimrs County of Contra Costa JUN 2 0 1977 651 Pine Street, P.O.Hca 951 Mart nez, California 94553 a Dear Mr. Boggess: Subject: Program No. B-77-4)C-06-0002 Canty of Contra Costa Approval of Mock Grant Application We are pleased to inform you that the Contra Costa County's Community Development Plan has been approved and that a grant agreement in the amount of$3,913,000 has been authorized ed for carrying out the CCmmmity Development progrma over a 12-month period effective this date. Three signed Counterparts of the Grant Agreement are enclosed. Please acknowledge yar rF'Cim and aeoeptanee of the C2ant Agreement by signing all copies, and return two copies to this office narked: "Attention Program Management Branch-Tam B.' We shallauthorize the igm- of a letter of Credit for the full grant amount when we receive the two signed copies of the Grant Agreement. Our approval of the Oommnity Development Program and the Housing Assistance Plan does cot constitute a Commitment on the part of the Department to allocate Section B Housing units to your Community. in addition, you are cautioned not to exiled finds in the project(s) Listed in Item 17 of the Grant Agreement until the requirements Imdur Section-104(h)(2) have been completed. Please note the Special Contract Conditions attached to your Funding Approval and Contract Agreement. These conditions were added to the contract because an evaluation of the County's CImBGprogram indicated a substantial lade of progress when compared to other Urban Counties. Tee purpose of the Special Condition is to owilmea wi>fi koala oraff 00251 t;ga, vf+ ._ _.._L....._ f 7102 now i provide minty and HCD objective means for evaluating progress during the coming year. We pledge the support of our office in assistant you to achieve tt—was established by your—ty. Sincerely. s { ./4� H. Prue Area Director Enclosures cc: Mr. HP.inZ Finirhel Assistant Director of Pig 00252 r q. CFRTIFICATION ' C0;Ca1gITY DE'}'ELOPMT BLOCK GP-.LVr PROGRAdi Contra Costa.County, Fiscal Year 1977-1978 (1) APPLICANT: CONTRA COSTA COUNTY ' COU%i1f ADMINISTR.aTIONN BUILDING MARTINEZ, CALIFORNIA 94553 (2) APPLICANT'S RESPONSIBILITIES: Contra Costa County hereby"certifies, that it has fully carried out its responsibilities-for environmental review, decisiop-making, and action pertaining to-the projects and activities named in the attached Project and Activities List. (3) ENVIMiMAL CLEARANCES: The levels of all environmental clearance for the projects and activities are enumerated in the attached Project and Activities List. (4) EV'ViRO`W- MAL REVIEW PERIOD: The statutory or regulatory environmental period in keeping with the NEPA Rules and Regulations commenced on May 26, 1977 with the legal publication of the Notice of Finding of No Significant Effect on the Environment, and will be completed on July 15, 1977 with the elapse of the five-day period after publication of the Notice of Request for Release of Funds. (5) ASSM-TTION OF STATUS OF FEDERAL OFFICIAL: The Chief Executive Officer of Contra Costa County is authorized to consent to assume the status of a responsible federal official, under NEPA, insofar as the provisions of NEPA appiy to the HUD responsibilities for environmental review, decision-making, and action assumed and carried out by Contra Costa County, and that the Chief Executive Officer so consents: by so consenting, the Chief Executive Officer of Contra Costa County assumes the responsibilities, where applicable, for the conduct of environmental reviews, decision-making, and action as to environmental issues; preparation and circulation of draft and final EIS's; and assumption of lead agency and responsibilities for preparation of such statements on behalf of federal agencies other than HUD when such agencies consent to such assumption. (6) ENFORCEMENT OF RESPONSIBILITIES: The Chief Executive Officer of Contra Costa County is authorized to consent, personally and an behalf of Contra Costa County, to accept the jurisdiction of the Federal Courts, for the enforcement of all responsibilities referred to in paragraph (5) above, and that the Chief Executive Officer so consents on behalf of Contra Costa County and himself in his official capacity only. nn CERTIF'6AT10N OF 1TE?LS (1)-(6) ABOVE: 0;1253 W.N. C� -- �I11m !!f 1977 NARREN N. BOGGESS, Chairman of the Board of Supervisors Date Chief Executive Officer Contra Costa County Chief Executive Officer Contra Costa County I STATCNENT OF COUNTY COUNSEL: STATEWENT OF COUNTY CLERK: The Chief Executive Officer so consents . I, James R. Olsson, County Clerk of on behalf of Contra Costa County and the County of Contra Costa, do hereby himself in his official capacity only; certify that Warren N. Boggess, Chairman Contra Costa County and its Chief of the Board of Supervisors.and Chief E_< cutive Officer are authorized and Executive Officer, is duly authorized empowered by law to make the above to execute this certification, and that certification, and that the same was hedid execute same on June 28 1977. duly made by Contra Costa County and its Chief Executive Officer in accor- dance with such authority and power. Witness my hand and Seal of the Board of Supervisors affixed on 28th June , 1977. SON .I I IN.2 8 177 John B. Clausen Dae. � James R.Olsson. ( ,Date County Counsel County Clerk and Ex-Officio Clerk of the Board of Supervisors By: Deputy.C-Ie.lk� g�lug liJ �c nn2�� Microfilmed with boord order _ O'A�e No.525-7591.x. DEPARTMENrof NOUS-G ANO URBAN OEVELOPMENT t ' COMMUNITY DEVELOPMENT BLOCK 6RA11T PROGRAM REQUEST FOR RELEASE OF FUNDS AND CERTIFICATION (Cu,nanr to seafon 10r(61af 7irle 1-/A-lloarinb apd Commanily 0-1.pmenr Aar of 1974) IENVIRONMENTAL i /.NAME OF APPLICANT 2.APPLICATION/GRANT NO. CONTRA COSTA COUNTY, CALIFORNIA B-77-UC-06-0002 1 APPLICANTS AODRE55(Mrlmte SlreeL EIV.SraN 4W Lp Cade/ 4.DATE OF REQUEST/CERTIFI- CATION I 651 Pine Street I � Alartire_, California 94553 June 28, 1977 t 5- REQUEST FOR RELEASE OF FUNDS. Release of approved t Q ppr gran[funds for the following project is requested: ' GRANTEE PROJECT AMOUNT (!(Ocher Tkm:Appaarnfj SEE ATTACHED LIST 6. CERTIFICATION. With reference to said project it is hereby certified: That the applicant hos at least five(5)days prior to submitting this request for release of funds and certification, published in a newspaper of general circulation in the community affected,a notice to the public(a copy of which is attached hereto)in accordance with 24 CFR 58.30(x); Ttat the applicant has fully carried out it's responsibilities for environmental review,decisigq-:poking and action pertaining to the project named in the above request for release of funds; That the level of environmental clearance carried out by applicant in connection with'said project Q did a did not regaire the preparation and dissemination of an environmental impact statement; I That the dates upon which all statutory and regulatory time periods for review,comiumt,or other response cr:action in regard to the aforesaid clearance commenced and expired as indicated below;that all such dates which are applicable to the aforesaid clearance are indicated below;and that with the expiration of each of the time periods indicated below, applicant is in compliance with the requirements of 24 CFR Part 58; I, tb— � Expira I— MO/DAY/YR MO/OAY/YR Abtio:of Fmdiabof No SiymGaat Enrimumeatai :=•ivi:•: Lm x:PubBntian. 5/26/77 ••:"': Sour, Conmertprdod 5/1,6/77 j 6/16/77 Natio:of latent to File EIS:Pub6edan N/A U.ft ELS: Comment p..d MIA NIA Sam. 90day period(ChQ) N/A N/A Feast PIS: 3D4ayp-.d(CEty N A N/A 54D,y N'odoe m Public Pubb.— 6/ 6177 6/27177 Otba:(spervy) 255 t I HUD 7o1535 ilo-79 Microfilmed with E(x3a ordo- That the undetsigned chief execothe officer of appliCant is authorized to,and docs,consent to assume the status of a responsible-federal official,under the National Environmental Policy Act of 1969,insofar as the provisions ofsaid Act apply to the HUD responsibilities for envirarmental review•,decision-nuking and action assumed and carried out by the applicant;that by so consenting,the undcrsigtxd chief executive officer of applicant mums the responsibilities,where applicable,for the conduct of envilotwenlal reviews,decision-making,and action as to environmental issues,preparation and circulation of draft and final environmental impact statements,and m3ar ptian of lead agency responsibilities for prep- malion of suds statennents On behalf of Federal agencies other than HUD when such agenciescon.itt to such assumption: That the undersigned chief cxcertive officer of applicant o authorized to consent,personally,and on behalf of the appli- cant,to ac rpt are jurisdiction of the Federal COMM for ilia enforcement of all the aforesaid responsibilities;and that the undersigned does so consent,on behalf of applicant and of thew signed,in dmc�Zffcial capacity he undasigmJ. e4 , / . ' N. Bot ea LsaiaTaan, Board of Suaervi tees 651 Pine Street, Martinez. CA 94553 '(SiYnalurc,77n ury Addreu of e7deilh' cudua Offkri ofAppO'eanl/ 7, AUTHENTICATION: County; Warren N. Boggess being the chiefexecutive officer of Contra Costa u llWy aOthOriUVOexeente o/chi.•J rxrrurirr o(fi n !name ofnppriroor/�- the foregoing Request for Releasd of Funds armd Cutiti:ation,and he did execute Ilene s:lfcu. r ' 1.. James R. Olsson, d1erk and Ex-Officio f all 2PutY Cl,,k f ti th R 1 C Sr,(•S7 P'n (Slx,wtu•e.Tide,Add—and Sral St., Martinez, CA ofar:r,or a,ha.an rhrmiaadna !l iaro/lppaeanr/ 8. CERTIFICATEOFATTORNh•1': A kC] Warren N. Boggess being the chief executive offcer ui'ontra Coeta C�las t cured the fore- (.v—eof,h,if--d-.1li ci)a (name ufappfieum/ going Request lot Release or Funds add Certification and has consented,as thernn stated,perwnaRy and on behalf of the applicant,in his official capacity as such chief executive officer only,and not otherwise.Further, the applicant and said chief executive officer are authorized and empowered by law to make the said Request for Release of Funds and Certification and the same was duly made by them in accordance with such authority and power.No claim of legal incapacity pursuant to 24 CFR 58.5(6)has been trade by lids applicant. B. ❑ ,being the chief executive officer of has executed the fore- (.Vame oJehirfcxreutitx oJJieerl (acme oJapprirnntl going Request for Release of Funds and utitnxauon and has consented,u ihetem slated,personally and on be- half of the applicant,in his official capacity as such chief executive officer Only,and not otherwise.Further,the Applicant and said chief executive officer are authorised and empowered bylaw to make the said Request for Release of Funds and Certification and the same was duly made by them in accordance with such authority and power_This applicant made a claim of lack of legal capacity pursuant to 24 CFR 58.5(6)and such claim was denied by HUD_There has been no final decision by a court of competent jurisdiction or legislation which has ,become effective since the denial of such claim which may affect the denial. C- O This applicant made a claim of lack oflegal capacity pursuant to 24 CFR 58.5tb)prior to submitting its grant application.Such claim was denied by HUD on ilk basis of its assessment of applicable law.On the basis of that denial -beim the chief executive officer of has executed the (fume ofchief rxerariur o/lie J - (amen-ofappu...V foregoing Request for Release of Funds and Cettiflleation,has consented as therein stated,personally and on be- half of the applicant,in his official capacity as chief executive officer only,and not otherwise,and has determined rc that such execution and consent aauthorized and empowered by law.Undersigned certifies only that the foregoing statement is factually correct and that there has been no final decision by a court of competent jurisdiction or legislation which has become effective since tic HUD denial which may affect the denial. John B. Clausen, County Counsel _651 Pine St- Martinez. CA 94553 , (Sanatwr,Torte and Adders o/ Arramry fur Apprwanr/ WANNINp-yecliun 1001 fir Title 18 of rhe Uaitad Starry Coda and Crimieat Ihuatlwe Wan apple mo the fweaoirte camirin4od.Tine 18 pto.id<s, monC aha tNnaa.that rhxver kmrinrh aad riatu0y eafaaw rgas a darumant w r,iti.ra aoatainine aaJ ealy,C tiriaW.w frauduk Hent or en err,in any mane,rithie[ha ju,wiclxm iso)drpsrrmem a atrarr of Rha 11—d 5.—.WA he f d ret more man SlOA 1 �� prosrmed nut morn than fir lean fir beth. MUD 1015.15 (10-75) REQUEST FOR RELEASE OF FUNDS COM MITY DEVELOP.LZUT BLOCK GRANT PROGRMI CONTRA COSTA COUSTY &%71TLF-MENf AREA FISCAL YEAR 1977-1978 M LEVEL OF AMOUNT ENVIRONMENTAL PROJECTS AND ACTIVITIES LIST OF FUNDS CLEARANCE (C) 1. Housing Rehabilitation and Code Enforcement $ 645,000 ,(C)-No EIS Program in target areas of North Richmond, West Pittsburg, Rodeo, Mountain View (Martinez), Montalvin Manor, and Oakley. 2. Counseling and Training Program for 40,000 (C)-No EIS Housing Rehabilitation target area residents in North Richmond, Hest Pittsburg, _ Rodeo, Mountain View (Martinez), Montalvin Manor, and Oakley_ 3. Fair Housing Service to provide direct 19,000 Exempt housing related services to low and moderate income persons and families countywide. 4. Housing Rehabilitation Program in target 25,000 (C)-No EIS areas of the City of Antioch. 5. Hausi,:g Conservation-Code Enforcement Program 26,000 (C)-No EIS in target areas of the City of E1 Cerrito. 6. Senior Citizen Housing Plan in the City of 15,000 Exempt E1 Cerrito. 7. Site Acquisition for Elderly Housing in the 128,000 (C)-No EIS City of Lafayette. 8. Housing Rehabilitation Program in target 184,000 (C)-No EIS areas of the City of Pleasant Hill. 9. Bayview Redevelopment Project in the City 200,000 (C)-No EIS . of San Pablo. 10. Sheffield Redevelopment Project in the 50,000 (C)-No EIS City of San Pablo. 11. housing Rehabilitation Program in target 11,425 (C)-No EIS areas of the City of Walnut Creek. 12. Frontage Improvements in North Richmond 40,000 (C)-No EIS Hc-uira Rehabilitation Target Areas. 13. Sror3 Drainage Improvements in Housing 76,000 (C)-No EIS Conservation Target Areas in the City of LI Cerrito. W=ot1krwd vAth board order 002 J AAiQmlilmed ,nth t0131" ($) LEVEL OF AMOUNT ENVIROh^ENTAL PROJECTS AND ACTIVITIES LIST OF FUNDS CLEARANCE (C) 19_ Installation of Road Safety Walks in the - $- ,10,000 (C)-No EIS City of Pleasant Hill. 20. Traffic Signal for the Blind in the City 12,000 (C)-No EIS of San Pablo. 22. Neighborhood Facility Renovation in Rodeo. 60,000 (C)-No EIS 23. Neighborhood Facility Acquisition and 180,000 (C)-No EIS Renovation in Best Pittsburg_ 24. Rehabilitation of existing building to 30,000 (C)-No EIS provide a Senior Citizen Center in Crockett. 25. Renovation of a Senior Center in Danville- 25,000 (C)-No EIS 26. Construction of a Neighborhood Facility in 223,000 (C)-No EIS an existing park in the Montalvin Manor area. 27- Additional Building Construction for a 499,200 (C)-No EIS Neighborhood Facility in the City of Brentwood. 28. Neighborhood Facility site acquisition and 215,000 (C)-No EIS renovation or construction in the City of Martinez. 29. Construction of a Therapeutic Pool for the 80,000 (C)-No EIS Handicapped in Richmond. 30. Neighborhood Facility Renovation in the City 273,500 (C)-No EIS of Antioch. 32. Completion of Senior Center expansion and 18,000 (C)-90 EIS renovation in the City of Pleasant Hill. 33. Completion of Neighborhood Facility Renovation 35,000 (C)-No EIS in the City of San Pablo. 54. Neighborhood Facility Construction in the City 240,375 (C)-No EIS of Walnut Creek. 35. Acquisition of a building for a Neighborhood 48,250 (C)-No EIS Facility in the City of San Pablo. -36. Elimination of Barriers to the Handicapped 40,000 (C)-No EIS Countywide. _ 3;. Elimination of Barriers to the Handicapped 5,000 (C)-No EIS in the City of Pinole. 58_ Elimination of Barriers to the Handicapped 4,500 (C)-N"t1U in the City of Pleasant}till. • -3- IS) LEVEL OF AMOUNT ENVIR0,74ENTAL PROJECTS AND ACTIVITIES LIST OF FUNDS CLEARANCE (C) 39. Elimination of Barriers to the Handicapped S 3,700 (C)-No EIS. in the City of Walnut Creek. ' 40. Renovation of the "Old Homestead" in Crockett. 3,950 (C)-No EIS 42. Renovation of the Borland Home in the City of 10,000 (C)-No EIS Martinez. 44. Completion of the Reconstruction of the Blume 20;000 (C)-No EIS House in the City of San Pablo. 45. Additional Park Rehabilitation in West 12,000 -(C)-No EIS ' Pittsburg. 46. Development of Neighborhood Recreation and 65,000 (C)-No EIS Commemorative Plaza in the City of Martinez. 52. Development of a tot lot in the City of 5,000 (C)-No EIS San Pablo. 53. Completion of Development of a tot lot in the 750 (C)-No EIS City of San Pablo. . . . 55. Continuation of Community Facility Inventory 8,000 Exempt. and Target Area Delineation Planning Study. S6. Comprehensive Redevelopment Plan in the City 45,000 Exempt of E1 Cerrito. 58. Acquisition of a bus to provide transportation 20,000 (C)-No EIS .for handicapped, elderly, and youth to the Rodeo Neighborhood Facility. 59. Housing Loan Securement Assistance Program in 21,800 Exempt East County. 60. Genual Program Administration. 195,000 N/A 61. Housing Rehabilitation Program in target areas 60,000 (C)-No EIS of the City of Pinole. TOTAL $3,928,450 00259 • "4- (S) LEVEL OF AMOUNT ENVIRONMENTAL ALTERNATIVE REPLACEMENT PROJECTS OF FUNDS CLEARANCE (C) a. Acquisition and Rehabilitation of a Farm N/A (C)-No EIS Labor Camp near Brentwood. d. . Additional funding for the Housing N/A (C)-No EIS - Counseling and Training Program (Activity a2). j. Acquisition and development of a Neighborhood N/A (C)-No EIS Facility and Park iii Pacheco. m. Additional funding for a Neighborhood Facility N/A (C)-No EIS in the City of San Pablo (Activity#34). _. n. Phased development of a major waterfront park N/A (C)-No EIS in the City of Martinez. s. Acquisition and development of additional N/A (C)-No EIS acreage for Fernandez Park in the City of Pinole. t. Acquisition of Antioch Sand Dunes fora major N/A (C)-No EIS waterfront park in the City of Antioch. x. Construction of a swimming pool in Oakley. N/A (C)-No EIS y. Downtown Design Study in the City of Pinole. N/A (C)-No EIS AA. Additional funding for Neighborhood Facility N/A (C)'-No EIS in the City of Brentwood (Activity#27). 00260 In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Community Development Block Grant - Program Agreement No. B-77-UC-06-0002 IT IS BY THE BOARD ORDERED that•the Chairman is authorized to execute a Grant Agreement with the U. S. Department of Housing and Urban Development for funds in the amount of$3,913,000 for the Community Develop- ment Block Grant Program for the fiscal year 1977-1978, funded by the Housing and Community Development Act of 1974. IT IS FURTHER ORDERED that the Director of Planning is authorized to transmit said executed Agreement and other data required to remove Special Contract Conditions to the U. S. Department of Housing and Urban Development. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on The minutes of said Board of Supervisors on the date aforesaid Orig.. Planning Department Witness my hand and the Seal of the Board of cc: U.S. Department of Housing Supervisors and Urban Development_ c o M etl.arming28thday of June 19� ABAG_ c/o Planning Dep . County Administrator J. R. OLSSON. Clerk County Auditor-Controller iy , ••,J Deputy Clerk Maxine M. Ne �e d. 00261 H-24 3/76 Ilm Planning Department Cuitra Panning Cummin on Memhara William 1.Milano ^_sta Pitnbw9—Chairman County Administration Huitdirlg,North Wing W Donald E.Anda n P.O.Hoz 951 ry_u,,,,y,, ,Morap Albon —vice Chairman Martinet. Calif 90553 County Alban R.Ca 'a Martinez Antlap A.Oehaesot Duatlor of PUM+kO Codon D.Phillip. Rodeo Jack Stoddard Phone: 372-2035 June 28, 1977 Richmond William V.Walton Plmuant Hill Andrew H.Yowq Alamo Nr. James H. Price Area Director Department of Housing and Urban Development One Embarcadero Center, Suite 1600 San Francisco, California 94111 Attention: Program Management Branch.- Team B Dear Air. Price: Enclosed please find two signed counterparts of the Grant Agreement for $3,913,000 to carry out the Contra Costa County Community Development Program as specified in our Third Year Application (8-77-UC-06-0002). Also enclosed is the Schedule of Expenditures required to remove the Special Contract Conditions. The schedule indicates that the required percentage of expenditures (50 percent First and Second Year funds by November 30, 1977; 80 percent Firit and Second Year funds by January 31, 1978; and 50 percent First, Second and Third Year funds by May 31, 1978) will be exceeded on the respective dates. Our Request for Release of Funds and removal of environmental conditions has been transmitted under separate cover. Please provide us with written confirmation that all conditions are removed, and issue our Letter of Credit as soon as possible. Many of our Third Year Activities can be initiated immediately following the requested confirmati/tor Siyours, AnDehaes Dif placing AAD:ld Enclosures 00262 Microfilmed with 6oar"d order M ucifillned wi$i 5oa d older U.S.DEPARTMENT OF HOUSING ANN UHNAN DEVELOPMENT j COMMUNITY DEVELOPMENT 01.00k.RANT PROGRAM f FUNDING APPROVAL UNDER TITLE I OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974(PMblk Law 93-383) -- NAMt Or APr LIc u,T S.APFuc.IIONrcw.MT NO. � County of Contra Costa B-77-UC-06-0002 Priv ANY.S.—ndaeu uM.�sty»1 r.rr.r..,.r.s"" 4. D April A 6,11977 County AdaLr istration Building S.O-TE OF HMR RECEIPT RF A PPLICA TION 651 Pine Street, P.O: Box 951 April 1, 1977 Martinez, California 99553 L-- Contra Costa County AleicjOriginal Funding Approval " n Amendment.Amendment No. All section references below are to the Hiesine and Community Deireloportnif Act of 1970 unless otherwise indicated 7. CATEGORY OF COMMUNITY DEVELOPMENT BLOCK GRANT FOR THIS FUNDING ACTION a.{a Metropolitan Entitlement(Sec.106) b,t .Vellopolllan Discretionary(Sec.106) - (I)._.San Francisco-Ciakland SM.Stale of California _ c-i 1 Tion Metropolitan Entitlement(Sec.106) It.J.)Non Metropolitan Discrelionary(Sec.1061 I e.[;Seuelarlt s Discretionary(Sec-IOl) t Li i Urgent Needs Furd(See.10301) L✓ ... AMOUNT OF COMMUNITY DEVELOPMENT BLOCK GRAiai FUNDS APPROVED a.AROuoI of CDBG Funds Cwrently Reserved for this Applicant.............................$ 3,913,000 ` b.Amount of CDBG Funds Now Being Approved lot Ibis Applicant...........................S 3,913,000 c.Amount of Reservation lobe Cancelled ILine Ba urnus t1b).-..._........................$ -0- HUD ACCOUNTING USE ONLY_.._ CN C EG ARE r---­N'--- PNOIECT NMMBER — 5 -,..1 K%3 AM FF ECTRE Dw IfDw lf. T2 YNEW LEND Lr� T. DISTRIBUTION OF APPROVED COMMUNITY DEVELOPMENT BLOCK GR.NT a.Grant Amount Budgeted by Locattty for Repayment of Urban Renewal Loans.............. b. Grant Amount Reserved Im Guarantee of Loans for Acquisition of Pmherty(Sec.108(6))...........S c.Grant Amount Deducted by HUD to Settle Outstanding Urban Renewat Loans -� (Sec.117(a)(M . ............ .............................--....... . d.Sum of lines 9a.96.and 9c................................................... S-3;9I3;000— 02 3 e.Amuunl of Approved CDBG Available tot Disbursmrmil(Lme 8b minus 9d)....................S , UD Toa](3-77)P ..Ed.1— Nvif(t ;:nL SMP:to NNW, Iu Ai.VAINI OISIIHPLVS Ui111AN RtNl WALIUNGS AYYRNVk0 Afi0UALAIIL[AVAILABLE(.1rv'./!./Ir/j a.AmnRm W$urpius U.R.Fmuls Reserved lar ThisARRiiram......................S _0- I L.Amoulll UI$mlAm U.R.Fulfils Nuw Benly Aillxoved............................S. c.BalanLr Of$urPtus U.R.Fwnls AvmlaWc for Futwe Use/l.blr IOn milw3 lUb/.......,S -0- '- 1�Y HUD ACCOUNTING USE ONLY BI 1IN "13f__ P� a n REG ® fX1Ql,ENI NO. PROJECT NUMBER _ -S ERE 2 7 12 13 14 1E 1• 2l 30 ]S CRTC AMnUNT1 FFECRVEM n AMOUNTS SClIEDULE NO. S;;y. 41 OS SO it 65 7B T 11. RLCIYIENTS OF APPROVED GRANT AMOUNTS %', APPROVED COMMUNITY APPROVED SURPLUS (`— IOENTIFICATION OF RECIPIENTS DEVELOPMENT URBAN RENEWALT BLOCK GRANT FUNDS q/ a.ARpliW it ldenlitied iR Block No.1 $ 1,913,000- - S -_--0-_-_-_-- b.Name and Address of Reciyient Od1 Than AtmAicant lln�luJr Snrcl,Cllr.['wm/r.S/alC Pml I.M(iJrl S -D- s -0- ;1 c Total $ 3,913,000 12. AMOUNTOF LOAN GUARANTCE NOW DEINC.APYpOVEO/Src./IM(A!I S -0- TMJ 13 HC CIPU:NT OF LOAN GUARANrt I I l'I 1 ArmhwnL Idenliliest in BIrKA Pio.1 �' I'l-quPw DO—Than Alg4i 1!,1'unlr mlJ AJJnTII 4- 0264 ROTI 1JE2�J.171 {.... S y...�astW*kt'`Sly s. ` 14. N'.livel W('vilafo Applicatltul I(etputowals lm Sequin IIH,(.sail, i El111c apphcalfon Icquiletuents of Sec.104 la)11).12)and 14 arc waived pussu:ult tit SLC.1113(b)(3),except as l indicated below: t None ►;J 15. Iktenninaliun Regarding Parliculatly thgent Needs In be&tel by 14opuscd Activities �C 11(11)sus detenuiucd that the acliviucs dcsctilled in the ipplicaiun as sup)xsrling community developotenl needs[living a patticulat utgutcy,as slxcilically described in the appticaliun.ate designed to nicer such needs. I la. liuvillsuuwntal Review Actions 1a► lllc Applicant lacki It-01 ca)tacity to assunic etivuunmcutal teslxnuibililica under Scc.104 111). 1lub has prepated and citculated a final linvituntnentA hnpact Stalanent on the application. 1 (b) ® 111c Applicant has lege!clllacily to assumemln euvtru ental Iespolbilk"under Ste.1Q4(I)and Ila, 2 submitted myuests fur release of funds and cerlilxatiuns approved by IIIID unlet Sec.104(b)(2)for all plujects except those luted under Ilan 17(a)hc,cuf and the fidluwing exempt activities: See Attachment 17. Conditional Appweals an Use of Ivnds 1111`."igalion of utilization of bund,hu IIIc activltlel sllttwit ticitsw•except fur Illi'icasunable administrative culls related to the libnaing and execullull of the piojccls toted in suliwaitln(a),ii, without IIIc funswo ^! express wtiuen authuiiirtiun of IIU1). (( (a) Projects requiring IIUD atviruluncnlal appe,wal under Sec.IW(h)(2):.... FE See Attachment sem;" hUD-7082 0-773 f i 16(b) Projects with audicriz tion to assure ewiromnnta.1 responsibility under Section 104(h)e 1. Fair housinq service (Countywide). 2. Study, location for Senior Citizen Housing (E1 Cerrito)._ .3. C--ity Develop-nt Planning and Management Studies (Countywide) 4.. Ca4nrehens ve Redevelopment Plan (E1 Cerrito) S. Housing Ivan Secaremnk Assistance Program Gast County) ter 6. ,General Pxogram Administration'(Countywide). L.- ;r kit •M. aK!". 002fir I • f i 17(a) Projects requirinq IIUD euvirxmtmtal approval under Section 104(h)(2): 1. Housing Rehabilitation and Code Enforcement Program (Unincorporated target areas of County) ' 2. Counseling and Training Program '3. housing Rehabilitation Prpgram (Antioch) !! i� 4. Housing Conservation - Code Enforcement (S1 Cerrito) 5. Site Acquisition for Elderly Housing (Lafayette) 6. housing a ahititation Program (Pleasant Hill) 7. Bayview Fedevelopment Project (San Pablo) 7,s,- B. Sheffield Redevelopment Project (San Pablo) { 9. Housing Wiahilitation Program (Walnut Creek) { _ 10. Frontage Inprovements (North Richmond) 11. Stoum Drainage Inprove ants (F1 Cerrito) 12. Installation of road safety walks along Cleveland Road (Pleasant [Lill) 13. Traffic signal for the blind (San Pablo) 14. Neighborhood Facility (Rodeo) r- 15. Acquisition of vacant school (West Pittsburg) 16. Rehabilitation cf existing building for a Senior Citizen Center (Crockett) 17. Renovation of existinq County owned building (Danville) 18. Construction of a Neighborhood Facility (Montalvin Manor) }; f.4 19. Additional building construction for a Neighborhood Facility _ (Brent rod) 20. Neighborhood Facility (Martinez) ;. c� 21. Construction of a therapeutic swirming pool (Richmond) 22. Neighborhood Facility (Anticoh) 23. Completion of Senior Center expansion and renovation (Pleasant Hill) 24. Completion of Neighborhood Facility (San Pablo) 00267 2 25. Implementation of First Program Year Study for Neighborhood Facility ' for Senior Citizens and handicapped (Walnut Creek) r� 26. Acquisition of an existing building for Neighborhood Facility (San Pablo) i 27. Elimination of barriers to the handicapped (Countywide) 28. Elimination of barriers to the handicapped -curb cuts arra (Pinole) A. 29. Elimination of barriers to provide 1,000' of sidewalk for wheelchairs leading to rehabilitation Center (Pleasant Hill) ( 30. Elimination of barriers to handicapped (Walnut Creek) I 31. Renovation of the "Old Homestead" (Crockett-) 32. Renovation of the historic Borland Hare (Martinez) h�.•y.,' 33. Completion of the reconstruction of the BLmie House (San Pablo) 34. Rehabilitation of portions of an existing park (West Pittsburg) >: 35. Devel t of a Ccn uni opmen ty/tteighborhood Recreation and Camie[nrative Plaza (Martinez) rr 36. Development of a tot lot (San Pablo) L- 37, Completion of a development of a tot lot (San Pablo) 38. Acquisition of bus to operate from Neighborhood Facility (Rodeo) i 39. Housing Rehabilitation Program (Pinole) += a' 1•: {111268 . IN 11. 111,la1(Iil)4debc 4.l allplupriale tin which 4.1het Fcdcral assurance nwy lie .natilhlr. i i r t Nntle • rk•J (CI Sic.105(412)Il4.rwl W dmilL c lacllllN`s for wlikb udter Fedetal'aasislancc mmy be available iL NOW (JI Auv aclivilies vwilluu ibis puacJing c7teEvnies whKh rMtll he utWettakm as a trsult of program antendnant3,or as mopctilical It-Cal ry4iwt activities •None (r) Activities alli cted by failure tit cunlplywith apldicable MID mplaliuns 4.l law:YThe sprcilic regnl.itbrn 11r law with tea)RYt Its each activity listed,and die rnneclirc aclicam requital,In tnntove die conditional appr/wa1... are cited as S(rccial Ct-oditirms ur Ilan 31.)' �•.-r-. Notre Irl. Ineligible Activities keducing Sedans 1116 Grant Iarmlculan n Application fin fumling of Ilia:I:dltmong.•prupned aclivnres.rkIamiled by 11UU In lie mcliyhle under Title 1 411 the Act.is JiwlljuoKc l alal the Appltcam's See.l(w grant,gnglla31=11 I='S bixn reduced in the amount 1 slalwtl below: YtnlruseJ Activity Amount.. t•�;, NOW .E �' Total:, Irl. Gran;.a I.e.an C"osuuce Rrti(ttcnt Omew Ouo.Applicant •'� 7Be plant andlut Iron rwrauice r(rlu..vol(err any rctiptcal saltier Man the Applicant.is shown in Items I I.h.. 1 anJl4.t Iib is 14.1 the fr111mcorl.pI..jcets ry acrivitin: •c' Name ar(Recipient Iho' 1 m Activity Amount, Norm, Ong! :�: X11 �l'••ul l..n.hn.ms anJ Ahwlilimii.nu nl(;. }-" r.rm Agreenum �=� } ►a- ffir SEE ATTAR WNT �I' R P F.. •f ❑(heck it cwllinuctl un vula shed and alpt:h_ f 1. file fuadinp alq'�inal mditalyd alwwe In,u17111altou of lilt astiatarKc IgUY1dC11 IIICItlllldtl 111 att'11rllJlltt'WIIII the a W. L. applitau. l; lkp:ll fo lilt aquutrnulf�of role 1 of drr Ilutuiup and Cr.nimwrUY Ikvdupntcnf Act of 1974 (P. 11 43.38.,)and the I)rpaumcuf ul Ilowing atJ Udnn 1kvc1aluneuCs r anIC$and rCllulJuut6.anil/ xe•❑i� � Qunf AI!ICCIIICIII 111 acrpldalltY'Iherewnh.is hclehy aullurtiitd lin 117r purgram year beginning Wt __.. �` Y �d'�l a �,. IL1r: JUN 91911 _ Sccrclary ul Iluwtng and lltban Ilcvclopmcnl fly" .. s (SiXrutwrl .y.. Area Director 1 rifle) 1)atr Lpp4,:gym u.•1717cd 1h:u luuJWp'lu.faro:iulhm✓nl .. AN j s wn _ i 20. special Conditions and Modifications of Grant Agreement "Notwithstanding any other provision of this Grant Agreement, the Grantee shall not expend any funds or undertaken any activities approved hereby, unless and until it has, on or before August 30, 1977, submitted to HUD an acceptable schedule for the programming and expenditure or obligation of 1st, 2nd, and 3rd year funds for ;) activities contemplated in its 1st, 2nd, and 3rd year Camwnity F Development Programs. In order to be acceptable to HUD, the schedule must provide for a minimum of 508 of total cumulative 1st and 2nd year funds to be expended or obligated by November 30, 1977, minimum of 80%of such furls to be obligated by January 31, 1978, and a minimum of 508 of total cumulative 1st, 2nd, and 3rd year funds to be expended or obligated prior to May 31, 19787— Conformance 978 Confornannce to this schedule by the applicant will l be closely '. monitored by HUD and failure to perform according to the schedule may lead to a HUD determination that the Grantees uncorrected lack of continuing capacity to carryout the approved program in µ _ a timely manner requires a reduction in the 4th year entitlement grant. is Y Sr.L f, 002'71 I ACCEPTANCE PkoVIS1UNS ILc Grant Agrrrnreut.aWhuwrd by 111 e Ur t uuJar the Funding Approval fw apldiaaliun/grmtt nu._.., B—% ! 9 1977 pauurrut. lluuun rnJ thhan ikvrinprncnt an _ Applicant at Gantce under tlrr A r —06-0002E Agrrrnrent,appliuhle law,r g munrt and the Grantce a _ - ishrre6y arrcplcd 6y,dic !� lnovrdeJ. cgrrlatiwrs and all req,rireurcnts of IIUU,u w or het�fter hr effect,pnlaun C to the als of tcc P Y wish the trrnrs and cunditiuus of Urc t o, COUnt.of Contra COSta r (Name APPOr:ant/Grantee) 3 (signaturc orAuUruriled Uffrcial Boggess Title' Chairman, Board of Supervisors r Date: IIIFi ''$1377, r ,.. i. .a .a%ry _tliln-roe?ra »l ()I/f.J2�. U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT �r GRANT AGREEMENT COMMUNITY DEVELOPHENT BLOCK GRANT PROGRAM Upon execution of the Acceptance Provisions of this Grant Agreement, the Department of Housing and Urban Development (HUD) agrees to pro- vide to the Grantee the Federal assistance under Title I of the { Housing and Community Development Act of 1974 (P.L. 93-383) authorized i by the Funding Approval identified therein, subject to the terms and A conditions of this Grant Agreement, applicable law, regulations and all other requirements of HUD now or hereafter in effect. The Grant Agreement is effective with respect to such assistance as of the date the acceptance is executed and consists of each Funding Approval and acceptance hereto attached, together with the HUD approved application specified therein, including any Assurances, certifications, maps, schedules or other submissions made with respect thereto, the HUD Community Development Block Grant Regulations at 24 CFR Part 570 and the following General Terms and Conditions: I. Definitions: Except to the extent modified or supplemented �c by the Grant Agreement, any, term defined in Title I of the Housing and Community Development Act of 1974 or the HUD Community Development Block tit' Grant Regulations at 24 CFA Part 570, shall have the same meaning when used herein. T. 002'73 i 2. (a) Agreement means this Grant Agreement, as described above and ?MMW any amendments or supplements thereto. (b) Applicant means the entity designated as such in the Funding i I . Approval. J (c) Grantee means each entity designated as a recipient for grant or loan guarantee assistance in the Funding Approval and signing the row provisions as Grantee under the Agreement. (d) Assurances, when capitalized, means the certifications and assurances submitted with grant applications pursuant to the require— ments of 24 CFR Part 570. (e) Assistance provided under this Agreement means the grants and r any loans secured by loan guarantees provided under this Agreement. (f) Program means the community development program, project, or r E: other activities, including the administration thereof, with respect to which assistance is being provided under this Agreement. h 2- "Section 3" Compliance in the Provision of Training Employment 1 and Business Opportunities: y v This Agreement is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968 (12 USC 1701u), as amended, .4 the HUD regulations issued pursuant thereto at 24 CFR Part 135, and any applicable rules and orders of HUD issued thereunder prior to the HUD authorization of the Funding Approval. nn2"74 3• �-_ The Grantee shall cause or require to be inserted in full in all contracts and subcontracts for work financed in whole or in part with f assistance provided under this Agreement, the section 3 clause set forth in 24 CFR 135.20(b). The Grantee shall provide such copies of 24 CFR Part 135 as may be '� necessary for the information of parties to contracts required to contain the section 3 clause. 3. Flood Disaster Protection: This Agreement is subject to the requirements of the Flood Disaster Protection Act of 1973 (P.b. 93-234). No portion of the assistance provided under this Agreement is approved for acquisition or construction f� purposes as defined under section 3(a) of said Act, for use in an area identified by the Secretary as having special flood hazards which is located in a community not then in compliance with the requirements for participation in the national flood insurance program pursuant to section 201(d) of said Act; and the use of any assistance provided under this Agreement for such acquisition or construction in such identified areas in commm ties then participating in the national flood insurance Program shall be sub3ect to the mandatory purchase of flood insurance F:yu requirements of section 102(a) of said Act. Any contract or agreement for the sale, lease, or other transfer of land acquired, cleared or improved with assistance provided under this Agreement shall contain, if such land is located in an area 002'75 b ... aY eta 'A rsukay,{.yyt„ identified by the Secretary as having special flood hazards and in which the sale of flood insurance has been made available under the t National Flood Insurance Act of 1968, as amended, 42 U.S.C. 4001 ' et seq., provisions obligating the transferee and its successors or assigns to obtain and maintain, during the ownership of such land, such flood insurance as required with respect to financial assistance for acquisition or construction purposes under section 102(a) of the Flood Disaster Protection Act of 1973. Such provisions shall be required notwithstanding the fact that the construction on such land is not itself funded with assistance provided under this Agreement. . Ag 4. Equal Employment Opportunity: EE (a) Activities and contracts not subject to Executive Order I 11246, as amended. In carrying out the program, the Grantee shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Grantee 77T— shall take affirmative action to insure that applicants for employment r. 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, y upgrading, demotion, or transfer; recruitment or recruitment advertising; , f.: layoff or termination; rates of pay or other forms of compensation; and :•• selection for training, including apprenticeship. The Grantee shall 002'76 C post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Government setting forth the provisions of this nondiscrimination clause. The Grantee shall state that all qualified applicants will receive consideration for employ- ment without regard to race, color, religion, sex, or national origin.' , The Grantee shall incorporate the foregoing requirements of this paragraph (a) in all of its contracts for program work, except contracts governed by paragraph (b) of this section, and will require all of its contractors for such work to incorporate such requirements in all subcontracts for program work. H' (b) Contracts subiect to Executive Order 11246 as amended. Such contracts shall be subject to HUD Equal Employment Cpportunity regula- tions at 24 CFR Part 130 applicable to HUD assisted construction contracts. The Grantee shall cause or require to be inserted in full in any nonexempt contract and subcontract for construction work, or modification thereof, as defined in said regulations, which is paid for in whole or in part with assistance provided under this Agreement, the following equal opportunity clause- During the performance of this contract, the contractor agrees as +'�> x followsx (1) The contractor vill 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 6. that applicants are employed, and that employees are treated during is. 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, recruit- f - r went 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 this nondiscrimination clause. i (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 L_ regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representa- tive of workers with which he has a collective b other contract or understanding, a notice to be provided by the Contract F Compliance Officer advising the said labor union or workers' representa- tives of the contractor's commitment under this section and shall post copies of the notice in conspecuous places available to employees and 4.`. applicants for employment. Yr (h) The contractor will comply with all provisions of Executive Order 112h6 of September 2h, 1965, and of the rules, regulations, and aaar_ t 002'78 7- relevant orders of the Secretary of Labor. .(5) The contractor x311 furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rales, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department 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 non- Ems, discrimination clauses of this contract or with any of such rules, ' regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared in- j eligible for further Government contracts or federally assisted construc- tion contract procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by lax. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and 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 ,�FS to section 204 of Executive Order 11246 of 5 September 2 P , 1 965, so that such provisions will be binding upon each subcontractor or vendor: The 002'79 i_ . i contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result i of such direction by the Department, the contractor may request the United States to enter into such litigation to protect the interest of the United States. I� The Grantee further agrees that it will be bound by the above '— equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the Grantee so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not i. ..: participate in work on or under the contract. The Grantee agrees that it will assist and cooperate actively with the Department and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary , 6� terry of Labor; that it will furnish the Department and the Secretary of Labor such s ry. information as they may require for the supervision of such compliance; and that it will otherwise assist the Department in the discharge of its primary responsibility for securing compliance. 00280 i 9. The Grantee further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, s` or who has not demonstrated eligibility for, Government contracts j and federally assisted construction contracts pursuant to the executive +fin- order and will carry out such sanctions and penalties for violation of ■s f the equal opportunity clause as may be imposed upon contractors and subcontractors by the Department or the Secretary of Labor pursuant to Part II, Subpart D of the executive order. In addition, the Grantee agrees that if it fails or refuses to comply with these undertakings, y. the Department may take any or all of the following actions: Cancel, '! terminate, or suspend in whole or in part the grant or loan guarantee; refrain from extending any further assistance to the Grantee under the { program with respect to which the failure or refusal occured until satis- factory assurance of future compliance has been received from such Grantee; and refer the case to the Department of Justice for appropriate legal :, r. proceedings; 5. Lead-Based Paint Hazards: j•: The construction or rehabilitation of residential structures with assistance provided under this Agreement is subject to the HUD Lead- Based Paint regulations, 2h CFR Part 35" Any grants or loans made by the Grantee for the rehabilitation of residential structures with assistance provided under-this Agreement shall be made subject to the ------ - ---00281 sa. r_ 10. provisions for the elimination of lead-base paint hazards under sub- part B of said regulations, and the Grantee shall be responsible for the inspections and certifications required under section 35.14(f) thereof. b. Compliance with Air and Water Acts; fir, This Agreement is subject to the requirements of the Clean Air Act, as amended, h2 USC 1857 et seq., the'Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq. and the regulations of the Environmental Protection Agency with respect thereto, at h0 CFR Part 15, as amended from time to time. In compliance with said regulations, the Grantee shall cause or require to be inserted in full in all contracts and subcontracts with respect to any nonexempt transaction thereunder funded with'assistance ?, provided under this Agreement, the following requirements: • (1) A stipulation by the contractor of subcontractors that any facility to be utilized in the performance of any nonexempt contract } or subcontract is•not listed on the List of Violating Facilities issued v by the Environmental Protection Agency(EPA)pursuant to 40 CFR 15.20. (2) Agreement by the contractor to comply with all the requirements xyz �• of section llh of the Clean Air Act, as amended, (h2USC 2857c-8) and section 308 of the Federal Water Pollution Control Act, as amended, (33USC 1318) relating to inspection, monitoring, entry, reports, and information, t;. 00282 11. 6— aa uell as all other requirements specified in said section 114 and r"fir section 3081 and all regulations and guidelines issued thereunder. t (3) A stipulation that as a condition for the award of the contract prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized or to be utilized for the contract is under consideration to be listed on the ETA List of Violating Facilities. f k (4) Agreement by the contractor that he will include or cause to be included the criteria and requirements in paragraph (1) through (4) of this section in every,nonexempt subcontract and requiring that the contractor will take such action as the Government may direct as `E i a means of enforcing such provisions. In no event shall MW amount of the assistance provided under this Agreement be utilized with respect to a facility which has given rise to a conviction under section u3(c)(1) of the Clean Air Act or section 309(c) of the Federal Water Pollution Control Act. ?• Federal Labor Standards Provisions: Except with respect to the rehabilitation of residential property ' designed for residential use for less than eight families, the Grantee and all contractors engaged under contracts in excess of$2,000 for the construction, prosecution, completion or repair of any building or work financed in whole or in part with assistance provided under this Agree- 0020 ` 12. mast, shell comply with HUD requirements pertaining to such contracts ' and the applicable requirements of the regulations of the Department } of Labor under 29 CFR Parts 3, 5 and 5a, governing the payment of Wages and the ratio of apprentices and trainees to journeymen: Provided, that if mage rates higher than those required under such n�- regulations are imposed by state or local lav, nothing hereunder is intended to relieve the Grantee of its obligation, if any, to require payment of the higher rates. The Grantee shall cause or require to be inserted in full, in all such contracts subject to such regulations, s� provisions meeting the requirements of 29 CFR 5.5 and, for such con- F•.. tracts in excess of$10,000, 29 CFR 5a.3- k No award of the contracts covered under this section of the Agreement shall be made to any contractor who is at the timg ineligible under the provisions of any applicable regulations of the Department of Labor to receive an award of such contract. i rj 8. Nondiscrimination Under Title VI of the Civil Rights Act of 1964 This Agreement is subject to the requirements of Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and HUD regulations with respect tz:4 thereto including the regulations under 2h CPR Part 1. In the sale, lease or other transfer of land acquired, cleared or improved with assistance , provided under this Agreement, the Grantee shall cause or require a , covenant running with the land to be inserted in the deed or lease for rc 00284 r 13. .rs•. such transfer, prohibiting discrimination upon the basis of race, color, religion, sex, or national origin, in the sale, lease or rental, or in the use or occupancy of such land or any improvements erected or to be t erected thereon, and providing that the Grantee and the United States are beneficiaries of and entitled to enforce such covenant. The Grantee, "4 in undertaking its obligation in carrying out the program assisted here- under, agrees to take such measures as are necessary to enforce such covenant and will not itself so discriminate. 9. Obligations of Grantee with Respect to Certain Third Party { Relationships: _ The Grantee shall remain fully obligated under the provisions of the Agreement notwithstanding its designation of any third party or parties for the undertaking of all or any part of the program with res- L_ l. r<. pect to which assistance is being provided under this Agreement to the Grantee. Any Grantee which is not the Applicant, shall comply with all lawful requirements of the Applicant necessary to insure that the program with respect to which assistance is beim ~ ap g provided under this Agreement •i. to the Grantee is carried out in accordance with the Applicant's Assurances -�-. s and certifications, including those with respect to the assumption ofd', environmental responsibilities of the Applicant under section 104(h) of the Housing and Community Development Act of 1974. 10. Interest of Certain Federal Officials: No member of or Delegate to the Congress of the United States, and no Resident Commissioner, shall be admitted to any share or part of 00280 _.. .. _. _. _....Pte... t 111. this Agreement or to any benefit to arise from the same. 11, interest of!!embers officers, or Employees of Grantee, Members of Local Gonerminx Bo v or Other Public Officials: i No member, officer, or employee of the Grantee, or its designees or agents, no member of the governing body of the locality in which the program is situated, and no other public official of such locality or localities who exercises any functions or responsibilities with res- pact to the program during his tenure or for one year thereafter, shall i have any interest, direct or indirect, in any contract or subcontract, -• or the proceeds thereof, for work to be performed in connection with the i.. program assisted under the Agreement. The Grantee shall incorporate, or cause to incorporated, in all such contracts or subcontracts a provision f prohibiting such interest pursuant to the purposes of this section. t 1P. Prohibition Against Payments of Bonus or Commission: �tF The assistance provided under this Agreement shall not be used in E,... the payment of any bonus or commission for the paXpose of obtaining HUD approval of the application for such assistance, or HUD approval.of applications for additional assistance, or any other approval or con- currence of HUD required under this Agreement,Title I of the Housing t and Community Development Act of 1976 or HUD regulations with respect i 5^ thereto, provided, however, that reasonable fees or bona fide technical, 00286 r- k' I 00286 k� 15. conasltant, ge or,.otber such services, other'tt�xn actn37 �� so73citaticn, are not hereby prohibited if othennse elsgible,,as program costs. , 4sr 7 T x Y J & s F SwF � � yRg3� �k d ✓1 Og ,T � ? K IS- A, `-5 jr a go �� B r� �u 0087 , ' 1 � In the Board of Supervisors of Contra Costa County, State of California June 28 19; 77. In the Matter of Authorizing Travel to Attend Conference Out of State IT IS BY THE BOARD ORDERED that the person listed below is AlMIORIZED to attend the following conference. Mrs. Bright is,requesting time off only in order to attend this function. MIE ti DEPARITW14T MEETING DATE Clara P. Bright American Physical Therapy June 24-July 2, 1977 Supervising Therapist Association County Medical Services St. Louis, Missouri PASSED BY THE BOARD on June 28, 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid Orig., HRA Director I Witness my hand and the Seal of the Board of County Medical Director Supervisors Medical Services Admin. affixed thlstgtn day of______,Tung_ 19 County Administrator Jam. �R. OLSSON, Clerk HO&I° n l (� �_}� Deputy Clerk Patricia A. Hell 00288 w:7«K1Y - t In the Board of Supervisors of Contra Costa County, State of California June 28, 19 77 In the Matter of Authorizing continued-operation of the County Community Services Program (Economic Opportunity) IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to use County funds to continue operation of the County Community Services Program (Central Administration and .General Community- Action) pending receipt of Federal grant funds for the 1977-1978 program yearn and the Director of the Office Of Economic Opportunity is hereby AUTHORIZED to negotiate special conditioned delegate agency contracts to ensure that they are in compliance with Office of Economic Opportunity rules, regulations and guidelines. PASSED BY THE BOARD on June 28, 1977. 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. Orig Dept.: OEO Witness my hand and the Seal of the Board of cc: Community ServiceSSupervisors Administration affixed this 28thday of_ June 19 77 c/o OEO County Administrator Auditor-Controller 7� J. R. OLSSON, Clerk B�' "�L Deputy Clerk Maxine M. Neaald 00289 H»24 V7.6 15m t In the Board of Supervisors of Contra Costa County, State of California Junp 29 .19 ZZ., In the Matter of Authorizing the Detention Facility Project Manager to Execute Change Orders related to the Detention Facility Project (Re: Work Order 5264-926) WHEREAS the Public Works Director has recommended that to expedite the construction of the Detention Facility Project, the Detention Facility Project Manager be authorized to execute change orders related to.that project, and WHEREAS the Board concurs in that recommendation, IT IS BY THE BOARD ORDERED that in accordance with Government Code Section 25466, the Detention Facility Project Manager, under the super- vision of the Public Works Director, is AUTHORIZED to execute contract change orders for work being performed under building construction contracts for the Detention Facility Project, within the fallowing limits: 1. A maximum of $1,000 for original contracts under $50,000. 2. Two-percent of the original contract amount, up to a maximum of $10,000, for original contracts exceeding $50,000. IT IS FURTHER ORDERED that the Detention Facility Project Manager is authorized to execute change orders for"road-related portions` " of the Detention Facility Project, up to: 1. A maximum aggregate total of ten-percent of the original contract amount. IT IS FURTHER ORDERED that when the net cost of contract change orders is anticipated to exceed these limits, BOARD authorization will be obtained_ PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a hue 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 Originator: Public Works Department- Supervisors Detention Facility affixed this 28thdoy of June 19 77 Project cc: Public Works Director County Counsel J. R. OLSSON, Clerk County Auditor-Controller -, County Administrator By J Deputy Clerk jean L tAU!ar 00290 .it^,4 ISm In Ahe Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT June 28 .19 77 In the Matter of Approving Plans and Specifications for Storm Drainage District Zone 10, Lines A-3 and A-4, Corte Encanto Storm Drain, Danville Area, Project No. 8528-0925-76 WHEREAS Plans and Specifications for the construction of 1700 linear feet of storm drain improvements from the vicinity of"Camino Encanto to the north and south forks of Love Lane in the Danville area, have been filed with the Board this day by the Public Works Director; and WHEREAS the negative declarations pertaining to this project were posted and filed with the County Clerk on January 12, 1976 and November 2, 1976, with no protests received; and WHEREAS the Board, as ex officio the Board of Supervisors of Contra Costa County Storm Drainage District,determined that the project would not have a significant effect on the environment during its regular board meeting on tlovenber 23, 1976; and WHEREAS the Board that same day instructed the Director of Planning to file a notice of Determination; and WHEREAS said Notice was filed with the County Clerk on December 2, 1976; and WHEREAS the general prevailing rates of wages, which shalt be the minimum rates paid on this project, have been approved by this Board. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on July 26, 1977 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 "Valley Pioneer". PASSED AND ADOPTED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: PWD Flood Control VY;tness my hand and the Seal of the Board of Planning 8 Design Supervisors cc: P.W. Director affixed this 28rMay of .Tans, 19 County Administrator Director of Planning J. R. OLSSON, Clerk Flood Control BDeputy Clerk Jean L Iftr 00291 H-24 5/;6 Onx '+ 14tri,tieyyltiw; ' Contra Costa County Storm Drainage District Zone No. 10 Project No. 8528-0925-76 For Pre-Bid Information, Contact: Contra Costa County Flood Control & Water Conservation District Phone: (415) 372-4470 SPECIALPROVISIONS FOR CONSTRUCTION OF ZONE 10 - LINES A-3 & A-4 CORTE ENCANTO STORM DRAIN FROM CAMINO ENCANTO TO THE SOUTH FORK OF LOVE LANE IN DANVILLE, CALIFORNIA FJL Ep JUr4 '1977 J.R&'WON RK eaAW OF wPEWISO a COW VERNON L. CLINE, EX OFFICIO CHIEF ENGINEER CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT MARTINEZ, CALIFORNIA JUNE, 1977 �1X2.7�i Microfilmed with board order INDEX 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 5. Permits A-1 6. Additional Liability Insurance Requirements A-2 7. Hold Harmless and Indemnification A-2 SECTION 8 - GENERAL PROVISIONS 1. Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract B-3" S. Scope of Work B-3 6. Control of Work B-3 7. Control of Materials B-4 B. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-7 10. Measurement and Payment B-8 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1. Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION 0 - CONSTRUCTION DETAILS 1. Lines and Grades D-1 2. Order of Work 0-1 3. Materials 0-2 4. Public Convenience, Public Safety & Signing D-2 S. Cooperation D-4 6. Obstructions D-4 7. Existing Facilities 0-5 8. Relocate Water and Electric Services D-6 9. 8-Inch Sanitary Sewer Main D-6 10. Clearing and Grubbing D-7 11. Control of Water 0-7 12. Watering 0-8 13. Earthwork 0-8 14. Clean-Up 0-10 15. Aggregate Base 0-10 00293 I N 0 E X (Continued) SECTION D - CONSTRUCTION DETAILS PAGE . 16. Asphalt Concrete D-10 17. Asphalt Concrete Dikes 0-11 18. Minor Structures D-12 19. Reinforcement D-13 20. Reinforced Concrete Pipe D-13 21. Corrugated Metal Pipe 0-14 22. Filter Material 0-14 23. Weep Holes D-15 24. Concreted Rock Slope Protection 0-15 25. Sacked Concrete Slope Protection D-16 26. Temporary Fence 0-16 27. Gabion Placement 0-16 28. Trash Rack D-16 SECTION E - BID CONDITIONS, AFFIRMATIVE ACTION REQUI_REMEi4TS, EQUAL EMPLOYMENT OPPORTUNITY E-1 STANDARD DRAWINGS INCLUDED IN SPECIAL PROVISIONS STATE BULLETIN S-158 - EXTRACT TRENCH PROTECTION CC 302 ASPHALT DITCH CC 3010 INLET FRAMES, GRATE AND COVERPLATE CC 3011 TYPE "A" INLET CC 3013 TYPE "C" INLET CC 3021 TYPE II MANHOLE BASE CC 3022 TYPE III MANHOLE BASE CC 3023 CIRCULAR FRAME CC 3024 MANHOLE FRAME AND COVER B 50 PIPE SPILLWAY FOR EARTH CHANNEL B 103 SACKED CONCRETE REVETMENT SECTION A - DESCRIPTION OF PROJECT 1. LOCATION The project is located in Danville from the vicinity of Camino Encanto to the south fork of Love Lane. 2. DESCRIPTION OF WORK The work consists of installing approximately 1700 lineal feet of storm drain consisting of reinforced concrete and corrugated metal pipe varying in size from 24 to 48 inches in diameter, related structures and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these Special Provisions to be performed, placed, constructed or installed. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "Contra Costa County Storm Drainage District Zone 10 - Lines A-3 and A-4, Corte Encanto Storm Drain," 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 bands required herein, any supple- mental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these Special Provisions. 4. BEGINNING OF WORK, TIME OF COMPLETION & LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, 'Beginning of Work," Section 8-1.06, "Time of Completion," and Section 8-1.07, "Liquidated Damages," of the Standard Specifications and these Special Provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Depart- ment and shall complete the work within the allotted time of 55 working days counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. 5. PERMITS Electrical - It shall be the responsibility of the Contractor to pay the necessary fee and obtain from the County Building Inspector the necessary permit covering the electrical installations and to comply with the requirements thereof. A-1 (H 129J SECTION A- DESCRIPTION OF PROJECT 5. PERMITS (Continued) 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 material as fill on private property within the County. Sewer- It shall be the responsibility of the Contractor to comply with the requirements of Central Contra Costa Sanitary District in obtaining a permit to do the sanitary sewer work. In the event that the Contractor does not obtain the necessary permit, he shall subcontract the sanitary sewer work to a contractor authorized by Central Contra Costa Sanitary District to do such work. Full compensation for conforming to the permit requirements shall be considered as included in the various items of work for which the permits are required and no additional compensation will be allowed therefor. 6. ADDITIONAL LIABILITY INSURANCE REQUIREMENTS The Contractor shall name Contra Costa County Storm Drainage District as an additional insured an the insurance certificates required by Section B-8 of these Special Provisions. 7. HOLD HARMLESS AND INDEMNIFICATION The Contractor shall hold harmless and indemnify Contra Costa County Storm Drainage District in addition to Contra Costa County in the manner described in Section 7-1.12 of the Standard Specifications. A-2 D029S Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1. DEFINITIONS AND TERNS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. . c_ ENGINEER means the Contra Costa County Public Norks 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 administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of California,Business anira�tation Agency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S.), dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING RASE RATES means the latest edition of the Equipment Rental Rates and General Prevailing :lage Rates of the State of California, Business apd 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, orelsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S.) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein. a. Examination of Plans, Soecifications, Contract and Site of 4iork S.S. 2-1.03 B - 1 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.} Records of the Department referred to in the second paragraph of S.S. Sec. 2-1.03 may be insoected in the office of the Public Works Director for the County of Contra Costa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1.05) (1) The provisions of S.S. Sec. 2-1.05 concerning the pre- qualification of bidders as a condition to the furnishing of a proposal form by the Department shall not apply. (2) All proposals (bids) shall be made on forms to be obtained from the office of the Public llorks Director, at the address indicated on the Special Provisions; no others will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- tive 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 follow- ing: (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty 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. All bidders must be Contractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience. in order to be eligible for consideration of their proposal. . n�►�gs B - 2 SECTION 8-GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01) As used in S.S. Sec. 3-1.01 "Director of Public Works"means the Board of Supervisors. b. Contract Bonds-(S.S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and materials Bond in an amount of at least fifty percent (50%) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1.03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1.038, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1.036(1), 4-1.038(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 cast 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 STORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 00299 B - 3 SECTION 8 - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S_ 6) The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall, at no expense to the Agency, obtain and maintain in force the following insurance: (a) :lith respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined 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) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own eha f: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence_ (c) Without limitation as to generality of the foreooing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than 5500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) 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 thirty (30) days prior to cancellation of the policy. 00300 B - 4 SECTION B - GENERAL PROVISIONS •1 o^1•TTP" CNn RFcmnNcT-TI TTY (1z.S. 7) (Cont.) SECTION B- GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) b. Public Safety The provisions of S.S. Sec. 7-1.09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following. If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-4ay and Easements The rights-of-way, easements, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional rights- of-4ay, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his expense. 00301 B -5 4 4A __. B -5 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cant.) 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. g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A. C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1. Occurrence--'Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the 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 Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation 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 allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. B - 6 ,r� �2 t rr MOP SECTION 8- 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 wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County will participate in the cost of the repair determined as provided in Subsection E in accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent 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 52,000,000, the County will pay 90 percent of the cost of repair that exceeds 5100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. 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. B _ 7 MEN SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS {Cont.) e. Time of Completion (S.S. 8-1.06) The following days are designated as legal holidays: January 1, February 12, 3rd tlonday 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. 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) The provisions of S.S. Sec. 9-1.045 shall not apply. b. Partial Payments (S.S. 9-1.06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1.065) The provisions of S.S. Sec. 9-1.065 shall not apply. d. Final Payment (S.S. Sec. 9-1.07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. B _ 3 00 304 SECTION 8 - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMEW (S.S. 9) (Cont.) e. Adjustment of Overhead Costs (S.S. Sec. 9-1.08) The provisions of S.S. Sec. 9-1.O8 shall not apply. f. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. k 44 x a ` (Revised 5/16/77*) 71. ION C- FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1,93) The provisions of S.S. Sec. 9-1.03 shall apply, except as modified herein. DEFINITION. As used here, "force account"means the method of calculating payment for-153—or,- equipment and/or materials based on actual cost, Plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.93 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 of the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed an force account work unless such rates have been approved, in writing, by the Engineer. *c. The second paragraph in Section 9-1.03A, "Work Performed by Contractor," of the Standard Specifications is amended to read: To the total of the direct costscomputed as provided in Sections 9-1.03A(l), "Labor," 9-1.03A(2), "Materials," and 9-1.03A(3), "Equipment Rental," there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials, and 15 percent to the equipment rental. d. Section 9-1.03A(lb), "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1.03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Nage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.03A(Ic). 3. EQUIPPIENT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work., or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. 00,1106 C - 1 C - 1 SECTION D- CONSTRUCTION DETAILS 1. LINES AND GRADES Lines and grades shall conform to the provisions in Section 5-1.07, "Lines and Grades," of the Standard Specifications and these Special Provisions. 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) Fencing. (c) Inlets, outlets, manholes, storm drain pipes, channels, and swales. 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. ORDER OF WORK The Contractor shall perform his construction operations in the vicinity of the tennis court at 369 Love Lane in the following order: (1) Saw cut the asphalt surface full depth at the right of way line. (2) Erect the temporary fence on the County side of that right of way line. (3) Trim any branches that need trimming. (4) Jackhammer the asphalt surface at the edges of the pipe trench (not the saw cut line). D-1t�.� SECTION D - CONSTRUCTION DETAILS 2. ORDER OF WORK (Continued) (5) Excavate the trench, place the pipe and backfill the pipe with compacted Class II aggregate base. (6) Complete all construction activities that will necessitate travel through this yard. (7) Remove the remaining asphalt concrete which lies on the County side of the saw cut line. (8) Dismantle the temporary fence which borders the asphalt surface. Full compensation for conforming to this special provision for any work not paid for by other items of work shall be considered as included in the various contract items of work and no additional compensation will be allowed therefor. 3. MATERIALS Certificates of compliance will be required for reinforcing steel, reinforced concrete pipe, and corrugated metal pipe. The asphalt concrete and Portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" and "Minor Structures" of these Special Provisions. The Contractor shall give the Engineer not less than 4 working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and 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.) 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNNING 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. nn:�n8 D-2 SECTION D - CONSTRUCTION DETAILS 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Continued) 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 traffic lanes for public traffic. In lieu of the conflicting provisions in Section 7-1.08, "Public Convenience," and 7-1.09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those 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, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 p.m. Signs shall be erected and covered with burlap prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five foot clearance between the sign and the pavement or ground surface, 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 signs, 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 County 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 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. i SECTION D- CONSTRUCTION DETAILS 4. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING (Continued) Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these Special Provisions, including full compensation for furnishing all labor (including flagmen),materiais, tools, equipment, and incidentals, and for installing, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County- furnished signs, and posts, shall be considered as included in the contract price paid for the various items of work 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 become due to the Contractor under the contract. 5. COOPERATION The following work by other forces will be under way within and adjacent to the limits of the work specified, as follows: (1) Gas relocation work @ Stations 1+55 %-2", and 8+80 "L-2" (2) Relocation of the 6" ACP water main at Station 9+00 "L-2". (3) Trimming of various trees to compensate for root loss caused by trenching operations. This work will be done within a week before or a week after the trench is cut. The Contractor shall prepare a schedule for the Engineer to arrange for this tree trimming work by other forces. (4) Removal of the cyclone fence around the tennis court. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section B, "Prosecution and Progress," of the Standard Specifications, full compensation for conforming to the requirements of this Special Provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or inconvenience to the Contractor's operations by reason of his conformance with this Special Provision. 6. OBSTRUCTIONS Attention is directed to the presence of water, sewer, and gas pipe lines, overhead utilities, and overhead branches in the construction area. The locations of underground utilities shown on the plans are approximate. 00a20 D-4 � 4 SECTION D- CONSTRUCTION DETAILS 6. OBSTRUCTIONS, (Continued) The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district to maintain their services without interruption. Abandoned pipe lines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the job site, in accordance with the provisions in Section 7-1.13, "Disposal of Materials Outside the Highway Right of Way," of the Standard Specifications. Full compensation for conforming to the requirements of this special provision, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 7. EXISTING FACILITIES The Contractor shall remove those structures so indicated on the plans in accordance with Section 15, "Existing Highway Facilities," of the Standard Specifications and these Special Provisions. Existing concrete shall be removed to a depth of at least two feet below finish grade. Those floors of concrete structures that are left below the two foot limit shall be broken in a manner that will prevent the entrapment of water. The Contractor has the option of removing the covered patio at Station 2+50 "L-2". He may remove the cover and the patio or the cover alone to facilitate his construction operations. (The property owner has been compensated for this structure). If the Contractor elects to only remove the cover and subsequently causes the patio to break or crack excessively, then the Contractor shall remove the concrete patio. All debris from removed structures shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way." Full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in removing all existing structures, including concrete, reinforcing steel, or other material removal as specified herein and as shown on the plans and as required to do the work specified, shall be considered as included in the lump sum price paid for clearing and grubbing and no additional compensation will be allowed therefor. X0.111 D-5 rt x�xxs�e4!r4�d1 SECTION D - CONSTRUCTION DETAILS I. EXISTING FACILITIES (Continued) Full compensation for removing and re-installing the concrete garden blocks and telephone poles at Station 14+30+ shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor. 8. RELOCATE WATER NIB ELECTRIC SERVICES Attention is directed to the anticipated presence of water services crossing the storm drain at Camino Encanto. The Contractor shall relocate these services at least 1-foot clear beneath the storm drain. The Contractor shall relocate the water services in accordance with Section 15 of the Standard Specifications. Attention is directed to the water service and electric service near the foot bridge at Station 13+40 "L-2". The Contractor shall provide temporary service facilities during construction operations. When construction activities are complete in this area, the Contractor shall relocate the services at least two (2) feet below finish grade. Full compensation for furnishing all labor, materials, tools, equipment, incidentals and for doing all the work involved in relocating the water and electric services and providing temporary services shall be considered as included in the contract price paid for relocating water and electric services and no additional compensation will be allowed therefor. 9. 8-INCH SANITARY SEWER MAIN The Contractor shall modify that section of sanitary sewer main as shown on the plans and specified herein. This work shall be so conducted as to cause the least possible discontinuity of service to users. In no case shall said interruption be longer than 30 (thirty) minutes. The Contractor shall give advance notice of interruptions in service to all residents who may be affected by said work. Sanitary sewer main pipe shall conform to Central Contra Costa Sanitary District specifications for ductile iron pipe - class 52. Full compensation for all the sanitary sewer main work, including furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work in removing existing sanitary facilities shall be considered as included in the contract prices paid for 8-inch sanitary sewer and no additional compensation will be allowed therefor. 001112 D-b SECTION D- CONSTRUCTION DETAILS 10. CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications. Attention is directed to the presence of existing plants, shrubs, and trees within the project area. Only those trees and shrubs which are indicated to be removed on the plans may be removed by the Contractor. The Contractor shall obtain written authorization from the Engineer to remove any other tree or shrub. Tree branches which extend over the construction zone and would be damaged during construction operations shall be cut off at the tree trunk in a workmanlike manner. Scars resulting from the removal of these branches shall be immediately treated with a heavy coat of an accepted tree sealing compound. All tree roots exposed during trenching operations shall be neatly trimmed flush with the trench wall. Tree roots 1-inch in diameter and greater shall be treated with a mixture of asphaltic emulsion and boredux mix as determined by the Engineer. Full compensation for furnishing all labor, materials, tools, equipment, incidentals and for doing all the work involved in clearing and grubbing, including removal of existing facilities and trimming tree branches which will interfere with construction work shall be considered as included in the lump sum price paid for clearing and grubbing and no additional compensation will be allowed therefor. 11. CONTROL OF WATER The Contractor shall construct and maintain all necessary ditches, cofferdams, channels, drains, sumps, and temporary protective works and shall furnish, install and maintain all necessary pumping and other equipment for controlling flows including ground water in the pipe trenches and structure excavations so that all foundations do not contain any free standing water when receiving concrete, compacted fill, or pipe. After having served their purpose, all temporary protective works shall be removed to give a sightly appearance and so as not to interfere in any way with the operation, usefulness or stability of the permanent structures or improvements. Sump holes or similar excavations shall be backfilled to finished grade in conformance with the requirements for earth work as provided in these Special Provisions. 00313 D-7 SECTION 0- CONSTRUCTION DETAILS SECTION 0 - CONSTRUCTION DETAILS 11. CONTROL OF WATER (Continued) The Contractor's attention is directed to Section 7-1.01L, "Water Pollution," of the Standard Specifications. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in controlling water shall be considered as included in the contract prices paid for the various items of work requiring the water control and no additional compensation will be allowed therefor. 12. WATERING Full compensation for developing a water supply, furnishing watering equipment, and furnishing and applying water for compaction and dust control as specified herein shall be included in the contract price paid for the various items of work and no additional compensation will be allowed therefor. 13. EARTHWORK Earthwork shall conform to the provisions in Section 19, " Earthwork," of the Standard Specifications and these Special Provisions. All street crossings shall be backfilled to the level of adjacent surfacing each day. All tree roots exposed during trenching operations shall be neatly trimmed flush with the trench wall. Tree roots 1-inch in diameter and greater shall be treated with a mixture of asphaltic emulsion and bordeux mix, as determined by the Engineer. Excess excavated material shall be disposed of by the Contractor off the job site in accordance with the provisions in Section 7-1.13, "Disposal of Materials Outside the Highway Right of Way," of the Standard Specifications. The Contractor's attention is directed to the second (2) paragraph of Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. All spongy, unstable, or organic material, outside the trench excavation limits, classified as unsuitable material by the Engineer shall be removed. The resulting voids shall be filled with acceptable material, placed, and compacted as specified herein. Removal and disposal of unsuitable material and the refilling of the resulting voids will be paid for as provided in Section 9-1.03, "Force Account Payment," of the Standard Specifications, but only when such unsuitable material or unstable subgrade condition is not the result of inadequate pumping or drainage by the Contractor. Any unstable subgrade conditions caused by the Contractor's operations and which would have been preventable by proper pumping or drainage shall be stabilized at the Contractor's expense. 00,11.4 D-8 SECTION 0 - CONSTRUCTION DETAILS 13. EARTHWORK (Continued) Attention is directed to Section 5-1.02A, "Trench Excavation Safety Plans," and 7-1.01F, "Trench Safety," of the Standard Specifications. An extract of State Bulletin S-158, showing the minimum trench protection is attached and made a part of these Specifications. The Contractor and his engineer shall retain the responsibility for the correctness and adequacy of the design and implementation of trench protection during the course of the construction work. The review or acceptance of the plan by the agency will not relieve the Contractor and his engineer of the said responsibility. Sloping back trench walls at street crossings and beneath the asphalt playing surface will not be allowed. The Contractor shall shore these areas with a trench shoring system which meets the requirements of State Bulletin S-158. The Contractor's attention is directed to the requirements of the Division of Industrial Safety pertaining to "Confined Spaces." All manholes, culverts, boxes, and any trenches which could contain air that is not readily ventilated may be considered a "Confined Space." Structure backfill shall conform to Section 19-3.06, "Structure Backfill," of the Standard Specifications except as herein provided. All structure backfill shall be compacted to a relative compaction of not less than 85 percent except for those areas which require Class II aggregate base which shall be compacted.to 90 percent relative compaction. Jetting or ponding of the aggregate base in these street crossings or beneath the asphalt playing surface will not be permitted. In lieu of the conflicting provisions of Section 19-3.06, jetting or ponding will be allowed up to finish grade in those areas not requiring class 2 aggregate base backfill. If the Contractor elects to use this option, then the Contractor shall mechanically stomp all jetted or ponded backfill to insure that proper consolidation and compaction is achieved. Full compensation for preparing "Trench Excavation Safety Plans," constructing the planned shoring protection, and removing the planned shoring.or protection shall be considered as included in the contract lump sum price paid for Trench Shoring or Protection. Full compensation for all structure excavation, including pavement removal, control of water for furnishing and placing all structure backfill (including aggregate base) for constructing the earth swales, for removing the earth levee, for placing compacted backfill in the existing ditches, for furnishing and applying water, and for disposal of excess material, as specified herein and as shown on the plans, or as directed by the engineer, shall be considered as included in the contract prices paid for the various items of work involving structure excavation, and structure backfill. Full compensation for trimming and treating all tree roots shall be considered as included in the contract prices paid for the various items of work which expose such roots and no additional compensation will be allowed therefor. 00315 D-9 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 provisions in Section 7-1.13, "Disposal of tiaterial Outside the Highway 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 maximum or 3/4 inch maximum grading. The aggregate base provided must comply wholly with the specifications for 1-1/2 inch maximum or 3/4 inch maximum. A combination of the two separate specifications will not be permitted. The provisions in the second paragraph of Section 26-105, "Compacting," of the Standard Specifications, are superseded by the following: The relative compaction of each layer of compacted base shall not be less than 90 percent as determined by the tests specified in these Special Provisions. Jetting or ponding of the aggregate base will not be allowed in street crossings or beneath the asphalt playing surface. Full compensation for furnishing all labor, materials, tools, equipment, incidentals and for all the work involved in placing and compacting aggregate base, including furnishing and applying water shall be considered as included in the contract price paid for reinforced concrete pipe and no additional compensation will be allowed 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. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications or 1/2 inch maximum, medium grading. Aggregate shall have a sodium sulfate loss of less than 9.6" when tested in accordance with Test Method No. CCC 214 (AC). nc►�16 D - 10 SECTION 0 - CONSTRUCTION DETAILS 16. ASPHALT CONCRETE (Continued) Paint binder shall be asphaltic emulsion, Type RSI. Asphalt concrete shall be spread in one layer of 0.25-foot thickness. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which contains ponded water or excessive moisture. In the event the Contractor elects to pave; and rain or fog forces a shut down, locaded trucks in transit shall return to the plant and no compensa- tion will be allowed therefor. 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. Conforms between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. The provisions of Section 39-6.03, "Compacting," of the Standard Specifications are modified as follows: All rolling shall be accomplished by a steel-tired, 2-axle tandem roller weighing at least 8-tons. Rolling shall consist of 3 coverages. Full compensation for furnishing all labor, materials, tools, equipment, incidentals and for all the work involved in placing and compacting asphalt concrete shall be considered as included in the contract price paid for asphalt concrete and no additional compensation will be allowed therefor. 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. Fog seal coat conforming to the provisions in Section 37, "Bituminous Seals," of the Standard Specifications, shall be applied to the completed dikes. In lieu of the provisions of Section 39-8.02, "Payment," full compensation for fog seal coat, 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. 00317 D-11 SECTION D - CONSTRUCTION DETAILS 18. MINOR STRUCTURES Minor structures shall conform to the provisions of Section 51-1.02, "Minor Structures," and Section 90-10, "Minor Concrete". Drop inlets, modified drop inlets, collars, concrete ditch, junction boxes, manhole bases, modified manhole bases, and manhole bases with drop inlets are identified as minor structures. The third paragraph of Section 51-1.02, "Minor Structures," shall not apply. 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 1-inch 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. Payment for the concrete collar shall be considered as included in the contract price paid for corrugated metal pipe and no additional compensation will be allowed therefor. Full compensation for connecting the type "A" inlet at Station 2+42 "L-3" to the existing 24-inch reinforced concrete pipe shall be considered as included in the price paid for the "A" inlet and no additional compensation will be allowed therefor. Payment for the concrete ditch at 4+24 "L-2" shall be considered included in the contract price paid for the modified type "C" inlet and no additional compensation will be allowed therefor. Payment for grading to drain at 1+79.4 "L-2" and 13+97,5 "L-2" shall be considered as included in the contract prices paid for the respective minor structures and no additional compensation will be allowed therefor. t1f�:�18 D-12 SECTION 0 - CONSTRUCTION DETAILS 19. REINFORCEMENT Sampling of the reinforcing steel will not be made and the require- ments for tagging are waived. A certificate of compliance is required in lieu thereof and must be submitted to the Engineer prior to incorporating reinforcing steel in the structure. Full compensation for furnishing and installing bar reinforcing steel shall be considered as included in the contract prices paid for the various items of work requiring reinforcing steel and no additional compensation will be allowed therefor. 20. REINFORCED CONCRETE PIPE Reinforced concrete pipe shall be the minimum class as shown on the contract plans and bid schedule. All joints shall be sealed with cement mortar and shall be thoroughly wetted immediately prior to the application of mortar. All pipe stockpiled on the site shall be placed off the travelled roadway and away from intersections, so as to not interfere with the free, safe, and unobstructed passage and line of sight of public traffic. Pipe shall be clearly barricaded with signs, lights and other warning and safety devices to give adequate warning to traffic or to the public passing through the work area. Attention is directed to Section 7-1.09, of the Standard Specifications, "Public Safety." Reinforced concrete pipe to be installed on the two curves from Station 6+94 "L-2" to 7+55 "L-2" shall consist of bevel ended reinforced concrete pipe. All sections of pipe to be used an each respective curve shall have the same bevel and the same length so that uniform curves having the radii shown on the plans will result. If the Contractor elects to use other than the "suggested beveled end pipe data" shown on the plans for these two curves, then the Contractor shall submit an alternate plan to the Engineer showing details of the angle points, lay lengths, degrees of miter, and stationing of the joints. This alternate plan shall be submitted at least 10 days prior to the intended date for installing the pipe. Total deflection per joint of more than five (5) degrees will not be permitted. Reinforced concrete pipe shall be subject to rejection by the Engineer on account of failure to conform to any of the specifications of the American Society for Testing and Materials for reinforced concrete pipe (ASTM Designation: C-76-74) and the following: (a) Significant chipping or breakage at the tongues or grooves. (b) Any shattering or flaking of concrete at a crack. (c) Exposure of any reinforcement arising from misplacement thereof. (d) Separation or "Blisters." D-13 SECTION 0 - CONSTRUCTION DETAILS 20. REINFORCED CONCRETE PIPE (Continued) (e) Any continuous crack having a surface width of 0.01-inch or more and extending for a length of 12-inches or more, regardless of depth or position in the wail of the pipe. (f) Rock pockets and air pockets in any pipe. (g) Surface defects indicating honeycomb or open texture. (h) Excessive roughness of the interior surface of the pipe. Pipe may be repaired, if necessary, to correct occasional imperfections in manufacture or accidental damage during handling and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured. Any cuts or breaks that are required to conform to structures shall be neatly made. No cracks will be allowed to extend into the remaining pipe. The cuts or breaks shall be grouted to a smooth finish and conform. The contract unit prices paid per linear foot of the reinforced concrete pipe shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the pipe, complete in place, as specified herein and shown on the plans or as directed by the Engineer, including trench excavation, supplying, placing and compacting Class II aggregate base and structure backfill, cutting pipe, earth swale construction, removing the levee, installing the culvert marker at Station 2+72 "L-3",placing compacted backfill in existing ditches, saw cutting the existing asphalt concrete pavement. and plugging the ends of the existing 24-inch C.S.P. and no additional compensation will be allowed therefor. 21. CORRUGATED METAL PIPE Corrugated metal pipe shall be 12 gage (0.105-inch thick) or heavier bituminous coated aluminum pipe or 16 gage (0.064-inch thick) or heavier double spot weld or rivet bituminous coated galvanized steel pipe. The mitred end shall be shop fabricated. The contract unit price paid per linear foot for corrugated metal pipe shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in installing the pipe, complete in place, as specified herein and shown on the plans or directed by the Engineer, including trench excavation, structure backfill, cutting pipe, and constructing the pipe collar. 22. FILTER MATERIAL Filter material shall conform to the provisions of Section 68-1.025, "Permeable Material" of the Standard Specifications, for Class 2 Permeable Material. Full compensation for furnishing all labor, materials. tools, equipment and D-14 00120 SECTION D - CONSTRUCTION DETAILS 22. FILTER MATERIAL (Continued) incidentals, and for doing all the work involved in placing the filter material as shown on the plans and as specified in these provisions, shall be considered as included in the contract price paid for concreted rock slope protection and no additional compensation will be allowed therefor. 23. WEEP HOLES Weep holes will be required where shown on the contract plans. The weep holes in the concreted rock slope protection shall be backed with a 6-inch x 6-inch section of 04 mesh, 23 ga. galvanized wire cloth screen, hardware grade. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in placing the weep holes shall be considered as included in the contract prices paid for the various items of work requiring weep holes and no additional compensation will be allowed therefor. 24. CONCRETED ROCK SLOPE PROTECTION Concreted rock slope protection shall- conform to the provisions in Section 72, "Slope Protection," of the Standard'Specifications and these Special Provisions. Concreted rock slope protection shall be placed in conformance with the requirements for Method B placement with cobble class of material. In lieu of the provisions of Section 72-5.05 of the Standard Specific- ations, "Concreted Rock Slope ProtectiorP'shall be paid for by the cubic yard. Quantities to be paid for will be determined from the dimensions shown on the plans or the dimensions directed by the Engineer and materials placed in excess of these dimensions will not be paid for. The contract price paid per cubic yard of concreted rock shall include full compensation for furnishing all rock (including rock for the gabion drop), filter material, concrete, and weep hole material, for furnishing all labor, equipment, tools, and incidentals and for doing all the work involved in installing the gabion complete in place, excavating for the outlet structure (including daylighting the existing channel upstream and downstream of the outlet), placing the filter material, placing the rock and concrete, and constructing the weep holes as shown on the plans and specified herein or as directed by the Engineer and no additional compensation will be allowed therefor. 00,121 D-15 i SECTION 0- CONSTRUCTION DETAILS 25. SACKED CONCRETE SLOPE PROTECTION Sacked concrete slope protection shall conform to the provisions in Section 72, "Slope Protection," of the Standard Specifications and these Special Provisions. The contract price paid per cubic yard for sacked concrete slope protection shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the sacked concrete slope protection, complete in place, including excavation, sack concrete cutoff walls, and weep holes, as specified herein, and shown on the plans or as directed by the Engineer and no additional compensation will be allowed therefor. 26. TEMPORARY FENCE Temporary fence shall consist of paperbacked stucco wire and line posts as shown on the plans. Temporary fence shall be tightly strung and securely wired to the line posts. Only those sections of temporary fence shown on the plans or specified herein to be removed shall be dismantled at the completion of construction activities. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for all the work involved in erecting and dismantling temporary fence shall be codsidered as included in the contract price paid for temporary fence and no additional compensation will be allowed therefor. 27. GABION PLACEMENT The county-furnished gabion shall be placed and filled with cobble class rock as specified in Section 72, "Slope Protection" of the Standard Specifications as shown on the plans and specified herein or as directed by the Engineer. Each gabion compartment shall have its opposite walls connected at the 1/3 points with county-furnished wire. The lid of the gabion shall be securely tied to the wails with the same wire. Rock used in the gabion shall be paid for at the contract unit price for concreted rock slope protection. Full compensation for furnishing all labor, tools, incidentals, and equipment and for doing all the work involved in placing the gabion structure as specified herein and shown on the plans or directed by the Engineer shall be considered as included in the contract unit price paid for concreted rock slope protection and no additional compensation will be allowed therefor. 28. TRASH RACK Three-inch galvanized metal posts shall conform to the provisions in Section 80-4.01A, "Posts and Braces," of the Standard Specifications. The contract price paid for the trash rack shall include full compen- sation for furnishing and placing metal posts, for constructing the concrete cutoff wall complete in place, and for filling the metal posts with concrete and no additional compensation will be allowed therefor. 00,122 D-l6 ' k,[uygg,i44 bp�E, sation for furnishing and platin ," io' u- """' ,uck shall include full compen- wall complete furnishing place, and for g petal posts, for constructing the concrete cutoff additional compensation will be allowed therefotr� posts with concrete and no 00322 D-16 UCTION E - FID CONDITIOrii. AFFLUiAM ACTION CE1UIDr-I.-GUTS, B.'U.1L aiTLO17E-Mr GPPCaTU:IIfI Part I: The provisions of this Part I 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 commitments by labor organizations 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 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 conditions by its inclusion, with its union, in the Contra Costa Plan a specific cemrdtment by that union to a goal of minority manpower utilization for such trade "A", thereby,meeting the-provisions of this Part I, and by-its=comcitrant to Part II in-regard to trade-"B" 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 lids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. Part II: A. Coveraee. The provisions of this Part II shall be applicable to those bidders, contractors and subcontractors, who, in regard to Gose construction trades-to be-employed-by thembn-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 ContraCosta 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 or here- after cease to be signatories to the Contra Costa Plan. IL. Are signatories 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 totheContra Costa Plan; or E 1 00023 ' 5. Are no longer participating in an affirmative action plan accep- table to the Director, OFCC, including the Contra Costa Plan. B. Reeuirement --An A=firmative Action Plan. The bidders, contractors and subcontractors described in paragraphs 2 through 5 above will nor 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 adopf� the minimum goals and timetables of minority manpower utilization,— and specific affirmative action steps. set fourth in Section B.1 and 2 of this Part II directed at increasing minority manpower utilization by mems of applying good faith efforts to _ carrying out such steps or is deemed to'bave adopted such a program put- suant to Section B.3 of this Part I.J. Both the goals and timetables, and the affirmative action steps must meet the requirements or this Part II as set forth below for all trades which are to be utilized on the project, whether subcontracted or not. 1. Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade nor other- wise bound by the provisions of Part I hereof for the following time periods, for each trade which will be used an the project within Contra Costa County, California. - The ranges for all trades to be utilized on the project shall be as follows: - Fron 10/1/74 17.0r - 19.5% In the event that under a contract which is subject-to these Bid Con- ditions 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 terns 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 forminoritywork and training must be substantially uniform throughout 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. ilinor'ty is defined as including Negroes, Spanish Surnamed Americans, Orientals and American Indians. 00324 E - 2 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 trainees must be employeed by the con- tractor during the training period, the contractor must have made a com- mitment to employ the trainees 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 wining offered, _ A contractor or subconrractor'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 work force in Contra Costa County, California for each trade for which it is co= tied to a goal under this Part 11. However, no contractor or subcontractor shall be found to be is noncoc?liance solely on account of its failure to meet its goals within .,its timetables, but such contractor shall be given the opportunity to demonstrare-that it has instituted all of-the specific a=rialive action steps specified in-this Part II and has.made 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 11 shall'be subject to the requirements of that Part regardless of the obligations of its prime con- tractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on-projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the t?^r and requirements of these Bid Conditions, including the provisions rel:-.ing to goals of minority employment and training. E 2. Snecific Affirmative Action Stens. Bidders, contractors and subcontractors subject to chis ?arc II, gust 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 organizations' response. b. The contractor shall maintain a file of the names and ad- dresses of each minority.worker re=ferred to hila and what action was taken with respect to each such referred worker, and if the worker was _ not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was nor employed by the I contractor, the contractor's file shall document this and the reasons therefor. C. The contractor shall promptly notify the COA'TRA COSTA COU14TY PUBLIC WopaS Xl),.R-,r r C whsn the union or unions with whom the contractor has a collective bargaining al;reecent-has not referred to the contractor a- minority wcr..amr 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 organizarion by including is in any polity 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. S. The contractor shall make specifie'and constant personal (both written and oral) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment j organizations and minority training organizations within.the contractor's recruitment area. I h-' The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. I i. The contractor shall validate all man specifications, selec- tion requirements, tests, ecc. i E - 4 OWN'. J. The contractor shall make every effort to promote after- school, suer 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 E training programs relevant to the contractor's employee needs consistent with its obligations-under this Pirt II. t r 1. The contractor shall continually inventory and evaluate all j• minority personnel for pramoLon opportunities and encourage minority em- ployees to seek such opportunities. • -S m. The contractor shall make sure that seniority practices job classifications, etc., do not have a discriminatory effect.- i r u. The contractor shall make certain that all facilities and i company activities are non-segregated. o. The contractor shall continually monitor all personnel ac- vities to ensure that his IWO policy'is being carried out. t p. 'The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these j Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound by Part IT-. In the event a contractor or subcon=actor, who is at the time of bidding i eligible under Part I of these Bid Conditions, is no longer participating ! in-aa:-affirmative action-plan-acceptable to the.Director of rhe-Office of__ Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Pazt'-II of these Bid Conditions. Further,-vine^- ever-a-contractor-or•subcontr=tor, who_at-the time of bidding is eligible " under Part II of these Bid Conditions, uses trades not contemplated at the time be 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 1.1 of those Bid Conditions, he shall be considered to be ccmirted to a manpower utilization goal of-the mini— percentage range for that trade for the appropriate year. 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 submu"ssion•of his bid who together with the labor or- - Sanization with vhom 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 r -such trade,.if such contractor or subcontractor executes and submits a new .certificaL on'coaitting himself to Parc I of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the require- ; meats of Part I until such certification is executed and submitted. ! MEMO 5. of In no event may a contractor or subcontractor utilize the goals, timetables or affir=acive action steps required by this Part II in such a manner as to cause or result in discrimination against any person an 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- ration, which will be deemed a part of the resulting contract: ••� BIDDM' CERT=CATION - •�- certifies that: (Bidder) I 1. it intends to employ the following listed construction trades j 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 f Costa 31an an this and all future-cocstructicn work--id Contra Costa County ..itiiia the scope-of coverage of that Plan, those trades being: I r and/or " I (b) as.to.those-trades--for--which-it is-required-by these Bid s Cond:tions.so:comnly,wirh-?art-II of=these Bid.Candicions,-itadopts the minisvm minority aanpaver utilization-goals.and-the speciiid.affir- mative-action-steps contaiced-in-said-?art I1,-on.this.and all future- constzuctionaorl- in Contra Costa County subject to these Bid Conditions, 1 those trades-being: and 3. it will obtain from each of its subcoctractors and submit to the .- contracting or adminisfering 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. :contractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective sub- j .contractor must execute and submit to the Prime Contractor the following certi.ffication,-whieb will be deemed a part of the resulting subcontract: " t E _ 6 00328 SUBCONTRACTORS' C-.nTIFICATION . certifies that: • (Subcontractor) 1. it intendstoemploy the following listed construction trades in its work under the subcontract j 2. (a) as to those trades set forth in the preceding paragrapfi one -� hereof for*:rich 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 in Contra Costa_ County subject to these Hid Conditions, those trades being: j i j 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 minims minority mann ower-utilization goals and the spec- ic.affirmacive j action steps contained in said Part II on this and all future construction ! work in Contra Costa County subject to-these Hid Conditions,those.trades-betng: and 3. it will obtain from each of its subcontractors prior to the award ? of any subcontract.under-this subcontract the subcontractor certification ! required by cbese-Bid Conditions. - (Signature of authorized representative of bidder) i 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 i County Public Works Department has determined, in siting, that the ' said certification-has been incorporated in such subcontract, regardless of tier. Any subcontract executed:rlthout such xritten approval shall ' be voided: C. liaterialitv.and Resoonsiveness. The certifications required to beI made by the bidder.pursuant to these Bid Canditions is material and will ` govern rh.bidder's performance on the project and will be made a part ! _nf his Failure to submit the certification will reader the bid nonresponsive. I E - 7 Now Part IV: Co.-ioliar. , and Enforcement Contractors -re responsible for informing their subcontractors regardless of tier) as to their respective obligations under Parts I and 11 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 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 1) 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-utl*lization 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: i. 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 appl-icable 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 Equa-l- Employment Opportunity-program-which-conforms-to the--provisions contained herein. When the acency proceeds with such formal actior 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 sSift 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 C11 1 i GJ E - 8 11 i 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 provislons of these Did-Conditions as shall be required by the Contra Costa County Pubtic Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION-COIiTRACTORS'£EO 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 Works Department. 00230 E - 9 it i y { Dovi'd Gamble With Death! .o Fourteen times as many workers Walls of earth may look quite harmless, die front coving ditches, trenches, but they are extremely dangerous unless andexcavations than from other held in place by adequate shoring and construction work (in proportion to the bracing. number of disabling injurles). Out of evm y 13 workers who ro- Pluy salol Don't bol lives on soil . ®V fil calve a disabiinu injury from cave- conditions! Provide adequate Sher. ins, one dies. ing and bracing. TRENCHING into u slippmy,dangerous mills soon cher exto TURKS air.To pravenl thisalr•JacFing,wme ccontractorsons on ap apply California'. Construction Safety Orders give a pralaclive misting of gunho la such wails,In odditirs minimum requirements only,but distinctly specify to shoring and bracing.Other contractors provide extra Ilial Imn[has in all lypos of until, must be guarded sheeting to hold the wnokenad..If,in place. against the hat—I of moving ground• It Is the empioyri+ caspun[ihility to sea that am• -_ ployeas are not injured from caving ground. Exporl• 4. Guard Against Caving Huxurd unced construction man offer the following advice, Created by Vibration and load From 4 which will be helpful In ladling Low much shoaling, • Highway Traffic.. Trenches located near high. • yy •' •a/7' 2;f{i' I j in addition 1.Iia minimwn spurified,b required) wars and smuh ora more likely to cava Ikon similar °• + r ° tp,;r ° CT�t' _ do•o< ;t'aii�A•:p: •a4o°h� Q`III hnnchas in lo<allam not exposed to moving loads, p r '+'� i'�' °''a'.ctid!3i°a,.�•i..'°-�!IDJ 1. Beware of Disturbed Ground. Extra showing is necnuary,and loose rocks and clmnks Ground tial has bean f Ilod or d ourbed will require .I uarih that could fall on men In the excavation should R aJdirional shcohn and Lrocln So will hard compact be ..,.,ad. f4' 'Pti Oe4 s 4 o P r( 1 B 0. pa ground i(there is filial orotiod nearby.A trench wall tliat is near another recrnity gllad trench,for example, !0, o'� •'gaQ°oa s ;""�n�'oµ I L unstable,even though b appears la he hard compact S. Install Upper Trench Jacks First. q;r u yb•. ,Q,.�.;�:e� mancrlal. B Ph P Who.(ranch jacks ora used to held uprights In pince .'ry; [ $•'.' ( •(y9 +�i � agnimt iranch walls, the top lack should be Installed .• __,.,,• ,o first.The next lower one should be held in poslliou winb 2. Take Special Precautions Whore hooks from have beta,.a mon enter Ilia tronch at Moisture Is Present. Provide extra shoaling that point to place ilia lowest lock.Shoring does not where there Is wanes or+eepagu.Keep the excavation serve in purpose it man oxpmn Ihumsalvas to hacord 2a, •R cfl.�'�r � 'P� •���� j . p.pod out al all limos,and avoid any accumulation while installing It.Mon of the Installation work should of water,day o or i f,6 until the work is done. Le carried on from a .to pissilicin..tilde of iho•moth. 3. Guard Against Rock-like Material 9 6. Prefect All Man in Trenches. Ila � p' � * o� � That Softens When Exposed to Air. Upon man is needed.I the bottom of the trench near the axpo+ure:=air and moiilute, soma rocks, like the boom•nnd of a boont•lype trenching machine,ha should 2+. d fvi (h•1`+T�}�fo�t',�'��il�) uunish grpastimes Iounit in Cno llfomia, undergo be protected by mutat st lolds allacl,W to the Loonry ..v i 7 I`R. 4i t +oflenmg�1^s+pngn colluJ airslacking Walls of such rock and,these shields should be of adequate stranglh and are hoc 21 solid at lie limn of excavation,bul&often design to sarvu us a substitute for shoring and bracing, :,iX1111a11 t,F+7E1J " Ir—�}--_ l4 Ilk of on_NOTE—An urea d a Iced by inslaall lochs or slnion structures adjacent c to ILS I r'1 7,•1� „s 11(R'ETl11R,fprllCd fir Lmsk of on Cx[avpliorl L farmed a tronch,and all trench regulations apply. CSO,Sac, 1504. -•Ih(,J!l�71f3x I.11�'�A'r LEE(�7.iPt]it• t?{aiLsj,Y,-list 111171 in Illi sl,s1�YJ w.C()1s:ylllYli'nT.e(I'rt'hiSb tl71ng7Ill I,islll,i9T11v Ji ........ r.r... , a.. ..r_.. .n.s. v v. Vs. IPs..L E NVu..0 asLI .r4iil s.:z.J%-H PROTECTION Trenches 5 feat or more deep and over B feel long Sheeting must bu provided,mrd nrusl be sufficient Sloping must be braced of intervals of 8 feel or lest. to hold the nlutmial•In place. A sirul brace is required for each 4•foof zone inla Lonlludinol-shin or dhnonslons depend upon Trench or excavation walls must bu sloped no lett which the Trench depth can be divided, with at least Tile strut mid sufngur spacing and upon Iha degree of than 1/4 horizontal to 1 vertical as an alternate malhad two braces for each set of uprights, instability encountered, to shoring, Soil instability may, howuver, require u Steel screw-type trench braces must have a loot or flatter slope. $lase plate on each and of ilia pipe,placed horizarllally rind bearing firmly agaiml uprights. Hydraulic molal inck units, properly maintained and of equivalent _... strengnh,also are acceptable. Clint-..��' j lm imbor braces must be in good condition,free fro '•' Impurlections affecting Their strength,well clouted,and / •("y:1-/ '0d.P: 1 1 i—rom1st." .Igidly wedged, suwaus `` Horizontal Strut Braces '� /j�%� I ,,�`I I• wlJ'h.t rr.nlh 51'..1 Sir.of If.u.l WwJ Protective Shlolds r.d boor pip. /1,t.� rf 1-9......... 411114". 1%"SID 0-6..... .... 4"x6",......_....2"STD •1- '�- \� gnu rnlNG1, Prolective shields or wonder's huts may be substituted 6-8 ..... 6"'6" .. ..2"STD / �.;'fi meal DEPTH for shoring systems to provide loco)protection for work- 8-10 -. 6"x8" ...9" STD /r pp� /'1.1'-0"Mu'hnv+n Ihlanor mon in trenches. / 1� ar.r t-)"Mhdawn Ih1.Lnm 10-12.... 8"x8".... . 9" SiD / \ Design by Registered Enalnoor innrhn.JJa Thu. IJ Int..It he,.Leon of \ nrnrponJinplr l.ro•,dl«..k.l. �4 �' ^ A civil engineer,roghlored In California,may dation ' and submit detailed data to Phu Division of Industrial Safely for alternate effective shoring systems.Tho design ad.' s must include a Poll ovoluation study, a slope stability 0),F"s r `� -••sects study, and an euim°Ifon of forces to be resisted, lo. �), 41•1/"MIIIIMUM gather wills plans and specifications of Phu materials // t..sp.dhrml•"r and melhcds to be used. .Y;• ,�ss�o;c„w lava L% J Upon review of the application and supporting data, ° FO••r the Division may accept Ilia provisions of ilia alternate d, r proposal or add such modificall°ns as appear lust and r ..1.O r, r RUNNING MATERIAL reasonable. See Plate C-24-u,b,Appendix, Construe- 1 N• 50111)511EEIING tion Solely Orders, for engineering design alternate IS xL0111E10 criteria. ACCESS •.I I - _-�-gS --v ---_—i ITronchet 5 Ieol more dean,ladders muss extend Trench Shoring Specifications al least 3(net aboveis The lop, a solar moans of tr --- --+ golfing In and out of dna enchh is is provided, HARD COMPACT sell TYPE DEPTH UPHIW11% SIIAE'LS STRINGERS There must be o Insider witlsin 50 foal of any worker iy GROUND _.—.-- ... ------- 5'OR MORE IN DEPTin a trench • z - awl• a«1• •.rDEPTH W.•.I rwn•1 Vaer.l r ar. W«l.p SIW INrN1� Sn. I'M tel kuu.n r.l h.nw t«I Ten.. Int PIPE INSTALLATION wniJln oi.10 ixi r IN, 1 "xro i:IWxk'.111 Length e.•diameter of plea bulna installed does not (fid y. T permit variance with shoring ruquirumulns.Shoring pro. tl kul. 1 lu INS 1X1 1 Ws«.iwlk.n+I taction is required within a1 Iuosi 4 fuel of any workman. zxr 1x1 t Wirglwlk•W Ilia w sx. w.0 Ixa s /Xt 1 ........ ,l\j Ilu•ulutl' 1 Y 3Xtl IWn 1X1 R IN, 1 r•r rr I I I� lHn Y tXh tLJ11 of go r tlX1 1 •��"` ..�... i ra E ' 1 1 I r„r l• s,��W'Yn.-sr n:r,;,e 9�7/f5 it J11— MEN •MEN rr .r """' -:1:dai:t'f'.:'�11'• YULMRT CL[ARANGE WIDE YAFF[R HORIZONTAL I Il 11Y1 r wla 4MflR YARFIA YAAFER�Y/1R x[A rlAll aG110N A•A }� s'r„w::ar:•,.s,a:�s;se„s'xwa. y._ "”'�'��', ....._.--- trylArrATlYt,l. Y.i•y•Ir liw,l i"'� tuiS•w pxl.�iirwr�uY rr r.,rr"I.SSIw np11 RURAL MNL p0F ii4lAl l.A.1/ri IAY,IN,r"""-.•-f� l POST 0 TARGET PLATE O[TAILS .•'r oic wr..,w"w."t r ext! lvnArvN V((D txAlY[uwGx cwrlxwwv collo M(wax[ r�'-�....._..y r•g _ ...f-.n Jam- y—^}�1–!' ^a:.•' I•.c-s ,al–r�tl�.r, ,,l uw arrM lnl a YrIY,I <AOAA A{<INNr A,a Y,lr ,N rwll 1.. YV.{": la,rJ :r TY.,•l,la I" IAISID PARI --hh O.r'wxF ar�u o 14[ i 1 I I�1 Elyli_ '.roo fN -14 •ter s � .._: ! Y_ Iw:.. [ � �--•.y.•_w.wtl aA W(-NONrnO un1oN tl ;yr f9,1 `Y 1 Q l(CIIOx Y•p �Yu���j� Ir T� —1 AIxAIALLAIIxw �. '.1 r1'y�''ll'AAGMNAI�•� TYMCAI CONSTRUCTION NIM -T � �•w'..o M"yyM1 1 ASPHALT CONCRETE WRlS _lW {ipl'�I;—hf�l�xl���� .f _,1 � l�( 6''n�,rrur^I arYl.Fu xp Wyuw LDalax ---- CONTRA COSTA COUNTY I CU 1'mf 1-f f Nf T srll: er,,: arll: �Ie NI lIw eNIN 11e1N.N I 104 Y v Axxlx��uLi.l�px iYr- 1 I.xl[AL rxtlAll•IIOx = ^' - 1 Al M3TFUgyION-ISMO `�.1?11 .�...I__I4 p�[/' I1�x1•Il ieilii C�I._I�..._ - Y(TAL aAM pYARO RAILGINyMY 1.ILIx4 r<ns,Axo ruxEi_ r. .•., ,�xIw.l lu.. -•r.�—"!_�..,Ltjn WI_YIL.f:L�_ CC 3U2 ..q.S.r•r.` � �A n{•.+,1 q• 1... ,,nr Arr ���t. ��YT: 4pI IVB - SECTION f,( .�_-� SECTION 00 SECTION NII I•' �11•{•r " r'f• D[TAIL a SECTIONI' r�- •r 1' y I•, O �,1�+,:»pr», .»w�•..) ��I�-3t_.1- �-• e[CTIOM rFF I C` 2°r'6Y49ow7T.td- •Kr.,. --r:r + -r•r- kt.: :�+kr+ +`,.�h ,71 ,� �».»».s -f:T,.,,f FLAN OETAIL J• , ,v+," F'Y COVERPLATE FRAME -5r•I': lit ~h. - »..,.+....{•� „•.,. SECTION AA ' ORATEU. 1 1•r•r r SECTION cc SECTION DD +. M ;1�'- ,•.r DETAIL Y L °:T.« T COVERPLATE DETAIL V «orff DETAIN w .{• {'„w., »»1..,»..»....1.'..{•...1 r.....,'1 GRATE FRAME L•• :��': ca«re.cofucou«rr MOLIC•UA.f UfrM1YCMf INLET FRAMED,`GOAYE ,� +•. - ,• '+1'•+ - AND COVER PLATE ,u�2'LL:1'ullid"11{Sn fb'i�r"2' .%£ -- •Iv_uCFu r�.-!--�.. CC 3010 " fp: �e 4 ti I y w N1ri wM ai.r WWII\ 1111,(M+'rrW wYRrr t. MM.rw - �. ar •r•,\II, ,rw ww(oe(YYc r��-. «r „ iw iiM't`�a i11i/Nw wn a,w a••»R• %irr\1a NI wN . 1'�J r wil N4/1 - r,,. -t Atlth�tAA_.ttttt..WAt..,4A[i Y.Y -t SECTION A-A SECTION 8-8 J V� rwhirr h �.•^•—._.~• RWri» �_•• Nr1 wW«r1 •a rl w W aN d • W.•rl N,Y•tiYul�ai•1I rr wuWi har awl ---------------------_-- Nhcan ii W r � e�rR Y'rwiaw+r •„ i -pr.: I 91L.- lit ` .w.r w•r A xtT u*r Or 4-a-, „, w.1 `• TYPE OPENMIO TYPE •A•OPENING ....... u Y\WXLL •aM kz� - (YYr rw•rM•''�Iar•W, I rw»I�..,.w T r11 Mn�i r R— I =TMCONTRA COM COU»LT wtww w.r(ws\ `lv6trC MOOxt UtiNNtY\NT is: »(wi:w"Y(r Ya•PLAN �'. TYPE "n INLET P ±SCLX.]lL2t r^CC”3011 I. /\ c � . . � ! . • rf« ,�� -■ ! , . ��� �! , j����. �_�� \\ . � f �� � e � • (CA 14 ! o • �- } ; `7 '~-+, ■ z . . , \ . ! ; !,t z a t §§31§ # � . . � \ . j . . t \ 3 I La osy-: i�tsi.ii�Yi i� o W^ t 'i` sZ'i�siy � Yf `sY'i r Zd • s�� s.si s�Yi -i ? � . 11111 1 v s Y/tssx �1 d. sat � �w6 AAj . s w t=sL 'i tit`s '.•�-^^""�_°.n`s�. i! � } v . tt 'c �{ sb�'•{[Lf1d'�.. r#. ti zog I 32 t i:— _ � a i3ei+� :ai 3 .s-2j13j j VVI :-Q !14 Z� I• •N to �I ' ' i��q i=' t11j! t`s' j3• ss : t L4 Itli=ts - ilrit�isjiFl:iii!}� i V r L!Isis g- •- i t f t IS r 7 i3s; tali}; gssi z ''�� � �•r.IF:��T3j� 1J F:i , i . :t • % � j s Nil `.� Wo _ Hil LT_ . i r t tf � t {!�'�� = its .• ams\ Jd�' �Q. ul m to cr- 4- a oz Z� a � i v•; ''� z o to� ( v 1 d i k 1 C �i t I GROUT HOLES(OPTIONAL) MANHOLE FRAME����'� 4-EQUALLY SPACED ASTM GRID PATTERN BLIND PICK HOLE STORM SEWER EDGE PRY-HOLE SET SCREWS FOR (/fes/ry EXTENSION RING 3-REO.0 EQUAL SPACING 1/32 MACHINED SURFACES COVER BLIND PICK HOLE 23-3/18" FRAME ` T Tt�TSI" it 24' -----••+ 1 _ w COVER RECESS TO RECEIVE SET SCREW 1! EXTENSION RING \\ VARIES. 1-112"to 4" FRAME R`-CESS TO RECEIVE SET SCREW AT 1/3 POINTS TYPICAL CAST IRON EXTENSION RING (NOT TO SCALE) NOTES CONTRA COSTA COUNTY 1. MANHOLE FRAME AND COVER SHALL BE PUBLIC WORKS DEPARTMENT PHOENIX IRON WORKS(CAXLANOI MODEL P-1090 OR MARTINEZ CALIFORNIA PINKERTON FOUNDRY(LODO MODEL A-840 OR APPROVED EQUAL. MANHOLE FRAME AND COVER APPROVED= r6m.._._ PUBLIC WOad DIRECTOR — R.E.CE 7 Sato- 1/8": I" Date DecamSK t9 Dre.n by;FERNANDEZ +I Fite Na Caec:ea bit TONELLt CC 3024 Al atL O / y.6 O uvz, 00 a �{ � �� ��\� ♦J j' p�d Z�S r 6Q r m ; s( y c1 4 n:' �Q.N r(j�t'•1�% @! p p pit 3 `� _',�� �•w_ Z °C co ra NAY Yy 6 3 Y6 Y W pA ���\ ` •��� Q V y- 3 W r G Z W� ; � y\ � 1YJ • t11 7 W W V t , 0 ` 4 00 t31 O• Wyy ;� q r tt x p 0 0. G 2 L • is r f- S=Jei C �.j— r (��� '1•'r rJ°�ii 1 C 3 ►r 0}s Ed msewK,oya; d� d n` C $ �r o > i on- o n Vim• °�O°`�°��€�Z J� 'ys °r'�•32d2;i k 1 d nita..F...:. r 3 I$ 0 a I a, ° a n .141!: iia ly a�cj 3d-3 il. Q r d k u6w FS n �AuH Ja�ci ��3t• �� ci aSYr1 d1•• - da •'1_ c�d3 �s y a C y ai� ''7 n - - zagF N m fJc� •� r s tj 3 u -51 .,�i I � b �•w Fr �$ 00342 Dwon CORTE T NO.iJ STORM DRAIN PROJECT NJ. e528-0925-76 BIDS DUE JULY 26, 1977 aV077 AT 11 O'CLOCK A.'•:. JUN ROOM 103. COUNTY ADMINISTRATION j.¢oOSm BUILDING. 651 PINE STREET, eonw a°sur 1$023 MARTINEZ. CALIFORNIA 94553 e_ cow Co. TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS E% OFFICIO THE BOARD Of SUPERVISORS OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT MARTINEZ. CALIFORNIA P R O P O S A L F 0 R CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT ZONE 10-LINES A-3 6 A-4 CORTE ENCANTO STORM DRAIN NAME OF BIDDER BUSINESS ADDRESS -^_ .- PLACE OF RESIDENCE ~-�-w--N-Y- TO THE BOARD OF SUPERVISORS OF CO7TRA COSTA COUNTY AS CX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA C05TA COUNTY STORM DRAINAGE DIST- RICT - THE UNDERSIGNED. AS BIDDER. DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPA45 ARE THOSE NAMED HEREIN- THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON. FIRM OR CORPORATION- THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORK, PLANS AND SPECIFICATIONS- AND HE PROPOSES AND AGREES. IF THIS PROPOSAL IS ACCEPTED. THAT HE WILL CONTRACT WITH THE CONTRA COSTA CUUi,TY STORM DRAINAGE DISTRICT TO PROVIDE ALL NECESSARY MACHINERY, TUOLS. APPARA- TUS AND OTHER MEANS OF CONSTRUCTION, AND TO DO ALL THE 'WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE COiJTRACT, IN THE MANNER AN: TIM+ PRE- SCRIBED, AND ACCORDING TO THE REOUIREHENTS OF THE ENGINEER AS THERE Lk SET FORTH. AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELCW FOR THE VARIOUS ITEMS OF •WORK. THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING 3 �-(INSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BID. TO WIT- Microfilmed with hoard ord OOrA3 =r:+ rct„„'�i'WS4ek PROPOSAL (CONT.) (PRICE NOT TU EXCEED THREE 131 DECIMALS) '--------------- ----------------�_�w�___�—_�— —_____—r« ITEMS TOTAL ITEM ESTIMATED UNIT OF PRICE(IN (IN NO. QUANTITY MEASURE ITEM FIGURES) FIGURES) 1 LS MOBIL22ATICN _r-M --- 2 5 EA RELOCATE WATER AND ELECTRIC SERVICES ----- --- —--—-----------—-------------- 3 -- — -- -- 3 9 LF 8” SANITARY SEWER 4 LS CLEARING AND GRU56ING 5 LS TRENCH SHORING OR PROTECTION 6 465 SGFT ASPHALT CONCRETE (TYPE 31 r W 7 64 LF 0.5' ASPHALT CONCRETE DIKE N _M N-9--M_— 1 M EA MINOR STRUCTURE—TYPE III A.H. BASE _ -- KITH TOP SLAB 9 1 EA (MINOR STRUCTURE — TYPE C INLET ON TYPE III MANHOLE BASE 10 _r 1 EA MINOR STRUCTURE (INLET STRUCTURE) MOD. TYPE III M&H. BASE WITil TOP SLAB 11 2__- EA MINOR STRUCTURE TYPE A INLET ON TYPE II MoH. BASE -----------— --- �--- ------- -- ---- — ------ 12 1 EA yTNOR STRUCTURE — TYPE C INLET ON TYPE IT MANHOLE BASE ~13 w N-1 EA MINOR STRUCTURE TYPE A INLET P — 2 PROPOSAL (CONT.) (PRICE NOT TO EXCEED THREE (3) DECIMALS) -----------+_ ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE(IN (IN N0. OUANTITY MEASURE ITEM FIGURES) FIGURES) r---------------__r_--------------------------------------------------------- 14 1 EA MINOR STRUCTURE MOD. TYPE C INLET _-__---_-_-r--- ---------------------------------------------- 15 238 LF 24„ REINFORCED CONCRETE PIPE (CLASS III) ----------------- __...----------------------- 16 752 LF 36' REINFORCED CONCRETE PIPE (CLASS (II) ___--------------------------_��----------r---------------------- 17 542 LF 42-1 REINFORCED CONCRETE PIPE (CLASS Iii) .__�------,��-----------�--- ----------------------------_ -- 19 150 LF 4a-1 REINFORCED CONCRETE PIPE (CLASS II1) -----------.. ---------- 19 14 LF C.M.P. 148' BIT. COATED) 20 22 CY CONCRETED-ROCK SLOPE PROTECTION -------------------- 21 :•6 CY SACKED CONCRETE SLOPE PROTECTION _----------------- 22 310 LF TEMPORY FENCE ------------__r__M.----- ---- ------------------- ------ 23 LS TRASH RACK ._----__-_ ______- .._r_��---------------�-----_--__--_+--------+--------- NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL ------------------------------------------------------------------------ nn�a� P - 3 PROPOSAL (CONT.) IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS, THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY. BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL* AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED* IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID 'FOR THE PROJECTS DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUN FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HERESY AGREED THAT THE UNDERSIGNED. AS BIDDER. SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUnT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE SON:; TO BE ONE HUNDRED PERCENT OF THE TOTAL AMOUNT CF THIS PROPOSALS TO THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT AND AT NO EXPENSE TO SAID AGENCY, EXECUTED BY A RESPONSIBLE SURETY ACCEPTABLE TO SAID AGENCY IN THE EVENT THAT THIS PROPOSAL I5 ACCEPTED BY SAID CONTRA COSTA COUnTY STORM ORA!NAGE CISTRICT. IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED 51JALL =AIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SLMS TO BE DETERMINED AS AFORESAID* WITH SURETY SATISFACTORY TO THE BUARO LF SUPERVISORS+ WITHIN SEVEN i7) DAYS+ NOT LNCLUOING SUNOAYS+ AFTER THE Bi_OER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURE. THE 20ARC OF SUPERVISORS NAY* AT ITS OPTIOP49 DETERMINE THAT THE BIDDER HAS ASANOGNED THE C::%TRACT. ANC THEREUPON THIS PRCPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAI- SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY CF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT. SUBCONTRACTS w-M- THE CONTRACTOR AGREES+ BY SUBMISSION OF THIS PROPOSAL, TO CUN- FORM TO THE REOUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS* EXCEPT AS PROVIDED UNDER SECTION 41C0.5* THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SIGNAL AND STREET LIGHTING WORK* A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS OWN FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR, THE VALUE OF T':E WORK SUBCONTRACTED WILL 3E BASED ON THE ESTIMATED "CST OF SUCH PORTIC:4 OF THE CONTRACT ITEM* DETERMINED FROM INFORMATION SUSM:7TED BY THE CC:.- TRACTOR* SUBJECT TO APPROVAL BY THE ENGINEER. THE UNDERSIGNED* AS BIDDER* DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BY-LAWS• RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY 8I0 FROM ANY SUBCONTRACTOR OR t«ATERIALMAN, WHICH IS NOT PROCESSED THROUGH SAID BIO DEPCSITORY* OR WHICH PREVE:;�,Q�Y_A SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CCNTRACTOR 'rlMO OOE �� USE THE FAC .ITIF.S OF OR ACCEPT SIDS FROM OR THROUGH SUCH 510_DEPOSITORY. LYSE THE FAC I LT 1 S Of OK ALLtrI M Us I-AUM UK IHRUUUH QULH 81U U- US:�Uii, .. ...c...a.. - ..at F,. PROPOSAL (CONT.) NO. -- ITEM SUBCONTRACTOR ADDRESS ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THC AMOUNT OF TEN 1101 PERCENT OF AMOUNT BID (CASHIER-S CHECK. CERTIFIED CHECK OR BIDDER'S BOND ACCEPTAoLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PRCPCSAL 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 COPARTNERSHIP, STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIDUAL, STATE FIRST AND LAST NAME IN FULL. --------------------------------------------- ---- LICENSE00 D TO SUBCONTRACT---ALL CLASSES OF WORK INVOLVED IN Ti--E PROJECT, IN ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA- TION CF CONTRACTORS, LICENSE NO (CLASS- 1. --------------------------------- ---------------------------------- ----- - tSiG�..� -)----------- — OF --- --- 'IUSI':ESS ADO:ESS PLACE OF RESIDE::CE .000 DATE 19 CORTE ENCANTO STORM DRAIN PROJECT N0. 8528-0925-76 CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT 255 GLACIER DRIVES MARTINEZ. CALIFORNIA 94553 NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY* AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT* THAT THE' CLERK OF SAID BOARD WILL RECEIVE BIDS UNTIL 11 O'CLOCK A.M. ON Jul"26s 1977* FOR FURNISHING OF ALL LABOR* MATERIALS* EOUIPMENTs TRANSPORTATION AND SERVICES FOR CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT ZONE 10-LINES A-3 b A-4 CORTE ENCANTO STORM DRAIN FROM CAMINO ENCANTO TO THE NORTH AND SOUTH FORKS OF LOVE LANE THE WORK SHALL BE DUNE IN ACCORDANCE 'WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBEI IER4N L E D ENGINEERS ESTIMATE Ura ITEM ESTIMATED UNIT OF J.R.O[SSON NO. QUANTITY MEASURE I TEM CLEU Eonco 0;SUPERVIS02S coNran COSTA co. 8.. De 1 LS Moa[LlzarlON — 2 5 EA RELOCATE WATER AND ELECTRIC SERVICES 3 9 LF 8" SANITARY SEnER 4 LS CLEARING AND GRU88ING 5 LS TRENCH SHORING OR PROTECTION 6 465 SOFT ASPHALT CONCRETE (TYPE B) 7 64 LF 0.5' ASPHALT CONCRETE DIKE 8 1 EA MINOR STRUCTURE-TYPE III M.H. BASE WITH TOP SLAB 9 1 EA MINOR STRUCTURE — TYPE C INLET ON TYPE III MANHOLE BASE 10 1 EA MINOR STRUCTURE (INLET STRUCTURE) MOD. TYPE III M.H. BASE WITH TOP SLAB 11 2 EA MINOR STRUCTURE TYPE A INLET ON TYPE II H.H. BASE N - 1 "a0filmed with board order NOTICE TO CONTRACTORS ICONT.) ITEM ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM 12 1 EA MINOR STRUCTURE — TYPE C INLET ON TYPE II MANHOLE BASE 13 1 EA MINOR STRUCTURE TYPE A INLET 14 1 EA PINOR STRUCTURE MOD. TYPE C INLET 15 238 LF 2400 REINFORCED CONCRETE PIPE (CLASS III) 16 752 LF 36'a REINFORCED CONCRETE PIPE (CLASS III1 17 542 LF 42" REINFORCED CONCRETE PIPE (CLASS 1I1) 18 150 LF 48" REINFORCED CONCRETE PIPE (CLASS 111) 19 14 LF C.M.P. (48" BIT. COATED) 20 22 CY CONCRETED—ROCK SLOPE PROTECTION 21 36 CY SACKED CONCRETE SLOPE PROTECTION. 22 310 LF TEMPORY FENCE 23 LS TRASH RACK N —'2 NOTICE TO CONTRACTORS (CONT.) EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS* 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 CONTRA CUSTA COUNTY FLOOD CONTROL DISTRICT OFFICE* 255 GLACIER DRIVE. MARTINEZ* CALIFORNIA 94553. PLANS AND SPECIFICATIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS I,hGLUDED BY REFERENCE) AND PROPOSAL FORMS* MAY BE OBTAINED BY PROSPECTIVE BIDDERS AT THE CONTRA COSTA COUNTY FLOOD CONTROL DISTRICT OFFICE. 255 GLACIER DRIVE, MARTINEZ. CALIFORNIA 945539 UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF FOUR AND 79/100 DDLLARS (S4*79) (SALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE. CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA'* AND SHALL 3E MAILED TO CONTRA COSTA COUNTY F_000 CONTROL DISTRICT OFFICE* 255 GLACIER DRIVE* MARTINEZ* CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE CONTRA COSTA COUNTY FLOOD CONTROL DISTRICT CFFICE* 255 GLACIER DRIVE• MARTINEZ* CALIFORNIA 94553. BIDS ARE RECUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOk CONTINGENT BIDS >IILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FCRi4 OF A CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S BOND. MADE PAYABLE Tc THE ORDER OF 'CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT'. THE ABCVE-MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER KILL ENTER INTO A CONTRACT IF AaAROED Tri= WORK* A`:J HILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COJNTY IF THE SUCCESSFUL BIDDER REFUSES* NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REOUESTEU TO DO SO BY THE 8C:ARU OF SUPERVISORS OF CONTRA COSTA CCUNTY. BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE CLERK OF THE BOARD OF SUPERVISORS* ROCM 103* COUNTY ADMINISTRATION BUILDING* 651 PIRE STREET* MARTINEZ* CALIFORNIA* ON OR BEFORE THE 26TH DAY OF JULY* 1977* AT 11 O'CLOCK A.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE IN THE CHA,,'BERS OF THE BOARD OF SUPERVISORS* ROOM 107, AD6(INISTRATION BUILDING• MARTINEZ* CALIFORNIA. AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED. 00350 N - 3 NOTICE TO CONTRACTORS (CONT.) . THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMCUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMjUNT EQUAL TO ONE HUNDRED PERCENT 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 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 15 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 %AGES IS ON FILE WITH THE CLERK OF THE BOARD CF SUPERVISORS. AND 15 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 BIOS 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. AS Ex CFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY STORM DRAI;iAGE DISTRICT J.R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY DEPUTY DATED- PUBLICATION DATES- 00351 N - 4 .1..,tk µ In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Renewal of Fortune Telling License. The Board havin_g'received-a June 2I, 1977-letter from Captain Albert E. Luntz, Commander, Inspection and-:Control Division," -County Sheriff's-Department, advising-that Ms.. Jodi E. Watts, 5831 Pacheco Boulevard, Pacheco, California. 94553•has.agplie'd for.': renewal of her.fortune telling license; and Captain Luntz-having•further•advised that. -the-Sheriff's Department has completeditsinvestigation as required by County . Ordinance, and recommends approval of Ms. ;Watts application;-and'. ,. Supervisor W. N. Boggess having pointed out that the Board has the option of holding a public hearing on application for renewal of fortune telling licenses, recommended that a hearing be held to'allow all interested persons to comment on same; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor-Boggess is APPROVED-and July 19, 1977, at 1-0:55:a;m:,-is':•_ fixed as the time for hearing thereon. PASSED by the Board on June 28, 1977 1 hereby certify that the foregoing is o true and carred copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. cc: Ms. Jodi E. Watts Witness my hand and the Seal of the Board of Town Council of Pacheco Supervisors c/o Pacheco Library affixed this 28tbday of rune 19 77 County Sheriff-Coroner County Counsel J. R. OLSSON, Clerk County Administrator By Deputy Clerk tl Jeanne 0. Magli&I H-24 4M 75m In the Board of Supervisors of Contra Costa County, State of California June 28 ,1977 In the Matter of Human Services Advisory Commission. Supervisor E. H. Hasseltine having stated that he wished to correct the May 17, 1977 order of the Board pertaining to the procedure to be followed in selecting tate seven nominees for appointment to the Human Services Advisory Commission; and Supervisor Hasseltine having stated that in order to have a membership representative of the entire County it was his intent that the Internal Operations Committee (Supervisors Hasseltine and Fanden) review all the applications, including the nominees of all the Supervisors, and then proceed with the nomination of the two at-large members; and Supervisor Hasseltine having indicated that the Committee would then forward to the Board the names of all the nominees for appointment to said Commission; IT IS BY THE BOARD ORDERED that the aforesaid procedure as modified is APPROVED. PASSED by the Board on June 28, 1977. 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 flie Seal of the Board of cc: Internal operations Committee Supervisors County Administrator affixed tbbZ&th day of 7.,m 19 77 Director, Human Resources Agency J. R. OLSSON, Clerk By-�xZmG &?-;-Deputy Clerk Jamie L. Johnson 00353 H-24 3/7615. In the Board of Supervisors of Contra Costa County, State of California June 28 .1977 In the Matter of Amendment to Engineering Services Agreement with Mr. Frank C. Boerger. IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an amendment, effective July i, 1977 to June 30,1978, to an agreement for engineering services with Mr. Frank C. Boerger dated July 1, 1974. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: Public Works Director Supervisors County Auditor-Controller affixed this28th day of June 7977 County Administrator — Frank C. Boerger ey aJ/n � p J. R. OLSSON, Clerk -L)L�Sbt�aG/C!'t .Deputy Clerk Helen C. Narshall H.2113176 ism AlEUMT TO AGREMENT (Engineering Services) 1. Effective Date and Parties. Effective on July 1, 1977, Frank C. Boerger and the County of Contra. Costa (herein called "County"), a political sub- division of the State of California, mutually agree as follows: 2. P-u�os-e. The parties desire to amend that Agreement they entered into, e`fective July 1, 1974, entitled "Agreement - Engineering Services." 3. Amendments. The above Agreement is hereby amended as follows: a) The second paragraph of Section III is amended to read as follows: "Public Liability Insurance for owned and non-owned automobiles, with a minimum combined single limit coverage of at least $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Thirty days' notice of policy lapse or cancellation is required."- b) Section IV is amended to read as follows: "Com ensation. (a) County shall pay Mr. Boerger for these services mon y at a rate of$40 per hour (including the time spent in preparation for and follow-up of meetings and for the furnishing of written and oral information specifically requested by the Public Works Director), with a maximum of $25,000 in any 12 month period unless specifically authorized in advance by the Public Works Director. (b) County shall reimburse him for reasonable and neces- sary travel and living expenses in conformance with policies and rules applicable to County employees, except that mileage for use of his private vehicle will be paid at the rate of seventeen cents ($.17) per mile." c) Section VII is amended to read as follows: "Term. This Agreement shall continue in effect until June 30, 1978, unless terminated earlier hereunder." d) Section IX is added as follows: The Consultant shall defend, save and hold harmless the County and its officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder by Consultant or any person under its control. 4. Effect. Except for the amendments agreed to herein, the Agreement of July-1, 1974 remains in full force and effect. Page 1 of 2 n0355 COUNTY OF CON STA CONTRACTOR I llffinw airman, Board of supeMSdrs ran a C. Baerger ATTEST: J. R. OLSSON, County Clerk and Ex-Officio Clerk of the Board of Supervisors- By Deputy, e1enn M TalarsShall � � 5 RECOMMENDED FOR APPROVAL c r+ Y County- dministrator Pubic Works Director ,w µ N -. APPROVED AS TO FOIA: John B. Clausen F County Counsel .3 k By Deputy fk r s! r 3 5x i *L s - r ; s. Page_2 of �r 56 P { In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COt7NTY SANITATION DISTRICT No. 7-B' June 28, 14 77 In the Matter of Dissolving the Citizens` Advisory Committee of Contra Costa County Sanitation District No. 7-B The Department of the Navy having purchased all lands lit the Port Chicago area within Contra Costa County Sanitation District No. 7-B boundaries during 1968 and 1969, and the last resident having moved from the District about December 1969, and there being no further need for a Citizens' Advisory Committee, IT IS BY THE BOARD ORDERED that the Citizens' Advisory Committee for Contra Costa County Sanitation District No. 7-B is hereby DISSOLVED. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing Is a true and cof ect copy of an order entered an the minutes of said Board of Supervisors an the date aforesaid. Witneu my hand and the Seal of the Board of Supervisors ORIGINATOR: Public Works Department affixed this28thday of June 14 77 Environmental Control cc: Public Works Director `/ �1 J. R. OLSSON, Clerk Environmental Control By {r f' ( jIL .r ctj- ,Deputy Clerk County Counsel Helen C C. marsh -L1 H-24 3/76 IS. i In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Physical Examinations for Fire and Ambulance Personnel. The Board having received a June 21, 1977 letter from Charles R. Phillips, M.D., Chairman," Emergency Medical Care Committee, submitting recommendations pertaining to physical examinations for personnel of fire districts governed by the Board of Supervisors and personnel of ambulance companies covered by the County Ambulance Ordinance; IT IS BY THE BOARD ORDERED that the aforesaid recommendations are REFERRED to the County Administrator for review and report.- PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: Chairman, Emergency Medical1 Nlydness my hand and the Seal of the Board of Care Committee Supervisors County Administrator affixed this 28th day of Director of Human Resources T"^P 192Z Agency J. R. OLSSON, Clerk ByDeputy Clerk Patricia A. Bell e usr..�w•;+:^fit' t In the Board of Supervisors of Contra Costa County, State of California June 28 .1077 In the Matter of Request for Specific Access to County Counsel. The Board having received a June 17, 1977` letter from Charles R. Phillips, M.D., Chairman, Emergency Medical Care Committee of Contra Costa County, requesting that the Committee be granted specific access to County Counsel. IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Administrator and County Counsel. PASSED by the Board on June 28, 1977. 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 cc. Chairman, Emergency Medica].. Witness my hand and the Seal of the Board of Care Cte. perrnsars County Counsel affixed this28th day of June 1912 County Administrator n J. R. OLSSON, Clerk h i f rr By ' ii . / Deputy Clerk atricia A. beil 0(1:1.99 H-2l OA 15m In the Board of Supervisors of Contra Costa County, State of California. June 28 ,1977 1n the Matter of Drug Abuse Local Assistance The Board having received a June 22, 1977 letter from Mr. Jack Newton, Chairman, Contra Costa County Drug Abuse Board, recommending that the Board reauest the Governor to fully support Item 246 of the State Budget, which would augment Drug Abuse Local Assistance by $3,000,000, and advise the County Legislative Delegation of said position; IT IS BY THE BOARD ORDERED that the Director of Human Resources Agency is REQUESTED to submit a recommendation on this matter. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency rvis Supeors County Administrator affixed this 28th day of June 191Z_ Drug Abuse Board Mr. Jack iiewton J. R. OL.SSON, Clerk By r C M. r1 Q Deputy Clerk atr c a A. Bell nn!! �c+ i 0360 H-24 4177 ISM f In the Board of Supervisors of Contra Costa County, State of California X19 In the Matter of _ NACo's 42nd Annual Conference. The Board having received a June 17, 1977 letter from Mr. Dan C. Lynch, President, National Association'of'Counties, transmitting a copy of the Voting and Credentials Handbook and proposed resolutions and amendments to the American County Platform to be considered at NACo's 42nd Annual Conference in Detroit, Michigan (July 24-27, 1977) and requesting notification of the person designated by the County to cast ballots at said conference; IT IS BY THE BOARD ORDERED that Chairman W. N. Boggess is DESIGNATED as the County Official to attend the aforesaid conference- PASSED by the BoardonJune 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seat of the Board of cc., Chairman E. Boggess Supervisors National Association of "affixed this Rthdoy of J,— 19 Z Counties Count; uonnsel County Administrator —:� ! �, � � 1 R. OLSSON, Clerk Oeputy Clerk Ror-da Amdahl 00361 H•243rb15- In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 '77 In the Matter of Statewide Conference on Industrial ;Iater Allocations and Conservation. The Board having received a June 20, 1977 letter fron ys. Charles Manfred, Director, Office of Emergency Services, urging count attendance at a statewide conference on industrial water allocations and conservation to be held July 25r 1977 at the Concord Sheraton Inn-Airport; IT IS BY THE BOARD ORDERED that the aforesaid communication is REFERRED to the Public ltorks Director. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and carred copy of an order entered an the minutes of said Board of Supervisors on the date afoWitneu my hand and the seal of the Board of cc: Yr. C. Yarfred Superviscrs Public Works Director �g1H da of 77 June 19 Director of Planning affixed this= Y County Administrator Director, Office of Er..ergency. {� J R. OLSSON, Clerk ServicesDeputy Clerk Human Resou.ces g Director, uma '' Y Agency Ronda Amdahl County Health Officer nn�62 H-24 317615M In the Board of Supervisors of Contra Costa County, State of California June 28 .19 77 In the Matter of Dissolving the Citizens' Advisory Committee of County Service Area S-1 The Board on May,3, 1977 having adopted Resolution No. 77/372 dissolving County Service Area S-1, and there being no further need for a Citizens' Advisory Committee for said Service Area; IT IS BY THE BOARD ORDERED that the Citizens' Advisory Committee for Service Area S-1 is hereby DISSOLVED. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of ORIGINATOR: Public Works Department Supervisors Environmental Control affixed thi528thday of June i9 77 cc: Public Works Director J. R. OLSSON, Clerk Environmental Control County Counsel By >I4r.# .Deputy Clerk County Administrator —Helen C. Marshall 00,163 H-24 3n6 15. f In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Matter of Discharge of Citizens Advisory Committee — E1 Sobrante Area Traffic Study The Public Works Director having reported that the El Sobrante Area Traffic Study is now complete and recommended that the Citizens Advisory Committee be discharged with the Board's thanks, especially. to Chairman, Erma Lindeman of the May Valley Citizens Community Congress, IT IS BY THE BOARD ORDERED that the Public Works Director's recommendation is approved and further, that the Public Works Director be instructed to notify each member of the committee with an expression of appreciation on behalf of the Board of Supervisors. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Public Works w'ness my hand and the Seal of the Board of Transportation Planning Supervisors affixed this 28thday of June 19 77 cc: Public Works Director J. R.OLSSON, Clerk By /V 1+,,!C a' ilj/� .Deputy Cierk elen C. Marshall 1;1:164 N.24 3(76 Ism t i In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of - Authorizing Legal Defense. IT IS BY THE BOARD ORDE?ED that the Countyprovide legal defense for the following persons in the court actions indicated, reserving all of the rights of the County in accordance with provisions of California Government code. Sections 825 and 995: NAME and DEPARTMENT COURT and ACTION NOMBER - Clifford Lindgren Superior Court Action West County Fire No. 175113 Protection District George Robinson, et al., Plaintiffs Richard A. Barthol United States District Deputy Sheriff Court for Northern District Sheriff-Coroner of California Action Department $C 77 0045 SC - Carl R. Lans and Michele.E. Lans, Plaintiffs PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Sheriff-Coroner .*est County Fire Prntection Supervisors District affixed this 28thday of June 19 77 County Counsel County Administrator J. R.OLSSON. Clerk By_/,>•'!x' a ;�7+.l,Tr.�Deputy Clerk Jamie L. Johnson C.1110 H-24 477 15m In the Board of Supervisors of Contra Costa County, State of California .Tim- 7R .19-77 In the Matter of - Authorizing Printing of Brochure Pertaining to Bay—Delta slater quality. The County Administrator having stated that"last week Board members had been furnished a draft of a proposed brochure on Bay—Delta "later quality for co=ent prior to authorization for printing of said brochure; and - Supervisor E. H. Hasseltine having suggested that staff obtain,and distribute as appropriate,documentation of recent } statements made by U.S. Bureau of Reclamation personnel concerning operation of Central Valley Project and Delta water quality; and Supervisor i{. C. Fande7 having suggested that copies of the brochure be furnished to each member of the Boards of Supervisors in the nine Bay Area counties; and Supervisor R. I. Sch_*roder having suggested that copies of the brochure also be sent to appropriate state and federal legislative representatives; IT IS BY THE BOARD ORDERED that printing of said brochure is AUTHORIZED and the a_'oresaid suggestions are APPROVED. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor an the date aforesaid cc: Public ;larks Director Witness my hand and the Seal of the Board of Countv Administrator SuperAsor affixed this2Ethday of June 19 77 r J. R, 0 LSSON. Clerk gy r `�, l . _ _oma.�;t . Deputy Clerk Ronda Amdahl nn:�ss 11-24 3176 15. I i ; In the Board of Supervisors of Contra Costa County, State of California .7nnp 7fi .19 Sy In the Matter of Application for Reduction in Assessment. The Board having received a June 15, 1977 memorandum from the Contra Costa County Assessment Appeals Board requesting approval of a revised application form for reductiori in assessment as an amendment to Local Rule C-1; and I,r. John B. Clausen, County Counsel, having recommended that the proposed revision be reviewed by an appropriate Board Committee; IT IS BY THE BOARD ORDERED that the matter is REFERRED to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) for review. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the data aforesaid. Witness my hand and the Seal of the Board of cc: Board Committee Supervisors Assessment Appeals BoardafBxed this 28thday of .t,n,P 1912 County Assessor County Counsel County Administrator J. R. OLSSON, Clerk By �(LLc o Deputy Clerk M ra' s�+ H-24 N77 15. In the Board of Supervisors of Contra Costa County, State of California June 28 .1977 !n the Matter of Appeal of Grievance Determination bade on Behalf of Employee Relations Officer. The Board having received a June 14, 1977 letter from Mr. henry L. Clarke, General Manager, Contra Costa County Employees Association, Local No. 1, appealing a grievance determination made on behalf of the Employee Relations Officer relating to transfer of assignment of Mr. Bill Norris and Mr. Bob Thomas, Public Storks Department, to the Lafayette Corporation Yard; IT IS ORDERED that the parties are DIRECTED to submit the grievance record, written presentations and recommendations for Board determination on July 26, 1977 at 10:45 a.m. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing h a true and mrred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. henry Clarke Supervisors Public Storks Director affixed thislfltb_day of uue 19-72— Director of Personnel Employee Relations J. R.OLSSON,Clerk Officer By Deputy Clerk Ma Crai H-24 N77 15. In the Board of Supervisors of Contra Costa Countyr State of California June 28 19 .77 In the Matter of Payment for Loss of Personal Property IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUIHORIZED to make payment of$157.23.to Mr. Edward Maurer, 210 Carquinez Scenic Drive, Apt. 1, Martinez, California 945S3, for loss of personal effects while at the County Hospital. PASSED BY THE BOARD on June 28, 1977. { y 1_Y 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: County Medical Director Supervisors Mr. Edward Maurer affixed this28th day of .Tune . 19 jj County Administrator J. R. OLSSON. Clerk County Auditor-Controller BQ��� � �f u, H 24 IZ74.r5M Deputy Clerk Patricia A. Bell In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Molter of Authorizing Shit to Recover Costs Due Contra Costa County IT IS BY THE BOARD OBDEM.that legal action be initiated in the Small Claims Court by the Auditor-Controller's Office against the following persons to recover the cost owed Contra Costa County: Verna}tae Ashford Public Works 5 71.92 Allen Curtis Herndon Public Works $106,38 Jessi Beatrice Janes Public Works S 53.11 Kevin Andrew bevy Public Works S 40.00 Robert Kenneth Loans Public Works S 53.05 Richard Masan Public Works $ 64.97 Willie Robert$oore Public Works 5 53.05 Arthur Roland DSA Rodeway Transport Public Works $253.22 David Paul Tamborski. Public Works $142.98 Bennie White, Sr. Public Works 8 83.45 John Cram Public Works 3 53.05 PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and corred copy of an order entered an the minutes of said Board of Supervisors an the date aforesaid. Witness-my hand and the Seat of the Board of ce: Administrator Supervisors Auditor affixed th'uaRtb day of -Tune . 19 7-7- J. R. OtSSON. Clerk H za 12n4•is+r BY i r• 6 QW Deputy Clerk Patricia A. Bell M1370 1 In the Board of Supervisors of- Contra Costa County, State of Califomia June 28 .19 77 In the Matter of Completion of Private Improvements in Minor Subdivision 17-74, Tassajara Area. The Director of Building Inspection having notified this Board of the completion of private improvements in Mirror Subdivision 17-749 Tassajara area, as provided in the agreement with Raye a Solloway, 15 Ellenwood Avenue, Los Gatos, Ca, approved by this Board on June 15, 1976; IT IS BY THIS BOARD ORUMD that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY THE BOARD FURTEM ORDEFED that the Building Inspection Department is AUTHORIZED to refund the cash deposit in the amount of 53,430.00, Building Inspection Department Receipt No. 126979, dated June 41 1976 deposited as security for the above agreement. PASSED by the Board an June 28, 1977. 1 hereby certify that-the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid ' Witness my hand and the Seal of the Board of cc: Raye a Solloway supervisors Building Inspection Dept. (2) affixed th,28thday of June 19 77 J. R. OLSSON, Clerk By 'lC rt k�C$C .Deputy Clerk 111)e�f 1 H.24 3,r615. In the Board of Supervisors of Contra Costa Count)6 State of California June 28 ,19 77` In the Matter of _ Reimbursement for Loss of Personal Property IT IS BY THE BOARD ORDERED that the Auditor-Controller is AD'rWRIZED to reimburse Mr. Vernon Radford, an Equipment Operator I in the Public Works Department, in the amount of $105.00 for eye glasses broken while in the line of duty. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing Is a true and correct copy of an order ordered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Dept. Supervisors Administrative Operationsaffixedthis 2 t 4ay of .Tnno , 19 77 cc: Public Works Auditor-Controller 2 J. R. OLSSON, Clerk CAO B 1�C1rt cCu .!:]W� De Clerk Civil Service-Safety Division y Patricia A. Bell prdY x1(1;3'72 H•?a 3)7h l5m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA June 28 ,1977 In the Matter of ) Adjusting Country Medical Services ) Cafeteria Rates Effective } July 1, 1977 ) ) IT IS BY IHE BOARD ORDERED that effective July 1, 1977 the following cafeteria rates for the County Medical Services shall apply and the rates currently in effect shall be rescinded, as recommended by the Director, Human Resources Agency: A la Carte Rates Pot Roast w/Gravy .70 Baked Ham w/Sauce .70, Roast Beef au jus .70, Meat Balls w/Sauce .70 Hot Turkey Sand. w/Gravy .70 Roast Pork w/Gravy .lO'' Beef Stew w/Vegetables .70 Fried Chicken w/Cream Gravy .70' Roast Turkey w/Gravy .70 Bread Dressing 20 Macaroni and Cheese .70 Cheese Souffle w/Sauce .70 Baked Liver w/Onions .70 Spaghetti w/Meat Sauce .70 Macaroni and Beef w/Mushrooms .70 Noodles Supreme .70 Meat Loaf w/Gravy .70 'Baked Tuna and Noodles .70 Canneloni .70 Crepes a la Reine .70 Enchiladas .70 Fried Fish .70 Stuffed Cabbage Rolls :70 Tamales ,70 Lasagne .70 Soup and Crackers 4, .25"- Mashed Potatoes .15 Vegetables .15 Tuna or Meat Salad .25 Other Salad (small) .20 Milk, 1/2 pt. .15 Coffee (and refill) .15 Tea .10 Orange Juice .15 Fruit Drink .15 Fresh Fruit .15. Canned Fruit .15 Bread and Butter .05 Page 1 of 2 Pages t SANDWICHES A 1a Carte Rates Ham .60 Cheese .50 Ham and Cheese 65 Hamburger, 1/4 Ib. .65 Cheeseburger .70 Bacon and Tomato .65 Fried Egg (2) .60 Tuna 55 MISCELLANEOUS Cake .30 Pie .30 Yogurt .35 Ice Cream .20.' French Bread '� Jello .10 Pudding .15` Hard Boiled Egg .10` BREAKFAST Hot Cakes .45: - French Toast .45- Eggs (2) .35 Omelet w/Nam or Bacon •75 Omelet w/Cheese .65 Breakfast Meats: ,50 Ham (3 oz.) .50 Bacon (3 slices) .50 Sausage (4 links) .15 Potatoes .10 Beverage .25 Cereal (Hot or Cold) 10 Toast :20. Donut - Cake or Raised ;25 Donut - Filled or Jelly PASSED BY THE BOARD on dune 28, 1977. I hereby certify that the foregoing is a<true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 28th day of June 1977 J. R. OLSSON, CLERK B atricia A. Bell Orig: Human Resources Agency DEPUTY CLERK cc: County Medical Services County Auditor-Controller County Administrator RdY:nt l , In the Board of Supervisors of Contra Costa County, State of California June ?fl .19.-Z-7- !n the Matter of Letters and Petition with respect to Social Security Program for County Employees. The Board having received a June 20, 1977,1etter and petition from county employees requesting that a professional' - actuarial consulting firm be employed to make an analysis of whether the present Social Security Program is in the best interest of the employees and the County or if an alternative program through the County Retirement System would be more beneficial; and The Board having also received a June 27, 1977 letter from Mr. James L. Cawdrey, Executive Vice President, Contra Costa Taxpayers Association, advising that the Association supports the concept of an actuarial study of the county's continued partici- pation in Social Security and suggesting that the study be made by interested insurance companies at no cost to the county; IT IS BY THE BOARD ORDERED that the aforesaid communi- cations are REFERRED to the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny). PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of on 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: CC Taxpayers Assoc. Supervisors Finance Committee affixed this28th day of June 1927 Retirement Administrator County Counsel Director of Personnel � rr ��� � /� !� /J. R. OLSSON. Clerk County Administrator By hLli.v G. /ILtii..t�l�� .Deputy Clerk Helen C. Marshall 00375 H-24 4rrr 15. . rowan In the Board of Supervisors of Contra Costa County, State of California June 28 .I9 77. In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 58-75, Walnut Creek Area. WHEREAS an agreement with R k J Plumbing and Construction Co. Inc. 3676 Cambridge Court, Pleasanton, California for the installation and completion of private improvements in Minor Subdivision 58-75, Walnut Creek area, has been presorted to this Board; and MWAS said agreement is accompanied by Surety Bond N. 7SM 168 955 issued by American Motorists Insurance Company in the amount of$25,714 for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of said minor subdivision, plus Payment Bond in the amount of$12,857 required by Section 66499.3(b) of the Subdivision Map Act. NOW, THEREFORE, as the recommendation of the Director of Building Inspection, IT IS BY THE BOARD ORDERED that said agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalf of the County. PASSED by the Board on June 2E, 1977. I hereby certify that the foregoing is a time and correct copy of an order entered an the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seat of the Board of cc: R h J Plumbing& Const.Co_ Inc. Supervisors Building Inspection (2) affixed this_Zatr4ay of TiinF, 1977 J. R. OLSSON, Clerk B� YW o�---U L d-c-` .Deputy Clerk Jamie-L. Johnson 00376 H•-'4 Snt,15. iy•,a 3i:n 15m 6: HOU-SUDDIYIrInll AORE.K.1-WHY (tl) Minor Subdivislo �(ul) Subdivider: ��irL> (Private Improvements) %2(_CA7_an.c�r-c Gd Qlrb�L,;�r •(51) Effective irate: M'4.Y W) Completion Period: (53) 'Deposit: (faithful pert.)S z+,7r4 1' 1. Parties G Date. Effective on the above date, the County of Contra Costa, California, hereinp_fter called "Co_untY", and the.abo;ie- n<vaed Subdivider, mutually promise and aCree,a^ Hollows concerning this subdivision: 2. Improvements. Subdivider shall construct, install and complete private road and street improvements, tract drainage, street signs, fife 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 improvements (hereinafter called•"work" within the above completion oeriod from date hereof as required by Section q.22-4,808 of the County Ordinance Code, in a Food wor)uminlike manner, in accordance with accepted construction practices and in a madner equal or superior to the•requirenents of the County Ordinance Code and rullnrs made tlicrcurider; and where there is a con- flict between the improvement plan and the County Ordinance Code, the stricter requirements shall Covern. 3. Iri rovement.Security. Upon executing this agreement, Subdivider shall, in accordance with Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security with the County at least the above- specified amount, which is the total estimated cost of the work, in the for.: 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, d its'special districts, elective and appointive boards, commissions, officers, agents and employees; B - The liabilitiesprotected against are.any liability or claim for itar_age of any hind allegedly suffered, incurred or threatened � because of actions defined below , and including personal injury, death, y; property dar_a6e, inverse condemnation, or any combination of these, and SS regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved the parcel map Improver-cat plan or accepted the ILprovemenits as completed, and including; the defense of any sult(s), action(s) or other proceeding(s) concerning these; C - The actions causing liability are any act or omission (negli- gent or non-norlirent) in connection with the ratters covered by this arcement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, spent or employee of one or more of them; . D - l:on-Conditions: The pro..dse and arreement in this section is not conditioned or dependent on ncat_.er or not any Indemnitee has prepared, supplied, or approved any plan(s) or specifications) in a� connection wlth this wort: or suhdivis_'on, or has insurance or other c indornification covvrin; any of thLae ratters, or that the alleged da-are resulted partly froze any neraiCent or willful misconduct of r any indemnitee. 5. Costn. Subdivider shrill pay s0ten due all the costs of the work, i inclidi Laza:: cLlun: thercof and re'_ecating; existing utilities mquitved thcrchy. 6. lloinerl'orcriane and Costs. If r-uhdivider fails to complete the wurlc :uid iupruivrrcnts tritutri the ti:.:c syccified in this•aLreerwnt or extenuiuns Craned, County m.'_; prgcc,,:d to cptgilate them by contract t�r�y -1- 00,17/ Microfilmed with boons olrdLr Ir or otherwise, and Subdivider shall pay the costs and chareas there- for i_^-•ediately upon der..and. If County sues to compel performance of this aCreement or reco7or the cont of completing the improvements, Subdivider shall pay all reasonable attorney;' fees, costs of suit, and all other expenses o^ litiCatica 'incurred by County in connection therewith. 7. t�M ept. If before these inprorer..ents are completed this minor subdivision is annexed to a city, the.County may assi_n to that city the Countyls riEhts under thin agreement and/or any deposit or. bond securing them. S. %larrinty. Subdivider warrants that the said improverent:plan •y is adequate to accomplish this work as promised in Section 2; and if, At any time before the County's acceptance of the improvements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish tae work. as . promised. 9. !:o Waiver by County. Inspection of the work and%or eaterials, or approval of wort: and/or materials inspected, or statement by any officer, anent or employee of the County indicating the workor any, part thereof complies with the requirerents.6f• this aEreement, or acceptance -of the whole or any part or-said work. and/or =aterials, or payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his oblir!,ation to fulfill this contract as • prescribed; nor shall the County be thereby estopped from bringing any action-for damares arising from the failure to corply with any of the terms and conditions hereof. 10. Record 14ap. In consideration hereof, County shall accept said parcel maXfoc, inE with the County Recorder. CO '1"4 FSs lgUgD Tr D1:R: (s a note below) BY N ,mess ra .a Chairman, Board of S •e v=sors ATTEST:. J. R. OLSSO!!, County Clerk By ° & ex officio,Clerk of the Board Designate offi.M l capacity in the business) . By,, _,ZC�, A may.. . Note to Subdivider: (1) Execute _ .Tarin Johnson Deputy acknowledgment fort below; and ... I L E D e If a corporation, the by-laws l z certified copy of (a) the by-laws or (b) the re*ol.ution of the JUN 2 S 1977 yoard.•of Directors, authorizing € execution of this contract and . k �z of the bonds required hereby. a h a e a a a a a c�lF.99W vl d' r a m : a R a GS ;: aa ;s * a * ur ACO. i� State of Califo -- (Acknowledgment by Corporation, County of ca ) Partnership or individual) On- EIaR 17 1971' , the person(s) whose nares) is/are s1Fneq aL•gve for Subdivider and who is known to me'to be the individ- ual and officer or partner as stated above who signed this instrument, and acl:noule8r_cd to re that he executed it and that the corporation or i partnership naned above executed it i' [NOTARIAL SEAL] t • M HuLary i•uoila fur said County and StuLe �•; Form approved by County Counsel 1176 anuwllululunlunlmlmum� (CCC Std. Form, Rev. 12/74) a OFF14MA1.SEAL , Mjil:bw -2- s •��,� CLIFFORD a COUNTY OF COYTRA COSTA IV �,�uprylyln,y11Ya7W111YYY1aY11W1Y1110 �r���^ S t Micrommad with board order In the Board of Supervisors of Contra Costa County, State of California - T,tno 9R 19--7-7 In the Matter of Complaint with respect to stray animals. The Board having received a June 13,1977"letter from Mrs. Sharon Hamilton, 2673 Shady Draw, Pinole, CA 94564.complain_ ing that calls made to the Animal Control Department for help in dealing with stray animals have been denied and inquiring as to the official functions of said department; IT IS BY THE BOARD ORDERED that the aforesaid complaint is REFERRED to the Agricultural Commissioner for response. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of SuperAwn on the date aforesaid. cc: firs. S. Hamilton Witness my hand and the Seal of the Board of Agricultural Commissioner Supe-ison County Counsel affixed this28th day of June 19 77 County Administrator I Il.OLSSON,Clerk By ��..)C IX,fdA .Deputy Clerk Helen C. Marshall (1'1�j`1Q H-244M 15. In the Board of Supervisors of Contra Costa County, State of California June 28 ,1977 In the Molter of Reappointment of Assessment Appeals Board Member and Assessment Hearing Officer. Supervisor N. C. Fanden having recommended that Mr. Kenneth Larson, 2090 - 23rd Street, San Pablo, California 94806 be reappointed as a member of the Contra Costa County Assessment Appeals Board for a three-year term ending in June, 1980; and Supervisor J. P. Kenny having recommended that Mr. Forrest J. Simoni, 4609 Wildwood Court, Richmond, California 94803, be reappointed as Assessment Hearing Officer of Contra Costa County for a one-year term ending in June, 1978; IT IS BY THE BOARD ORDERED that the recommendations of Supervisors Fanden and Kenny are APPROVED. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of cc: Appeals Board Members Supervaors County Counsel affixed this 28th day of June 1977 County Assessor County Auditor-Controller County Administrator J. R. OLSSON. Clerk By Deputy Clerk a g H-24 4/77 75m In the Board of Supervisors of Contra Costa County, State of California June 28 .19'77 In the Matter of ' 1 Agreement with Independent Renderers, Inc. for Removal of Animal Carcasses IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Independent Renderers, Inc. for animal carcass removal services during the period of July.l, 1977 through June 30, 1978 at a cost of $2,400. Passed by the Board on June 28, 1977. I hereby certify that the foregaing is a true and coned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. brig: Agriculture Witness my hand and the Seal of the Board of Supervisors cc: Independent Renderers, affixed this 23Th day of June 19-Z7_ Inc. Auditor-Controller County Administrator / J. R. OLSSON, Clerk 6 �t Deputy Clerk cine M. Ne ld 0011181 H-44 4/rr ISM 50 California StreetO Suite 8000 San Fran*..California 941110(415)433.1440 . RECE VELD KINDLER&IAUCCI ., JUL 1 1977 rxc J E):'i U^7/ CONTRA COSTA COUNTY June 28, 1977 DEPARMISiT OF AGRICUL TURF Contra Costa County Department Of Agriculture , 161 John Glenn Drive Concord, CA. 94520 Attn: Mr. Crill Re: Independent Renderers, Inc. Gentlemen: At the request of our insured, we are returning to you "Agreement For Animal Carcass Removal" which has been duly executed by them. We are also enclosing Aetna Insurance Company's Certificate of Insurance together with Additional insured Endorsement as evidence of Liability coverage in force for Independent Renderers, Inc. Our insureds also have an Excess Liability policy in force and we have enclosed the original of The Central National Insurance Company Of Omaha Certificate of Insurance as evidence of this existing coverage. An Additional Insured Endorsement has been ordered from the company as respects this policy and it will be forwarded as soon as received. We trust you will find the enclosures satisfactory for your requirements. Very truly yours, Donna M. Cole Secretary to Mr. Myers dmc Encls. cc: Mr. John Caito -6 ?"a- General Managerr�s.��l�✓ - Independent Inderers, Inc. Mivofilmed with board order MEMBER.Cli?ILu INSURIST GROUP LOS ANGELES PASADENA PALO ALTO PHOEMX W.'L..Lf. .,✓,L.d ...W?Lll JL AGREEMENT FOR ANIMAL CARCASS REMOVAL 1. PARTIES & DATE. Effective July 1, 1977, ,Independent Readerers, Inc.,�.O.Box 87, Point Station, Richmond, California, 94807 (hereinafter "Contractor"), and COUNTY OF CONTRA COSTA,-for Its Animal Control Division of the Department of Agriculture (hereinafter "County") mutually promise and agree as follows: 2. PURPOSE. The County desires pickup and disposal services for animaT-carcasses from its Martinez and Pinole'Animal'Cdntrol Centers. The Contractor is specially trained, experienced and competent to provide such services. ' 3. CONTRACTOR'S OBLIGATIONS. The Contractor, using a properly enclosed or covered vehicle, shall pick up and dispose of all animal - carcasses at both the County's Martinez and Pinole Animal Control Centers between 8 a.m. and 5 p.m. every day of the week excluding Saturdays, Sundays, and legal holidays. The Contractor also shall provide an adequate supply of clean barrels to hold the animal carcasses. The Contractor shall satisfactorily clean up any feces, blood_or debris on County property resulting from the loading operation. 4. COUNTY'S OBLIGATIIOUS. County shall make to-the Contractor those payments descr bed Tnparagraph 7, Payment Provisions, herein. In addition, the County s?iall make available to Contractor all aniwal carcasses from its Martinez and Pinole Animal Control Centers. he County shall place the carcasses of small animals in barrels provided by the Contractor. 5. TERM. The effective date of this Contract is July 1, 1977, . and it terminates June 30, 1978, unless sooner terminated as provided herein. 6. PAYIBNT LIMIT. County's total payments to Contractor unser this Contract shall not exceed $2,400.00. 7. PAYMENT PROVISIONS. a. P jaent Amounts. Subject to the Payment Limit of this Contract and subject to the ollowing 15ay=ent Provisions, County will pay Contractor $200.00 monthly,-upon submission of a properly executed demand form. b. Payment Demands. Contractor shall submit monthly written demands for payr+eat far services rendered on County Demand For= D-15 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 Mkroiikned wbh board order Agricultural Commissioner - Director of weights and pleasures or his designee, County will make payment as specified in 7.a. (Payment Amounts) above. C. 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, has not been carried out, or (b) Contractor has failed to sufficiently itemize or document its demands) for payment. 8. TERMINATION. This Contract may be terminated'by- either party at their sole discretion, upon 30-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. 9. FAILURE TO PERFOR14. The County, upon written notice to the Contractor, may terminate this Contract if the Contractor fails to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with an alternate means of carcass disposal in any reasonable manner it chooses, and hold the Contractor liable for any loss or damages occasioned thereby. 10. AMENDMENT. 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. 11. INDEMNIFICATION. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 12. 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 co•rerage for owned and non-owned vehicles, naming the County and its officers and employees as additional insureds, with a minimum combined sinFle limit coverage of $700,000 for all da--a•ses 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. :porkers' Compensation. The Contractor shall provide the County w:itn a cert_ficata of insurance evidencing workers, comuensation insurance coverage for its employees. n tti�pp A� 11��t1C7`3 -2- 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, Its officers, agents, and employees, so that other insurance policies held by the County shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. riot 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. 13• 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 Agricultural Commissioner - Director of Weights and Measures, lbl John Glenn Drive, Concord, California, 94520. 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. 14. ASSIGNMENT. The Contractor shall not assign the Contract without the County's prior written consent. CO /0�0' COSTA INDEPEN ENT �NDERERS, INC. �+ ess By: 41 Chairman, Board of S lisors to official canity in ss and affix seal ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board of SupeFvlisors (SEAL) 11 Bv4, `/fr / State of California Ds uty County of Contra Costa RECOMMENDED BY DEPARTMENT WKrVlLEDCaM- (CC 1190.1) The person By: ifs sigdr above for Contractor known to me Designee In those individual and business capacities, personally appeared before FORE! APPROVED: COU'_Y COUNSEL re today and acknowledged that he/they signed it and that the corporation or partnerssSpnar.1-d above executed the within By: �instr=ent pursuant to its bylaws or a Deputy resolution of its board of directors. Dated: �-t�� 2-9 /�77 f -�Gz D"F.-me riotar•/ Public �' OFiI K.tL atnL (j `nnp� EVA BALDWIN —3_�{If)ChJ notary Punic•cat'nu NCI !� 1 PRIPAL OFFICE IN �' y CiryBCcunryafSanFrondxn� ti .. ( t In the Board of Supervisors of Contra Costa Countyr State of California June 28 14 77 In the Matter of Renewal Lease with B. and N. Dill for Rodeo Property for Community Gardens Project IT IS BY THE BOARD ORDERED that its Chairman isAUTHORIZED . - to execute a one-year renewal lease with Belvin and Nola Dill' for certain vacant property in Rodeo for continued use by the Contra Costa County Cooperative Extension Service Community Gardens Project. Passed by the Board on June 28, 1477. I hereby certify that the foregoing is a tura and owed copy of an order entered an the minutes of said Board of Supervisors on the data aforesaid. Orig: Administrator Wdnen my hand and the Seal of the Board of Supervisors CC: Lessor-C/o M. Maloney - affixed this 28tbdoy of_ June . 14 77 Cooperative Extension Service Auditor-Controller �J. R. OLSSON,Clerk B �Deputy Clerk Maxine Weufeld H-24517615. 00386 tiill$3 (Contra Costa Co^rzrity Ga:•ders Project) 1. Lease Identification. Denartrart: Contr_ Costa County Cooperative F-vtension Service Subject: UPSPROC'T Co mu ity Gardens 2. Parties. The County of Contra Costa County, California, (Lessee) for its Denartrent named above, and the follo-wirg raced Lessor rm:tnally agree and promise as follows: Kara: Belvin and Nola Dill Address: 919 Elm Dr. Rodeo, CA 94572 3• Te•r:. The effactiv3 data of Unis Laa3%is July 1, 1977 ar-A tenni-etas July 1. 1978 unless sooner ter-ti-rated as proriried herein: 4. Lessee's Obligation. In consideration for t13s Lease. Lessee shall pay the sip of Ore 5311ar 31.00 to Lessor for the entire tarn of the Lease. .. 5. Lesspr's Obligations. Except for the improvement described in section 6 of this Leaser Lessor shall let the vacant lard dea ribetas pof1ows: Assessor's parcel number 377-19 -001, being property between I•iariposa and Second Streets in Rodeo, California_ 6. Improvements. Improvements consistirg of the following are located upon the lanl and are riot included in the Lease: None 7. Srpersedirm Rights. The land leased herearder is leased subject to the follaairg superseding easements and Fights: None S. Utilities. Slater necessary for the irrigation of the Irons to be¢roar on the precis s shall be vai7.,hle dump tthe term of this Lease from the facilities of the �ommunity az�ns ro 9. Proext. This Lease implements in whole or in part the following described Project: The Contra Costa County Cooperative Extension Service has assigned person- nal to the establishment of emrwrity vegetable gardens under the Federal.Compre-. hen3ive L�ploy^ent and Training Act of 1974. mese gardens are operated on a non- profit basis in order to provide food ani garderirg experience for low-income fami- lies and gronp3. The operation by which this purpose will be carried out has been labeled "UFSPiDUT Community Gardens." 10. General Conditions. This cont-act is subject to the General Conditions attached hereto, which are irrorporated herein by reference. 11. Legal Authority. This contract is entered into, under atd subject to the folloairg legal authority: Goverment Code 26227 12. Signatures. These signatures attest the parties' agreement hereto. 1E5S07! M..SST r j-S IL 63.�� Co :rty W N. BogU A lvin ll Print rare - C^.airran, 9oar'd of$lipecv�ia:s ATT-EST: J.R. 013MN, County l Clark ars ex officio Nola Dill cl of'i a$ a r-! (Print Na.«e) ✓J T D ty Clark M rofilmed with er (Co.L_s Costa Co_ir�_ty Gardens P ogee') Gene^I Coreitia Z 1. C^cumtian. Less&&shall be o vert ir=tdiate aessessios or the d`edse presses. 2. Te-iiratio-u ids contract ray be te-- i- ted bj-eit:mer party, as tcair sole discretion, upon thirty-day written Tb`cs thereof of tite othei-. 3. USO. 'The real prapsrt7 herein leased sob»be used for the p anti, cul- tivatiroo, irrigatir„ Bro:+i e, to A!-i g, fertM,=1_-, and harre3tirg of vega•:aole crops, ir_•ltsiira apg3:cation o=herbicides, nasticidas. xrd ft:e-cides aZ enWrost: . Laasea my erxtswncca_—rJ in s•Tort Of Ite act;r- t;as n,3.-r+�ored section j whare such sw••uc�es aro te^_o?_r it:cor_.Ttrze:ion a--4 rReei`� s cable cit7 ardfor county bail cods. - 5. !R a. Lessee s.zltmt.==i:T. or Der--it o`.hers to cc=A-'•on the, eater. or a naisams, or ail otter act that,eould distmtb:he quiet erjoymsa of Lessor on re3er7ed or aajacent property. 6.- Had Hz_-Alas. Lessee agrees to save, iide ndfy aid hold barcless Lessor£row an liability=31 elaics'for daenges arisizg fro=or co=eated with Lasses's use maiZte arse, or operation of-the leased pratAsas hereurAsr. 7.= Inslnar^s. Lessee as.as to take Cut ai3 keen in force d2irg the teia of this Lease at its own eomams public.liability iLS==s cava M_aniinsu+itg-•all par�3 ea. _ - - herato. inelud9.ra the naairg a£•the Lessor as an a_di-tioral_i s=ad,'ao first arm - - aceidents or injuries to parson or praoezty•a-is+_rg or occurirg in oi-about-the deuas_ ed pro ses in the r3 -+^+ sia:of.$Z$0,000-_or aq•orre-p5rson iikjured,.$$+0,000 for ' a,7,orfs acciZent. Hai-sioo;oda for pcope+ty dirge. -Lesser—shall-be'supolZi.ed ui'tb-" -- -= a copy of said policy ii$fatiia it as an ad _tiorill inw--red, ami shall also recaiva " mtics of premium. " 8. AssSg=*A=ar:d Sublease. Losses agrees m't to assig this Lease or sublease- .­the pr—;sae without first obtain g the u-mt.an consezriE of the Lessor.' 9. Successors. This Lrasq era»8e'bir-'.:a Uzi the'sirs, succassors; aa3 as-;i .i of lessor. -- - 10. notices. All en �+-a tice ded or requL-- to be oven shall be give*in:r._ti,b- and ray be delivared'by:deFosit-•1n the United States-rail;.Postage pre id: l*o:ices:' to.the Lasses shall ba addressed'to Contra Costa Count7, Coops ava Ea version Ser- vice, 960 Past Street, Pitts`= , Cai orr^� 54565. Y.otices to the.L--ssor shall be ad3^eased_..o the Lessor's:address-dssigrstea hesti. the emeuve'date,bf'notice _ shall be the date of deposit in the trails or or other da?ivery. ' 11. The leasee agrees to abate property in accordance with abatement laws; P:L-t-207 and part-:5,-division'12 of the Califoraza State Tsa'th_ And Safety Code and pursaant.to.county ordinance.. r In the Board of Supervisors of Contra Costa County, State of California June 28 .19 77 In the Matter of Contract #24-705-4 with Richmond Unified School District for Mental Health Services (Knolls Language Center) The Board having authorized, by its order dated June 22, 1976, execution of a mental health services contract with Richmond Unified School District (Knolls Language Center) for the period from July 1, 1976 through June 30, 1977 with a Contract Payment Limit of $57,001, and The Board having considered the recommendation of the County Mental Health Director that said Contract Payment Limit be corrected to the amount of $53,500 in accordance with the County Mental Health Services (Short-Doyle) Annual Plan for FY 1976-77, and The Board having authorized, by its order dated June 14, 1977, contract negotiations with Richmond Unified School District for said mental health services contract with a corrected contract payment limit of $53,500, IT IS ORDERED that the Chairman, Board of Supervisors, is AUTHORIZED to execute, on behalf of the County, contract 024-705-4 with Richmond Unified School District, upon approval of said contract as to form by the Office of the County Counsel, for the provision of certain mental health services at the Knolls Language Center for the term from July 1, 1976 through June 30, 1977, with a Contract Payment Limit of $53,500, and under terms and conditions as more'particul.arly set forth in said contract. PASSED BY THE BOARD on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Orifi: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Crants Unit Supervisors cc: County Administrator affixed this28thday of June 19 77 County Auditor-Controller County Mental Health Director J. R. OLSSON, Clerk Contractor B /i' c Deputy Clerk ,M cine N. eu eld RJP:dg H-:i 3/7615. I Contra Costa County Standard Form ,�3 G 7 7 STANDARD CONTRACT (Purchase of Services) Q 1. Contract Identification. Number 2 4" [�y O V - 4 Department: Medical Services-Mental Health Subject: Outpatient Services/Mentally Disabled Children (Short-Doyle) Knolls Language Center 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: RICHMOND UNIFIED SCHOOL DISTRICT Capacity: Public Agency Address: 1108 Bissel Avenue, Richmond, California 94801 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 $ 53,500- 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. - 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1976-77 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: 0U2� ONTRA CO CALIFORNIA CONTRACTOR C�x VZ Chairman, Board A Supervisors ASSISTANT SUPERINTENDENT BUSINESS SERVICES (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) - State of California ) County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1192)., The person signing above for Contractor Recommendedby Department known to me in those individual and business capacities, personally appeared � /J before me today and acknowledged that he/ ey signed it and that the public agency 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: � Deputy Notary jPubb11iSLHu5Y__S2MRtLC1erk, c ,GAREf A '.11" �dmn ,., ,o-11Y CLBL1 (A-4617 REV 6/76) cor,ra ANaofitmed with Eoord order w - .. ^tyrplc! (A-4617 REV 6/!6) Maoiitmed with t mrd ordet Contra Costa County Standard Form PAMEW PROVISIONS (cost Basis Contracts) Bomber 24-708 - 4 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will _ pay Contractor: [Check one alternative only] [ ) a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] 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. [XI d. $4,459 , monthly, in advance, for the months of July and August and, for ea.:in subsequent month, thereafter, an advance amount equal to the net allowable program costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Dfaaagement Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents,(if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining.the allowability of selected items of costs of providing those services set forth in the Service Plan, or [XJ b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 711Jt7�1 4A-461$ REV 6176) `1- AM Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number S. Right to Withhold. ,County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or,is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. (A-461i REV 6/?6) -2- oo 5 1 2 r SERVICE PLAN ,..her 2 4 - 7 0 8 -4 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. Allowable 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. G. 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. Eligibilitv. 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 for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures . Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. The service to be provided by Contractor is a program of outpatient mental health services at its facility known as Knolls Language Center for properly referred infants and preschool children, up to age 6, who have problems of mental illness and/or developmental disability associated with communication handicaps, for the purpose of identification, assessment, diagnosis, and/or treatment. In providing this outpatient program of mental health services, Contractor shall: a. Accept referrals of infants and preschool children with actual or potential co=unication handicaps for initial screening, including an examination of the areas of speech, language, and hearing. b. Following initial screening, accept or reject children for diagnosis and treatment based on a review team assessment. The review team shall consist of staff members of both the Richmond Unified School District and County Medical Services. c. Develop an individualized treatment plan for each child accepted for treatment. Such plans shall focus on the child's speech, language, and/or hearing problem and shall include family treatment programs and parent participation. d. Provide prescribed treatment services, including individual and/or small group speech, language, and hearing therapy; individual, group and family counseling, as it pertains to the management of the communication problem; and parent education and guidance. Initials: 1 C ntractor County Dept. _1_ 00 92 R r :. SERVICE PLAN Number 2 4 -7 0 8 —4 e. Assess the course of treatment regularly and reevaluate treatment plans on a quarterly basis. Individual treatment programs will be continued or modified in accordance with said quarterly reevaluations. f. Maintain client records for each child, including the results of assess- ments, diagnosis, treatment, reevaluations, and conferences. g. Conduct this service program five days per week, Monday through Friday, from 9:00 a.m. to 4:00 p.m., excluding regularly scheduled holidays and vacations, at its Knolls Language Center, located at 2867 Groom Drive in Richmond. h. Provide case consultation to other agencies that are involved with the treatment of properly referred clients, subject to proper authorizations for release of information from the parent or guardian. In conjunction with Contractor's provision of services hereunder, County agrees to provide psychiatric, psychological, and medical consultation services to the Center staff and to clients for purposes of assessment and program planning procedures at the Center. In addition, under the general supervision of the Director of Contractor's Center, family counseling, as it relates to the mental health aspects of the language, speech, and/or hearing problems, will be the responsibility of County. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of the above described services for one eligible client in one outpatient visit; i.e., a face-to-face contact, lasting up to four hours, between one client and one or more therapists (treatment staff). In family counseling, the entire family group seen in the same visit shall be counted as one client; in group counseling, each family group or non-related patient seen in the same visit shall be counted as one client. A given client may have more than one outpatient visit in the same day. And portions of an outpatient visit in excess of four hours in the same day may be counted as an additional service unit. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 5,400 service units. Initials: y Contractor County Dept. 00393 a .. BUDGET OF ESTIMATED PROGRAM EXPENDITURES Number 2 4 7 0 8 4 COST CATEGORIES- 12-MONTH AMOUNT Staff Salaries and Benefits $ 149,459 Operating Expenses 5,675 Administration 954 Other -0- Gross Allowable Program Cost $ 156,088 Applicable Outside Revenues' ( 102,588 ) NET ALLOWABLE PROGRAM COST (Contract Payment Limit) $ 53,500 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment Provisions shall not be limited by the specific line item Cost Category amounts set forth above. Initials: Contractor County Dept. 00,194 l , SPECIAL CONDITIONS Number 24 - 708 4 1. Cost Report and Settlemebt. Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program casts which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allwable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." 2. Conversion to Nev Insurance Coverage. Contractor shall not be required to meet the insurance requirements for increased coverage specified in Paragraph 19. (Insurance), page 3, of the General Conditions until such time as the period of Contractor's current liability insurance coverage expires, or January 1, 1977, whichever comes first. Contractor's current insurance is that which was acquired in compliance with the terms of the prior contract which expired June 30, 1976. 3. Budget and Payment Limit Adjustment. 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. 00395 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Lay. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable roamer it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- I Contra Costa County Standard Form " GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any)` requiredbythe State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. - b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance'of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. -Contractor promises and attests that the Contractor" and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi— dentiality, including but not limited to, the identity ofpersons 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. Nondiscriminatozv 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. .�EV / (A-4616 'REVV/746) -2- 00t 11,1�rContra Costa County Standard Foto GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all lin bilitiesand claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 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-owed auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coveragefor its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00398 (A-4616 REV 6/76) -3- 00398 (A-4616 REV 6/76) RICHMOND UNIFIED SCHOOL DISTRICT RESOLUTION NO. 3-7677 (Fiscal Agents) BE IT RESOLVED by the Board of Education of the Richmond Unified School District and hereby ordered that: RICHARD Y. LOVETTE and FRED A. BASALTO be authorized as fiscal agents for the Richmond Unified School District, �- PASSED AND ADOPTED this 14th day of July, 1976, by the Board of Education of the Richmond Unified School bistri"ct, County of Contra Costa, State of California, by the following vote: AYES: BARTELS, FULLER. JAGEHAN, SHATTUCK AND GAY NOES: NONE ABSENT: NONE 00399 . t t 4 ' In the Board of Supervisors of Contra Costa County, State of California .h1nP 7A .19.Z,Z In the Matter of Report on Alternative Uses of Edgar Children's Shelter The County Administrator having this day submitted a report prepared by the County Welfare Director on alternative uses_ of the Edgar Children's Shelter: IT IS BY THE BOARD ORDERED that aforesaid report is REFERRED to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) for review in conjunction with the Social Service Department's budget. Passed by the Board on June 28, 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the dote aforesaid. Witness my hand and the Seal of the Board of Orig: Administrator Supervisors cc: Human Resources Director aifuced thi.28th day of June 19 77 County Welfare Director%,,,,,,(_ Finance Committee J. R. OLSSON, Clerk By Z„e .4 / Deputy Clerk Maxine 1-1. Yeiife d 00400 H-24 4/77 15m STUDY OF EDGAR CHILDREN'S SHELTER May 9, 1977 Contra'Costa County Social Service Department ' R. E. Jornlin, Director Rose Manning Children's Services Program Specialist Charles Couch Administrative Services Assistant RECEIVED JUN X71977 J.R.OLSZN /\ CI=BOARD OF SUPERVISORS O. 00401 Microfilmed witfi Foam orae, , n Special acknowledgement should.be made of the professional and community input supplied by the following: Mrs.`Esther Marchant,.Family & Children's Services Advisory Committee Mrs. Chris Adams, Juvenile Justice'Commission, Mr. Robert Larsen, Director, Edgar Children's Shelter Mr. William Groth, Protective Services Supervisor Mr. Charles Underwood, Placement Supervisor Mrs. Shirley Brown, Placement Worker Mrs. Elizabeth Palmgren, Placement Worker Mrs. Irene Rimer, Placement Worker 1t Yr xa x 3 00402 STUDY OF EDGAR CHILDREN'S SHELTER 01'1 On September 13, 1976, Claude Van Marter, Director of the Human Resources Agency, requested the Social Service Department to submit for Board of Supervisors' consideration, a proposal for Alternate Uses of the Edgar Children's Shelter. The proposal to be submitted was to materially improve Out-of-Home Care services for children and reduce Out-of-Home Care costs. In response to that request, the following proposal is submitted: It is proposed that the Edgar Children's Shelter become the Edgar Children's Center; That the existing building be altered; That the program be changed from one under utilized Shelter program to two programs: 1. Providing group institutional shelter for a maximum of 20 children. 2. Providing residential institutional care for a maximum of 20 children. BACKGROUND: Construction began on the Edgar Children's Shelter in June 1965. Welfare 8 Institutions Code has required that Shelter Care facilities for "Dependent and Neglected Children" be separate from "Court Wards and Delinquents." Dependent n and Neglected Children were maintained in various facilities until the Edgar Shelter was constructed. In order to finance construction of the Shelter, the Contra Costa County Board of Supervisors entered into an agreement with the Contra Costa County Employees Retirement Association in which the Association assumed the cost of construction and the County pays off the cost over a twenty year period at approximately $40,000 bi-annually. In 1987 the County may exercise an option to assume title. In 1970 the Board of Supervisors resolved that supervision of Dependent and Neglected Children be transferred from Probation Department to the Social Service Department effective January 1, 1971. Shortly thereafter Edgar Children's Shelter was transferred to the supervision of the Social Service Department. At about the same time as the transfer of the Shelter, Social Service staff recom- mended additionally the development of Emergency Foster Homes. These homes were to: 1. Provide emergency care in a family setting 2. Maintain the child in his local community In July 1971 Board of Supervisors' approval was obtained for development of these homes for children age 3 years and under. This age group became the target popu- lation since nurturing and physical aspects of parenting are crucial to this age child. In October 1972 the Social Service Department and Human Resources Agency requested Board approval in order to pay subsidies to foster parents who were "on call" for emergency placements. At that time the Board of Supervisors 00403 i 2 authorized both this subsidy and the expansion of the age range to include children through age 5 years. In May 1973 the Board authorized the establishment of 50 beds for subsidized emergency care. Since that time foster homes have been recruited, contracts signed, and the Emer- gency Foster Home program has become meaningful reality. In September 1976 the Social Service Department requested Board approval to extend the age range for use of Emergency Foster Homes through age 17. This was approved by the Board, and staff are now recruiting such homes and have completed some contracts. Simultaneous with the development of the Emergency Foster Home program various proposals regarding the uses of the Shelter were discussed. Those proposals focused on use of the Shelter after it was no longer needed to provide shelter care. However, it has become apparent that there are and will continue to be children who require group shelter care rather than family shelter care. There- fore, any pians for use of the Shelter facility must include a pian for shelter care for children who cannot be maintained in a family setting. This concept is an important element delineated in the following study. NATURE OF THE STUDY: The Contra Costa County Social Service Department provides a continuum of services to children. These include services for children in their own home, in Out-of- Home Care and permanent planning (Adoption). This report will focus an one com- ponent in the continuum, that being Out-of-Home Care Services for Children. In order to provide sufficient alternatives to children in Out-of-Home Care, various resources must be available. Resources currently utilized include Emer- gency Foster Homes, Edgar Children's Shelter, family foster homes, Residential Treatment facilities, custodial care facilities, etc. (Please refer to Appendix A which describes Out-of-Home Care resources.) In order to develop recommendations for use of the Shelter, a committee comprised of two community persons (representing Family 6 Children's Services Advisory Committee and Juvenile Justice Commission) and Social Service Department staff with expertise in the areas of Placement, Protective Services and group care was formed. The committee considered the following aspects: 1. The characteristics and the needs of the population currently being served by the Children's Shelter. 2. Needs and characteristics of other children under the supervision of the Social Service Department who require out-of-home care. 3. A random sample of children admitted to the Shelter over the last six months. (This random sampling was designed to identify shelter care requirements as well as unmet needs.) 00404 00404 r 3 FINDINGS: 1. Emergency Foster Homes do not meet the needs of all children requiring shelter care. There are some children, because of behavior difficulties and/or emo- tional needs, who require a non-family setting. (See Appendix B) 2. The Edgar Children's Shelter has become a necessary element in the provision of Out-of-Home Care Services by serving children with emotional problems and/or behavior difficulties which preclude receipt of care in a family setting. 3. While at the Children's Shelter awaiting placement, some children show improve- ment while in that environment. 4. Utilization of Emergency Foster Homes has increased significantly in the past nine months. Therefore, there has been a decrease in Shelter population. This population should stabilize around 20 children. PROPOSAL The Children's Shelter should become a Children's Center. The proposed Edgar Children's Center would be comprised of three elements: group shelter care, residential care, and diagnostic and treatment resource. GROUP SHELTER CARE As indicated earlier in this report, there are children who are unable to make use of a family setting or whose behavior precludes the child's placement in an emergency foster home. (Appendix B, attached, delineates those behav- iors which are best handled in a group setting.) These children are those needing interim care pending re-placement elsewhere. It is the plan that all children who appropriately belong in Emergency Foster Homes will be placed there directly when taken into custody. This would be accomplished by developing a 24 hour system for referral to Emergency Foster Homes and by placing emergency care services under the direction of the Shelter. However, it is our estimate that we must maintain group shelter facilities for a maximum of 20 children. Therefore, alterations would be required in order to provide all group shelter care in one wing of the Shelter. Alterations to the shower and toilet facilities would be necessary. Alterations would also be necessary to divide dormitory rooms into double rooms. Having two children to a room is desirable and necessary in order to provide children with same privacy. Semi-private rooms will also provide a control on group behavior problems. RESIDENTIAL CARE The second wing of the Shelter would provide residential care for a maximum of 20 children, ages 13 to 18 years. Children living in this component would be those who require placement in an institution rather than a foster home. These children are ones who cannot function in a family Setting because of ^ behavior problems and inability to relate to a family parenting situation. These children need a place to live and would have treatment available that is commensurate with their ability to utilize such help. The treatment 00405 4 philosophy would be that each child's entire daily environment is so ordered and conceived as to provide a therapeutic experience. This would be in each phase of the program and incorporated in attitudes of the adults in the fa- cility, and in specific methods of child management. Length of stay will vary for each child, depending on how long the child can benefit from it. Placement will end when placement elsewhere is indicated. The facility cannot serve all children requiring residential care. It is not designed to replace any existing resources used for Out-of-Home Placement. However, it will cut down on the number of children placed outside Contra Costa County. The Social Service Department will continue to utilize place- ment resources appropriate for the child (i.e., State hospitals, intensive psychiatric facilities, custodial care facilities, etc.). Appendix C delin- eates children who would best be served by this type of facility. Building alterations would also be necessary in the secondwing. The altera- tions would be the same as described earlier for group shelter care. DIAGNOSIS AND TREATMENT Necessary to each program element are diagnostic and treatment support ser- vices. The Shelter currently is responsible for and does provide medical care for childrein in residence who are awaiting placement. Some of that care is provided at the County Hospital, but portions of the care are also provided at the Shelter. The medical diagnosis and treatment elements would be expanded to provide ongoing medical care for children in both sections. A child psychiatrist is currently available at the Shelter for consultation to staff and to see children as needed. The proposed plan would call for additional psychiatric consultation to the child care staff, to the social worker, or to children as needed. Payment for direct treatment to these i children by the psychiatrist would be paid by Medi-Cal. An additional necessary element would be addition of a psychologist on the grounds to provide diagnostic workups as needed for children in either sec- tion of the Center, but primarily for those in shelter care. This would be paid out of Medi-Cal since the children detained at the Shelter are eligible for Medi-Cal. STAFF 1. Social Worker This proposal would call for continuation of the social worker position assigned to the Shelter. The role and responsibility of this social worker would be to provide direct treatment to those children in the residential care section who require that service. The social worker would also be a liaison with the ongoing placement worker in evaluating the child's adjustment in the facility.and developing a plan for the child while there. /1 00406 5 r 2. Group Counselors It is estimated that the same number of counselor positions currently assigned to the Shelter would be required to staff both components on day and night shifts. Three counselors per wing would be on duty on both the day and night shifts. One counselor per section is sufficient on graveyard shift. The counseling staff assigned to residential care component would require additional training in dealing with children in other than custodial care. They would also have to be trained in com- plying with the treatment plan that has been developed for the child. 3. Clerical Position The only additional staff that would be required would be a clerical position. This clerical person's responsibility would be in transcrip- tion of dictation and maintenance of case records for the children while in the residential treatment wing. FINANCIAL CONSIDERATIONS 1. The alterations mentioned earlier under other sections of this proposal are alterations to the building now housing the existing Children's Shelter operation. These alterations will cost between $40,000 and $50,000. This estimate came from Department of Public Works, Building Projects. It was based on specific alterations supplied by the author r of this proposal. (See Appendix D) 2. The annual operating costs of the proposal would result in an estimated $58,000 savings in County expenses. (See Appendix E) This savings to .the County results from two correlating financial factors. i The first financial factor is that the current Shelter operation has fixed costs which account for 80% to 90% of the current Shelter budget. These fixed costs are not affected by the number of children served in the current Children's Shelter. In addition, we project that'the children served by the proposed Group Shelter program, will'be under the 20 child capacity in the proposal. The decline in the current Shelter operation population has already dropped close to this figure, and we can expect that with the increased availability and efficiency of the Foster Home program that population will stay at or below 20 children. This decrease in Shelter population does not in any way hinge upon the implementation of this proposal. The second financial element of importance is that Institutional Placement costs are very expensive, and therefore County share of the BHI costs are high. As shown in Appendix F, page 2, the average County payment per child in March 1977 was $1,039. In light of this figure, housing of 20 children in the proposed Residential Care facility would amount to a County saving of approximately 20 times the County share of its average BHI institutional placement. � n 0;1411ay t.rtua,�lz i 6 These two factors demonstrate how the County savings of 558,000 accrues thrnilh hinhar 11tili7-tion of onaoina fixed costs and the elimination of 6 These two factors demonstrate how the County savings of 558,000 accrues through higher utilization of ongoing fixed costs and the elimination of County costs for 20 BHI placements. For specific details of both budget- ary and revenue expenditures of the existing program and the proposed pro- gram, see Appendices E and F. 3. There are three identifiable financial elements which have not been included in our cost calculations. Two are potential revenue sources to offset the expenditures of this proposal. a. SSI/SSP for eligible children who could be served in either the residential or group care components. b. Potential child support for children in either component. These have not been addressed in this proposal since we have no way of knowing how many children would be served who are also recipients of either(or both "a" and "b" above. c. The third factor is the possible need for an additional staff posi- tion. This position would possibly be needed to serve as a program coordinator to tie together the varied elements of each child's treatment plan. The costs for this position have not been included because at this time we do not know the extent of this position's responsibilities. Therefore, we will not know until the program is operational what classification would be appropriate, or if it is needed. REQUIRED ACTIONS In order for this proposal to be accomplished, the following actions by the i Human Resources Agency and/or the Board of Supervisors are required- 1. Board of Supervisors' approval of the proposal. 2. Submission of necessary alterations to the County Administrator's office for inclusion in the 1977-7B budget as a building project. 3. Request Civil Service Department to study and reclassify the Social Worker position at the Children's Center. 4.- Authorize Social Service Department to transfer to the Children's Shelter a vacant Typist Clerk position and authorize the Shelter to fill that posi- tion. S. Authorization to contract for additional hourly services by psychologist and psychiatrist in addition to those provided by Mental Health Services. (These services would be billed by the doctor to Medi-Cal.) 40448 7 CONCLUSION Placement of a child outside of his own;home is not entered into-lightly.' Out- of-Home Care is utilized only when other resources are unavailable or unsuitable. It is of great importance that'a variety of facilities and types of care be available in order to best meet the child's unmet needs. This proposal would make an additional resource available,.to children within the County at"no,addi- tional County cost. c t 4 "e x r u " d l t n 004(19 -mown Appendix A r N . cX o sL Y o o. L t3 u ei w-N L L.-q Y q V b M q Y ++ a V wN Cl ir^ G. v N V cc L. q a N N E� w V+- V L L t7 b • YSJN � � Y d� sb uY qa+E N N CL J L ad � Yf a a O Vl q q L C a t^CL L U Z-0 O C3 w L dL 'V P CUCLLX > U L L W > Y to� •Q q1 C Y •� u Cl is c L N C d C7 �N r 0 L 615 L � y, CL U ` a b f 004lb xxa Appendix B SHELTER CARE Most children can and should be placed in family settings pending placement outside of their own homes.-However, some children are unable to be maintained in a family home. The following statementsdelineate.service best providedsin family shelter care and group shelter"care. Emergency Foster Homes Group Shelter Care 1. Caring 1. Inability to tolerate intimacy 2. Parenting ' 2. Inability to tolerate "parent— ing role" 3. Community school , 3. Protection from self and others 4. Protection from others 4. Sustained and consistent behavior control S. Observation 6. ;Diagnosis 7. Structure provided by` nstitu ,- f tional setting d Oc { �x Y r s x n 00411 Appendix C � RESIDENTIAL UNIT The residential unit could serve children with varying physical and emotional problems. Various factors are included in determining type of child best served in the residential program. Some are: 1. Population best served by the Milieu Program 2. Bed space for 20 children 3. Degree of staff's tolerance 4. Degree of severity of emotional or behavioral problem "A" below describes, by behavior, the type of child who could be placed in the residential care unit. "B" describes the behaviors that might be included, depending on severity of problems and degree of staff tolerance. "C" describes children who would not be accepted in the program since their needs are best met elsewhere. A B Hyperactive Destructive Inability to relate to peers Fire setter Withdrawn Encopretic Impulsive Aggressive Disorganized behavior Inability to relate to adults Over-demanding Homosexuality Disobedient Dietary problems Mild retardation C Sexual acting out (Heterosexual) Severe mental retardation Tests limits Severe physical handicaps Inability to concentrate a. No speech b. Blind Poor academic performance* c. Loss of hearing d. Paraplegic, etc. Serious suicidal attempts Serious self-mutilation Actively hallucinating Autistic ;Must be secondary diagnosis 00412 Appendix D Page 1 w � c •p3 „� UU n � ��, ----� ; 00 .:3 : . ; 00413 .�P -�, AP�'en 2 x� Page , . �.. ��. -�'" •� _.,.. - , U , i 'a. `, f � 4 •r � � `�" �' f �y --� P �� . �'1 n .a r'3�' � � ' 1� .. . `� �"'"�� 1 Xy "�+ Y . ;'z��f w4�� . ,,;,. �•z r�. pp414 ,, ti Appendix E PROJECTED BUDGET EDGAR CHILDREN'S CENTER OPERATION Budget Unit Shelter Care Residential Care 1013 $47,000 $47,000 1014 6,350 6,350 1081 2100 875 875 100 2102 50 50 .•2111 2,250 2,250 2120 15,000 15,000 2130 15 15 2140 850 850 250 2150 33,950 33,950 2160 2,OD0 ;21000 2170 10,300 3,300 1D,00a 2200 50 2250 1,250 11250 350 2260 40,120 40,120 -2270 1,510 510 1,000' 2276 50 50 2281 3,385 3,385 1,500 2282 11,500 11,500 2283 13,750 13,750 2301 250 250 250 -2302 5,740 5,740 2303 30 60 2310 '11,500 11,500 2476 700 700 Salary/Benefits 298,094 298,094 $506,519 $512,049 00415 Appendix F Page 1 PROJECTED COSTS -- EXISTING SHELTER CARE 1977-78 Budget Projection for Shelter Allocated to claimable and County shares using Third Quarter 1976-77 claim allocations: 1. Total Projected Budget= $990,673 AFDC (17%) = $168,414 CWS (10%) = 99,067 - GR (73%) = 723,192 2. Federally Claimable AFDC (75%) = 126,310` CMS (75%) = 74,300 $200,610 3. County Share AFDC (25%) = 42,104 CWS_ (25%) = 24,767 GR (100%) = 723,192 $790,063 PROJECTED COSTS -- PROPOSED SHELTER CARE 1977-78 Budget Projection for Shelter (per Proposal Allocated to claimable and County shares using Third Quarter 1976-77 claim allocations: 1. Total Projected Budget= $506,519 AFDC (17%) = S 86,108 CHS (101.) = 50,652 GR (73%) = 369,759 2. Federally Claimable AFDC (75%) = 64,581 CNS (75%) = 37,989 5102,570 3. County Share AFDC (25%) = 21,527 CWS (25%) = 12,663 GR (100%) = 369,759 00415 $403,949 +� AFDC (25%) = e1,oct CNS (25%) = 12,663 GR (100%) = 369,759 00416 $403,949 .'�c*asmvlt°rlti�' Appendix F Page 2 COUNTY BHI COST -- 20 Cases 1. Average payment per child in institutions in March 1977= $1,039 ($247,291 total payment for 238 children) 2. Average payment x projected BNF eligibility in Treatment Component $1,039 x 20= $20,781 3. Assuming the same ratio of Federal to non-Federal eligibility as existed March 1977 (94 Federally eligible+ 144 non-Federally eligible = 238 cases) 8 Federally eligible/12 non-Federally eligible a. Federal Share = Federally eligible (8) x average payment x .5' 8 x ($1,039 x .5) = $4,156 b. State Share = $1,296 (1) Federally eligible cases x $60 = $480 (2) Non-Federally eligible x 120 = $1,440 (3) Total (1) + (2) = $1,920 x 67.5%= $1,296 (State Share) c. County Share=Total amount paid - Federal Share + State Share $20,781 - ($4,156+ $1,296) = $15,329 i Annual County BHI Savings = "c" x 12='$183,948 TOTAL PROPOSAL OPERATING COST Shelter Care Residential Care Revenue County (20) BHI Total Current $990,673 -- ($200,610) $183,948 $974,011 Proposed 506,519 $512,049 ($102,570) -- -915,998 SAVINGS S 58,013 r 00417 In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Authorizing Expenditure of Area Council Support Funds in the Amount of 568.52 to Pay Expenses of a Workshop for North Richmmd/iron Triangle Area Council The Board of Supervisors hereby AUTHORIZES the Office of Economic Opportunity to expend 568.52 out of its Area Council support funds to cover expenses incurred at a workshop given by North Richmond/ .�. Iron Triangle Area Council on June 18, 1977. The Economic Opportunity Council, at its meeting of June 16, 1977, authorized this expenditure. PASSED BY THE BOARD Turie, pR 1Q77 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 dote aforesaid. Witness my hand and the Seal of the Board of Orig. Dept.: OED Supervisors cc: County Administrator affixed this�}�day of XiIviP . 1977 Auditor Controller J. R. OLSSON,Clerk frY, DeputyClerk Maxine M. Neufeld 00418 H-244M 15m In the Board of Supervisors of Contra Costa County, State of California June 98 -.1972- in 19 7- in the Matter of Authorizing Payment of a Concerted Services Project Delinquent Transportation Bill of 1975 IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to issue a warrant in the amount of'$630.50 to the Young Men's Christian Association (YMCA) of San Francisco on behalf of Concerted Services Project, Pittsburg, for transportation services provided during calendar year 1975, to be paid out of the 1975 Economic opportunity Program Federal Carry-over funds, as recommended by the Economic Opportunity Council. Passed by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Orig: OED Witness my hand and the Seal of the Board of cc: Administrator Supervisors Auditor-Controller affixed this 28th day of June 19 77 Concerted Services / J. R. OLSSON. Clerk 8 - _41-1 Deputy Cleric Maxine M. Neufad h 2104 155 00419 n In the Board of Supervisors of Contra Costa County, State of California June 28 .19, In the Matter of Issuance of Certificate of- Appreciation to Iyursing Home Ombudsman. As recommended by Supervisor Nancy C. Fanden, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to issue a Certificate of Appreciation commending the men and women who served as Nursing Home Ombudsman. PASSED by the Board on June 28, 1977. 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. cc: Director of Human Witness my hand and the Seal of the Board of Resources Agency Supervisors County Administrator affixed this7Rt^ day of J,,nr 19--7.7- J. R. OLSSON,Clerk By r..QL�a_14 Deputy Clerk Patricia A. Dell 00420 H-244/7715. Patricia A. Dell 00420 N-24 4n7 15m In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Matter of Authorizing Write-Off of Delinquent General Accounts Receivable As recommended by the County Auditor-Controller in his June 17, 1977 memorandum, IT IS BY THE BOARD ORDERED that the write-off of delinquent General Accounts Receivable totaling S6,664.42 is AUTHORIZED. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Auditor-Controller Witness my hand and the Seal of the.Board of County Administrator Supervisors affixed thfs28th day of Jvne 1912 - _% J. R. OLSSON. Clerk B , ,aj I:X:Yf Deputy Clerk Y PatriciaaA. Bell 00421 N-2a Lr715m COUNTY AUDITOR-CONTROLLER Contra Costa County Martinez, California June 17, 1977 TO: BOARD OF SUPERVISORS FROM: H. DONALD FUNK, AUDITOR-CONTROLLrR By: Grace Potter Accounts Receivable Supervisor SUBJECT: GsdL34L ACCOUNTS RECMAMR RECO.►4S MED POR'WaTE-OFF 'We submit the accompanying lists of General Accounts Receivable totaling$ 6,66h.$2, with the recommendation that they be written-off. The accounts listed have been coded into the following categoriest 06 Determined inability to pay recommended $ 1,892.87 by the Health Department. 09 Determined to be in the Countyls best $ 220.72 interest. 10 Bankruptcy. $ 1,098.43 32 Determined uncollectable•by the Collection $ 3,452.40 Agency. TOTAL 6,65442 2 Microfitmed with board order In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 7 In the Matter of Recommendation for Appointment to Human Services Advisory Commission. Supervisor W. N. Boggess having called the Boardrs attention to a'June 23, 1977 letter he had received from mr. Tony Cannata, Secretary—Treasurer, Central Labor Council of Contra Costa County, recommending the appointment of Mr. Henry H. "Bud" Harr to the Human Services Advisory Commis— sion in the category of labor representative, and advising that he had been informed that Mr. Harr (through error) had not filed an application before the deadline; and Supervisor Boggess having suggested that Mr. Cannata's letter be considered as an application; and The Board having discussed the matter IT IS ORDERED that the name of Mr. Henry H_ "Bud" Harr be REFERRED to the Internal Operations Committee (Supervisors-5. H. Hasseltine and :e. C. Fanden) for consideration as an "at large" appointee to the Human Services Advisory Commission. PASSED by the Board on June 28, 1977. 1 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: 1.1r. T. Cannata Internal Operations Cte. Supervisors Director, Human affixed fhis_aa�hdoy of T.,no 19_Z7_ Resources Agency County Administrator 4. R. OLSSON. Clerk By j�lJ �/✓!�� ,Deputy Clerk Helen C. Marshall 00422 H-2a urr ISM r •w , In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE GOVERNING BOARD OF THE TASSPJAFA FIRE PROTECTION DISTRICT June 28 ,19 77 In the Matter of Appointment to the Board of Corlmissioners, Tassajara Fire Protection District. The Board on May 31, 1977 having accepted the resignation of Fir. Ernest K. Brotm from the Board of Commissioners, Tassajara Fire Protection District; and Supervisor E. H. Hasseltine having recommended that mr. Richard G. Hodder, 1410 Finley Road, Pleasanton, California 94566, be appointed to said Board of Commissioners to fill the unexpired term of Mr. Bram; IT IS BY THE BOARD ORDERED that Mr. Hodder is APPOINTED as Commissioner of the Tassajara Fire Protection District. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing b a true and corred copy of an order entered an the minutes of said Board"of Supervisors on the data aforesaid. cc: `Ir. Ii_ G. Hodder Witness my hand and the Seal of the Board of Su ervisors Tassajara Fire Protection p District affixed this 28th day of June 1977 County Auditor-Controller County Administrator J. R. OLSSON, Clerk Public Information Officer ey, .4avi `__2 fin/-r.. . Deputy Clerk Jamie L. Johnson H-24 N77 Ism 00423 I ' In the Board of Supervisors of Contra Costa County, State of California AS ER-OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT June 28 ,19 7 In the Matter of _ Appointing Mr. Chester B. Pike to the Zone 9 Advisory Board (Pinole Creek Watershed), Contra Costa County Flood Control and Water Conservation District. On the recommendation of Supervisor N. C. Fanden•IT.IS BY TEL BOARD ORDERED that Mr. Chester B. Pike, 2560 Carmelita Way,' Pinole, California 94564 is APPOINTED to the Contra Costa County Flood Control and Water Conservation District Zone 9 Advisory Board (to fill the vacancy created by the resignation of Mr. William B. Lacy). PASSED by the Board on June 28, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. c.c. Appointee Witness my hand and the Seal of the Board of Public ::orks Director Supervisors Flood Control affixed this 28th day of June 19 77 County Auditor-Controller J. R. OLSSON, Clerk County Administrator / / Public Information Officer-By o Y�)ny>.�f c�il��r���Deputy Clerk Jamie L. Johnson 09424 H 24 W7S 10%1 Hra ens rom In the Board of Supervisors of Contra Costa County, State of California June 28 7977 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, 1977, having been presentedto 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 W. N. Boggess, Chairman, is AUTHORIZED to. execute same on behalf of Contra Costa County. Passed by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Orig: Civil Service Witness my hand and the Seal of the Board of cc: Auditor—Controller Supervisors County Counsel affixed this 28thday of June 1977 Administrator State Personnel Board (S) c/o Personnel J. R. OLSSON,Clerk Deputy Clerk Maxine M. Meufe d H-243/76 15m 4042. cosr suvru COtav=r ACREEY.FNr THIS ACRESE ENf. made and entered into this 30th _ day of _rune 19 77� .'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, Goverment Code, hereby agree to the conditions as found in attached "Coat Services Contract Butes and Procedures" marked as Exhibit A and "Written Examination Price List" marked as Exhibit B.wbich 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 services 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 (4165). are incorporated by reference and made a part of this contract. The term of the contract co==eaces July 1. 1477 and terminates June 30. 1978 This contract may be terminated by either party upon giving the other party 30 days written notice of termination. 0:1425 Microfilmed with board or3er In tae ezeat of t_x^sr2tioai the Board trill be paid such amount as is u:de.r the contract to andincluding the effective date of termination. STATS F?RSOMM BOARD Ar. O o1 Nsneger, Cooperative Perso-el Services �tle zoos.tic: Contra Costa County of Agency FCR APPRIONIM V— H. Boggess Chairman. Board of Supervisors Utle 5/75 00427 Exhibit A COST sER{ ds c0mACT BULLS AUD 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 govera: a. Scheduling of Examinations. Whenever during the term 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 Ageacv. 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 exa=ination prepared, including a statement of the minimum and/or desirable qualifications and the salary of the class. C. Notification of Number of Competitors. Immediately after the closing date for filing applications, but not less than 10 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 oaterial as the Board may deem necessary. 00428 Rev 4/1/76 Re 4/1/j6 f. Administration of Test and Return of Test Materials. The Local Agency shall administer the a mination in accordance with instructions provided by the Boardandimmediately 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). - S. 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 Age-icy 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 ih 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. J. 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 examination or answer shee_(s) following the examination and wishes to allow such an Inspection privilege, the following .policy of the Board shall.govern- -2- 411429 �...� �_ 1. Rey 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 —urination. 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 o=ami-ation results. Upon request, the Board will return the candidate's answer sheets) 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 Rey 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 anszer sheet(s) for such reasonable period of time as the Local Agency's rules may prescribe: -� 00430 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 2racess"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. a. Extended Usage If the Local Agency wishes to administer examinations an a continuous basis for certain =tually agreed upon classes, the Board may, in its, discretion, supply the examination hooklets, 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 a n;atratioa for the purpose of readministering them. The Local Agency will score such examinations. U. Security of Test Material All test 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 manner 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 Boar4, 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 vasted with legal authority, the Agency will take appropriate measures to safeguard the confidentializy of thz test material including answer sheets such as by motion for protective otdet. 00431 -a- r t, 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 List" (Exhibit B). 'Written Examination Price P. Canceled or Postponed Examiaatioas Agencies may be billed k done on a canceled or.Postponed examination up to the time thefor work Hoa . Under certain circumstances, crd is notified of suchactioa. redit may be given for work already Performed if the test is rescheduled. (11432 'c:�gKz section 11 -special services Upon the request of the Local Agency, the Board, in its discretion, shall supply any or all of the follawiag special services: - a. Advice and assistance 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. S. Preparation of special information or affidavits regarding. examinations provided, including giving of.depositioas and presentations in court required by legal action arising from use of any Board examination.' b.'Other technical personnel services. —6- pQ433 Exhibit 8 To Cost Service Effective July 1, 1977 Contract Agreement Cooperative Personnel Services EXAMINATION PRICE LIST STOCK TEST COST* Schedule A Schedule B Number of (CPS scored and (Scored by Local Candidates Scheduled tabulated) Agency)** 1 - 10 $ 105 minimum charge $ 95 minimum charge 11 - 100 _ $ 105 plus $1.95 per $ 45 plus $1.50 per candidate over 10 candidate over 10 101 - 200 S 272 plus $1.40 per S 230 plus 90a per candidate over 100 candidate over 100 201 or more S 412 plus 70a per S 320 plus 50c per candidate over 200 candidate over 200 CUSTOM TEST COST*— Schedule A Schedule a Number of (CPS scored and (Scored by Local Candidates Scheduled tabulated) Agency)*** 1 - 10 $ 270 S 260 11 - 100 $ 270 plus $1.85 per $ 260 plus $1.50 per candidate over 10 candidate over 10 101 - 200 $ 436 plus $1.40 per $ 395 plus 90a per candidate over 100 candidate over 100 201 or m6re S 576 plus 704: per 5 485 plus 50¢ per candidate over 200 candidate over 200 *New enc lice and firefighter tests resulting from the current CPS studies w� a on higher price sc edu e, to be announced when the tests become available_ A;encies participating in the studies will be entitled to these tests at substantially lower rates than non-participants. **Charges for stock tests used by an agency for extended usage shall be computed at the regular stock test rate plus $200 per year. Please refer to our Guide to Seiectian Services. charge for extended usage of custom examinations is S40 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. 00434 1" Exhibit B To Cost Service Effective July 1, 1977 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 S2O 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 wiii be charged 51.75 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 sourcing items, rewriting outdated items any 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 originally estimated 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. 4. 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. 0043 Revised 5/27/77 Exhibit 0 To Cost Service Effective July 1, 1977 Contract Agreement t , 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 .guidelines. Consequently CPS cannot assume either the legal responsibility or the cost for litigation or substentive.complafnts' arising from local agency use of CPS test materials. CANCELED OR POSTPONED EXAMINATIONS Agencies may billed for work done on a canceled or postponed examination up to the time we are notified of such action. Under certain circumstances, credit any be given for work already performed if the test is rescheduled. _ PERFORMANCE TESTS An additional charge of $4.00 per candidate is assessed for scoring typing performance tests, and 34.00 per candidate for scoring stenographic performance 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. CO WN BOOK 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 Associate and Senior Engineer). Al competitors fake the base examination; only competitors for the higher level take the last several segments. Rev.5/27/77 00435 t=EMPLOYMENT PRACTICES ADDENDUM 1. In the performance of this contract, the Contractor will not discriminatr, against any employee or applicant for employment because of race, color,re- liglon, 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 pari, 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) 00437 aee ams�:a „ t ' In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Counseling and Assistance Contract with Friends Outside of Contra Costa County for Families of Inmates in County Detention Facilities IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to . execute an agreement with Friends Outside of Contra Costa County.for provision of counseling and assistance to families of inmates in County Detention Facilities in connection with the Contra Costa County Safe Streets Act Project (OCJP Grant/Contract No. A2253-1-77) during the period July 1, 1977 through June 30, 1978 at a total cost not to exceed$35,333. PASSED by the Board on June 28, 1977. I hereby cer#ify 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 Sheriff-Coroner Supervisors Office of Criminal Justice affixed this28thday of June 19 77 Planning ATTN: George Roemer County Auditor-Controller lj J. R.OLSSON,Cterk County Administrator By// cxr`%/rf�' rr,[(.! Deputy Clerk Maxine M. Neufeld 00438 tti Contra Costa County 5tacda:d Fen S :;it1:LRD CO`Ft'Z CT w � (Purchase of Services) 1. G�acract Identification. Number Department: Sheriff-CarOner Subject: Provide counselling and assistance.to inmate families. 2. Parties. The County of Contra Costa California•(County), for its Department named a—ve, and the following named Contractor mutually agree and promise as follows: Contractor: Friends Outside of Contra Costa County Capacity: California Non-Profit Corporation Address: 2923 N, Main Street, Walnut Creek, CA 94596 1. Term. The effective date of this Contract is July 1, 1977 and it terr..inates June 30, 1978 unless sooner terminated as provided herein. Pa%ment Limit. County's total payments to Contractor under this Contract shall not exceed S 35,333.00 5. County's Obligations. County shall make to the Contractor those payments described is the Payment Provisions attached hereto which are incorporated herein by reference, m:hiect to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Safe Streets Act Project (Friends Outside of Contra Costa County) California Council an Criminial Justice, Office of Criminal Justice Planning Grant/Contract iA2253-1-77. 9. Legal Authorit_:•. This Contract is entered into under and subject to the following legal authorities: Title I, Part C, Section 301(b); Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351) as amended (PL-644). 10. b'i„s:Itures. These signatures attest the parties' agreement hereto: COIfN:" n OSTA CALIFRt CONTRACTOR W. NJ9ess _ ?rntan,-Board of Sup 'sons (Designate officiaL c pacity in business Acteit:..j. P. Olsson, County Clerk and affix corporation seal) State of California ) County of Contra Costa ) ss. "T"! Deputy ACRIOWLEDGW-4T (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By. ,they signed it and that the corporation esignee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form iy vroved: County Counsel Dated: —J-1^'e 51 Deputy Notary W is/Deputy County Clerk ( OFFICIAL tE�1, 0439 MA4r,�UT G.FLEr;;4ER Bzl' 6/76) T` w ffiZA Cc-❑lUU(,a MivofilmQd with board ocdd caNras rosy,mmm •,cam,.,:.:,I,w.,,:x ic,w, �mm�nas standard Form Contra Costa County Standard Form • PAI'miT PROVISIOIS (Cost Basis Contracts) Number 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Xj a. $ 2,944.42 monthly, or [ J b- $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Faipendituree' included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] ( J a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set,forth in the Service Plan, or p(J b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1 00440 M-} Contra Costa County Standard Form PAYaENr PRoyISIo85 (Cost Basis Contracts) Number 5. Right to Withhold. County has,the right to*withhold payment to the Contractor when, in the opinion of the County expressed'in'writing to the Contractor, (a) the Contractor's performance, in whole or in part,,either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cosc Report and Settlement. No later than sixty (60) days Following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoving the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowablecosts that have actually been incurred by Concraccor 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 sa:d cost report sows 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 lacer than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay co the Councy within 30 days of demand by County the full amount of the Cnun_y's liabiiicy, zf any, to ton State and!or Federal government resulting from any- audLt attention, to the extent such are attributable to the Contractor's faLLure to perform properly any of Its obligations under this Contract- (A-4618 REV 6/76) -2- 00441 Cuntra Cuatd County Stacnlard Form GENERAL CMITIONS (Purchase of Services) 1. Compliance with Law. Contractor.shall.be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 5. 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 tia County, the State of California, and the United States Government. 5• Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent_ b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,nenizaring, auditing, billing, or regulatory changes, may be developed and set foc=h 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. 004141 9AW (.1-5616 REV 6/76) -l- Cancra Costa County Standard Fora' r.E::MAL CONDITIONS (Purchase of Services) 4. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance.of this Contract shall be subject to final determination in writing by the'head of the County Department for which this Contract is trade or his designee or in accordancewith 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 Centra Costa County and sholl`be governed and construed in accordance with the laws of the`Scate of California. . b: Any action relating to this Contract shall.be.insrituted 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. uitz _n, raquiremencs of this Contract, or acceptance of the whole or any part of said oerfornance, 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 Assinament. 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 assiga.this Contract or conies due or to become due, without the prior written consent of the County Administrator or his designee; subject to any required State or Federal.approval. 14. Independent Contractor Status. This Contract is by,and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant. employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body.s'nall 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 completeand 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' Io coiy with all applicable State or Federal statutes or.regulations respecting canfi- drncia:c:T, including out not lirzited to; the identity.of persons.served under this Canrracc, tarir records. or services provided thea, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not he 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 al. employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by lav may be guilty of a misdemeanor. 17. ::ondiscriminatory 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- 00443 s Contra Costa County .. Standard Fora GENERAL COMOITIONS (Purchase of Services) , i 13. Idennification_ The Contractor shall defend, save harmless and indemnify the CwuLy and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons dr property, including without limitation. all consequential damages, from any cause whatsoever arising from or connected-with the - operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise,.of the Contractor, its-agents or employees, 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 codification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: - a. Liability Insurance. The Contractor shall provide a-policy or-policies. of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions: The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts 6 Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions_ 22. Nonrenewal. Contractor understands and agrees that there is no representation, Implication, or=derstandiag that the services provided by Contractor under this Contract will be purchased by Countyunder a new contract following expiration or _err_Laation of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continua purchase of 31L or any such services from Contractor. Vl1M4 (A-4616 REQ' 6/76) _3- 00444 (A-4616 REF 6/76) _} SEA.VI_ G PLAlj 1. Services. .7}10 Contractor agrees to Provide those services as enu.=gated in the attached,Grant Award; Of 13 pa Costa Canty*' Rraject;entitled:"Friends Out Ida.; of 13 a • which is incorporated harem by refe2nce consisting P gas: 2. Alloxah-- Contract Costs_ ,Contractor's`allowahle costs a2 onl those whioh2rg dsternined•in a PlaaninAffairs ccvrdanee with the office of Criminal Justi.ca . 9 FiscalS a d dual a,capy of which the Caitrac or accnculedc s. receipt, and the Standard Grant Award Conditions (Atte lector t r to Special Conditions). f ' t n s i ` � Y w �t er i 5 1 l' N 76 00445 r .. OFFICE OF CRIMINAL JUSTICE PLANNING GRANT AWARD The Office of Criminal Justice Planning, hereinafter designated "OCJP", hereby makes a grant award of funds to 1. contra costa couaty hereinafter designated "Subgrantee", under the provisions ofchet an it e Part C , Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351), as amended, herefiiiT er designated "Crime Control Act" (or) [] Juvenile Justice and Delinquency Prevention Act of 1974 (PL 93-415), hereinafter designated "Juvenile Justice Act", in the amount and for the purpose and duration set forth in this grant award. Program Category "2.1.1.1 - Reduce Motivation' 2. Project TitTe- Award No. 5. ___ends Cutslde of Con`�.a Costa County rant erla 6.7-1-77 to 9-30-78 3. Project Director Name, Address, Telephone) era mount 7. $15,000 Harry D. Ramsav, Sheriff-Coroner 5te Buy- n P. 6. Box 391 8, 833 Martinez, CA 94553pp cant Hard Match (415) 372-2402 - 9. $19,500 4. FinanciaOfficer Name, Address, Telephone) Other Match only) 10. H. Donald Furl. Auditor-Controller Tota l Project Cost Finance Building Martinez, CA 94553 (415) 372-2181 11' $35,333 This grant award consists of this title page, the application for the grant which is attached hereto as Attachment A and made a part hereof, and the Standard Grant Award Conditions which are attached hereto as Attachment 8 and made a part hereof. The Subgrantee hereby signifies its acceptance of this grant award and agrees to administer the grant project in accordance with the terms and conditions set forth in or incorporated by reference in this grant award and the applicable provisions of the Crime Control Act identified above. The Subgrantee certifies that federal and state funds received will not be used to replace local funds that would, in the absence of such federal and state aid, be made available for the activity being supported under this agreement. 12. Cate OFFICE OF CRIMINAL JUSTICE PLANNING, Official Authorized to sign for Subgrantee STATE OF CALIFORNIA flame; Title: Telephone: Executive Director, OCJP Date Address: SPECIAL DEPOSIT FUND LEAA, Fiscal Year GEi4ERAL FUND I F.areby certify upon,ml vwe personal ITEM knowZecya that burgeted funds are auxcilable for tee period and purpose of this a pendi- iu a stated above. 06AAR OCJP Fiscal Officer OCJP Form 502 Revised 7-1-76 II -2- A OCJP Fiscal Officer OCJP Form 502 Revised 7-1-76 -2- REGION• PROJECT;: 13. CERTIFICATION OF FORMULATION AND AVAILABILITY OF EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I, John Quartarolo (Project Director or other autho- rized official) certify that the Sheriff-Coroner's Office (criminal justice agency) has formulated an equal employment opportunity program in accordance with 28 CFR 42.301, et seq., subpart E, and that it is on file in the office of the sheriff-Coroner (name), Harry D. Ramsay (address), P_ O. Box, t±arti.nez, CA 94553 (title), for review or audit by officials of the cognizant state planning agency or the Law Enforcement Assistance Administration, as required by relevant laws and regulations. (Signed .�Comin_ Services Asst- (Title) March 3, 1977 (Date) 00447 -3- i 00447 -3- 14. NEGATIVE DECLARATION GENTLEMEN: In accordance with the procedures for the preparation of environmental impact statements, an environmental assessment has been performed on the proposed agency action below: Friends Outside of Contra Costa Cos:nty (Fitle or Project The assessment process did not indicate a significant environmental impact from the proposed action, and the project will not involve any of the following: a. New construction projects. b. The renovation or modification of a facility which leads to an increased occupancy of more than 25 persons. c. The implementation of programs involving the use of pesticides and other harmful chemicals. d. The implementation of programs involving microwaves or radiation. e. Research and technology, the anticipated or intended future applica- tion of which could be expected to have a potential effect on the environment. Consequently, an environmental impact statement will not be prepared. An environmental impact appraisal,which summarizes the assessment and the reasons why a statement is not required, is on file at the above office and will be available for public scrutiny upon request. Sincerely, gnature roject Oirectdr or other authorized official) 00448 -4- OFFICE OF CRIMINAL JUSTICE PLANNING PROJECT BUDGET BUDGET CATEGORY AND LINE ITEM DETAIL D. Consultant Services COST Contract for Services with Friends Outside of , Contra Costa County (See attached for description) $35,333.00 TOTAL $35,333_00 00449 OFFICE OF CRIMINAL JUSTICE PLAPINING PROJECT BUDGET BUDGET CATEGORY AND LINE ITER DETAIL COST G. Equipment Pages 6, 7, 8, 10, 11 deleted, not appropriate CATEGORY TOTAL 16. PROJECT TOTAL 1$35,333.00 17. FUND DISTRIBUTION FEDERAL STATE LOCAL a. Amount of Funds (a) 15,000 (b) 833 (c) 19,500 b. Percentage of Funds 42.45 2.36 55.19 -12- BUDGET SUMMARY FOR GRANT PROJECT* BUDGET CATEGORY FIRST YEAR SECOND YEAR THIRD YEAR Personal Services- salaries - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 2e=soaal Services- Benefits - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - Travel - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Travel - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - -- - - - - - Consultant - - - - - - - - - - - - - - - - - -- - - - - Consultant Services 33.334 35,000 35,333 - - - - - - - - - ^ - - - - - - - - - - - - - - - - - - - - - - - - - Construction - - - - - - - - - - - - - - - -- - - - -- - - - - - - - - - - - - - - - - - Operating- - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - Operating Expenses - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Equipment TOTAL I 33,33; 35,000 35,333 FUND DISTRIBUTION OF TOTALS $ 30,000 20,000 15,000 Federal30,000 90 57.14 42-45- 1667 11111 833 State $ 5 3.17 2_36 $ 1,667 13,889 19,500 Local $ 5 39.69 55_19 *See multi-year funding policy_ -12a- Budaet Narrative Consultant Services Ttie grant gro�ect"is to be executedy�a contrac between Friends`Q'Aside of ContrawCosta County "At ache$ is a,breakdown'.of'costs of that contract t = } -PI.r"'t` � � 7�3• 1dE»Y,3C f d k6�" �} �K "M^r,�, '- 4 ���1� S 1 as-�. "S . ,..- ,d a _5;fast r. "` s�.m' •W At ;{k� z i y fi ah, ta.� i� r' 'a z �2 5 , �t s t s , g s tT �s { k fr LF 4 113- 00452 r. Personal S-rvices A. Salaries Amount Executive Director* $10,800 Family Service:Coordinator* 9,360 Administrative Assistant* "8,400 Evaluation Analyst (300 hrs. gR $5.00) 1,500 Sub-Thtal $30,060 B. Frinae Benefits Social Security $ 2;671 Unemployment & State 1,036 Sub-total $ 2,707 Total Personal Services $32,767 Supplies and Ooerating A. Rent,. Office, $150 Der month $ 1,8O0 B. Teleobone $ 766 Total Supplies & Operating $ 2,566 Total Project Costs $35,333 *Full-time position -14- 00453 >rt: PROJECT NARRATIVE Problem Statement Besides the economic difficulties confronting Friends Outside La-milies, we have found there are unique problems facing the individuals involved in the correctional system. Some of these are: 1_ Isolation and social stigma of families of incarcerated nersors; 2. Difficultv maintaining family ties during incarceration affects tae family and the rehabilitation process of the _..an in nrison. The reentry process is eased if the ex--offender has been able to continue close communication with his family during incarceration. According to the Holt Report, there is a "strong and consistent positive relationship that exists between parole success and main- taining strong family ties while in prison." This report reveals that onlv 500 of no contact inmates completed their first year on parole without being arrested, but 70% of those with 3 visitors were arrest free during this per- iod. Further. "_ . .the loners were six times more likely to return to prison in the first year. Thus, the inmate's family is the prime treatment agent and family contacts is a major correctional technique." 3. There is no one resource that the individual and family involved in the criminal justice system can turn to for aid and assistance. Each agency (probation, parole, prison, jail, social service department, public defender, etc.) works independently and unilaterally with the client which can be both confusing and incomplete in terms of the rehabilitation of the offender. The staff of these agencies are all carrying heavy caseloads and cannot pursue the overall needs of the client bevond their oarticular scope. a_ There continues to be evidence of general community apathy, Zack of resources and negative attitudes toward the entire criminal :iustice system. The _National Adviso:v_ Commission on Crimiral Justice Standards and Goals in its volume on A National Strateav to Reduce Crime cites four priorities for action. Two of the four are addressed by Friends Outside_ They are: 1) 'Delivery of Social Services: Public and private service agencies should direct :heir actions to Improve the delivery of all social services to citizens; particularly to grouos that contribute numbers to,crime 0045' a�1li�P' statistics. 2) Citizen s;ction: Increased citizen oartici- pation in activ;_ties to control crime in their comrmnity crust be generated, with active encouragement and support by criminal justice agencies." Under the Priority: Increasing Citizen Participation, the report further states, "The cri.:.inal Justice system depends on citizen participation. 111 criminal justice agencies can do much in their operatio__ns to increase accontability to the citizens they serve and to encourage these citizens to support their activities. This means, for examole, that corrections must run its institutions to perru t the community reasonable access to those incarcerated mora, _= t?:ev actively seek to explain .heir role to citizens' groups and show hos citizens themselves may participate in community crime prevention. Above all, criminal justice agencies must understand and know the communities they serve. Active personnel recru;_=ent from all facets of the community is essential if citizens and the criminal justice system are to work together as a team.' Another aspect of the problem is discussed in the Commission's volume on corrections under the chapter "Implementation of Offender's Rights". "To the extent that the community continues to discriminate on the basis of prior criminality, of€orfs toward reintegration will be frustrated. There must be recognition that society does not benefit in the long run from attempts to banish, ignore, or degrade offenders. In cart such a response is a self-fulfilling prophecy: if an offender is considered a social outcast, he will act like one. Efforts to improve the offender's ability to relate to others meati little if family and friends do not wish to associate with him_ Acceptance can be fostered by improving the public's understanding of offenders' problems and of correctional processes. Correctional insittutions and programs should be opened to citizens' groups and individuals, not for amusement but so that citizens may interact on a one-to-one basis with offenders. In the final analvsis, the offender's social status may be the most important determinant of reintegration. Any person will respond with outrage, hostility, and non- conformity to a ccomunity that continually rejects, labels, and otherwise treats him as an outlaw." Un`-ter the =OrKtnnnity for Standard 2_77 "._-Cess 0the t L. . P lic" in the Volume Corractions the problem Ot -solation and its results are discussed- "The walls of correctional institutions have served not merely to restrain criminal offenders but to isolate them. They have been isolated from the public in general and from their families and friends. As a result, the public does not know what is happening in prisons, and in larae part the offender dogs not know what is going on outside the prisons. If corrections is to assure that an offender will readjust to the free society upon release, the adjustment process must begin long before 4045 -16- the day of release. 2b accem-01this. the pub, ub In vunaation be concerned:aL__ what happens"in co:rections- s a prerequisite to concern- Likewise, the o€fendof must; retain.his,ties to the cdamu-v tY and s wledge o€ cahat: . Am free comsiiuriity,. s like;, f he is to- be able to live there satisfactorily anon release w ry. � f x w? h£ F{rNy U Rwl IN RN 4 ^� w k2tx c'' y' pp xs"`FS a"- t ss S' "`"r x x i�.si `'r`,r-d s.,,. "Ya ""t' r+"',,: " y-�•es- �'YW,'.,,�»'�,+.,.a} e P "s rjFi" if { .b 5 Lr f N � y _ T F 0�l Pro'iect Ob ie^fives Objective one as stated in the original grant application has been found inappropriate to the project, as discussed on page 6 of the accompanying Oct_ - Dec. 1976 quarterly report. Objective two is to assist the prisoner to maintain family ties throughout incarceration. Objective three is best reworded for accuracy and clarity (See page 7 of the Oct. - Dec. 1976 report.) Our activity as co.^7nunity advocate is intended for the adult offender and his or her family as well as the adult ex-offender and his or her family. Morever, advocacy as used in our work includes facilitation of communication, obtaining of information and mediation. We serve as a neutral, non-correctional, group which can assist the family and/or offender/ex-offender in their contacts with law enforcement offices, detention facilities, probation and parole offices, social services, attorneys and the courts. a group to promote coherency and humaneness in these contacts. Ile can come to serve as one central resource for information and assistance- Objective four is "to involve the community.with its own correc- tion system", through our volunteer program and by eliciting material and monetary donations to assist the adult offender/ ex-offender and his or her family 'die are striving for at least a 25% increase in community donations each year. Methodology Three programs, which interweave, address the problems defined in the problem statement. First is a family service program, whereby client-family members and individuals from the conmtunity- at-large operate a drop-in facility where families of incarcerated persons or persons on probation or parole can seek assistance, both emergency material assistance and ongoing supportive contact. Second is a county detention facility visiting program in which a non-uniformed volunteer, a representative of the community, can assist individual inmates with their family and personal problems, can act as a Zacil.itating contact person with families and agencies. Third is a voluataor program -.rich is the recruitnent, screening, training, and ongoing superjision or individuals to work, with families and with inmates as described_ 0045'7 -la- -13- Major tasks are as follows: A. Volunteer recruitment I. Recruit interns from local caciity colleges, schools, and universities. 2. Advertise in newspapers, church bulletins, on.radio and 11. 3. Utilize the Volunteer Bureau 4. Corduct a public forwra for visibility 5. Distribute literature and place posters strategically in the commuZity B. Volunteer screening and training - 1. Two-part orientation 2. Discussion of placement 3. Six-nart service training 4. Review of placement C_ Volunteer supervision - 1_ On-the-job training in clerical,;family service, and jail visiting areas 2_ Monthly in-service meetings 3. Personal interviews for regular volunteers D. Development of client-family participation in meeting their own needs and assisting others 1. Client-families' inclusion in volunteer grogram 2. knnen's ccroup Facilitated w -i!'cly 3_ Open House operated by families on a monthly basis 4. Publicizing the program to the community at large to develop individual donations 00458 _29_ -19- X JOB DESCRIPTIONS for Executive_ Director Administration Assistant and Family Service Coordinator P—%ecutive Director: Overall administrator: responsible for the overall direction and functioning of the organization. in conjunction with the Board of Directors, detL=dne policies and plan, the programs of the organization. in accordance wi_h the program nems, determine and define paid staff positions: recruit, select, and hire oualified emolovees. supervise and evaluate staff persons. in conjunction with the Finance Committee, develop and implement an annual funding plan. in conjunction with the Board Treasurer and with Board - approval, establish an annual budget which guides and defines operating procedures and also sets goals and priorities for fund raisins. responsible for budgetary control research potential funding sources, i.e., foundations, special government funding or cont-actural arrangements. select Jail visitors and coordinate Jail Visiting Program. develop plans for volunteer training. develop plans for volunteer recruitment and coordinate the i.molementation of these plans. Family S' Coor3i_^.ator develop and implement family service program: responsible to the Director. resource person for families in crisis: maintain regular office hours. determine service money to be donated to individual families in crisis. assign and supervise volunteers in ongoing work with individual families. 00459 -Zo- t�tNp y in Uzi.,.-. with ind vldual assign and suner"ise volunteers in ongoing worx A (� families. 00459 -?.0- assist in volunteer training; select volunteers for family service work. 0 develop community referral resources and incorporate referral knowledge in volunteer training program. resource person for volunteers doing jail visiting follow-up. assign and supervise volunteers to coordinate family group activities. coordinate various services and resources available to families; food pantry, clothing closet, furniture list, transportation book-ups (for local or prison visiting). develop carpools for local transportation and for prison visiting. advertise for furniture.and tap known resources in the case of specific furniture requests. maintain family service records and statistics. prepare monthly family service report in written form. Administrative Assistant: responsible for secretarial anq receptionist duties for the office. responsible for office management including supervision of administrative volunteers. pay bills, make out payroll reports, reconcile the bank balances for Bank of America and Wells Farge accounts. (eventually task may include bookkeeping) responsible for receipt of cash and goods and acknowledging same. keep donation, volunteer, and jail visiting records and statistics. develop and coordinate publicity. back-up person in family service or jail visiting crises. assist the Director in the recruitment and development of community resources; specifically monetary donations, volunteers, food and clothing. assist the Director in coordination of the jail visiting program until a volunteer or other staff person is assigned to the task. 00460 -21- C' e �3 p o -n (� G n heyN N P P< O !o 0 '11 C� d n CO n e N 00461 Available resources: Churches' food pantries and clothes closets. Private and agency counselors who Diode on a sliding scale.` Government and private agencies in the County- Donors. - Volunteer manpower. Other Chapters of..Friends .Outside of other Counties, and the Friends Outside State.;Prison Representatives. -lio similar programs in this County. we .are unique. All tasks are ongoing, repetitious, and simultaneous. Even financial reports and progress reports, which are produced quarterly, are continuous because of data collecting. , Management Records (1) Daily records of families who request services and types of services requested. (2) Individual card ;cent on each family with address, phone, names and ages of children, connection with the criminal justice system (e.q. "husband at San Quentin" or "self on probation'). Reason for initial contact and method. of'referral are recorded. Life-changing crises are briefly noted by date. (3) , a.l receipts are deposited in the bank, and chec;csrare made out for expenditures. Two parties must sign checks. Accounting books capable of checksand balances are kept by the Executive Director. (4) Not pertinent. (5) Three staff members have resumes on files. Board of - Directors oversees work'.of-Executive Director'.and:calls an ad'hoc personnel committee meeting for her formal. evaluation. The Exeuctive Director prepares periodic .written'evaluations`on other staff members. Time sheets are kept. 00462 _22_ R ; W man Volunteers each have. an indiv_+a,,., r a - 22-Volunteers each have an .individual card with in�ormation, on their background .and experience,`beginnin.7 and ending dates of service,_tyaes o£ vol:nteer.work and lenght of time at each.task, recognition given by the organisation, reason for leaving. In addition , volunteer daily basis; hours s record hour`s:swor'ke&on a _ ;are totalled by tk�e-monf2i`_ 4 � cr t J r 4 � M r c p 1 4 f, 1 F M c k a r N s t a } x 6 00463 -23- APPMIDIX Evabiatinn Findings to Date - Friends Outside is an effective agency for facilitating ebange.in the social environment of offenders and.their families, in the co=unity, as well as in .the criminal justice system. The duality of services is high: Participation of the community in Friends Outside is evidenced in its volunteer program and in both monetary and. goods donations. In the present grant year, the estimated value of donated goods (including food, clothing, furniture and toys) increased from $3,722.45 the first quarter to $6,107.23 the second quarter. Total co:mvunity monetary donations during.the entire first grant year amounted to $4,255.38, whereas only six months' donations in the present grant year totalled $4,137.88. Volunteer ho•_rs this nast quarter 46re equivalent to 98% of staff time. The quality and commitment of volunteers, especially Board members, family service and jail visiting volunteers is strong. Volunteers who have Participated in the training and orientation by staff, rate it as excellent. Nevertheless, volunteers expressed a nead to know more about the total work of Friends Outside and its impact on the clients. Additional training opportunities are being developed by staff at the present time. Staff conflict during the first grant yearwas considered a major obstacle, one which was addressed by a redesign.of staff positions and change in personnel. The Co-Directorship was abolished, and the role of administration and liaison with the Board was designated for one person, the Executirve Director. Service work was divided into two categories,.family service . and jail visiting. An in-office FamilyService.Coordinator was hired to handle drop-in crises.and to train and coordinate the efforts of volunteers in that area. Jail visiting supervision became the responsibility of the Executive Director, backed by the Administrative Assistant, who also supervises clerical volunteers. This redesign of staff functions also a addressed another evaluation finding, which was the families' desire to have a single, continuously present person in the. office to oversee service work and service workers. .The Coordinator new fills this role, whereas previously the Program Director had many hats to wear and was often out of the office. The quality of contact is of great significance to client- families. county inmates strongly favored the jail visiting. program for basically the same reason, supportive contact. Deputies interviewed responded very favorably to continuance of the program. In the conclusion of the first grant year's evaluation. further tun^.ding is strongly recompended to facilitate the involv.�Ment Cf the Contra Conn, Ccunty cc unity In itsrrr.. corroc`aonai systAa and to in,rease services to families ani i.:r:Gt..... 00461 In tiie conclusio�z oma "ie "_s: cj.ant vea_'s ev<iluation. further funding isstronglyrecommended to facilitate the involverenv of tht+ Contra Costs Ccuaty"co.:munity in it.*, rrra correctional system and to increase services to Zamilies and inn. at--n. 00461 :,.-_ --': ..: No. 1 Continued Funding P)-an It is the intention of the project director, the Shi_-riff_ Coroner of Contra Costa County, to seek permanent funding;for Friends Outside of Contra, Costa County, to the'extent`of subvent rg personal services'and rental of office §Dace. approval by the Board of SonervisSuch Ors place these funds' in the'Sheriff's neparttment budget and Provide for a' contractual agreemient for services between Friends%Outside.'. " and Contra Costa County. Should these funds not be appropriated Friends Outside'-r" Will return to the pre-grant,method°_of operation. That staff hill be on a volunteer;basis with all,Private-funding`i resources being'utili- £or goods and services. Obviouslg the Program would be dramatically reduced in:scope and impact. _ ,k # :4 � � 1 tt T } F f }_G f 4„ 0046: No. 2: Volun.t—r Structure S The organizational framework of Friends Outside relies on the ongoing recruiting, training. and suoervision of volunteers, coordination of programs. and imolementation of-fund-raising approaches in the community which no volunteer will do for any length of time at the level of involvement required for the present program. There£ore, the volunteer framework as it is organized is predicated on the existence of three staff' positions;Director, Service Coordinator, and Administrative Assistant. Volunteer.positions include .the followings : Clerical Assistants Family Service Workers (including.clothes closet and food pantry management) Family service Interns (direct contact with clients as in home visits or handling of office drop-in or over-the-phone crisis), Jail Visitors Transnortation.Volunteers Board of Directors Members Finance Committee Members Volunteer Trainers With funding option #l, the existing framework could continue. With funding option ;r12, the organization would.undergo_drastic reversals in its operation. No. 3., Prioritized Tasks for 3rd Year Funding Any tasks herein listed and prioritized by staff will be. subject to change as circumstances change or in the instance of the Hoard of Directors making policy changes. a. Intensified recruitment for volunteer family service interns and jail visitors. b. Further development of formal volunteer training* C. Developing funding sources among community individuals, organizations, and businesses to meet operating expenses as well as to provide direct service,monies. *including the development of a service volunteer's procedural and referral manual. 0046 EVALUATION DESIGN 0 This evaluation is conceived of as complementing the first year evaluation and.will thus, as far as possible, attempt to compare first year activity with the progress made in the second year. While the evaluation will be concerned with the measurement of the achievement of project objectives, it will also place a heavy emphasis upon the internal administrative structure of the project. The focus on admin- istration_ should be viewed within the context of the project's..,grant. which is now moving toward the end of its second of three years.. The first year evaluation primarily reviewed the impact of grant funds on project activities and imgwt. The evaluation also rtitnessed the transition of F.O. from a small almost exclusively volunteer group Navin.- a budget that never exceeded $10,000. to a full-fledged organ- ization with three nearly full-time.staff and a.budget approaching X0,000. IflAle the first year evaluation noted some expansion of. services (Jail Visiting Program) and made many recommendations regarding the improvement of the overall program, the second year evaluation trill focus in on those recommendations to see whether they were carried out and, if not, to judge their appropriateness. Particular scrutiny will be paid to see if the project is beginning to solidify,its.base especially. from an ad.3inistrative point of vier:. 2u:TMDOZ.00Y The _ollor•ing evaluation methodology will proceed from the ob- jectives stated in the O.C.J.P. grant application anti will include Other iz;surys noted from discussion with the O.C.J.P. rionitor, the pri•..iary sponnor (Sheriff's sDapt.) and the evaluator's o::ni perception Of t:,e needs of the project. 001161 �J U'.'.JE"'CIG3 I - To aid Via rehabilitation process of the prisoner. 1ihile•th:is objective is listed amonS tie grar►t objectives the F.O. staff, O.C.J.P. monitor, and the evaluator concur that this objective isnot entirely appropriate to the -project. Willie the. jail visiting Program does:perhaps allay the anxicties:of inmates and .other.project activities 'for fa*iilies may have a•positive effect:on.the,f:.m ly:memberw both 11�.ile in jail and: upon release, there does.not seeaa to ,.., be any strong reason to believe that•.,therehabil- itation process:itself.is .effected in'such:a vay.`as, to war:ant the inclusion of"rehabilitation as one of .the project's objectives. 0`3TFCTIVE II - To assist the prisoner to maintain family pies through;inc�rceraton F.0. A.PPP CH To visit count; detention facilities,. to dis- seminate. info is-seminate, info about services, and to receive requests for servivts related-to family'needs This service is achieved by facilitating contact of.families ; iiith :jail and prisoni*unates.: rIn.addition,,.F 0. advocates jail visiting to fewdly memlbers, gives• directions. to.jail facilities, provides individual counseling,. r.-p sessions and referrals to.outside agencies in orde.r.,to.meet this !objective 1=T:i0i1 This objective frill tie measured through -h-.o methods: 1 The collection and analysis of progVraur.recorda detailing.tse number.of.inmates interviewed,:.tie number of jail visits bystaff and volunteers, the` - amount of money disbursed for.fami.ly:travel.to jail Paid prisons, and;.the number,of:.car, pools. formed.:, : -2-m;, Selective interviewing of inmates and families to: determine their perceptions of:e.0:'s interventions. 1w addition i the:evaluator will try.to deteraine ` erhether any. :records. of`jail visiting are kept by the local jails so...that.data for. ail:visit ng call be compared with previous years.. ('''his anforineti on will notbe used to determine the.achievement: of. this objective)..: Oix7 C'_^T'dE - To :provide the adult ex-offender as well as..his or her.f=dly.with a community advocate F.C. 1•.PPRO:.(:Y.• The approach used by project to achieve ..this pbjecti:ra is.primarily F.O.'s relationships_with the Criminal Justice. system:and''secon&rily.%Iku: .. otHer: ncillary-social service agencies Ttr.:�,. F.O. aids in helping the.'offendsr and/or fPwily contact ca•inirial'justice officials, e ,;probation and.paarole officers`, when dl'a12:?'".::'i U. nt2C�,..a nrie� 1i1!; itn1�I:7,7�, U•}t eg- -Ien be rsor .x's78n5ilre to tho head .ate ..4.'` 00468 P-eC'e 3 . J ,•.;rrT;?n.�(gl - i ze evaluator will use three primary methods to measure the achievement of this objective. (1) Collection of F.O. maintained data on the number and types of requests for advocacy services?, the numberand type of.response by F.O:., the impact of such.attempU as seen in project records. -(2) Direct interviews with CrimLnal Justice System'and other .a encs*.personxel who have had a number of. experiences in which-F.O. has adirocated for. tf*eir client." This method will be .focused upon.the . . qualitative aspects of F.O.:Is,efforts as- yell. as impact. ,(3) p combination of .self-responding questionnaires and selective interviewing of F.O.. volunteers and family members .to.:determine their perception of the quality and impact'of F.O.'s_ advocacy activities. OBJECTIVE 4 - To involve the community with its oum .correctional system. Sub Objective - 25% increase in outside donations. F.O. APPROJAXF - To acquaint the community.Frith the needs and difficulties facing persons involved with the - Criminal Tustice-System and to actively involve volunteers vdth families and the inmates .in.County facilities. The. approach to achieving this objective is mainly the recruitment: of volunteers to work with'fanilies and inmates and their contribution of their'services .to .the operation of the urogram. In addition, F.O. tries to promote friendship and mutual assistance among families and between. families .and volunteers-to reduce isolation and . build. a sense of trust and community. . Tni .aspect:.:. of the project is;viewed by the evaluator to be: pwilaps the most essential.element of F.O. . --This:objective will be measured in.several ways includir.3 quantitative and qualitative measures; (1) The collection of project data including t:-2e. : nim:=ben of.new volunteers recruited, volunteer hours,. type of -vor1: done by volunteers etc (2) - t survey of volunteers that would.attenpt to: measure the volunteers reaction to-proms qu ef_orts to.involve the co.-muniiy.. (3). Collection of: data .On the ht fiber and typti of meet+n; r (4) Collection of data, on nuiber and source of project sra*sts n nd donations as well as total oviount . received coapared to first year. (5) Intervie Ing families to deteraine ::hethei F.O. has hel-7ed them build contacts and reduce -Lhoir. isolation. OTHMq Issuks ro!Z J'VALVATION Administrative Performance Measures to Include,' (1) Response to recommendations from.grevious evaluation. IF3Tf,T•JD - Interview staff, .observation.when necessary. (2). Adequacy of volunteer recruitcme_nt,,training,.. and suoort. 1•i��cF3 - Interviev volunteers, staff.observation of some neetinZs. (3) Coordination of activities of volunteers.and staff. IS i;;011 - Volunteer/staff interview/survey- observation. (4) Developaent of a strategy for the development of volunteers vithin the organization e.g. (a) volunteer ladder of responsibilit- and authority (b) voluateer feedback.`- meetings c volunteer sLTertision IIETFIID Observation, interviews, analysis of written procedure. . (5) The projects novenment or activities in regard to the echievenent of outside funding. IST MD - Collection of project records, interviev;•s staff/ board,.interview Sheriff, other agencies. (6) ':dec;uacy of record-keeping system 1•' ^•'J.'� - Observation and e-3 yzis-to Getex=Lne reliability,, . aadegilacy, t:-orou r ess etc. (7) Some r_caw=e of cast=eSfectivencza e.g. 00470 ----_----- -. . :'. TSD - Comparison of services by budget for last t::a Years. Compare cost of administrative sax-,rice with cost of client services and co=unity involvement service. (8) . `.Phe achievemsat of a sound and stable administra- tive structure. a)) low turnover b) High morale:amobg paidand unpaid.staff ; lo effective coordination.for job responsibility Of Staff ((d)) effective staff/board-communication .(e) the activity. of Board of Director's to achieve certain program goals (funding etc.) )i3TFOD -.Data.collection of record ofvolunteers Interviews with volunteers - Survey of board memberb. The evaluation will also detail the material assistance and emergency aid received by families and try to.determine.the meaning of this assistance for the families. I•ivMOD - Collection of program data and interviews.tirith:. families.and volunteers. LOGIC OF PROJECT CONCEPT.. .. As noted in conversations with O:C.J.P, staff and.the Director.of P.O., there is general agreement:that the rehabilitation of offenders is not a feasible goal of F.O. The Director of-P.O. viewc the project as a camamu_ai.ty based se..rice.provider that•can help.reduce the alienation from society of both ex-offenders and-their families. : On the other.. h,uzd, O.C.J.P. seems to primarily place F.O. in-the framework of a citizens participation project within the CPMMIAT.JDSTIC? SYSTEM Fz,o:a tae standpoint of the evaluator F.O. in thheoiy.is cepable of satisfy-In;; both of these mals. Morc. is little if any doubt that both inmates of�.Criniaial:aua Lice ,.e)1 as their fadly experi;;rce a hio dorne of nUe,netten from each other and society.. Tliere also semi to be little it ?_];rtainz dont by institutions v.dt-hin society to provide such sarviW4/ry 1 7ASC p to people caugbt up within this system in order to attempt to*lift. them out of the often vicious cycle.oi.:-!•As".. despair, and alienation and recidivism: The failure of instit:itions to respond to the.more. existential mundane (food, clothing) as won:a conceras.of such. people leaves the door open for another type of organization to neet such needs. The evaluator believes that the approaches of Friends Outside; through its Sail visiting program, advocacy program, and'citizen.input are appropriate to help meet the.particular problems.noted.: =41TATIOAS ZiD CO::.STRALNT$ 1LOW. RVALUATIOH The following factors should be examined because.of their.possible influence an the course of the proposed evaluation plan:. AVAILABILITY AM A20RIBILITY OF SVAM&TIM-DATA This issue i^ important to raise.nor because of the vrosect's empbnsis ILI?= uniting record-':eeping.to a minUM+^... It has been found t1lat mush of the case histories has been destroyed end.the presont data . collection is not sufficient. In addition due to data.collection ia= sufficiencies in the previous year, thare is little.useful data for coaparison pur;+oses. . SSCIam OF stRT'.= OF B[:4WIM12 T.ore may be W:U1 cull-T in gaini;4.10fo—ation.from inmates.at. •. local Sail cnid state prisons due to security ra�tzi;-e:aonts; in eddition t::;::: ^_y b_ i tficulty in -.c c:sin;; families that utilized:F.O.: services 004'72 Pade 7 TO 1333i3% II,'TI_I.,Ullrey KIT, 3'4 LABILITY OF T :::;TI'•': The validity of any conclusions reccaed tLrouJh the analyAs of project records is de2andent.on the projects willingness and.ability.to record in- formation in a inaifo=2 fashion.and to.consistently record data. The evrluator realizes that providing services to project clients.must-cone. first. Iioti:ever accurate and uniform record "spin.- should:be,vietired as a met;iod to ivaure twat the results of services can be dateimined... This in turn allows the project to make informed decisions about its services. TL T OF DIVOLV34 T OF.PROTECT PERSONIIEL IN SVALUATIO?I:., :.. The cooperation of project staff:in. the evaluation pro..cess is critical for the success of the evaluation. Staff needs.to provide the evaluator wit-h their honest impressions anis feeliuV about theproject as well,.as about interpersonalielationships..ia order for the.evaluator.to accurately depict the project's performance: Staff must also be udlUrig.to implement record- keeping procedures. -•.. �oRx:Plrilr. Me following workplan outlines.a:tentative:idea of the stepa in the evaluation process: STw: 1. Preliminary Assessment of Evaluation Ca n6nents xov. 5,.1976 - rec.-:31. 197.6`'. 4.to.5.person/days. Tosrs to include: -Sdont Eying major issues in program identifying constraints upon evaluation -deter inlug stens in evaluation -initial irterviwes and conferences.with:project.. ". staff; O:C.T.P., �ariff's.Dea� ent nraperin3.8etailed evaluation desir. .. -develop zrelimin;�rq deaiwn of evaluatiaa.i�;tru- . mints determine data needed:and collection procedures 004+94 . I V,. C5 . STEP 2. Imulementation of Evalu^tion Dewic�n Jan: 1, 1977 - Feb. 15, 1977 4 person/days Tasks to include: -revision of evaluation.,instruments i.>aplementation of data collection procedures interviews with project staff modifp. evaluation.design if necessary -list preliminary finding regarding project :performance -prepare preliminary status report due 2/15/7? STEP 3. Assess Program Performance Feb. 16, 1977 April 30, 1977. . 8 person/days .Tasks to include: -distribution of questionnaires to volunteers, ... cririinal::jus Lice officials, board members -structured and semi structured nterviews:with jail inmates, families and volunteers :.. fua Cher interviews:with staff -observations of jail intervieti-ing, 'family meetings. ete.. initial analysis of.project perfoiie=6c preparation of second status.report, due April..30, 3.977 STEP 4. continue Evaluation Process May 1, 1977 - May- 311977 4'to 5 person/,days Tasks to include: -final data collection analysis and initial interpretation finalinterviews with 1key project staff` discussing initial finding and interaretations critical appraisal of any pertinent'areas not. being covered by evaluation .. TE, 5. Final Rsnort, Conclusions nd'Recommendatiok . June 1, 1977 - June 30, 1977 6 veason/days> '1':1;3::, to inclurW: -con.. z onof evaluation crocess. dsvelop_aent of a ecom mandattions 004'74 . Pe„e 4 Step 5 continued: presentation of findings 'to staff and'Board o£-Directors s uresentation of'renort to OX'J.P. June 30, 1977. Beforw, ,.he orese-i�ation'of the-finsl.report,; the eval'uator'interids'to fuUy discuss the conclusions afid recommendations vdth;project staff In order>that,marimum staff in t int atq the evaluion;can`be'achieved..-. r 4 4 K R F 7 � b i ... , ''f F Ya ft 'i't 5pll 3k- �-.' fff 4r�5 _ r 4 i • AIT40vaE:4r 0 CALIFOR- SIA COUNCIL ON CRilriili'+A jUS T,',, Standard Grant A- and Conditions A, SuOpeatee agnea dmi the iwids aerar@.d Mumma to'01a grant ewrd.eN'ba wad in aiordm=midi all the WWI SW ccsd:Ww set lar.tr is lav inamswrd by mteresru W jlf thlspaat awed(which ixh.des the dtk peg,alta apprbdmn fort a Want vAl:h is atudrd hum uA..shu C A end nude•peat bumf and:hew Stsvderd Grass Awad Cmagdormawdd-'m a.•taded Wrap esA=2d= rc 4 red msda s part hw=U-(21 make CCC{.FbW Aflatra Abomw4 as mended toes dm m dwmo vA"le hereby bamperaieC in these Grant CMASIMMW di ilwBab Sams Act IL 7pees t'r r lsMh awrdd puaunt to dn4lreat aware!will ba and to step ummt Ind mt 1a aupaienc f adz r_`—mme mide,available for gear odoraeewt perpssae.and to the extewt posdbk,vrill ka usd to Increase stcir lards. C. Buh rime arm ze male ameMba d p omwe ncl hose dew fadsia4 eases adrnsze rasonras ze meat the •.• tnttdiielg regslsr wens sgig in dr.Sale Screen Act In auogr komm,imide dee a:pCcabs regula0m and . mWilrmrmus of the liar Enbm n m Amb:amr A&V+inust.C..lnirainiftu daskuted MEAA'. D. adwanum terdsrdwdr that the sacral of this great in no may amurea or IepRas exu'lrrefmn of fursdng beTar4 wmtpnWktGpsdfnW*V=tauu$ &ploy in htl'crht pslajaet It do-proka iwa.mt lam k6ad and lapacmd Ir as ran bedvrith this pco: amerd wbbk fA days Am.the Cermnmaomnt date of*4 great award.do Sulpantas dill suhmita vxntm rstaurL as bur deem 10 days afar the v*zdaa of said Malay pend,to CCG irrd,ft dw steps taken to Wham dr projaa,do overmaster dor dolly and to expend smrtia9 dote. N tlse p moa is net hdlg opmft in aaradb nee orb.h the anms of finis peat mom midis 80 drys after the omamenQam a daze d the poli palsied,t .&ilirastee dmf wbmit a fix-1 a uafim.m7art,voWm lod-+ys — star the wrp:raden of said 10dty perkd,se.C=deserkirlg dr ddeV b probe implem/amdon,at vfirch time C[IW way ental the.project and iadiserilam flit great award fcrds.so other prone:aesos.The 0=. Mme twrcantd by'datt mom draooram.may ra9smst axo and tom ire LEAH Roga and Offim to,exceed do lumdo mwadon'claw of do preim past to 90dar Wssod. . if aryr sorts wpert b mt Gid mitb CCG br the$ubr m vdmaduk ids onset award dull he msei.»ted upon 10 days ex{ttws ersdee to dar peojaeffil mr.No aftafters of thin a perimbuill be panmd and m reprutswill be pormlad to be fled after dei pmkd hoseepbd. • S.Ewluarkn sof Mor Year Faladmg.11 dw pr4*p be mdsutd ander tldapam owned or wry porion thereof has been oma I camel with funds panted br.CCW err LEAA during dry plod prior p dm doze of dos gran: award,a lororal cah.mym of dw.lnoloct or aht'app*Me pmdos dram of for mr each pillar period must be p qmW end fried vA*0=1 no later'thm fA drys after do dem of this party mWeLThls ere:uatilai sausc be =1110%crx:••d_-tin,as:w CM Mad mem 10 wfidla cry tla=2 lnis wdedi vee coos.If m sheer evaNstion for add Wier pxiod h filed with CCW within 0 days afty Cie daze of Ws pastamard.LQ gnat au..rd S%Sl be twmilmW upon 10 days written,mice to do proyxt dkaeter. a eatammemm of slid BUrl pwiao wtll be tpaotd and m oulm%:ens mill 6e permitted so1K filed after saki pwio=has lx'^ed.{I s w�r..m a,rd:sz5o:n:or rSd prix y••:rd is 1d:9 rash CCCJ maty J s+!`l days blur tlis ibis sl iris Wrap:s.-md:the featae^m nhr I, .. .. A .. ^'Lt:J?:"1:..... f ..... :"111. :.r+e': :+s:: :.e.•r:r.:z:.o..xr.,�..f... :.r:_ :u.` .:q:.n: ::'a:lf C.: .........• • Ifis . out 11,4 reinutim is xtC ursl:try.u•Js Grant a:•rard"I be mesdc_:r.ao.•s 10dsyswlimn eo yrs sea::1? prayed:dereca r. 00476nee.WISH -- -- .. 4. Optatian Rspoets. •th'-s e-mr, as cd h. mad? upon aha exp-oil=.-c!'o.%.t! :._41von tQ A otter urns z.d c=W;;:outs ccnuir•ed thelia,that the Ss3',ramwe grill Y!)6t,;: d.3:a=CJ t:ra foRov ing rz;or;s: (A A quirtedy nt;cr+ C: tha aM:n*�ot+ of tAe pre-ct 'a.—99c h := fwny erper,diture of funds by the Subgran:ea whic.%rxcetds t!ta twat cC%:es_ima:e :o:::y eatery in:!h', :at a.•ra:d:r;15L o:no-re Of sj:d to:,l coat estimate.c.1-,an a-o at o!SS M"J.-hWia::r is less,v M le p-.rm$ted only after written appra•al of CCCJ. 11.Pro;ct Income.All interest earr-J on grant funds must ly accounted for and rad to CCCJ ur.:_ss the Sub;r_nte_is the State of Calilor43 0:an agrnC j thereof.All S:jw-zn:=:s:rust zecount 0:r all other pm;-ct income derived at any time,in who!c or in part,from tha use of grant fumes ar fro^s L:e eond-in of the err.: project,iaduding but not limited to sale of pttblieadons,royalties,registration fees,ar se:rice char;.s. A. Such other project income received by the Subgrantee prior to the terniaation of the great period of this Want award,including any extensrots thereof,shall: 11 be added to funds committed to the projeet,by CCCJ and the Su gran»e and rte used to further e-:;ibla progra a objectives;or 2) Le deduced from the total prosect cosi for the purpose of d_terminiag the ne:tests on which the federal shove of costs will W bard. H. .Such-other income received by the Subgrantee after the end of the Grant period of%h!s grant award. including any mansions thereof,shall: 1) be used to iurt:Lr eligible project objectives if possible,even thouSh fadtral funding for:he prolact has terminated.or 2) to the extent soclh other income is not used to further eligible proles objecti:-es and zh>_federal sham thereof exceeds 5200,be applied in such manner as may be ay ttJ u;.oa by—�e Ste•e a:Californ:a and the Subgrantee,and in such e%ant an appropriate reppresentative of the State of CsWo.nice awed of the Subgrantee shall meet and confer for the purpose of reachm;such an ag:ee-ent.In the absence of any other'specirie agr_ement behvten the State of California and the S b;rast;:,zny such amcuns of ptojer t.income shall be paid to the State of California.The federal share of all pro act income s:hall le computed on the same ratio as the federal share of the total prolectcost dewing the ccran:period Of this grant award. M Income from Other Sources.All incorre from other sources recefvad during the grant.period,such as contri!hutions,donations of funds atom otter grant programs,must he accounted for and repo.ed to CCCJ.No other federal funds pill he received or used for the portions of the prove.funded by CCCJ and the Sub;rantee must 6o certify, 13.Maintenance and Retention of Records A Records shat)be maintimad in an orderly manner and shall be available for audit purposes to CCCJ,LEAH, or the Comptroller General of the United States or their authorized representatives.Ssbgrantees shall protect secords adzquately against fire or other damage. 117 The Subgrantee shall retain such records as CCCJ shall reasonably tequire,in accordance with the CCG Fisatf Affairs Minuaf and such regulations as may N issued from time to time by CCCJ.3.cords rrts:be tetained for a period of at least three years.The retention period starts from—.a deet of the ssbmis:ion of the final erpand'tttae seporL This three-year retention pariod is clwlifiad a: foltoms: 1) records for nonexpendzWe property acquired writdh grant funds shall be retained for three .er its final disposition:21 when records are transferred to CCG,the three fear retenti"re-quite.:en,is rot app!ica§!a to'the Sul,rantae:3)records m6st be retained beyond the three-year period if an audit is i-h progress or the findings of a completed audit have not!sten resolved satisfactorily;if an rudit is eocap:e:ed and the findirrs sre resolved prior to the three-year paritd,records will be ietain.d until the and of the zh:za-year period.If the three-year period has passed and no radit has been initiated,the records wi!I y retatred in acro:dance Wath local lair-If local Imy requires a longer period of record retention,access to the raea:ds coal be ailo.:ad as art forth in subparagraph 13A.a'aoce•41 CCG or LEAH may retia-st tmmsfe.of c_:tain S: ;r.nw_ records to CCCJ or LEM custody fron the Subgsantee wrlhen it is deterraired that the records possess loup'4:rm retenion valve. 004'78 —3— Rcv,6115173 ........... ..tett..: tett. ....... _..... .... tett...•._._ ._..,....... tett... :.. ....._.. tett .. __tett. I • 1C. i nr%MiS44*%M Ae1w.. Vaal 1.awl r. tit .:.V•i.z it C-d".e 0::the 9.76.11.:. I-IV 01 012jf duffy Z• =Ais:.�.� rYr7-`Z'r.`M'7::i� W:31:1 have for Parpaw b: ::..f to awy bac%f. papas a.•si raao:rs�: :x S::'xrantr:,s-91 0*a r::-w n:3atc:a—.-vt=r s of=w Stab anal%con:ar..-d ,as provided in Section 51-1.9: t.'+*We S:r v A:..A w1-W.�.:s L%s O-U=.% :1a!=:Ad is all s resawn:s or • oaieer a::at>Prim for ieilalerasntut oa of dais projsex. IL Tufa is Aropntyt redir to Qroi+sttll accuGr:d in vAda or in W.vj*gap:r.1r6 eon rnF6 Ow Sub;rsm*. SAW.to d'wsonwat at the option of C=I Said opdoii thatr bit tnrcW-%dwia 1733 dr/s sitar do and a:On grant period or tumircuion of the pans by p:>nesg urduan ro to:tea Sa.'•peaaute 7r d in acrardanw with ha prawigan of dee CCCI Finers Af&irsMa aO and other reputations of t:rr'J:s•:'*raj;*amu extran dx aitr in the rite,dtainurraree,Protection and pramnation of all arh pr.*errr dt paW of pialict uIL 15r Oapyriba and Blow in Dam where actiwtias wpportad by his great poke suionh computer.prSanit. wrljv&&wind mcm&vp.pkm M arrro&c6oa%draraeniV or ohw goober opmand=and works a:aHyl f Maw=ban (the tared computer prOprarrie inch da e70 mt9ftCOC1 j1.'ier proe-w.i and wp;koitiiy data In vq, forwaL ha CCC.I and tha LEAA shill too d..6 right to ON.dJ;Cgv"did*w,is aftle or ed.pwL In,any e omar tar aW pwpase vdotsmvsr.add piugliorlsa 90 rsto da ta.It dw oxmiat is z6ba tj cofyif;hT.the SubWoroe teas coW4at each.but Ota COW and the LEM Ste'-lose a =F�!.and knmaceW lice-ow to raproduce.per6 and lite snh matsrists,tet whole or b�.�to redtorffe others a do zeal.Tie Subpww s'sail 6td>rde thisearw5d n in ax corrvaeLs of ewphymsns,ooastutuneCs aprasen t:s,anti eorivaetf.which vM be paid for in wbob w Is port out errant fW d:rAda asexafde by his pent aeeracd.' 17.Publications. C=and L VJ6%*A bass lbs right to r q*e due b raorea'ar It eontreeeors not to publidt, sled he Srtbplar.:as or In convactow thei=u upon shall raftsin frmaa -uq orfginat Meeh6 its,films or other c opyrigMtab:e material prwhic ed by ectivah s serowled by this great.arra-.(,sfettur a wv rWated or not. On mW be desaaxd by either do COU or the LEAH.Smh r%ft. s'isil b►exae by adtkassi�.tztettas riotir 1 to that e..ict ca dta'projact dire:_-tor and dna Subyeatm sa; to to.c wvadtar let itre case of a Pubilcation iwtim tram the ca MrMw-Sabre pubkMnp any uaaudais pod=d Irl srJri:es sorted by this • pant aswrd. the SA Vxaw or hs convenor soil nodity LEAA-tied CCG!W days ht advance of any such motion. N CCCJ and LEAA biz so extirdw the right to prah t p4lictcio.1 as set f:th above w>rihfn 69 . mays of am receipt of the notice•of boat to peihaft the S-Awaa:ee or 09 Ox ra--w eery pffish said aatwhL The Subpramaa or its eoevaetor dwU fnirtrbtn to COU 20 cows of tlsa raatrriafs so pubradwl.Any pobl'iptian br the Si antes or Its contractor anvil kichtdt aa.i1tu.'tihs vLp die faftika tandem dhcbIm,.r: The peparatson of too•notaiab vms thomdiaUr aided tlw&Vb a:edual Vara fwav dte Laws Enforear.w Mena Adaadmist.-atiorr and fila CAI==Council an Ciisdesal Julaw nailer ha C?asmbus Move Central and Uk St fab Act of 19Ii8i.as err+ Wk&The opinioft rmdnas,.ar d=.-Whas In sift G+btkaiion we those of . the ashler and are not mcne rihy thole of OCCJ or LEAA.CCO.-nowt aio*fs.;yfrea,non*xdudw.and - ftrerocab:e>:+•aiste tQ repanodua,i and trsr theta returiats,add to araitaii:a osl•.ars to do so." ' 1St Patna x tracts dwaiml or i wention asitia or h ddvndaped in tits coma or or n a rerAt of work parfornwd • under dint gramL the Sirboitma hall alder aha discovery or teno-dits to COOL The S:bgrsntau busby open hat deter vinatio m of dwhts to brrandam made ander this went AW be code by LEAA.or its duty authorized .._. ' np omdatim.tslro shall have the sols and wockuive porran to t'srse.rJtahsr or not seta%inn a patent ap tion slsouid be yilaif scd to dxtamina thin d�pasition of sfl rues fee rrh er lrr3o!ut irse&rdrg tido to end incase OMY.•s undw any p tait.aapfication or patent Web may isms*MMU Tha drerminados of flee LEAA. or In defy aetdtociaed represatiatim a117O bd accepted as final.In aim The S'..•'.rrasidee gMft and atttarwifb ieeopim tdiat the CCU acid the LEAA shall sa phs at feast an i nroocOk nonvi cholm,cad rayelty t.sg droner u practice and him.practiced,dwoni&a the world for gaiw a-sra 1 pwpvAm any!aCai on mWa in file cense of or talon this grant;The Sifteraes d=N erehede this co:e3tia b a.-awwadts of u6Vkr .nrvnr. eonaretattas aVeameam add eosvacm w'.+1dt will ba paid for b sd-.ase or b put.eat of Gaal fwmk fade ava0abhe by dit Vast awned.The fsidiW=taa In his hal report A'na'l idea ft my sends d.mowwy or kw@rttiori or shaft artily hat there nue no trach ba wakes or diseowias. 19.Aasurmioa of Oov*fiwm whit CK RIAU LwL . A. Thr Subpuaw harlby aswres that It will caly and rqT<erose on:err'i3rice Witt ea vaedors wAth root VI of dx Civil R154a Act of LSiit and ail :>imiream%bwp=af 3y Cr Pmrmr.to rads:of dh•,e DLTirtrajent of Justice MI,CPIs 421 ad the LEAH d uwcw or hand pcssa:>t to ew.lift:o dee anal thlat so p■rsosr:'1alh,on aha Gourds of ram.orad.color.s:x ar aajrtaf a.i-rrr•t u eaxth-....e±fru:++WrIldpation in.ba drnied the basmfis at.or b2 ohire:ise uddmwd to diaer'r•isr3::oa uneir ads r:>t$yard or under any p:*Ct. :ra;rmn.sr a.-thrity rgir-Ort:d by this!rant.11-e a%:::frd'eY:,; 1: 1.:„,:f: ..-it....... �.� .ai ei%.�ie..:•!i .e-�:.'r.•. .. ir..:.... ::f. •�-•.• ..:yy7.:..a � •:...•i .. IC:l:{5i�y•:ri3`iiAJ p1��r.eli tiC-ii V'If�2li ri1..�''Jn11;tyit LJ'dV `S'-'t'.: ••3'��My+.7t•'rs i3•rS:.ibel7r+?i�0?I r7 5:7::1 00479 —4— Rev.BAS473 pre-.We:,luvecer,that ra s::.t.reductial e:terr..ins:.a.: tt z:i',..,.t:e casts.:tea.:y itis.:e:: t:a`Suby- w.t_e to t;ta extent:hat Fedeni yraw fbn--',aro jr aT:!,:3 to CCC:r.Cr pay n:ns of s aids casts,t:o Rab'f:tr s'r3u.CI znv i Mt.be Incurred br CCCJ or tr/the Sate of C3'i'xr.;a under th:s grant a�nrd bayoad r wnms ava:laae for the Smsposes thereol. C. It,as s result at.the eoaduct of the protea pursuant to this grant Lard.C:"J by mvdt a final a4e..: reamtry demand for the retrain to 1'.from the SobsanIw a!:ay;^.:s am.r!::!by this 6ran4 CC—CJ may,in its sate dsctstrans rgfrrx to exmat subsewimprant a7ratds to the SutFan:et.x termkwe or discs ntirrum fund p"amts uedor this or any otter Stant award frena CCC.I to tiro man until the dwmsid Is satissell. 23LConflict of lotemt.No official or employes of a state or tmii of tow b,mv=int or of non•governmmt sna:x�ranttas:San P ?rote persdullY dna .+,+provat.disc rorai,recce saendaltod,the sendeft of ar!riee,`imrc aitoa;or othervviss in near Prommini.appitddam,request be rafter,or.other c1mrrdnatnon, ooatrma.Essar,cum.mntiovmy,orotMr`partiratat natter'm ral*h.LEA:.five Amused,withars to Itis . knmb4a he or his imransm fsravir p.Mir rs organization Dorris tasa s ps`.,fr:a;rwv in which.he is sewm;; as an otfax,drnxxr,irus:ee,por>~fr..or cs"at or any pairs-or ergsalia:!7=rocs whom he is netocia&9 or has any wrxWr+ntt cr--ndr;p Ro=.''e rrr'—oyrccnt,hn.a 6�adal intares,Cffic :s or empfoyatser state or focal unite of goverawAnt end�oiremnunt r j:wmmFrill roid trr;•rrdin.rdfich mists result In. or crease tht arewanee of:1)using his¢fiwt pasttion W.private gain;21 I fci,;;r:aftrimiat treitment to any person;31 losing com;dem backoprsdecrra or kp;ietia6ty?C)imkrir,an offs-wdeasba outside offiew ehanxls; or 6)altccft edwrsdy the confidence of tlu prrb6e in the intagri:y,of she rotes usant or of thq;pro;rarrt. 2a.Miniinal 14naltiaa The Safe Surstz Act:toAcIm in pat,as sono«Ked':7haacs eeabeaLs,eillhrfiymisappfias, orals or obtains by.Tri;d'any funds,ansate,orproperty vvlpdi we L`e eject os a went or corctr=or other form at assistance pwscam to this title,vxhether tersh-ed drectir or.i,'mLvctr :1te Administration,sh311 be toned not rete thin SMOW or knrbm)ed for ant more then fire yea';w..bat=h,Ul atver knowingly asci ntflTirny Tabifits naoaeeals or ez,aers up by trick,uheme or eavice.any isrt'.r:td fact fn,any application for ambiance sia•.nc nW pursuant to this tide or tn,any records raquired:a beriabuined pursuant to'this title shsu he subject to praseaction under cies prowWwm of Section 1001.of TideM.th*id.Starer Coda.Any lass m enforcmma pro;mm or prosect tmwvwitm%.In vvhob or h per:.by any ram.or=um or char form of assistance penrwao*to this title,vidatler received t5rectiy im'kmrm-.dy fro=Cm A*2k:r dmn;$W. I be rob a: to fir prorfsions oT Section 371 of Tula 113,United Stasis Cods.":.. : 25.Public Avdsbtlity of information.The Subjrcatee rind its contractors corp:y.v:i-dt the requirements of Sectioea 6259•G26D of the Government Cade of the Sate of Cal:farnia evd LEAA Guld-acme Manual U41 MIA relating to the arailsaiLty to the puhlic of idenGriabla records or char decr:m..trrs that ars Pertinent to the recuipt or expendture of Brant fwnds find the armilalt,'lity of records of_hs.vwm c!P:sreni%eoorrefls,Indudiro _ dsseotin g ra me er's vateL The Subgrantee:half comply with the vjSltc axns.3,iutp,to mwtkw requiament of LEAA Guideline istamral MfMI&The Sutigeaatea lain:kwiu.e b aay.cxrrea fav bit grant funds a condition reclufrkny the eonuaaor to rawly vvitb tare re irpa arts of that pmgs;.h_. r 211.Ctaaawumtbas EwApraent or Synems, if the grant project krvt,.vs.mrwn:aia,fons.aqui*mnt;or systems and.tlr:ra is a nerd for ase'6f iddr:iunsl redo frequence:beyond somas ourrardy:znzilabfe to the StrFgraater, its Subgranwo ewuiai C=that such re ra frequency support fs'eaulvle fond the&zbV,ounce imderstxrds that the gent for acqutsitioa of:fait equiMrient is eornrftionad on the SuS,Jr oiae arioz lr Sam or.shovring the svdW47ity of tM rneedad,fregtrency xh'►port-:. . 27.vulhts.and Unbvasity Spacial Coadit!on_do part of the fum!s;apprapcirr urJer thio grant esmd shall be used,to provide a loon,o grant.tint saner ot;or.any re4>;eieratiar bfe:seer to inirbm iduaf aPOYing fox v dmissiw%attenitr3,-empfo}'ed by.terehing at m.,ttoi 4 rtiearch at is kizitn.:Bxi at hioar edocotiba:a!w has crivased in cwWuet am or after Aup"t i,1OWithiels invo:vis ths use of Wr for us:suxe of others in he use of) force or the threat of facet of the xirure of propiry'mear the eaet.ds os.an titsdtution o!hi-,%3r eduratwn,to esquire or prevent the arar7aSi6ty of certain eurruculrca;or to,Frs.m=the faculty,v:L- Mm:jL& otfnca:s or students in.such insthmion from rnsagirr3 in their ciutias or pwsr'a,&%--u sp�ss m:ani-LgisStu:icn. 28_Technirsim and Egaryn nt-fools, It if4s grant sward dells vvida.mr.eq'ptament er L+c cfans3imiJar in-attire and function to 11-020av3ibb'e in say;,oa1s of sxh eq i-resat.@:trncrCdrs.evistk;in the;Detsartreat of Justice of 0.^Stitt,rd Calitxnu.Oe apes whence w Fw ale to.fu!p;ni:7.40 rnr ii cf l rials. p. QM81 —6— 'llov.6115173 Tl--tide,tkl cnw.wal of Past E f--.ds and fila io po;r.,-.y nzy rz--ze trans.largri;d to J,:Nat- PUIit-Tr.-k!,-.2 or who.visa,ftT.-A lhouSh lb:it m3v be Ln;figze ka t—.-in:1m.rem.-ion r.'?art r- al.'*:.% Inc.urfing%he purchase of senrices and Past E funds and F12purf sus..rv:be diverted w other:han correctional U2L 8. SA.Vrantirnof Put lands assure ftt paswrinel staneards;and promacis of the instistudo"and hzili:;es will reflect z&anced prmdceL M To Lwara that Subscanters we ensagins in proKu and pnsrzas to impirm-a the recruitlh;i,orpnizz:bri, turiniml and tOwcation 9: ;wsannst a.-VoVtd in correctional act;widirs,kcudin;;thase,of prow-dan, parole and rehdrilita0a:%the fq:krain-,mini-sum reitu'vem--rit Shelf be Fret in Net E Srants:III At Was-Ea haws rac.-jit tri sh-g.at earry into L%jtv or during the first year of tespire,for b*:h gave,conractio-3ar ofaveirs,probation and pasta officers.acid M At least 20 b=6 of isi-saMca or rafreshei treinhia per veer for all such correctional personnel with=wa,than one year of tervare. 31X raratil s.for COMPUIC&SIS SYMMIL It NEW portion of this grant involves the irsubliftneent.mears.enance or Mr.-ifing of a cc.-n;rwerize syswnv.the Subgranta a3reasz A.*To ensure*at ad6tPate Prodions are nwJe for system security,the,pro ireian of privacy and the 1=rar.-- of intercity and accurraw.of data collection.Within S-41 dais of receipt of wwwd,the Subgrantee jhAs to CCCJ iu p1w,for insurring the sectes"Yofinformer rat arabraina-dirt the system and assuranc-ri;=avkf--q for m-isidera-siM of the ri bs of pe-vacy.The Project Search To:hM=;Report No. 2(Sacue&tya-dPAadyComidcr dons in Criminal History Infocinafion S-pte.asishall be used as a & To coordinate developirrient of the pro prrcn.twi!h any.co-ap3tWe multistate afflor:to sacum the benefits of exchange of dati and.0ve'use of stadvil nrImirting formats and de:L•ri far.to.er-'un�the bomfits and Potantials of its i.0.0two-ion Systems;fadlhift ad provide needed interface r.i;h Mrti=l Criminal im-ice Information Systems. C. That all CMW.3t:Z software produced under this rant Will be made availlable to LEA for transfer to .authorized users in th4 crim Inal W.1w Community without cam athew than do.directly ass-oci.azed vijzh the traimler.Systems vAN b3 documented in sufficietat cletait to anable a crnroprxat dela Processing Stal".to afti:dw syv.m. or portions gun-af.to nap on 2 comp;r.n of limit size and c ra on.a, -r manufacturer. D. To pwd& a carVale can of docurnanudiva to the-PAMIS-19 Regional Office (wiress the RC$0-121 Acirni.iistrator of that office has uWad this requirement)and a complete copy to the Syrquas Oevrjopr.ent Dhg;on. Office of Cric3in3l Justice.Assistance. Law Erdarcem.-ist. Assistance Ad:6,nistra6wi. - '11 ive System n. ructions.User Documentat1=3 vA Jude but not he limited - tem Ocscripia, opgraft Inst' Instructions.Psojram Maintenance lnsUuct;oiw.input tax ms,file citscripSium.report,fornsts,pro;ram listings and flat.dcut,far the systemand.programs. E. That whenever po;sible,all aWficatan programs will'be miritzen in ANS COBOL in order that they may is translerred rcad'ily to another authaetud user. Offiere the nature of the talk lacphres a scientific 1weWarruning ANS FORTBAN may be used. F. To avail itself,to the M.-Amism extort praclicable,of computersaftwares.1ready.prod-umd.and-awashible without charge and to insure that irtalamble effort is extendedin this area.LEAA publications cad Regional SV-veins Specialist shatild be consulted. 31.More Air Act ViPlatims. In attWdXW--With the provisions ri:the Christ Air Act,42 CJS C-ISS-7,us.s-,Q-as avini,rided by P.L.91-C-04;zad Evenwive Order 11W- 2.the Subglawbae a-,reel con sass=P;not.be made with laird-ts convicted of lay olftnw under the Own Air Act. 32.Me W AT.Planes and lftlicorttss.Airplanas and helicopters 1.%wdwM in%ho-'t or);'part,%-Azlk;rant funds rauv he v-ul for r.jmv D-r; mv.-P hi,this srm:avard and aur not be-iswil'or no.-I.Ir.-Icnfoice-mn" t*-,, .00482 ` 33.Edu=3tScna: :ut.00 Tilt cubvant" asauas lhJt an p:r:,rn sus::,.a:`.±5_,•': ° -174 pJaitipn:i.;a in,:.'L'-:.^.F:d:`e b:R!:ia o:,p h: "• • ='t e.:dtm Pl :font 942.4cMd:�t:ief.-:.:2;;.Z'.::IJf any ezh ra.,' o poe,^,rjo of t:`ity funded in s::aie er ii;art in cmoraares.v.LL3 this yrs-- n a--3,d s;_==esice?iron of tits c,�alifi a wRs se: otti in TW!1X,Sectim--1501(sl of P.L.D2.31C. 39 Identific:l4on of'Source.of Mattrial.All:puh:islyd ma:x:af.;R'err:-n rext5 si�� $•xdx ihi:gr3ni award or,in eenYsar.,an stiith,contracts under ttis.grant amrd ms,:t+Crr� fo,.!d at ualass o 6mmse;W-cisctlty,provided m thiS534 rgesrd tgrae.ett""is ,:a 3l no zr S naiC/deietoprJ is int3uded in iimpor[•or qL'►* psblishtd rca riat the source of sr—}zs2ra!r r3'.to id ru`Yd;-This ideatiffcation may tie m the lw�V of the ieport or,hy`oD nota:Tlus pfo isrmt a ap;;_rn3 a:s'ien,lte na'.etial is im a verbatr,n or en:trurfs paraphrase forsaat 35.Notscm All +niter notices. pausuant 10 1 S grant award SbA:he Sr R hY addrearc a zit sanete az foGovn and depositing the same in tfse 11 S mad,pasta5e prepaid CCG Robert H Lawsan ExecUd"t Director CaGtorma Carnal ori Cruts a Justice 7171 Bovili ig Drtn. .. &'a?nsnto..California.! i Suhgraiitee: To tha Subgrrarstee namttt on the face sheat h-80 at ti`e a�'s�s statsC'ierem.::, Pro,'eet. Dxector.. lo the p,o eel dmxtx rtalaed on'thetares sheat hereof'"at the„t•�r ess sta+_Ff.h rnri s,ntess aru.rn s ee of any diartg3 thertsin.has t>°ete rtrrird,iroas- e 5u5yrmt-e,prior.to_the:im= -aid,noace is to be grcrn;.m which Cwnt said mike.shalt fx:salt;in accoidance with said Written.G, *icLiing herein mntaroed shatlpeectude the grorng o any sro:ice b, personal s!r iCt Tare zrtdrers to v hick :x[irs sMtl be mailed as sat forth above toerther patty mw be..rlltaa5ad trf ivrr,_it iw5ce an.6ysach patty i t the manner set fovth:above SO.Arleodtaentx No.alteranon or:varMon.ol thitenns of this grant ward 'uli he valid unressmade in writing andsign- !r/CCC[and.ht Su',Yaniee,and no Oral undustarng or Vz-ffmnt cdt'lncotpoiated hafein shial be.binding on either CCCJ or.the Subyantee J , }� x i 4kP . y. r „c� X!, G *e, '..r's. �i',.s •n^ v`Sj"'� -Llc 'kyc�,�'- . ��,� .�, a��,�. �•�.�S � x� ��k,� ,��`a�,.yds' ' t: J'Ey N l 7. f —8— •R' "3 5PEC!AL CC ZDITIORS' I_.'The Contractor agrees`ta cosily with all provision`s of,the' Standard Gran t,fi,ard Conditions, Attach.:ent B (Contractor referred to as "subgrantee 1), vttache hereto, "wh9ch is incorporated herein by ' reference.- Al i'condi;icras ccntained In the Standard.`(rant,A+rard Conditions shall supersede the General Conditions or Paynant`Provisions which are in ccafiici therewith 2. The Contractor shalt °provide,a policy or poticies of comprehensive ,liability insurance; including'coyaraga for awned and non owned autotmbiies, naming tha tounty and its officers and.'enployees as additional insureds, With a ininimu�t cr—zbined single-knit coverzca of. S306,000 for all damages because, of bpdily 7 injury, sicknass or disease, or death to any person:and damage to or destruction of property, including the loss of use'ti+ereof, .aris ng.froneach-a6cideht or occurrence. This special condition expressly svpersedzs r--neral.Condition 19. e: F 't 1 �x ! - Q { { * t 00484 �ia�6� �rr8?tiuey ( 1 In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Approving and Authorizing Transfer of Available County Service Area R-4 Funds to the Moraga Park and Recreation Authority. On the recommendation of the Public Works Director, transfer of available County Service Area R-4 funds to the Authority is-hereby APPROVED; and The County Auditor is AUTHORIZED to draw a warrant in the amount of $12,381.34 from County Service Area R-4 funds payable to the Moraga Park and Recreation Authority. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori 9: Public Works (B&S) Witness my hand and the Seal of the Board of ervisors cc: Horaga Park & Rec. Authority Su p Tone of Moraga affixed this 28th day of June 1977 Public Works County Administrator J. R. OLSSON, Clerk Auditor-Controller Director of Planning By / Deputy Clerk Jean I-mw4r, 00485 H-21 W6 lim f 1 :.1 C) el l.1 In tlzs Board of Suoervisors L) Or - r or r.e..,:�... ,t','rqM'.ol: ctwi--TACC-TM Contra Costa County, State of California F..r.,t,t'C:,.FG...L SFEC.PnBI. PUmS S.,uS DEPT_ RECORDS 3ECTlD9 Jnne >4 197L REGO-uzu AT n,EQuES-I a-7 M the Matter of CO:-'GiA COSTA CtiUW. lU1_-81 77 Approving Deferred Improveaen[ AgreementforSubdivision MS 201-76, G01:4P� Oakley area. - - !•. '3 -G�! OFFL ' The Public Works Director is AU'IFARIZED to execute a Deferred Improvement ,Agreement with PAUL F_ KEEM]B. at al, permittingthe deferment'of construction of permanent improvements required as a condition of approval for Subdivision MS 201-76, Oakley area. PASSED by the Board an June 28, 1977. - � rr hereby cer54y that the foregoing is a true and correct copy of on order entered an the minutes of said Beard of Supervisors on the date efor_said. Wirtess my hand and the Seal of the aoard of Originating Department: M (LD) Supervisors cc- order {•.•!a F '_'.) oSaer;his 28 day of_p.^ 19 77 Public Vozks _cto: Direccor o` ?_:ening County Assessor J. P. OLSSON. Clerk Paul F. Keeney By , > Deputy Clerk Route 1. Sox 228 39 Wk1 Ca 93561 '` - 5�RFFtXEE1 00483 .. 'xaaa:'+M11sFl4#bif VM AM 00485 4Jk lir.uraed at the request of: ,.�=t • CONT A Cos£A Comes z Cn.R ids. .. . This box for exclusive.use of Recorder DEFERRED MPRORERM A(,REEHEXT (Projotic_Sob IIS 201-76 ) 1. PARTLES. Effective an June 2�8 41977 tho-Canty of Contra Costa, haratnaftor referred to as "County":wJ /PAUL I% bEBEY, JR. and=CIMMRIBE KEENEY hereinafter referred to as.."Owase,mutually agree and promise as follows: 2. ns PURPOSE. Owner desires to develop the property he owas dencribad in Exhibit "Wer—attached hereto and wishes to darer construction or pecmwtenc improvements. and County agrees to such deferment if Owner constructs improvements as herein promised. ]. AMEQIENT BINDING aT SUCCESSORS IN MEREST. This agreement is an Instrument offbtr.lag Lite CLIP or possession or the rualpproperty described in Eadtlbit "A". All the turas, covenants and conditions harem imposed shall be binding upon and Laura to the bctt,•'Lt of thu successors in ia:urest of Oithcr. Upon Chu sale or division of:,tite property =e lbad in Exbibit "A" the terms of this agreement shall apply separately to eaueh parcel, mad the owner of each parcel shall succeed to theobligations imposed on Owner by this agreement. Upon annexation to.May City. Owner shall, fulfill all. the Lerma of this age- ment upon demand by such city as though Amer bad contracted with such city originally:' _Ady anaemina city shall have all Lhe rights of.a third party beneficiary. 4. STREET AND DRAINACE•LLiPROYElEIirS. . A. The improvoancs set forth in this section may be deferred by Owner and shaLL be constructed%hen required In the smaller set forth In this agrcesent. The A.-furred inprovu:ents required by.County Department of Public Norks ace generally dcscriS.•d an Exhibit "B"attached hereto. - • B. When the County Public Works Mercator determines chat there is no further reaaan to defer construction or the Improvements haeause their construcclon is necessary for the pelt2ic health and safety andlu-r a necessary prerequisite to Lila orderly development of the surrounding area, he whaLI-notify Owner in writing to cosarnce chelr installation a"d construction. Tito notice shall be mati d to the avrrent owner or teeters of the land as shown on the Indult adapted Cou Ly Assesem0.•nt roll. 760 a..tLCe shall describe the work to Na done by owners, the Lima wLthln albedo Lhe work shall commence and th8 time within whici: V_ work shall by completed. ALL or any portion of said improv.•x-eacs nay ba r..•quired at a v;.. :if ied tine. f-.clt ou ter sht:el L parthcipaty on a pro rata babl:. in the antic of ehc ie,ttevcTu-nts to be itu calLad. If Owner is obtteated ro pay a pro rats blare of a cost of of a facility provide.1 by others, the notice shall include the anount to be paid and the ti=e when pay= nt rust Ice made. 5. PFuraR:L see OF_ lE wici:. Ota-c sbatt perform. vii work a::c aa'::v rI:e nay.;.,-•nes requirud-"Y f:.teaiiy as set rorch-h"r.•In or as modified by the Board of Supe-rvisors. Owner shall case plane and specifications for the icpruvcuuts to by prup:tred by competent per.—I., legally gea!lfird to eh• Lite w.ric nuJ to o-uh:aL ::aid Lz;.rinnment plans and spvcifiea- tiona fur approval prier to C"CC•nccmlut of the: tvrk described !a Lhe notice ;:ad 487 County faspL•c- •� Wii{1 Hoard ardor a•,a�: F tioa3 fecs. Tlac wart shall be done in aceurd.mcc with County standards in effect at the time improke2ent glans are submitted For approval. Owncr ap;res to co.—weace and complete the work within the time specified:in the notice given by the Director of Public ::orks arc! to serif. the County at least 63 hoe s prior to star_ of work. in t'rc event Owner fair to construct any improvements required under this agreement, Count,- may, at its ! opt ion, d.: th:: wori: and collect all the costs from Owner. If County sues to'co:apcl Tpa•rrorx+sice of this agreement or recover the cost of completing; the isp:oveneats, Owner sh.:il i.ay all reasonable attorneys' fees. costs of suit, and all other expenses of litigation incurred by County in comae tion therewith. .Permission to enter onto the property of Owner is granted to County or its.contractor as may be necessary to construct such improvements. 6.. 3OlNT COON.-ANTI4T: PLAN. Owner agrees to cooperate upon notice by County with other property owners, the County, and other public agencies to provide.the.improve- mcuts set forth herein under a joint cooperative plan including the formation of a local improvement district, if this method is feasible to secure the installation and constructic of the improvements. 7. REVIEW QF ItF�1U1RDIU S. If Owner disagrees with the regttiremcnts set forth in any notice La commouco installation of improvements he shall, within 30 days of the date tine notice a-as sailed, request a review of the requirements by the Board of Supekvisc- of County. The decision of this Board shall be binding upon both County and 0wner. 8. ACCGPneg OF IIIPl;a6T?if-,m. County agrees to accept those improvements specified-in taluihit "S"which are constructed and completed in accordance with County standards and requirements and are installed within rights of way or easements dedicated and accepted by resolution of-tile Board of Supervisors. Owner agrees to provide any necessary temporary drainage facilities, access road or other requir:•d improvements, to assume responsibility for-tile proper functioning thereof, to submit plans to the appropriate County agency for Tevi.ex, if required, and to maintain said improvements and fzcilities in a manner which will preclude any hazard to life or health or damage to adjoining property. 9. MIMS. Prior to approval of improvement plans by the County, Owner ray be required to execute and deliver to the County a faithful performance bond and a labor and materials bond in an amount and'form acceptable to County to be released by rho Board of Supervisors in whole or in part upon completion of the work required and payment of all persons furnishing labor and materials in the performance of the work. 10, INSIAZANCE. Owner shall maintain, or shall raquiro any-contractor engaged to perform the work to maintain, at all times during the performance of the work called for herein, a separate policy of insurance in a form and amount acceptable to County. 11. l8lttiARTY. The Owner shall assuar the defense and indemnify and save harmless the Comaty,its officers, agents :said employees, from every expense, liability or payment by reason of injury (including death) to persons or damage to property suffered thrauCh any act or omission, including; Passive negligence or act of negligence, or both, uC the Developer. his employees, ag;cnrs. contractors, subcontractors, or anyone directly or indirectly e,1uy-..' by either og' the.•-+. or arising in any war frr..a the work called for by this ag;reemcut, oa any part of the premises, including;-those matters arising out of p the deferment oi- pera.uucnt drainage fa,i1itins or the adequzey, safety, use or nonuse of tuwilvrarp draina_e facilities, the perfa•ca.uace or nonper£orua-ze of the u srk. This. pruvision shall not be deemed to rcyuire the Oxncr to inderinify the County against the -2- 00488 a ..... ............. r NO U . �a D PnCs ;ability rur c.:ae};c ari%wit. fro© the cola -•egliganee Ur Wilful mi::runden•t of tlmr CtSenL-.• rr Us agents, servaut:c• or iudelw•nde:ut contrncturss wliu are directly rypurtsiultj to't:ec CoutiLy. Ltk'9Ty m CuNm% Cu5'fA VF.M.0S I.. CI.M. Public Works Director eene —'� -� Catherine ney' -RECOMENDLLO FOR �APPROVAL: ` S iJ A �= - sxm: 171is �i,cuaient is be :icknowledged rie`alir Public ' tits Director with signatures as they appear on deed o. Lith. FORM APPROVED: .IOIIN U. CLAUSFt. County Counsel STATE OF CALLICORIti'IA l ij�l ow . tke pear art t&ssreaS niM kandred aad."�.�_.Iy A'aft y PabGie in mut jar rke . .CerWs of G.L:��: �.:i�- ,Stale of Ceti/oruort residuy etrfr ia..arif:nerd muimen.,/rrm.oi77 alP�rd— 'z7 ei�f^ f�a��t::. ?r`:C(AF.cSAL AL C, l,& tit- jf i•= �` s ►Ic'r tide - ^.:t'-.. a a lres+.to ewe to be Me tke ar.:kiee in:lrsew" _ •• :'•'~'-Ctr t9 11st wr3acimesfrdged W me ff�st.�ie`.LeretsNd tkeaswa ��� �-��.�`'."ati.''v• /S FP/7'sVFSS FP/IEREOF!!me kerrnwfo rK agg timed and abased ney a�irial n tt i+tkrv__ C+map of [cr.4 t•a CA°� iedit aad ear it:' - tr-rli�ew•r(rrtsbot�eett•.iUeti s _— lewwY YuSLc is acd(er thr tiw.t,wr !fir T/ti ler;Tia i- e una ury Lc rw•r.e.ao.oas-AtLwtikdsaM-Gsav+L eireis.� + —__.... e. � 0,0489 EXHIBIT np•,. S All that land being shown as Parcels "A" and "B" on.Parcel Map filed: :' -VA N.y_�_ 19�� in Boos:j�of ?arCel !laps'aC Page�l�S, Contra Costaunty Records. ' 44 7 1 • Y N :fir - �2F h S S F k V". Yp�?4ry f 03490 30Cd 313[ PACE/3 EXHIBIT"B" Subdivision MS 201-76 �I.` Improvements required by Contra Costa County Public i+orks Department along the frontage of Parcel 034-070-033 as described in S.-hibit A". Approximately 9600 square feet of street paving as follows: 4800 square feet within the dedicated area adjacent to the southerly property line and 4800 square feet withia the dedicated area adjacent to the northerly.property line. 2. Necessary longitudinal drainage. 3. Temporary conforms for paving and drainage as may be necessary at the time of construction. 4. Utility distribution services shall be installed underground. II. Relocation of Utilities Any necessary relocation of utility facilities shall be the responsibility of the owner or his agent. • III) County's Responsibility A County fureished engineering will consist of preliminary design and stablis:veat of street grades and drainage and one staking of edge of pavement grade. Any replacement of stakes will be at the expense of the owner. The construction of the above deferred improvements shall begin as outlined in Item 43 of the Agreement whey any of the following occur: 1. Kay Avenue or the futureplanned road along the northerly property line is constructed'to its ultimate planned width by the County or by an Assessment District. 2. Frontage improvements.are constructed adjacent to the subject property_ ENO OF OOMMENT 00491 I `JUL-61917 91854 aDDK8406 Pad 74 • - � ? In the Board of Supervisors of Contra Costa County,. State of California Rlaww A the Recent at CMRRA C094 awn ANetn b:PRK PUIM.6 SPEC•ML PUBLIC%mm DER. T„„> 7R 19 7 JE%ms artCUON c NWRBTD AT BEQUEST Q'; In the Matter of - _ Ca-RA COSTA COUNTY Approving Deferred Annexation Agreement for Subdivision)U!!:!6 ,AUL-6197T Oakley area. AT �Cu cK M.. COMPA COST::COUNT':PZCORO: I IL OLSSON cou"Ry.RECOMMM h'”OF L. , She Public Works Director is AUTHOBIM to execute a'Deferred Annexation Agreement with PAWL P.REEKEY JR.-et al, providing for annexation to any future drainage area formed in the area of Subdivision HS 201-76, required as a condition of approval for Subdivision HS 201-76, Oakley area. PASSED by the Board an June 28, 1977. _ 1 hereby certify that the foregoing is a true and correct copy of an order entered an the rnivetes of said Board of Supervisors on the date aforesaid. 'nen my hand and the Sed of the Board of Criviat"..> Department: PW (IJ)) W Supenlsors I cc: rd:c (via P.W.) atfixed this s_day of uae . 19 yZ PuS:ic Wuc;cs Director Dix:ttor of Planning J. R. OLSSON,Clerk Creasy Assessor Pact F. Zeeney By, f Deputy Clerk Roue 1, sox 228 3B imL.PARlat Oakley, CA 94561 l),i492 H•23 iff.0. J ` • 5m 8406 FACE 1 J DEFERRED ANNLUTION AGREEMENT Subdivision: TLS 201-76 Owners: /Paul F. Keeney and/Catherine Road j'IY .4�:F,�[�f Keeney .� Co.Rd.No. _ Effective Date:dune 28. 1977 M.a F:%_2c f-7ti� Axessars Ho' 1. PARTIES S DATE. Effective on the above date, the/County of Contra Costa, California, hereinafter called "County", and the above named Owner, mutually promise and agree as follows, concerning this subdivision: 2. ANNEXATION: Owners shall submit to the annexation the entire subdivision, which is more particularly described in Exhibit "A", attached hereto and incorporated herein by this reference to any future drainage area formed in the area. 3. SUBDIVIDER COOPERATION. Subdivider shall cooperate fully in the, accomplishment of said annexation or the formation of any future Drainage Area which includes in its purpose the construction of the above described drainage improvements. 4. COMPLETION DATE: Annexation shall be initiated within one year from the date said drainage area is formed. 5. AGREEMENT BINDING ON SUCCESSORS IN INTEREST: This agreement is an instrument affecting the title or possession of the real property described in Exhibit "A". All the terms, covenants and conditions herein'imposed shall be binding upon and inure to the benefit of the successors in interest of Owners. Upon the sale or division of the property described in Exhibit "A" the terms of this agreement shall apply separately to each parcel, and the owner of each parcel shall succeed to the obligations imposed on Owners by this agreement. Upon annexation to any city, Owners or their successors in interest shall fulfill all the terms of this agreement upon demand by such city as though Owners had contracted with such city originally. Any annexing city shall have the rights of a third party beneficiary. 6. RECORDED MAP: In consideration hereof, County shall allow Owners to file and record the Parcel Map for said Subdivision. CONTRA COSTA COUNTY OWNERS (see note below) Vernon L. Cline Public Works Direct i Paul F. Keeney Deputy Catherine Keeney RECOMMENDED FOR APPROVAL �y Assistant Publ Works Director 00493 FORM APPROVED: JOHN B. CLAUSEN, Note to Owners: Execute acknowledgment County Counsel form below. Microfilmed with board order STATE OF CALIFORNIA � any'D�fI[+ ?��176 X tJ 06 J County Pf--..'"..•-.._ .,.._W t�..�.�1 ( -} 6n=bit._..e_ _......--4Y o7»--���'�__.._...�in the yror our th—f.u:d nin;hundred Notary Pudti.in and for S,Ywi,of Caaliifarnio,rr.,idvm fhrrprin, y-nt,�„�,.�.�„� duty rowmit:imtrd Pxd.norn,frrroewtty arp.urrd.._J''"t"L-._...P...�>��..l�r..�_y.".�.!1.. OFFICIAL SEAL MUCH jamurs. a:�. NPURy Pu11C.U11tPMnIA N ,•_-.....�._' �r++ ..._..._J..I�� _».._. _..__...__..._.._�_ cc N.RA CDSFA PUUNFY K F+ore to mr to Zr the irrson}_srkilsr wmr.._in�.....eubserihrd to the within instrument YrL,b nn RA CWTw oee 91 ISM ,i I .YAr'�V.Asiaeu_�v,»�ti.S:.7.a�lR oral Prnnamlydyrd to—ttmi..17. rrrcutrd the tum,. 7N FYITNESS of IEI MF hoot hrmmm set my hoed..d a,5xed any,frdal s,.I aunly of-- --Ar day and year in this r rrreifru:.-firrt P6orrm.iu n �_ ^.-�_„�.."`�• N.—Y PWue in aad Lar the— Cp—y $tslcgf{1nLoru+; '"` y.tt!;.:sc� g 1,,A� ^��' � +p'd°l,•�y'�^.�ht+� �"k«j a .E .. .F.•SC.F+tw4^�urc�'E'�:/'-i'r�'�'y.�sSi'.;.r�w�'.K�i�,7'fr>:r'�''3��sui.;f�"�. '.L`."ao'Y�!i, +�J. 7.X. `G�� � ��3 }f. 'E''l W a1. 4"`>' �.1.'bi+°'�i'cq�nt, �a}4�',�� `!s,"7y}.yeY�"a7:s'�C''`.+:...w Yhv:.T'rF ��:T+y'•+' .y��.a at•va+rr ..e .....r Y,.. {.. 's.',..�i�sa:. .Y:.!ar?SMtc' .s r{�:1.�&rM'3•�` r• W:5� -te7#-' saz, }a"K r-Lr j,, xe+ .c ' 'Y ✓'--1* �i.*1 "y"�!Ll,r'�F t�... ...5+ .i,r<• rt-.^'..X,rsr,:,�„��e�..+�'y,s'"";'•�., v�,'�`�'L4#`T`s�„r�-�o"+'„+.r r` `r. 4 t , �`• e ' `•. y' F�t c^ell:-:'. I x. � 4J -•M a. ••t ♦�-r � .." "; A + 1 Asn.;i '. .. •i f .., f ;.'�*�� .. a �.."F.:tw.e. ,zVt:.9�e4`4,�.'.��T`++v�n+ivud!yeeR•"..a'�..-"•y�'- -ti`iA�l`,6`'- . _ `stir'"a¢M4eeli.�fi��S+"'�",��''�k�'SCt' '�"` 00494 y - v, -tu .r.N�.:'' •a��.,�, ��,+;r""a?�r.,rry,��tL?c�"'�'"twYtxry�•�A*,�5uE±l::irti�^,^��.i'tiT+t�'"+'�.'�"�+'�Mr'! '"�.�Q'v l s.4.t ��.-"•�P; ,r.. y ii' '�. ter,.�..�, _ _. - '.'M a[IBIT "A!' All that land being shown as:Parcels V' and "B"on Parcel Map filed ,. , `Tc! 1_04 :(i 19 ']:1in Book ��j ,_S�of Parcel Maps at PageContra Costa County Records. t, Y `Y' ENO OF OOCUr4 3, w r vz k r n 1 � 1 � o-a 00495 JUL-111977 4203 am 8412 PASE36` xemae rat IR COST& DI 1n the Board of Supervisors txa toss tontirr 13 Ret—to:PRDC.PLAR.S SPEC.PROF. Of PUBLIC WOO DEPL RECOROSECIIOH Contra Costa County, State of California $ 's June 28 197L -- In the Matter of Approving Deferred Improvement Agreement for Subdivision MS 198-76, Alamo area. The Public Warts Director is AUTHORIZED to execute a'Deferred Improvement Agreement with ELAXhE A. GRAY, et al, permitting the deferment of construction of permanent improvements required as a coadition of approval for Subdivision tt5 198-76, Alamo area. PASSED by.the Board on June.28, 1977. MDED AT RMUEST QA CC!W.A Co.M COUMu JUL S VW. AT COK.6 COSTA CC1TY RECORM 1. R.0!S50P1 JOFFL+. . I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: PW (LD) VYitness my hand and the Seat of the Board of � �r Supervisors CC, record.- (via P.L'.} affixed#his 28 day of dune 1977 Public Works Director Director of Planning J. R. OLSSOV, Clerk County Assessoc Elaine GrayByt�Ger �J�t .Deputy Clerk 351 Livorna Heights Road !/// JautLfABf^r Alamo, CA 94507 SEAL AFFlXt4 00493 Rl ;r_)r_led*at the request o' aoB8 �2 eacE3%0 Q-tifuA COSTA C011r111f This box for exclusive use of Recorder. M - DEFERRED I14PROVE1,1EN7'AGREEMENT 71 (Project: Subdivision HS 198-7b1oRI t:a_ Effective on June 28, 1977 , the County of Contra Costa, hereinafter referred to as "County" and 'ELAINE A. CRAY and'BEVF.RLEY M. sirtFRT.TM hereinafter referred to as "Owner" mutually agree and promise as follows: 2. PURPOSE. Owner desires to develop the property he owns as described in Exhibit "A" attach:•d hereto and wishes to defer construction of permanent improvements, and County agrees to such deferment if Owner constructs improvements as herein promised. - 3. AGRF.F10% BINDING ON SUCCESSORS IN INTEREST. This agreement is an instrument affecting the title or possession of the real property described in Exhibit "A". All the terms, covenants and conditions herein imposed shall be binding upon and inure to the benefit of the successors in interest of owner. Upon the sale or division of the property described in Exhibit "A" the terns of this agreement shall apply separately to each parcel, and the owner of each parcel shall succeed to the obligations imposed on Owner by this agreement. Upon annexation to any City, Owner shall fulfill all the terms of this agree- ment upon demand by such city as though Owner had contracted with such city originally. Any annexing city shall have all the rights of a third party beneficiary. 4. STRE1.'T AND DRAINAGE INPROV011INTS. A. The improvements set forth in this section may be deferred by Owner and shall be constructed when required in the manner set forth in this agreement. The deferred improvements required by County Department of Public [forks are generally described on Exhibit "B" attached hereto. B. When the County Public 11orks Director determines that there is no further reason to defer construction of the improvements, he shall notify Owner in writing to commence their installation and construction. The notice shall be mailed 'to the current owner or owners or' the land as shown on the latest adopted County Assessment roll. The notice shall describe the work to be done by owners, the time within which the work shall commence and the time u-ithin which rite work shall be completed. All or any portion of said improvements nap be required at a specified time. Each owner shall participate an a pro rata basis in the cost of the improvements to be installed. If Owner is obligated to pay a pro rata 0hare of a cost of a facility provided by others, the notice shall include the amount to be paid and the time when payment must be made. 5. PIiR1MMNCE OF -RIE lit P.F. Owner shall perform the work and make the payments recair�d by County as set forth herein or as modified by the Board of Supervisors. Owner shall cause plans and specifications for the improvements to be prepared by competent pers_ legally qualified to do the work and to submit said improvement plans and specifications for approval prior to commencement of the work described in the notice and to pay County inspec- -l— 00497 • _ aoa.$ y pAri 11- t i'on 72tion fees. The work shall be done in accordance with County standards in effect at the tine improvement plans are submitted for approval. Omer agrees to commence and conplete the work within the tin• specified in the notice given by the Director of Public Works and to notify the County at least 48 hours prior to start of work. In the event Owner fails to constn:ct any improvements required under this agreement;County may, at its e tion, do the work and collect all the casts from Owner. If County sues to compel pt•rFormance of this agreement or recover Lite cost of completing the improvements, Owner shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. Permission to enter onto the property of Owner is granted to County or its contractor as may be necessary to construct such improvements. 6. JOINT COOPERATIVE PLAN. Owner agrees to cooperate upon notice by County with other property owners, the County, and other public agencies to provide the improve- ments set forth herein under a joint cooperative plan including the formation of a local improvement district, if this method is feasible to secure the installation and constructio of the improvements. 7. REVIEW OF RE-QUIRE,IIENTS. If Owner disagrees with the requirements set forth in any notice to commence installation of improvements he shall, within 30 days of the date the notice was mailed, request a review of the requirements by the Board of Supervisor: of County. The decision of this Board shall be binding upon both County and Owner. S. ACCEPTANCE OF I141PRONl?IENTS. County agrees to accept those improvements specified in Extibit "B'• which are constructed and completed in accordance with County standards and requirements and are installed within rights of way or easements dedicated. and accepted by resolution of the Board of Supervisors. Owner agrees to provide any necessary temporary drainage facilities, access road or other required improvements, to assume responsibility for the proper functioning thereof, to submit plans to the appropriate County agency for review, if required, and to maintain said improvements and facilities in a manner which will preclude any hazard to life or health or damage to adjoining property. a 9. BONDS. Prior to approval of improvement plans by the County, Owner maybe required to execute and deliver to the County a faithful performance bond and a labor and materials bond in an amount and form acceptable to County to be released by the Board of Supervisors in whole or in part upon completion of the work required and payment of all persons furnishing labor and materials in the performance of the work. 10. I':S11R,1`:U. Omer shall maintain, or shall require any contractor engaged to perform the work to maintain, at all times during the performance of the work called for herein, a separate policy of insurance in a form and amount acceptable to County. 11. INyinnw. The Owner shall assume the defense and indemnify and save harml-ss the County, its officers, agents and employees, from every expense, liability or payment by reason of injury (including death) to persons or damage to property suffered through any act or omission, including passive negligence or act of negligence, or both, or the Developer, his employees. agents, contractors, subcontractors, or anyone directly or indirectly employed by either or them, or arising in any way from the work called for by this agreement, un any part of the premises, including those matters arising out of rite deferment of perm-tnent drainage facilities or the adequacy, safety, use or nonuse of temporary drainage facilities, the performance or nonperformance of the'wark. This provision shall not be deemed to require the Owner to indemnify the County against rite 004 _Z- 98 t - ' � '4k 8412 r IA 72 Ii::I,itity for damage arising from the sole negligence or willful misconduct of the County ,r its agents, servants, or independent contractors who are directly responsible to the County. Gt)"'a'lY OF CONTRA COSTA OWNER ttMMS L. CLINE Public)Yorks Director i�it+rtaceJ Gj v! E A. RAY Deputy REYFJILFY M. WF,RLIM J RECOMMENDED FOR APPROVAL: Assistant Pu lic �rks Director— NOTE: This document is to be acknowledged ! with signatures as they appear on deed of title. FORM APPROVED: JOIN R. CLAUSEN, County Counsel STATE OF CALiroRNI1 j}w ! Ceuatp el-�+`--�ir�%1]�r _pa nc�7eor oe:tbarraad.ler kuadttd s.e r?c' J". �y Oa thir_.. �i;_ /IJ ,-__,a horaeg PsbCu:w mad ler tke bear:me. � - r Stan of Caufa+aia,rttadwg lh—i ds eowaain:oaHa ,o+a.te*toamll� !'" J Ott M11-1. .i:nlam— to „„Jabtara3rd to Jhe mithia uu'rrow.. be thepntad"�tmk 1 raua.rtt:x �x�e.-ra p medarkawtrtrdgrd to sne tkaebt--rresatrd tke mere. ' �,;' Uati;!:asJ:•r'.:IY 11:Y1rA+ESS II+ttEREOfi! h Za. frt ap ad rad a6atrd my o$icial.'. I� Ww::..:a..:nr.►e n.IM (..� C. a l�:r'4%S-.'�^ --We dap mad its,is ti -a url parr a+<•ear....a.a.:a-Jie••••tad.vsm-Gnrnt- r STATE Or CALIFORNIA Oa th4—.e7A C'.`_--aoy a/ - the rw oar Nwawad air keoedrrd aad� l�- btfore a Notary Pabst ha mad for thr Ceaaty af�..C.�2/ -.GA--A eG-V-&—,Smtr of Cc M-1 Its idoe7 tkrrru. date mmealr+iaatd amdttrane,pntaaaR70f-Wd- OF61CL1L SEAL NST.:'c�:>C-Cttt•Otat9tA� Cwaw b ase b be ttm periar<_...aehou avawt_-- ---.tabanibrd to thr spithta Wurramea t:- ;. y-.ro •pests t*C 6./pti ! .d=k-.h'dgedteartkot_-ke»-errtabd tkstamr. •c-r-+ oft t L WtrNESS IYf1ERE0f!hart hrmato ttt a y hard rad Frd wy ofsaI- A,---' r.tte.___._. +'oaaty e!��- - - p6,0-a,0.,611srar is tF n,tijtex(urt above a:ritten ye✓^���L r, /i dr� tioWe RalGa is amt tar t6 1; utter♦. ea-aa•-�etwv.teEaweae-Gam ste raasmaws Peal.Y__. '� '�” .zs - r.tX,a. v ..3y r�`,•. a:'"'x' a��t' ti' s<--tf'~' �;y,- ;�= �_s`. Subdivision EIS-198-76 EXMIT "A! All that land being shown as Parcels A and B on Parcel maps filed 19 7 7 in Book�—of Parcel maps at Page �... - Contra Costa County Records. r i.. J _ � S • ti r • _ i •.T •f. •F Itr I- T 00500 E0�8412 FgE3!4 _ EXHIBIT "II" Subdivision MS 198-76 I. Improvements required by Contra Costa County Public Works Department along the frontage of Parcel 187-240-005 as described in Exhibit "A". 1. Approximately 316 lineal feet of curb and gutter. 2. Approximately 2,530 square feet of street paving to pave between the existing pavement and the curb. - 3. Necessary longitudinal drainage. - 4. Temporary conforms for paving and drainage as may be necessary r at the time of construction. 5. Street lighting as required along the frontage_ 6_ Utility distribution services shall be installed underground. 7. The face of the curb shall be located 9 feet from the widened right-of-way line- 11. Relocation of Utilities Any necessary relocation of utility-facilities shall be the responsibility '. of the owner or his agent. III. County's Responsibility County furnished engineering will consist of preliminary design and establishment of street grades and drainage and one staking of curb line grade. Any replacement of curb stakes will be at the expense of:;'.; :':; the owner_ The construction of the above deferred improvements shall begin as outlined ' in Item 4B of the Agreement when any of the following occur: '-'•�v' s;: 1. Livorna Heights Road is constructed to its ultimate planned width by the County or by an Assessment District. 2. -Frontage improvements are constructed adjacent to the subject property. •, (12/74) LD-81B END DE DDLSf= 00501 In the Board of Supervisors of Contra Costa County, State of Califomia June 28, .19 77 In the Matter of Approving Amendment to the Agreement approved August 31, 1976 between the County and the San Ramon Valley Unified School District. County Service Area R-7 W.O. 5490-921 IT IS BY THE BOARD OHUK%R that an Amendment to the Agreement between the County and the San Ramon Valley Unified School District previously approved by this Board on August 31, 1976 is hereby approved and the Chairman of this Board is authorized to execute the Amendment on behalf of County Service Area R-7-- The Amendment to the Agreement adds some maintenance responsibilities, increases staff time from 40 to 62 hours per month, increases reimbursement to the District from 517,500.00 to 328,556-00 per year, and extends the agreement for one year to June 30, 1978. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Orig.. Public Works (SAC) Mratnen my hand and the Seal of the Board of Supervisors cc: Public Works wed this28th day of- June 19 77 County Administrators County Counsel County Auditc:Controller � J. R. OLSSON, Cterk San Ramon Valaey Unified School By"/� �C�u� Deputy Clerk District (via P.W.) Jean L. Miler 00502 H•24 7/76 Ism ­4 3/,o 1, AFfdNDMIlT TO ACREEISNP (San Ramon Valley Unif. School District and C.S.A. R-7) 1. PARTIES AND DATE: Effective July 1, 1977, Contra Costa County, a political subdivision of the State of California, for and on behalf of COUNTY SERVICE AREA R-7, ("County") and the San Ramon Valley Unified School District, a political subdivision of the State of Calif- ornia ("District"), hereby agree to amend their Agreement dated July 1, 1976, covering County Service Area R-7 grant funds for the provision of miscellaneous park and recreation support services,-as hereinafter provided. - - 2. AJ N_h=: The following sections of the said July 11 1976 Agreement are amended'to read: Section 3. RESPONSIBILITIES: g. Perform maintenance function and supervise personnel engaged in park maintenance programs as authorized by County agree- ment (Community Services youth-work program). Section L. CONSIDERATION: - a. The administrative and miscellaneous staff time shall not exceed 62 hours per week. c. The total amount of reimbursement by the County to the District shall not exceed 528,556.00 for the fiscal year 1977-78. Section 6. TERM: The term of this Agreement shall be from July 1, 1977 to June 30, 1978, renewable with written consent of both parties. 3• EFFECT: Except for the amendment agreed to above, the Agreement of July 1, 1976 shall remain in full force and effect. NTB/ CT - B - rte" '/�yJ DISTRI`-rG¢F<� Y Chairnan, Boaed"of' upervisors Superinte E. 5an Ramon W.N. Boggess s1 Valley Unified School District ATTEST: J.R. OLSSON, County Clerk and ex-officio Clerk of the Board of Supervisors By: _ C Z'i, eputy Jean L Miller [SEAL] Miaofilm`7 with Focrd order BWOMPENDSD FOR APPROVAL County Administrat�C By: Public Narks Director FORM APPROVED: JOHN B. CLAUSFN, County Counsel By Deputy / �r�5n4 NWNN 1 � In the Board of Supervisors of Contra Costa County, State of California June 28 79 77 In the Matter of - Releasing Deposit for Subdivision 4676, Danville Area. The Board on June 14, 1977 having accepted as complete the improvements for Subdivision 4676, Danville area, with the exception of minor deficiencies for which $7500 (Deposit Permit Detail Number 144938, dated March_16, 1976) was deposited as surety for completion of said deficiencies; and The Public Works Director having reported that the aforesaid minor deficiencies have been corrected and recommends that he be AUTHORIZED to refund the$7500 to Oliver De Silva; IT IS BY THE BOARD ORDERED that the recommendation of.the Public Works Director is APPROVED. PASSED by the Board on.June 28, 1977. 1 hereby certify that the foregoing Is o true and correct copy of an order entered on the minutes of said Board of Supervisors an the data aforesaid. Witness my hand and the Seal of the Board of Originating Department: Public WoXks Land Development Division Pervmors alliixed this_2s day of h- . 19 7_7._ cc: Pu91ic tzorks Director-LD Oliver De Silvan J. R. OLSSON,Clerk P.O. Box 4437 '1 Hayward, CA 94545 By _ c J�Zc E�,. : .Deputy Clerk Jeen t_I=. 00505 H•24 5j:615m t In the Board of Supervisors of Contra Costa County, State of California June 28 119 77 In the Matter of Closure of Certain Streets for Fourth of July Celebration on July 4, 1977, Danville Area. ' IT IS BY THE BOARD ORDER ID that permission is granted the San Ramon Valley Chamber of Commerce to close Danville Highway from Del Amigo Road to Boone Court including North Bartz Avenue, South Bartz Avenue, and.San Ramon Valley Boulevard on July 4, 1977 between 9:15 a.m. and 12:30 p.m. to hold the annual Fourth of July Parade. In addition Love Lane will be closed from Danville Boulevard to the railroad track from 7:00 a.m. to 4:00 p.m. the same day. The closure is 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 28, 1977. 1 hereby certify that the foregoing is a true and torted 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: PW (LD) Supervisors arnxed this 28 day of June . 19 77 cc: Public Works Director J. R.OLSSON,Clerk Byl�li,.tl ,i"1+s1.(�/,"7. .Deputy Clerk Ja�±e—bJm ns�n 00-906 H-24 V76 lTm In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Matter of Appeal of mr. Adrian Flordani from Disnissal of his Request for Evidentiary Hearing on Overpayment of General Assistance Benefits. This being the time for hearing on the appeal of Mr.r. Adrian Floreani, 92n Jensen Circle, Pittsburg, California 94565, from an administrative decision of the Appeals and Complaints Division of the Social Service Department dismissing his request for an evidentiary hearing to appeal a demand for repayment of an overpayment of General Assistance funds; and Chairman W. N. Boggess having noted that neither m-r. Floreani nor a representative was present, and having determined that notice of the time and place of the hearing was sent to ?rs. Floreani on June 3, 1977; and Supervisor E. H. Hasseltine having recommended that the appeal be denied because mr. Floreani failed to appear; IT IS BY THE BOARD ORDERED that the decision of the Appeals and Corolaints Hearing Officer is upheld on the basis of the findings and reasoning of said officer and the appeal of Mx. Floreani is DENIED. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of sold Board of Supervisors an the date aforesaid. cc: 's. Floreani Witness my hand and the Seal of the Board of Director, Hunan Resources supervisors agency affixed this 28th day of June 1977 Social Service Director Attn: R. L. Pollard County Counsel ✓f J. R. OL ON, Clerk County Administrator By'-'--WZe!.l -�eIt 7c-Ztr�_ .Deputy Clerk Jamie L. Sohnson H-24 am 15m Ot)5R'7 H-24 4177 ism iN THE BOARD OF SUP%nvi5un5 OF CONTRA COSTA C07YITY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) lune 28., 1977 for the Boulevard Way, Bridge ) Replacement Project, Saranap- ) Walnut Creek Area. ) - Project No. 3851-4358-661-76 ) Bidder Total Amount Bond-Amounts Harold D. Hess $274,364.52 Labor B:.Mats. $137,182.26 1819 Tanen Street Faith. Per£. 274,364.52 Napa, CA 94558 Lew Jones Construction Company, San Jose R. L. Chaides Construction Company, Santa Clara - The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing o£ labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor, IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on June 28, 1977 CERTIFIED COPY I oertlfr that this is a full.true 4 cotreet eoyy of the origiml do.vmrnt n-hirh Is on file 1n mr ofnee. Originator: Public Works Department "d that It—Pv,ed d adurted by the aoard of Road Design Division S=Pe Lwrs of Contra Costa County.C.111b.,ou. the date.horn-ATT0ST:J.1L OUZMV.county Clark t•aaofaclo Clerk of.old Bo=d of Soye"ors, ec:- Public Works Director by nenuty Cl a County Auditor-Controller 197�7 Contractor //np 11�t11/C7 Form 9.1 Public Works Department (�, �� R.D.erausiti �/� Deputy-Business aM Services 6th Floor.Administration Buildin Costa (41ST 372.2105 9 . Mark L.Kermit Martinez{alifomia 94553 n^�,�,}� L i�✓" " �C7 DepurvTranlporration (4151372-2102 LI�J 1 IL�/ \ (4151372-2102 R.M.Ryyb Vernon L Cline r(j DeputY-Buildngs and Grounds PuDFc Worlu Direna q Roam 115.Courthouse G'�• (415)3T17214 J.E.Taylor J.Michael Waetom - -DmutY•Gperations CnNI Deputy &Flood control RECEIVED (41 Glacier D (41513724470o JUL 9/1977 July 20, 1977 J 1OF SUP Our File: Cons--Boulevard WayBridge SON ��� ACO.�� Replacement 9 DepaN Project No. 3851-4358=661-76 Harold D. Hess 1819 Tanen Street Napa, California 94558 Gentlemen: Enclosed is your copy of the approved contract for the Boulevard Way Bridge Replacement, Project No. 3851-4358-661-76. This is your Notice to Proceed as set forth in Section B, Article 9c, of the contract Special Provisions. The first chargeable working day shall be July 25, 1977. The resident engineer assigned to this project is Mr. hike Hollingsworth who may be reached via the County office, 372-4480. Very truly yours, Vernon L. Cline Public Works Director V. A. Plumb Assistant Public Works Director Construction Division VAP:bw Enclosure cc: Mike Hollingsworth, Resident Engineer N. Griffin Survey Section Ma rials and Testing Division L,-Clerk of the Board, w/copy of Contract, Bonds and Insurance Auditor-Controller, w/copy of Contract Business and Services, w/copy of Contract 00509 ���.......... CDNTW47 � (Construction,agreement) (Contra Costa county Standard dorm) I. SPCGlAA rears. whowe apeaial teas am Incorporated below by reference. (SS2.31 reruns: (Public agency) Contra COsta County [eaaemeeer)Harold D. Hess AKA Harold Donald Ness <Q nano (g2) sffaatime Data: . July 11, 1977 [See s4 for startlag date.) (s3) the ROA: Replacing an existing bridge with a new bridge, and other appurtenant work on Boulevard Wady over Las 7ranpas Creek in the Walnut Creek area, Project No. 3851-4358-661-76, all in accordance with the Plans..Dratiings and'Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (Sq co4tettan rine: [strike out (a) or (w) and'calendar' or'xoskWl (a) within 90 MNOWWWwoking days tree at:rting dace_ (SS) sigaidatad Among": $ 75.00 per calendar day, (S6) Publta Agsuey'a Aponte Public Works Director (0) CoslraeS mea: S.274.364.53 Kar unit price comae . mare or)ass, IM(acco-,.aa...vi qusatities at unit bid prices.) (Strike parenthetical material if Lneppwi��Ma.) a. SZGDArDIai'S d ACL'ADDLRDG7f Pub Lie Aaeaes. By 1 // - (! aident, bmLm-or other rnon mDesignated representative) Public Works Director ) Csetractor. hereby also acknowledging awareness of and 000pUnace with Leiwor code 51861 Law. [oDR?oRME USSIgnato 01TICIal capacityin ISO u�ssnesse j SEAL] By: wmW -. capacLty in tanessnoss Data to Contractor M Caseate ackm wLedgmxe fbew below, and(a) if a easy" Stan. affts Csrporsta Sari. state of califotata 1 ACEDADACDCnCDT Over CorpoeatLon. . County of -7^1 y:.�- 1 ss' Payor xndividurl) She peram(s) sigoLng above for CnotraCCOre kumm m m nas La L+dividual end busLs aepaoity as statod.personally an—cad before m today and aetnow)adged that he/they sameated IC and that the Corporation or pactxrsbtp aaoad above excreted it. Dated: notary P="c -Roio:,Pwa�k' --------'------- :REECEj.,D by 04ms)CaddimelSlowsal ailaerteMr Cewnm:uian lisp)reo June i:,IC-11 of 4)(CC-11 Row. 1176) JUL 2-7.r.t.Mse low ora1NM%4L 3, WOR& CMITPACT 09MIGM 0a) By their signatures in Sac2, effective on the above mss date, these parties proe and agree as set forth in this co Tact, incorporating by ' these references the material ('saecial teres') in Sec. 1. (b) Contractor shall, at his own cost awl e-pen-c, and in a workmanlike manner, fully and faithfully perfama and complete the work: and will furnish all materials, la+or, service: and transportation necessary, convenient and proper in order fairly to perform who requirements of this contract, all strictl; accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with 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 See. 7 without such an ardor. •4. TIM: R)TXCC TO PROCCEO. -contractor shall start this work as directed in the speci- acations or eta uctiao to Proceed; and shall complete it as specified in Sec. 1_ 5_ LIQUIDATED d1tL1GES. if the Contractor fails to coc=lote this contract and this work wh.t:ua the tum: a. 0 therefor, allowance being wade for contingencies as provided herein, be ba-=toes 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 extramely difficult to ascertain and fix the Public Agency's actual damage from any delay in perforranca hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the rommanable sum spocifiad in Soc. 1, the result of the partiasi roasoaablo endeatiror to cstimato fair average compensation therefor, for each calendar day's delay in finishing said wor: and if the sane be not paid;=Public tgoncy'may, in addiction to itS'pthar ra,odi�,'deduct;the.. sax from any rancy dde or to became-duc-Contractor Leader this con- tract. If the Public Agency tar aay.cause authorizes or dontribstes to a.dolay, suspah- sion of Lark or extension of lice, its duration shall be added to the times aliceed for completion, but it shall not be deeaed 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 tho wort.. when such delay was caused by the failure of the Public Agency*or the cater of a utility to provide far removal or relocation of existing utility facilities. 6. Il1:LGI'.ATED DOCU.4E:.7o. ?ha plans, drawings had specifications or special provisions o. he c Agancl s call for bids, and Contractor's acceoted bid for this work are haraby incorporated intaTtract; and they are intaadcdtc co-operats, so that any- thing e:dhibith:d in the plans or drawings and not mentioned in the spoci.ficatior-s or special provisions, or.vice versa, is to be executed as if exhibited, mentioned a=d set forth in both. to the true intent and Meaning thereof when taken all together: and diifercnces of opiaicn cco—_rming these shall be finally determined by Public Agent's ASdat specified in Sec. 1. 7. PAYMEEM (a) For his strict and literal fulfillzent of these promises and coaditious, an as xu. coq+snsstion for all this work, the Public-Agency shall pay the Contractor the sena specified in Sec. 1, except that in unit price contracts the payment shall be for rin%eihed quantities at unit bid prices. (b) on or about t.'he first day of each calendar math the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding eoneh, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor at certificate for the amount datcrained to be due, minus 1O0 thereof pursuant -to covernmout code Sec. 530676 but not until defective work and materials have been removed, replaced and made good. 6. PipunS RIMELD. (a) Tile Public Agency or its agent may withhold any payment, or ecause or terdiscovered evidonca nullify all or any certificate for payment, to such extent and period of time only as may be nocescary to protect the Public Agency from loss because of: (1) Defective work not rcoadiad, or un— I*tcd work, or (2) Claims filed or reasonable evidence indicatihui probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasoneble doubt that the wor: 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 uses reasonable eil_•;ance to discover and report to the. contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoi.: unraccrzari trouLla 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 car,,iction o£-thcen�tire (Page 2 of 4) Qn511 (Lr-1; Rev. 11-76) work. it shall issue a certificate to the Contractor and Pay the balance of the contract price after deducting all amounts withhold under thin contract, provide!the Contractor slows that all alai for labor and materials have been paid, no claims have been presented co the Public Agency based on acts or missions-Of the Contractor, and no liens azwithhold notices have Dean Men against the wort:or site, and provided there are not reasonable Inuic..tions of defective Or missing work or of late-recorded notices of liens or claims against Contractor. - 9, INSCRM.,C1;. (Labor Code S51060-61) On signing this mntratt, Contractor must'give ubliF—'c agency (1) a certificate of consent to self-insure issued iy the Director of Industrial Relations, or.(2) a certificate of Workers' Compensation insurance issued by am admitted insurer, Or (3) An exact Copy Or duplicate theroof certified by the Director or the Insurer. Contractor is avarO Of cud complias with Labor Cade Sac. 3700 and the Workers' Compensation Law. 10. BOUDS. On signing this contract Contractor shall deliver to Public Agency for - approval good and sufficient bands with sureties, in amount(sd specified in the specifi- cations Or special provisions, guaranteeing his faithful perfornance,of this contract and his payment for all labor and materials hereunder. - _ 11.1'AILL;=TO PYRFOP27. ;f the Contractor at any tier.Ymfuses qt ngglgqts,•vithcgt.fault o the'Pub11c Agency or it. rcat(s), to supply sufficient watariais or workman-to cmplate-this,agreement and work ad provided herein.:for-a parked of 10 eayn;or morO after writton notice thereof by the Public Agebty, the Public Agency any-furnish same and deduct the reasonable expenses thereof from the contract price. ' 12. LAWS APPLY. General. Doth parties recognize the applicability of various federal, state—Tan tical laws Ana regulations, specially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 172U, and including Som..1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement cooplics therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Cods, especially in Secs. 1775 z 1813, concerning prevailing wages and bouts, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code S54100-4229 are incorporated herein. 14. Camp Ran= (a) Pursuant to Labor Cada Sec.1773, the Director of the.Department of nstr_a Re tions has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, Or type of worktim needed to execute this contract, and said rates are as specified in the'ca11 for bids for this work and are on file with the Public agency, and are hereby incorporated herein. (b) This schedule of wages is based on a uo&.Lnq day of 3 hours unless othorwise specified; and the daily rate is the hourly ata multiplied by the number of hours con- seituting the working day_ When less titan that number of hours are worked, the daily wage rate is Proportionately reduced,but the hourly rate rmaias as state(. (c) SbO Contractort and all his subcontractors, must pay at least these rates to an parsons on this work* including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. ALL skilled labor not listed above mast bu paid at least the wage scale mtQ5Ushted by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necros- sary for the Contractor Or any subcontractor to ouploy any person in a craft, classifi- cation or typo of work (exempt executive, supervisory, aduinistrat£ve, clerical Or other - non-manual workuzz as such) for which no min'-w wago rate in specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the p-evading wage rate tberofor and furnish the Contractor with the minimi-rate based thoraces which shall apply true the time of the initial ehahlmy-mnt of the Person affected and during the continuance of such enploycent. 15. IIOL'RS OP LABOR. Sight hours of labor in Oita calendar day eoast£tutds a legal day's wor•, and no workman emploled at any tic an this work by the Contractor or by any sub- contractor shall bo zcquirad or parented to nor—%longer thereon except as provided in Labor Cod.Secs. 1030-1815. 16. APPrL1:-.1L - Properly indentured apprentices may be employed an this work In accordance with Labor Code So=. 1777.5 and 1777.6, forbidding discrimination. • (Page 3 of 4) (CC-1; Rev. 11-76) nn// ,9�112� 111�t111G MEN 17. PRM'Jtn=FOR NnTERIP The Public Agency desires to 0. the industries and, - .,n,...yt Contra Costa County, and the Contractor therefore promises to use the products, —u work ' laborers and mechanics of t•.:.County in every case where the price, fitness and quality are equal. _ 1a. ASstc=r — This agreement binds the heirs, successors, assigns, and representatives .L ccmtraccut. but he cannot arsiga it In whole or in part, nor any conies due or to be,due under it, without the Prior writttn consent of the Pw11c-Agency and the Co:,tractpr's surety or sureties, unless they have waived notice of assignment. 19. NO tL1It'CR by PL1tLIC A=.,cy. inspection of the work and/or materials, or approval of W—:—'or mater= an-.pecte , or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the raquireaeots of this contract, or oceeptanco of tho whole or any part of said work and/or material, or payments therefor, or any combination of these acts, $11311 not reliuve 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 NAMMMS s Mr-2-UTY. (a) Contractor promises to and shall hold harmless and and—uzy roc the ab=ili.-as deSlned in this section. ' (b) The tads—ieee benefited and Protected by this promise are the P-u'Iic Agency and its eleetiva�pointive boards, cocaissiens, officers, agents and employees. (c) The liabilities protected against arc any liability or claim for damage Of any kind allegedly su awed, 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 tho Public Agonty approved the impro—t plan or accepted the iaprovements as eempleted, 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-neg'l'igent) in connection w=�frge matters covered by this.contract and attributable to the contractor, subcontractor(s), or any officar(s), agent(s) or employee(s) of one or more,of them. (e) Noti-ccoditions: The promise and agreement in this section is not conditioned or dependent onac :ur cr mat anv rndemnitau has preParcd- supplied, or appzoved any plln ill, drawing($), spaoificatioa(.) or special provisions) in coanectipn with p&r"work, ha. ins,anct oz other iademaificatipn towering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. C:CCl.VATIO.':. Coat_-actor shell comply with the provisions of Labor Coda Sec. 6705, if app scab e, y submitting to Public Agency a detailed plan showing the design of sharing, bracing, sloping, or other provisions to be made for vorker protection from the hazard of caving ground during trench excavation. 22. Central Contra Costa Sanita District-Hold Harmless and Indemnification. ontractor promises to an s a arm els and indemnify the Central Uontra Costa Sanitary District from liabilities as defined and provided in Paragraph 20 of this contract. - - (Page<of t) l(1���1���/�] (cc-1; cay. 11-76) - ON91U STATS OF CALIFORNIA 1 C.-ty of Napa J}+r• . . On:hv 15 r^;of `fly iu thr rmr one thowand Hier 1, d rd and seven tsL-_seven_ beloer mr Colleen Renyon a Nalary Fgbtie L.and far thr C ty J Napa ,seat,of Cntlfomia•rending th—ia, d ay tommiaiorid and Hoorn,pe ronoay aPPrared Harold D. Hess AKA offidal Seal Harold Donald Hess _ CD1tEFN 1;YON hrmrn fa mr fo be thr Pn+on--mlwrr aan.r tg ^•Rrm3rd to 1hr within inrtrui e ' Nmory F.Wic M.P.C—ty a^darbnotelyd4r2 fo mr that_hr�rrrn4d fhtmne. StOte of Calif—i. IN WITNESS WHEREOF I hmr hereento ret my hand and affirrd my o,�iria[rmt My Commission E.pieas June 13,1981 t in t6r C myof N$Pa_ the day and year G thin �� «rtifwr/irsta6orre-ritteq. x.Mr P.M.me mr,n- c...y,,,I Napa =.r„rye,T,.,.r......a..o.ea.-- •-�dm�-c.ar..r- suic�f'e; _June 13, 1981 1 State of Cahfornk Oa July 11, 1977 before me,the undersigned, County of San Fmrtcfsm tt -a Notary Public of said county and state,personally appeared 1) J. H. ALBADA known to me to be the Attomcy-in-Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND J the Corporation that executed the within instrument,and known I +—•r_-s:,:,:m�-.ar,,,.. to me:o be the person t,•ho executed the said instrument on behalf of the Corporation therein named,and acknowledged to OlCa4C�D uu N me that such Corporation cxW--,c a same. NOTggY IUBUC ..tea.,,,4r�''► `• Irl A STOCK COMPANY—ESTABLISHED IBOO i RMAdflymiAgpoBil h NOME OFFICE OF MARYLAND BwLTIMORE I BOND NO. 9131674 t Faithful Performance Bond I Public work 2 --------•behi D88.00 � (The premium ehar8ed on this bond isS_--=-_-__-_ gat the rate of S____ZS'J_____-____-per thousand of the contract price) I I KNOW ALL MEN BY THESE PRESENTS: i TRAT Wm=A<,the-------CONTRA COSTA COUNTY PUBLIC ME-L DEPARTMENT i __----_--------------------------------------------------------------------------- ---------- - State of California.entered into a contract dated-------JULY_ ' _19_77__I with --------------------HAROLD DONALD HESS - --- ---- �'� --------------------------------------------------------hereinafter designated as the"Principal;' for the work described as follows:REPLACING AN ERISTLNG BRIDGE H1TH A NEW BRIDGE,-AND OTHER APPURTENANT WORK ON BOULEVARD WAY OVER IAS TRAHPAS CREEK IN THE WAIN _CREEK AREA, - - ----- ----- -------- -------'---------------- - - ------- PROJECT NO. 3851-4358-661-76, ALL IN ACCORDANCE WITH THE PLANS, DRAWINGS AND SUCIAL --PROVISIONS-OR-S CC$IFIrEC[TIONS,--PREpP/UtpMTEY-OKTWTHE-PUBLIC-WMMS-DIRECTUIC'AW IN A\VnWC thed Prianp!ssregDuund�Otheterms of said mntrsct to furnish a hood for the faithful performance of said contract. Now,THEmEF IRE,We,the Principal,and FIDQ.trr AND DEmsrr COMPANY of MARYLAND,a corpora- tion organized and existing under the laws of the State of Maryland,and duly authorized to transact business under the laws of the State of California,as Surety,are held and firmly bound unto______________________ CONTRA COSTA COUNIY PUBLIC HORKS DEPARTMENT _ 1x10 HUNDRED SEVENTY FOUR THOUSAND THREE H@IDR�D 274 364.53 in the penal sum of-<3FXTY 3'OBR isNH 53�LB9- ----v-- -- ------ -D411ars�5-----'-----:--)• lawful money of the United States,for the payment of which sum well and truly to be made,we bind our- selves,our heirs,executors,administrators,and successors,jointly and severally,firmly by these presents TEE Cmmrrto:r OF Tau OuLmATroN Is Saes.That.if the above bounden 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 agreements in the said contract and any alteration thereof made as therein provided,on his or their part.to be kept and performed at the time and in the manner therein specified,and in all respects according to thew true intent and meaning,and shall indemnify and save harmless CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT the----------------------------------------------=-------------------------------------------• ` its officers and agents,as therein stipulated,then this obligation shall become null and void;otherwise it shall be and remain in full force and virtue. And the said Surety,for value received,hereby stipulates and agrees that no change,extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifica- tions,accompanying the same shall in any wise affect its obligations on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract or to the work x or to the specifications. IN x.V iTsEss 1WHEREDF.ll'e have hereunto set our hands and seals this__--_11th------------------ 77 day of-_----_-__July_______________19------ IS DONALD HESS ------------------------------------------------ FrinciQef FIDELITY A.\D DEPOSIT COMPANY OFMARYLAND Y Albada, - - - - -Atarnc.1 n-Fac: cA",73=-trrA1514 ::�xn:h•.+h k4;btu*. IN 11 STAT&OF rLIFOMW ] Caa,rt}of Napa )}� Ox(kir 1Sth ,r.?} July :-de rev a.r rrw.ro,rd�rr.eo,ara a.d seventy-seven_ btf—me. Colleen xenon a Namry P.M.;n and far the Co+�r7 of Napa .Sete of Cdi/arnia,rrridw9 rk.+rin. 6ti aammsufanedardsmerx,Oersawa7trnOteurrd Harold D_ Reps ARA --'-;�; Harold Donald Hess _ �. =Yom C. . lCR+IYQN ksoaemme gob, lrr+aR-.mkarr'wrcr L8 ».xrrrr3rd to tfu rritkininstrurrrnt ! Noarr pubtie aAd"b..-Zrdged bene rMr_.ke-.seaxad rheramr. Napa County IN WITNESS WHEREOF I kme lrerrsnm ret mq herd sad-f-ed mp g4criot red Sate of Cd;fornia yriri, MY Gommiuian Expires June 73,1981 4 is err Coontp oj_..Hr3pa rk,daq and seer in rk;r 4 urtij�arrr(vet a3ocr cr�rrm. . u , tarerr tw€r a�a wr m c.aaq ar Napa r.x«•u•r.e....>.o-aa:-h�o.4,sw.e-c..�a saa.r cax. e June 13, 1981 are ee�u.,c, t=ar- [ State of QJijornia July 111 1977 before me,the undenigned, [[; County of San Fmncisc» •a Notary Public of raid arunty and state,Personally appeared r J. M.ALBAOA known to me CO be the Attprney-in-Fact of ' FIDELITY AND DEPUSIT CONpANy OF MARYLAND tp+mn..vtrex - the Corpotatian that executed the within instrumrnt,and known arPrQAL SIAL 0!GA C.DURAN a to me to be the person who executed the said instrument on B t l` un i monn'ar s r n"uv behalf of the Corporation threcin named,and acknowledged to 11 ..o..-•amu.r«.»._«.....n,rvr me that such CorporationZC1�the same. f aenrsuuaaaausaaanusaaursapwuuwru ARYPUSUC Tiff CONDTrION OF THIS OBLIGATION IS SUCH, That if said Ccotractor,his or its heirs, executors, administrators, successors or assigns, or subcoutractors, shall fail to pay any of the persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Act with respect to work or labor performed by any such claimant, or for any amounts required to be deducted, withhold,and paid over to the Franchise Tax Board from the wages of employees of the Principal and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and Labor, that the surety or sureties herein will pay for the saw in the amount not exceeding the sum specified in this bond, otherwise the above obligation shall be voi.4. In case suit is brought upon this bond, the said surety will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure• to the benefit of any of the persons named in Civil Code Section 3181 as to give a right to action to such persons or their assigns in any suit brought upon this band. In Witness Whereof,Ve have hereunto set our hands and seals this llth day of Judy 19 77. HAROLD OONAL.D HESS /7 (Principal,),, FIDELITY AND DEEOSrr.CC4PANY OF MARYLirttiO ALMDA, ATTORNEY-IN-FACT n 1� Grua-oast,a-n teueo ✓/ '.S=li Ft 1���-.--.':'i'�:'.' t: lip iPower of Attorney FIDELITY AND DEPOSIT COMPANY 01 MARYLAND ROME OFMCr.aA111WO.AM. [Now ALL MEN BY THESE PRESENTS:That the FmELITY A.\D DEPostT CoxPA.\Y of MARYLAND,a r0rpOra- tion of the State of Maryland.by C. M. PECOT, JR. ,Vice-President,and C. W. ROBBINS Assistant Secretary,in pursuance of authority granted by Article V[,Section 2,of the By-Laws of said Com- pany,which reads as follows: 'The President.or any one of the Executive Vis-Presidents,or any one of the additional Vice-Presidents specially authorized so to do by the Board of Directors or by the Eaattive Commium sbaU have power.by and with the concurrence of the See- retary or any ax of the Assistant Secretaries,to appoint Resident Vict Presuf—is.Assistant Vee-Pmaidents,Resident Asi Cant Secretaries and Attorneys-1n-Fact as the business of the Comby easy requim or to authorize any person m persons to execute on behalf of the Company any bonds.undertaldigs,remgoiranan,attpulatioas,poUdn,contracu,agrammts,deeds,and release and aasigamena of judgmenm decrees,mortgages and imtrttmeae in thhee nature of martQaEes,and also all other instruments and doat- mrnnwhich the business of the Company tray require.and to affix the seal or the Company therein.- does hereby nominate,constitute and appoint J. M. Albada of San Francisco, California. true and lawful agent and Attorney-in-Fact,to make,execute.seal and deliver,for,and on its behalf as surety��e and as its act and deed:any and all bonds and undertakings... .......�upon cution of suLondsr undertakLinsuance of these presee as binding 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 Baltimore.Md..in their own proper persons. The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article Vt,Section 2,of the By-laws of said Company.and is naw in fare[. IN W-=Ess WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FmEurY AND DEPosrr CoxPANY of MARYLAND.this .........------day A.D.19_77_ 1Or'nc, FIDELITY AND DEPOSIT COMPANY OF MARYLAND An s-T. �SFALBy— n Assistant Secretary W"u Prrtids d STa28 of MAxruRn l�: CRY or BALrusola J On thin 9th da of March AD.19 77 bdore the subsatbcr,a Notary PubUe of the Smte of Marylsad,m and In,the Gty of Baltimore.duty mmmimoned cool gtmlibed,tame the above-named Vire-Presideai and Assistant Sege of the FmELmf Daeostr CmteaaY of btAtYtaxn,to me pasooattytmown to he the individuals and o(ftcen desm-bed in endo executed theng instrument and they each aeL•nowletlged dee ecutioa of the same•and being by me duly sworn, Si and tach far hthe rec'I. nstru6ansen!duly.B�rebstn3ed to the sid'uuttument by the wthority aced direction a[the said Corporation. Ix Tasn w"WaenEof,I have hereunto set my hand and affixed my Oficial Seat,a7th�Ci of Baltimore•the day and year fust above written. 0'•R er:ttOTARY v3 Notary Public Commission Expires.Zu y...1*.19.7B r`aaae c� CERTIFICATE 1,the odeaig ed.Assistwt5aretary of the FiricurY Atm DEPOSIT CourAutt or MAaYtA.+D,do hereby certify that the original Power of Attorney of which the foregoing is a full•true and correct copy,is in full fora and effect on the date of this cerdffate•and I do further certify that the Vier-President who executed the said Power of Attaaey was one of the additional Vice-Presidents spe- cially•authorizer!Syy the Board cf Directors to appoint any Attorney-in-Fact as provided in Article Vt.Section 2 of the Bylaws of the FSDETJTT A.1ro DErour t.Ours.r OF%IAaTL1N This Certfhate may be signed by faeimle undo and by authority of the following resolution of the Board of Directorial the FmELM Axa DEPOSIT CorrA--T of 1[AtTI.Ast at a mating duly aUed and held on the 16th day of July,1%9. REwwEo:'That.the faoimle or mmh".k=Uy reproduced signature of any Assistant Secretary of the Company-—to— made heretofore or hereafter,wherever appearing upon a ratified copy of any power of arwracy issued by the Cmay-"Y.shall be va id and binding upon the Company-with the same force and effect as though manually aSixW lR TEsTu o."WacaEor,1 have hereunto st lambed my came and afze the corporate seal of the said Company,this 11th day a July 19_Z7 16 tuts-{d. 202612 �.��4�sirts urrtcr a mRTIFICAT&OF INSURANCE EMPLOYERS INSURANCE OF WAUSAU fhie n to terrify that the inaarancr ptdicin(daerihed below by a policy nI c ,j�. tren on forrrn in ume by the company fiat;I•r;n mere Tho rrrtifirur 6 sur a p.hey or a hinder of inaurancr and�' (in{�v(p enrl or extend the rnverape afforded by any pdiry, referred In herein, i I� �Ul.(�-�f T� ( ) This eertifiente rens"or replan"the certificate praviowly isaued. JUL 1 B 19,77 .%ms and addm.of Immnd AMENDED HAROLD DONALD NESS PUBLIC WORKS DEPAR11_-;;:i 1819 TARN STREET NAPA, CALIFORNIA 94558 Kind d Cn.ense } _Eymtitm Dare Puliq Number Mmimeni _ __ -- Bubly Injury Property Damage C­,.narin..• 10/1/77 0617 00 037755 Earp rt1S•^' _t> a nrre Aepmte_ orRM Aapesare Cnmprehrnaue �e r:.^rot fond t. _1(/1/77_ 0627 02 037755 n zMs 500,000 -jOOy009 100 000 Ino,nnn ala nr,rr..rr:ana Contracur•'I ralwhry - . -- and Temno'Liadbry C_nm....I C errrual ` ; - rr� <Mrr n.•n.- 2I Pmr,crn I.i.Mtrr iolomobdr �_ " (xJ(1.ne.+ 10/1/77 0627 02 037755 250,000 1500 000 I - 100 000 " <t rx 111-.land Nnu f I1,...."...e a umbo.n tlw edumn mem clue rla enrenK a aD-1.1 hr rhe...npanr drnpand by he came rwmber. ...h...........boarrel,thin pdity allml,NU—re under the Ww4nn.: . ag u..—non lof all.rates( t antes where Por p can b. Priv^Inl^,dr br S� ,Fund%and Canada)ad v dewpated in he polar and-&—not for C...v B-Emrn'Liability. ••G.m. nJ.n.oar alfnnW apd a m:( 1 emrnm dei{mted ie ail mrenK Dart;Gt)a0 writrm mntnen. THESE POLICIES WILL NOT BE CANCELLEDa OR MATERIALLY CHANGED WITHOUT THIRTY (30) DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER. - BY ENDORSEMENT TO POLICY NO. 0627 02 037755, CONTRA COSTA COUNTY AND CENTRAL CONTRA COSTA SANITAR DISTRICT, AND THEIR EMPLOYEES, OFFICERS &AGENTS ARE ADDITIONAL INSUREDS SOLELY AS RESPECTS THE Dmnpum d A—b.lq w. BBLUW LISTED JOB. ' L^carinn.coerced hr pAri.61.4 in IN.«nefiesre: BOULEVARD WAY BRIDGE REPLACEMENT OVER LAS TRAMPAS CREEK IN THE WALNUT CREEK AREA, PROJECT N0. 3851-4358-661-76. rmn ur rrmditim d an7)� tract u other do mm�with respses res which tn' rutifrore maY be uv�rd e:maY Grein, rhe inraranre affoedrl by the pdicy(p lwie.)d_,bed ab-,u-tki-tp a U d rhe I—.eatlnwm.and wndaioc.of-h pofr_y(posv")dungy d;r mmW thererd tx I p.,y ut Wiae m; CONTRA COSTA COUNTY ( )(L)Empb,y.n+fowl Pn I--C-p-7COUNTY ADMINISTRATION BUILDING 1 )(3.))Mimi.Emplarer.l__a W.- �651 PINE STREET, MARTINEZ, CALIFORNIA 94553 Date tamed: • 15, 1 77 AND Pf.rs an Fr n i , California CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT R 255 GLACIER DRIVE, MARTINEZ, CALIFORNIA 94553 Spred ATTENTION OF CONSTRUCTION DIVISION !t /cc CORROON 6 BLACK-HILLER&AMES iwwiror THE PURITAN INSURANCE MPAMY (BACCATA fi SHOOP INSURAN SERVICES) co---____-___________-.___ ________________ . Dtm�a.l.a r.a.rrrl _`- CERi1RCATE OF INSURANCE AMENDED The ramp.ny heroby stales that it has issued to the in- rad nomad heroin policy ar policies of'surance ngthe types of insurance and limits of liabili lupin venom uo E.ow fe,�S !S iit�+'S sLpt nh herein.This certificate of insurance neither 1- } LSS '-�-•qqM- tfvely or negatively amends,..lands or alters HAROLD DONALD HESS LU ci�tespvera9e alforded by the paild.,sched.fed here• JUL 18 19?' .f un'shed.1—it—f intarmatian only,comers 1819 TAKEN STREET no right upon the holder and f.!...d wilh the under- NAPA, CALIFORNIA 94556 standing that the rights and liabilities of the parties will PUBLIC WORKS OEPARitvoi b.t edwfau soma as a liabilities d or ens es at they y by endorsement from time L J to lime. ttR Or e4ar� IMKY tlIECMF ttl,EAr10N Wars O!tEWiltt iMEiar b,TpMd NWtrt pEtF eER EOeeY WtNY aYtltt rEOrt[I1DWtGE WWItt 7 C»W,,rJw-G-1-n t t rrw».0 ❑ t rY ❑C»pM.Jw Gro u-, Camena.•ta4vr It ramTr. 3 »mrru D O..m.:ta.amEE W . TrrtlpWr D Crmaanr li,L9r t nava. S mewm. D 6400,000 .a�..m.. upuFsu EtEottrY UL 671488 1/1/77 10/1/77 i400,000 rea.w.r wr:r w v.a sort,:.an...mw.a.,a�.a 4»ir.IsE.1 p s®•d«,.LY O.wof...•.G.sr.urr tw a1 M.pmt women „y'�'tl""m„� yb, a rm^'°t Rrw.lar,ll uy,el m.n Yin... nl COMra+SnTgp wrtOYtlS uEserFr COrrtFat�at tWda TO cDMrea,__ rye»rs...:s u..L w rte t ,�y',��o,d,�r°'r COVNGE L-EMISOY(t5 poi SW QCT TO COYrp5t110M IA'N ti w• Frrnt IIIIIR n ACOOtMr W Wer IY aS[.1E - t wtyrl f [.eA wM MlarLL t �� ' up— BY ENDORSEMENT TO POLICY NO. UL 671488, CONTRA COSTA COUNTY AND CENTRAL CONTRA COSTA SANITARY DISTRICT, AND THEIR EMPLOYEES, OFFICERS AND AGENTS ARE ADDITIONAL INSUREDS SOLEL AS RESPECTS THE BELOW LISTED JOB. RE-BOUI.EVARD FAY BRIDGE REPLACEMENT OVER LAS TRAMPAS CREEK IN THE WALNUT CREEK AREA, PROJECT NO. 3851-4358-661-76. fThis certificate is issued of the request of the person or organization named below and the comm pry will=it to such person or organization, I at the address shown,notice of conotHolion and, notice of any material change in any of the described policies ! /thirty (30) days prior written r -T CONTRA COSTA COUNTY COUNTY ALIYINISTRATION BUILDING Date 651 PINE STREET July 15, 1977 MARTINEZ, CALIFORNIA 94553 L J BY,%//LLti-'.� x fq�-- w».r /cc CORROON fi BLACK-HILLER fi AMES /cc CORROON&SLACK-MILLER 6 AMES , a„ ,ss rnnrro x u... t t In the Board of Supervisor of Contra Costa County, State of California June 28 19 77 In the Matter of _ Awarding Contract for Detention Facility Project, Site Demolition Martinez Area Re: Work Order 5269-926-(41) Bidder Total Amount Bond Amounts Abdo S. Allen Company $19,730 Labor.&Mats. $ 9,865 718 Douglas Faith, Perf. 19,730 Oakland, California Bepco, Inc., Oakland Nor-Cal Demolition, Napa Sorgdrager Company, San Mateo Thomas Eychner, Oakland Cleveland Wrecking Co., San Francisco The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Warks Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on June 28, 1977 I hereby certify that the foregoing Is a true and carred copy of an order entered on the minutes of said Board of Supervisors an the dote aforesaid. VAtness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Detention Facility affixed this 28th day of June t9 77 Project Manager cc: Public Works Director - J. R.OLSSON, Clerk County Audi tar-Control IerBy �/- ` I a , Deputy Clerk County Counsel J Contractor (1;1519 H-24 3/7615. CON^PACT .y (Construction Agreement) (Contra Costa County Standard Form) I. SPEC_AL These special terms are incorporated below by reference. (552,3) Parzies: [Public agency) Contra Costa CountV [Contractor) Abdo S. Allen Cor env Comp to egal name (52) Effective Date: July 16, 1977 [See 33 for starting date.] (53) The York: The Demolition and removal of nineteen County-owned buildings located on the Civic Center Site bounded by Ward, Mellus; Willow and Court Streets. Project #5269-926-41. All in accordance with the Plans and Specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal, (S4) Completion :ice; [strike out (a) or (b) and 'calendar` or 'working') (a) )i ( ( l/�(XYX7IYYYYYYXX YYY XYYYXY (b) within 15 calendar/working days from starting date. (55) Liquidated Damages: $ none a pnli ahle per calendar day. (56) Public Agency's Agent: Public Works Director (57) Contract Price: s 19.730.00 (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] 2. SICIIAYURES 6 ACB:IO11LELC11EU2'. Public Aoencv, By "�'f_ jr,A )C1r Other lleslgaated Representativel v4;-Vernon L. Cline Public Works Director (Secretary) Contractor, hereby also acknowledging awareness of and compliance with Labor lC_odep S1�86�1 concerning Workers' Compensation Law. i%l �- [CORPORATE Designate officiithe busine al capacity in ss -SEAL] By: Designate official capacity in the businessl Dote to Contractor (1) Execute acknowledgment form below, and (2) if a corpora- tion, affix Corporate Seal. - -.- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) AMrOWLEDOAIEUT (by Corporation, County of -. �n:.�: ) ss' Partnership, or Individual) The person(s) signing above for Contractor, knownn to me in individual and business capacity as stated, personally appeared before = today and acknowledged that he/they executed it and that the corporation or partnership aced above executed it. Dated: / - -7 [t:OTAcCEU omctat .,r ROEM V) KIN'NER =u -uurc:.. A z_ Hotarf Public :D -- - - - - - - - - - - - - - - - - - - - - - - - - - FORM APPROI z=-o puRotttS`r!f"ODIL'1gC3'uauw..nn� (Page l of 4) 001120 (CC-1; Rev. 11-76) Miucfitmed with board order .._.. ....,..�.. . ..... _..... ., ... ... ... d„rte 3. h'0 RA CONTRACT, CHANGES. (� ;By their signatures in Sectic effective on the aboLe date, these parties promise ana ,,arec as set forth in this conti�ct, incorporating by these references the material ('special terms') in sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike manner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient ano proper in order fairly to perform the requirements of this contract, all stric�_l_• in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with 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. TIME: VOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the I:otice to Proceed; and shall complate it as specified in Sec. 1. 5. LIOUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided heGin,. he becomes liable to the Public Agency for all its loss and damage therefrom; and because, from the nature of the ease, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable 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 be 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. I£ the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of wor): 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-completion 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 DOCUHEi.-fS. The plans, drawings 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- 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 fort-Ji 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. PAYMENT. (a) For his strict and literal fulfillment of these promises and-conditions, and asul 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 finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due, minus 108 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 ecause o 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) Reasonable 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 aii;l��� defective work or parts. l7 (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) �k 7..'d all issue a certifi to ti:e Ccntractor and pay t. balance pf the contract deducting all amounts withheld under this contract, provided the Contractor all claims for labor and ^",aerials have Leen paid, no claims nave Been o thePublic Agency based or. acts or cmi5sions of the Contractor, and no liens notices have been £ileo against the wort: or site, and provided there are not reasonable invitations of defective or missing work or of late-recorded notices of liens or claias against Contractor. 9. IJWUR)VJL'L. Gabor Code S:18nd-61) On signing this contract, Contractor must give puTblicAgencv (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workers' Ccmpensation insurance issued by an aumitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Cade Sec. 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILLRL TO PL-RFORlb. 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 war): as provided herein, for a period of 30 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. LANs APPLY. General. Both parties recognize the applicability of various federal, state and ocal las and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs..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 S 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 454100-4113 are incorporated herein. 14. h'AGL' RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Inln ust�vial Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to he performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least 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 employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) forwhichno minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate t4erefor 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 workman 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. 1810-1815. 16. APPRLNTICLS. 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. 11-76) lI1�t 11GFi 17. Pltt.PLliraer Poli MATI:RIALt The Public Agency desires to Mote the industries ana econo:_: of Contra Costa Count., and tae Contractor therefore promises to use the products, c:c_,L:-,•n, laLo:ers and rsechanacs of t:Li.s Count, in every case-where the price, fitness and quality are equal. IS. ASSIG.=N . This agreement binds the heirs, successors, assigns, and representatives o. the Cc�=actor; but he cannot assign it in. whole or in part, nor any monies due or to became due under it, without the prior written consent of Whe Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. SO WAIVER BY PUBLIC AGLYtCY. Inspection of the work and/or materials, or approval of . work and/or materia inspc , 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 proscribed; 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 terns and conditions hereof. 20. BOLD BAWILCSS i It.=.Zag. (a) Contractor promises to and shall hold harmless and ande—i y from c abs sties as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its electives appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su ered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whetber 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—Me matters covered by this contract and attributable to the contractor, subcontracter(s), or any officer(s), agent(s) or employce(s) 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 Indecnitee has prepared. supplied, or approved any plan(s), drawing(s). specifications) or special provisions) 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 Indem ibee. 21. ESCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 67050 if app ac e, by 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. RECEIVED JUL Ir 1977 acu:rte W suF-gceVWM CCSFA C0. - .. 01523 (Page 4 of 4) (CC-1; Rev. 11-76) Cl ;� ?� J fir^ / VJ r"1 � i; ; + � ��£ff u L LA JUL] 5 PUBLIC WORKS DErAR7A: Q kLt) Frank 8.Heti&Co.of California NortMm Olvisn Spear Slr[r.:'.over One Markel Plaza,Suile 2100 July 15, 1977 San Francisco,CA 94105 Contra Costa County Public Works'Departient 6th Floor, Administration Building Martinez, California 94553 Attention: Mr. Thomas M. Finley Detention Facility Project Manager ABDO S. ALLEN CO. JOB: CIVIC CENTER SITE DEMOLITION Gentlemen: Our insured in caption advised you had requested a revised Certificate of Insurance, giving 30 days prior written notice in the event of cancellation rather than the 10 day provision as contained in our Certificate dated July 13, 1977_ We are, therefore, enclosing.a new Certificate to replace the previously issued Certifidate; the only change which has been made is such cancellation notice clause. Very truly ours, Marilyn J. arZ! MOS Enclosure CC: Abdo S. Allen Co. TeWOMW(415)543-9360 Tekw340661 FBH CCCAL SFO C :J:CL:rs1'PCrn W2 00524 tAkroWmad wirh board order '"t tra.acait!tk? _ � 1 �,2r f THIS CERTIFICATE REPLACES TGA CEt:tfAEP ( �� i DATED 7/13/77. bb of kmra tt e JUL 1 9 l97/ Frank B.Hall&Co.of CafUornla Nmlhem DM1ko PUBLIC WORKS DEPARM',E° Spear street Tower One Market Plaza,Suite 2100 Certificate Holder: Contra Costa County San Francisco,California 94105 County Administration Building Teleohone(415)543-9360 hlailingaddress: 651 Pine Street Martinez, California 94553 File No. 5269-926(41) THIS IS TO CERTIFY the below described insurance is in effect with the Company indicated below.If such rnsur- ante is Io be Fanc000r materially altered during the period of ca.:rage as ate'»hemi;,,:be Campny agrees to giveLIt L 13u1 days prior written notice to the Certificate Holder.This Certificate of Insurance neither affirmatively nor negatively amends,alters or extends the coverage afforded by the policies Indicated below, NAME OF INSURED: Abdo S. Allen Co. ADDRESS OF INSURED: 718 Douglas Avenue, Oakland, California 94603 LOCATION OF RISK: Contra Costa County Civic Center DESCRIPTION OF RISK: See below KIND OF INSURANCE: General Liability COMPANY: Central National Insurance Co. Policy No. CNS 94257 Period from 8/5/76 at 12:01 AN to 8/5/77 at 12:01 AM Limits exdudingautomobile: } $300,000 combined single limit bodily Injury: S each person, S * each occurrence S * aggregate Property Damage: S ; each occurrence $ 'F aggregate KIND OF INSURANCE: Automobile Liability COMPANY: Federal Insurance Company Policy No. 7110-24-42 Period from 8/5/76 at 12:01 AN to B/5/77 at 12:01 AN Limits: Bodily Injury Liability $300,000 each person; $300,000 each occurrence Property Damage Liability $300.000 each occurrence KIND OF INSURANCE: Umbrella Excess Liability-OMFANY- Bellefonte Insurance Company Policy No. B92206 Period from 8/5/76 at 12:01 AN to 8/5/77 at 12:01 AM Limits: $1,000,000 excess of the above policies KIND OF INSURANCE: COMPANY: Policy No. Per red from at to at Limits: y en arsement to policies CNS94257, 7110-24-42 d 892206 Contra Costa County RE44ARKS: its officers, employees and agents are named as additional insureds solely as respects the job shown below and only as respects liability arising out of operations performe' by or on behalf of the Named Insured. Job: Contra Costa County Civic Center Demolition, which includes the demolition and removal of 19 County-owned buildings and rough site clearing. Project #5269-926-41, all in accordance with Plans and Specifications prepared by or for the P, lic rks [�frecip and in accordance with the accepted bid proposal. ,l I Ddte 7,t1sr77 ey t f SF25 SM 7177 00,925 Microfilmed with board order r a _ � ENDGRSEMENTNO.1 S EFFECTIVE: 8/$/76 4r IN CMSMMZA=ON OF h>T PRr Ii M O A[+GED Tf IS, UND05TOW eUID AQ= !3 ,f 7FAT 7SE SCHEDULE OF UNDERLYING INSURANCES IS AMID To rW_o AS CARRIER • TYPE OF POLICY LIMITS OF LIABILITY MMAL 1WIO1"1151 MM=CO. Comprehensive General Bodily Injury Liabdiry q Liability: y X - 1@OSrG40en �5300,00D.00 each occurrence _*300,000.00 aggregate 7 Property Damage Liability z q SDK31M earn accwrence w SINCLEXIM aggregate `p Z c auWPACn=IHIF Kay ! Automobile Liability: Bodily Injury Liability ' s300 009.00 each person 5300:000.00 each occurrence - F Property Damage Liability —$300,000.00 each occurrence STM WRID SA7.'ION Il SWUlk i"E CO. Employers'Liability: 55,000,000.00 one accident f r �K e Primary coverage provides: - '� Yes No Yes No Products/Completed Operatiorts ® ❑ Blanket Contractual _ ® ❑ Q Compmhemim Personal Liability ❑ 29 "xcu"Hazards OG Ga. ;� 'L ^t• Broad Form PD.IUoyds] ❑ R) Errors&OmissioM/Malpra@'dcP-' (Bureau) El ❑ Watercraft Liability ❑ 9 Personal Injury ® ❑ Fire Legal Liability ❑ a C All other terms and conditions remain unchanged. zi HPAW Attached to and forming part of Policy No. 8 9$206 OF 72D: � ' ISSUED 70: AaDO S. ALLEN CO. r� 3 � DATED AT: SM FRQCM, CSA SAYRE&7050,INC. •.l This B7S] daY of NOVF2'BFR 1B 76 By IC, ' }:+ X0523 � 5&T 1 tfi Inrw 17/731 Microfilmed with board order JUL 15 1377 PUBLIC WORKS DEPARTMI17 Frank S.Han&Co.of California July 13, 1977 Norlhem uNtaloe Spear Street Tower One Market Plaza,Suite 2100 San Francisco,California 44105 r Contra Costa County Public Yorks Department 6th Floor,Administration Building Telephone(415)543-43ao Martinez, California 94553 L Attn.- Thomas M. Finley Detention Facility Project Manager Insured: Abdo S. Allen Co. Address: 718 Douglas Avenue,Oakland, California Policy: Various - see attached certificate Insurance Company: Various-see attached certificate - Covered: Job: Contra Costa Civic Center Site Demolition Expiration: On behalf of our client,we are forwarding to you the enclosed evidence of insurance: 0 Original Poli 0 Memo copy of Policy (X7 Other: Certificate of Insurance Please note your interest in the described property is recognized. ery ly, '�yv �. jk M"Aiyn Sidi Frank B.Hall&Co-of California 00527 Enclosure CC: Abdo S. Allen Co. Microfilmed with board order n � '�'. • t0 5it7 � L ' _ � JUL 15 1911 C�erMca'e of 1BUC WORKS DEPARTMlEET Franks.Hail a Co.oft llfomit ttorthem olrf.taa Spear Street Tower One Market Plaza,Suite 2100 Certificate Holder: Contra Costa County San Francisco,California 94105 County Administration Building Teleohone(415)543-9360 Mailing Address: 651 Pine Street Martinez, California 94553 File No. 5269-926(41) THIS IS TO CERTIFY the below described insurance is in effect with the Company indicated below.If such insur- ance is to be ca elled or materially altered during the period of coverage as stated herein,the Company agrees to give ten l 10) days prior written notice to the Certificate Holder.This Certificate of Insurance neither affirmatively nor negatively amends,alters or extends the coverage afforded by the policies indicated below. NAME OF INSURED. Abdo S. Allen Co. ADDRESS OF INSURED: 718 Douglas Avenue, Oakland, California 94603 LOCATION OF RISK: Contra Costa County Civic Center DESCRIPTION OF RISK: See below KIND OF INSURANCE: General LiabilitycQMp'NY- Central National Insurance Co. Policy No. CNS 94257 Per•�d from 8/5/76 at 1 Z:Oi AN to 8/5/77 at 12:01 AM Limits eycludingautomobile: * 3 300,000 combined single limit Bodily Injury: S each person; $ * each occurrence g * aggregate Property Damage: S * each occurrence S * aggregate KIND OFINSURANCE: Automobile Liability COMPANY: Federal Insurance Co. Policy No. 7110-24-42 periodfrom 8/5/76 at 12:01 AM tq 8/5/77 at 12:01 AM Limits: Bodily Injury Liability $300,000 each person; 1300,000 each occurrence Property Damage Liability $300,000 each occurrence KiND OF INSURANCE: Umbrella Excess Liabilit3COMPANY: Bellefonte Insurance Co. Policy No. B92206 Periodfrom 8/5/76 at 12:01 AM to 8/5/77 at 12:01 AM Limits: $1,000,000 excess of the above policies KIND OF INSURANCE: COMPANY: Policy No. Period from at to at Limits: REMARKS: By endorsement to policies CNS94257, 7110-24-42 and 892206 Contra Costa County, its officers, employees and agents are named as additional insureds solely as respects the job shown below and only as respects liability arising out of operations performed by or on behalf of the Named Insured. Job: Contra Costa County Civic Center Demolition, which includes the demoiition and remova of 19 County-owned buildings and rough site clearing. Project #5269-926-41, all iri„ accortdance with Plans and Specifications p55,pared by or for the Public Worr and r SFas are m in accordance with the accepted bid proposal. Microfilmed ith board crdi t KM is � C ;^ EIJDORSEMENTNO.X S EFFECI'I'JE: 31/5/7E }-,•,'. TN CONSID>;MON Or 7hT PFZYa *.Qil✓MGM IT IS, UmL'—ml Alm A�—ZED THAT ME SCHEDULE OF UNDERLYING INSURANCES IS Aw4WZD To READ AS CARRIER TYPE OF POLICY LIMITS OF LIABILITY Ct^CM)AATI01M I19AMANM M. Comprehensive General Bodily Injury Liability -ii Liability: 5300,000.00 each occurrence .sSMD,000.00 aggregate Property Damage Liability y SINLIAM each occurrence a S�(rLJJD);D aggregate CMM/PAM=Ilmf?MY Automobile Liability: Bodily Injury Liability p ✓ G _ 5300,000.OD each person ti $300,000.00 each occurrence Property Damage Liability _S300,000.00 each occurrence a SPATE CM406 TION INSURANCE CO. t' Employers'Liability= S5,000,000.00 one accident r s a 3I Primary coverage provides: - ? Yrs No - Yes No Products/Completed Operation - Rgl ❑ - Blanket Contractual ® ❑ Comprehensive Personal Liability ❑ 91 "xcu"Hazards A A L Broad Form PA.(Uoyds) ❑ Errors&OmissionslMalpr�2fic ` (Bureau) 5a ❑ Watercraft Liability ❑ 9K] Personal Injury ® ❑ 7�aa�C • Fire Legal Liability ❑ ® R 5 F c d All other terms and conditions remain unchanged. P r Attached to and forming pan of Policy No. B 92206 OF THE E �� ;t ISSUED TO: ABDO S. ALLEN CO. tg DATED AT: SAN s CAIZ.fA SAYRE&TOSO,INC. j This OTH day of N051f2'l M 19 7B BY j as �z ;.- S&T 116 1-121731 w9, 29 Mjtrofjlme with oar C100T JUL 15 1977 Certificate of kisurance PUBLIC WORKS DEPilRTMEt`T Spear street sower One Market Plaza,Suite 2100 Crrtiticate Holder: Contra Costa County San Francisco,California 94105 County Administration Building Teleohone(4t51543-9360 MadingAddress: 651 Pine Street Martinez, California 94553 File No. 5269-926(41) THIS IS TO CERTIFY the below described inxxarce is in effect with the Company indicated below.If such insur- ance is to ben led or materially altered during the period of coverage as stated herein,the Company agrees to give. ten (I O) days prior written notice to the Certificate Holder.This Certificate of Insurance neither affirmatively nor negatively amends,alters or extends the coverage afforded by the policies indicated below. NAME OF INSURED: Abdo S. Allen Co. ADDRESS OF INSURED: 718 Douglas Avenue, Oakland, California 94603 LOCATION OF RISK. Contra Costa County Civic Center DESCRIPTION OF RISK. See below KIND OF INSSURANCE: General Liability QOMMP;Ny. Central National Insurance Co. Policy No. CNS 94257 Peri r from 8/5/76 J 2:01 AFI to 8/5/•77 12:01 AM Limits �ludingautomobile: * 300,000 combined single limit Bodily Injury: S eadspason; S * wct occurrence $ Property Damage: S * each occurrence s KIND OF INSURANCE: Automobile Liability COMPANY: Federal Insurance Co. Policy No. 7110-24-42 Period frgm 8/5/76 at 12:01 AM8/5/77 at 12:01 AM Limits: Bodily Injury Liability $300,000 each person;t%300,000 each occurrence Property Damage Liability $300,000 each occurrence KIND OF INSURANCE: Umbrella Excess LiabilitjtOMPANY_ Bellefonte Insurance Co. Policy No. B92206 Period from 8/5/76 at 12:01 AM to 8/5/77 at 12:01 AM Limits: $1,000,000 excess of the above policies KIND OF INSURANCE: COMPANY: Policy No. Period from at to et Limits. REMARKS: By endorsement to policies CNS94257. 7110-24-42 and B92206 Contra Costa County, its officers, employees and agents are named as additional insureds solely as respects the job shown below and only as respects liability arising out of operations performed by or on behalf of the Named Insured. Job: Contra Costa County Civic Center Demolition. which includes the demolition and removal of 19 County-owned buildings and rough site.ciearing. Project 95269-926-41, all in ac rtpj,dgpared by or,for the Public Dior s Director and in'accor°dance with the accepted bid proposal. AAiac{;� wish oard order �-4�3r7' ii IF ENDORSEMENTNO.* 5 EFFECTIVE: 8/5/76 --A1 CONSIDERATION OF TisE PREMIUM MAW= TT IS, U1rilER3l U AND AGIEM 7FAT Th"E SCHEDULE OF UNDERLYING INSURANCES IS AMUOED TO ?EAD AS " - FOid#7G1S: CARRIER TYPE OF POLICY LIMITS OF LIABILITY CE4lTLAL K4TI0l7AL ySLOWMIM CO. Comprehensive General Bodily Injury Liability �. Liability: ;� X IOGCQ4s�^ —$300,000.00 each occurrence ,S300,000.00 aggregate Property Damage Liability - s1MCUM each occurrence § aggregate w CEILt38/PACIFIC]IrIDf}IIvTlY �� Automobile Liability: Bodily Injury Liability 5300,000.00 each person $300,000.00 each occurrence tiProperty Damage Liability ry �s3G0,000.00 each occurrence STATE CO`�ON IMXWMICS CO. Employers'Liability: $5,000,000.00 one accident E ti a 5, C ry Primary coverage provides: . Yet No - - Yes No Products/Completed Operations ® ❑ Blanket Contractual _ ® ❑ Comprehensive Aersonal Liability ❑ 29 "xcu"Hazards,I _G Broad Form P.D.(Uoyds) ❑ 5a Errors&Omissiomllyalpr-AcV—'*"� (Bureau) R) ❑ - Watercraft Liability >El M CiPersonal Injury ® ❑ ' Fire Legal Liability ❑ ® ` 3 All other terms and conditions remain unchanged. Attached to and forming part of Policy No. B MOS OF TIM 8EMERM INSLWAKM ISSUED TO: ABDO S. ADEN CO. y DATED AT: SAN FRAC50O, t, '✓J'IIA SAYRE&TOSO,INC. This 8f day of NOyEMBM 19_16 By 4 oo5, 31 ( S&T 116(ne v s?ml - r Microfilmed wifh board order Mi-.roiifined with Imard order J STATE OF CALIFORNIA SS COUNTY OF SAN FRANCISCO ON THIS 13th DAY OF July IN THE TEAR 19 77 , BEFORE ME, A NOTARY PUBLIC IN AND FOR THE COUNTY AND STATE AFORESAID, PERSONALLY APPEARED ROBERT Y:SKINNER KNOWN TO HE TO BE THE PERSON WHOSE HANE IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND KNOWN TO HE TO BE THE ATTORNEY-IN-FACT OF AMERICAN FIDELITY FIRE INSURANCE CORPARY AND ACKNOWLEDGED TO NE THAT HE SUBSCRIBED THE NAME OF THE SAID CORPANY THERETO AS SURETY, AND HIS OWN MANE AS ATTORNEY-IN-FACT; .......cnemaenmu..nmm.emw� oerieau.sent X4+HlEEN tA.RAY Y if O W.Y4tr5� NOTARY PUBLIC lluuuuuiu.W6uuOYuppyry.yp.�� Mkrofilmed with board or 005321 AMERICAN FIDELITY FIRE INSURANCE COMPANY Ne-York BOND NUMBER 04-346-2552363 Premum$592.00 PERFORMANCE BOND-PUBLIC WORKS KUNOW ALL MEN BY THESE PRESENTS: That we, Abdo S. Allen Company as Principal, and AMERICAN FIDELITY FIRE INSURANCE COMPANY.a Corporation organized and existing under the laws of the State of New York,and authorized to transact a general surety business in the State of California,as Surety,are held and fimdy bound unto: Contra Costa County .as Obligee, in the sum of Nineteen thousand seven hundred thirty and no/100*****£***********oDf t ARC, IS 19,130.00******t lawful money of the United States of America,for the payment whereof,well and truly to be made, . 17 ve hereby hind=ves,our heirs,eaeMoa,administmtom mccessoa and assigm jointly and severally,firmly by these pmaesau. THE CONDITIONS OF THIS OBLIGATION IS SUCH,that \VREREAS,the above-bounden Principal entered into a contract dated the July 11 1977 with said Obligee to do and perfomm she following work,to wit: Contra Costa County Civic enter Site Demolition which includes the demolition and removal of 19 County-owned bldgs. and rough site clearing. Project No. 5269-926-(41). 11 in accordance with Plans and Specifications prepared by or for the Public Lorks,Director and in accordance with the accepted bid proposal. -- NOW,THEREFORE,if the abovebounden Principal shay well and truly perform or cauae to be perfumed,each and all of the requien ena and obligations of said contract set forth,then this bond shall be null and void;otherwise it dtall remain in form and effect SIGNED,SEALED AND DATED this ■art, day of 1„1g 19 77 Abdo S.Alen Company PRINCIPAL SKINNIER BONDING BONDING AND INSURANCE 244 CALIFORNIA STREer Sort[pop AUEBICAN FIDELITY ETBE DQSl1RArCE t:ONPANY SAN FFWNCI=.CALIFORNIA 94111 / . BoberC'%.'Skkinner. arroayay.l aicr i 321 15/3/ 00533 Microfilmed with boe d order STATE OF CALIFORNIA COUNTY OF SAN FRANCISCO SS _ ON THIS 13th DAT OF July IN THE YEAR 19 77 BEFORE ME, A NOTARY-PUBLIC IN AND FOR THE COUNTY AND STATE AFORESAID, PERSONALLY APPEARED ROBERT Y; SKINNER KNOWN TO HE TO BE THE PERSON WHOSE MANE IS SUBSCRIBED TO THE WITHIN INSTRIKENT AND KNOWN TO NE TO BE TIE ATTORRET--IM-FACT OF AIERIC N FIDELITY FIRE INSURANCE COMPANY AND ACKNOWLEDGED TO ME THAT HE SUBSCRIBED THE NAME OF THE SAID COMPANY THERETO AS SURETY, AND HIS OWN MAME AS ATTORNEY IN-FACT; RLNfYNnN1ILI{LLLN:NNtNpYN11MNftN11iN1Ift� OPP317AL SB L iiA?HLE£N tLt.RAY - L/� IDI a• RLIC.C�IKORRUL der 3Rc tL'IRn a...La3Ka.m Mf h'udIWR[a1+N Lrwtry 3SLL isNN4'iLILNLLNLLMALLaNWWMY1NgW4LiNitp� WART PUBLIC Micro;ilmed with board order is s EXECUTED IN 3 COPIES 1 BOND NUMBER 04-346-2552363 — Premium included in performance bond AMERICAN FIDELITY FIRE INSURANCE COMPANY New York PUBLIC WORKS-LABOR &MATERIAL BOND KNOWALL MEN BY THESE PRESENTS. That we, Abdo S. Allen Company as Principal, and AMERICAN FIDELITY FIRE INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New York,and authorized to transact surety business in the State of California,as Surety,are held and finely bound unto: as Obligee, in the sum Of Nine thousand einht hundrrd sixty-five and uo/1o0********************DOLLARS (5 t�fiAS_nn* lawful money of the United States of America,for the payment whereof,well and truly to be made,we hereby bind ourselves,our heirs,executors,administratomiointly,and scvcrally,firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,drat WHEREAS,the above bounden Principal has been awarded and has entered into a contract dated July 11, 1977 with the Obligee to do and perform the following.to wit: Contra Costa County Civic Center Site Demolition WHICH INCLUDES the demolition and removal of 19 County-owned bldgs. and rough site clearing. Project No. 5269-926-(41). All in accordance with Plans and Specifications prepared-by or far the Public Works Director and in accordance with the accepted bid proposal. NOW,THEREFORE,if the above-bounden Principal or his subcontractors fawl to pay any of the persons named in Section 3181 of the Chil Code of the State of California,or amounts due under the Unemployment Insurance Code with repect 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 band,and also,in case suit is brought upon this bond,a reasonable attorney's fee,to be fixed by the court. This bond shall insure to the benefit or any and all persons,companies or corporations entitled to @e claims under Section 3181 of the Cisil Code of the State of California si as to give a right of action to them or their assigns in any suit brought upon tris bond. SIGNED.SEALED AND DATED this 13th day of July 19 77 Abdo S.Allen Company SKINNER BONDING AND INSURANCE -Y—Q-� L-- 244 CAUFORNIA STREET SURE 200 Als1ERICA. ELITY FIRE 1NSU E COMPANY SAN FRANCISCO,CALIFORNIA .54ju // m 1415)39Z•1p9Q B/ • BRobert S. Ski=er Arra" act � 312(lana,�_ Microfilm ed with award Order XMIERICAN 1=1ULLIfY FIRE INSURANCE COMPANY • WOODEUNY.NEW YORK POWER OF ATTORNEY KNOW ALL Atl_N BY 711FSE PRESENTS:That the American Fidelity Fire Insurance Company,a Corporadon in the State of Nae York,fudag its principal office in Woodbury.State of New York,pursuant to the following resolution, adopted by tiic lkrud of Directors of the said Company on the 18th day of February,1969,to wit' -The I9ntdent,or any Vice-President,or other officer designated by the Board Executive Committee shall have authority,aeirrally,to make execute and deliver a power or attorney constituting as Attorney-in-Fact such persons, 1int:s or corlarations as such officers may select from time to time.^does hereby make.constitute and appoint ROBERT W. SKINNER of SAN FRANCISCO, CALIFORNIA it, true and lawful attomey(s)in-fact,with full power and authority hereby conferred in its name,place and stead, to sign,execute,acknowledge and deliver in its behalf,and as its as and deed,as follows.. Any and all bonds and undertakings in an amount not exceeding 550,000.00 as to any one project,for or on behalf of rids Company,in its business and in accordance with its charter,and to bind American Fidelity Fire Insurance Company thereby,and all of the acts of said Attorney-in-Fut,pursuant to these presents•are hereby ratified and confirmed. IN WITNESS WHEREOF,the American Fidelity Fire Insurance Company has caused these presents to be signed by its President and/or Vice-President,and its Corporate Sea]to be hereto affixed. AMERICAN FIDELITY FIRE INSURANCE COMPANY o49 Sure of New York Robert I.Ke nedy.Vice-Presidein County of Nassau On this 22nd day of December,1975,before the subscriber.a Notary Public of the State of New York in and for she County of Nassau duly commissioned and qualified:came Robert J.Kennedy of the American Fidelity Fre Insurance Co., to me personally known to be the individual and officer demrbed herein,and who executed the preceding dnstrumeat,and . acknowledged the execution of the same,and being by me duly sworn,Aeposed and said,chat-hc is the officer ofsaid Company aforesaid,and that the sea]affixed to the preceding ituuument is the Corporate Seal of said Company.and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation,and that the resolution of said Company,tefemd to in the precedinginstrument, is now in fora. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my official seal at Woodbury,New York the day ' and year above written. u Notaryblit 0 ELIZABETH M.ROSELIE NOTARY PUBLIC,State of New York No.30-8643115 Qualified in Nassau County Commission Expires March 30.1976 State of New York ss. County of Nassau CERTIFICATE 1,the undersigned,Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporation of the State of New York.DO HEREBY CERTIFY that the foregoing and attached Power of Attomey and Certificate of Authority remains in full fora and has not been retoked;and furthermore,that the Resolution of the Board of Directors, as set forth in the Certificate of Authority.are now In fora. _ Signed and Sealed at the said Company,at Woodbury,New York,dated this 13thd2y of July 1977 Assistant Secretary NY S50(9161 of)Microfilmed with board er .. i BOARD OF SUPERVISORS OF CONTRA COSTA COUNly. CALIFORNIA June 23, 1977 h'OTE TO CLAMMT Claim Against the County, ) The copy 06 tw cum .to you.id yow_ Routing Endorsements, and } notice 06 .fixe action taken on yowt cta m by-fixe Board Action. (All Section } 8oand o6 Supetvrao44 (Pawg4aph 111, be.tav), references are.= California ) give),pursuant to Govetmwitt Code Sections 91T.8, Government Code.)- ) 913, 5 915:4.- P z,.Ae note the"aa>t+ccrg -below.. Claimant: California State Automobile Assn. P.Q. Hoa 2489, Dublin, California, 94566 Policy OE38549-6 (Dunn, Leo 'd. Or Barbara Jean, Insured) Attorney: Rvi 7=�1 Address: MAY 2 Fj ter r Amount: $550-00 Date Received: May 24, 1977 By delivery to Clerk on By mail, postmarked on?+rav 23. 1977 FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Gate Claim. DATED: mt y 26. 1977 J_ R. OLSSON, Clerk, By -_/r, r� ,r'_�< s, ,rY- Deputy, Jamie L. John I. FROM: County Counsel T0: Clerk o£nsthe Board of Supervisors /(Check one only) ( V) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). { ) The Board should deny this Application to File a Late Claim tion 911.6). DATED: -'77 jaw B. CLAUSEN, County Counsel, By� 6"i'7i.-. Deputy Ill. BOARD ORDER By unanimous vote of Supervisors present (Check'one only) (XX) This Claim is rejected in full. { ) This Application to rile Late Claim is denied (Section 911.6). -I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED:June 28, 1977 J. R. OLSSON, Clerk, by Deputy Jamie L. Johnsn WARNI:v' CLAM AUNT TO CLAAUNT (Government Coe Sections 911.8 4 913} You have o mo ywm a t4 a nOtice you wlxieh to Site a eoaU action on facie aejected Claim (4ze Govt. Code Sec. 945.61 oa 6 month6 6aom the denial o6 yowt A to Fite a Late.Ctaivi w4tun much to peti.Lion a count boa aefrea 6nom Section 945.414 cXmin-6UZq deadUne (4ee Section 946.6). you may seek ti,c a6ice o6 any a.ttoarxey of yowt choice in connection cv:d,.thZ6 malleo 1i you Wnt to co arx arta nza, you 4houtd do 4a immedsate2y._ IV. FRO d: Clerk of the Board T0: 1) County Counsel, (2) County Administrator, & (3) Public Works, Business 8 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Clain or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section '24:03/. DATED: June 30, 1977J. R. OLSSO.Y, Clercs, By �!., -Itao, Deputy Ja*-1 P T.. John an V= FRO.y: (1) County Counsel, (?) Caw,y Administrator, T0: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: June 'in, 1977 County Counsel, By County:administrator. By Public Works, By x t t l 8.1 Rev. 3/77 California State Automobile Association _ . .OIv1.K TK'.oFaYPsr....a.PGP ww•F-.wwv YAIUNG ADORESS:P.O,BOX ZOaa-DUetiN,CAUWNIA R9a5Ee ..,,,...,.,. .s >..P.a+.r.w.. l4IAS1&7890 Pai�irFs.:aa w-rF,.._. .. i wFSFc.ca...raa.. arrt as w.e.a✓,a .YwFP.wT.aS ..{...wSWM{ � wY.PY4.0.✓P.e.a✓,. Ya.Y ww1.rM . #PMMwjppKJry,,`a."�ita FUWM,P9.W.iat MMKIF.aMF./.a.C..naN - uVwM6.uPl..,.vvw .rP wiaF.cwti.Y.. - - YnFM..n PRFVPw.V:aa ras.oM.ulm.l. UVERINDRE VALLEY DISTRICT OFFICE .iwn.wwn� VAY 2U, ?.977 Yy w,py., lWY.YBa{A..a9P+s M.wfPhip. .w.1,LYYrf.Ywa..F.a P.uF,a�..FYI.wP,4rP � - - MOM.YOMFCNaF - - .ae.gFWpv.wwry Mire. .,....�perk of the Board of Sup risors RECEIVED to;, City Adsixlistratioc�Ld�• 651.Pine St. 1!=—Uasa, Cm. 914553 MAY 2 1 '1977 3e: Date of Toss : April 20, 1977 J.a otM . 'ur IusD_ed : Duan, Teo U. or 3ar----A de:aa Cur P'is Jam:X3549-5 * i 1 �Lcytl_ten: :.as is to no'.3fy you that ue ars p-esoatia;a c=ain a?,aS=t the Contra Costs C,OA4, h-:^i_-rs Qso=�nt'a an aceideut:off^:occurred on App.?2:, M7, in behalf of oar iasured 3ichard'-adne I)u=. The --cai dent occ:rred .a.':rowkwre Driva Rear SpriazFale T=e in the''ia'auC Crda Hca at'n_r.$a.n. -ar the ab-ne data, bet;reeesa oar insured Zichard':3,na Dun=zd,our police officer, Thanas lardy•sravas. C•i cTain:xis' bi for zi=i - inate' Torfled cta=*a ap:.-s will.olla:. axe cx v 2{^3swice D MAY 2 G 1977 J.a o1swN OWK eawo 0;SUPWAsoas 00,938 , 04krel'troed ah boord order NUaatttmod with board order k /Ior,rxl NOTE TO Ct,%DINN'T A CiaitrAgainst the County, ) The copy o6.Gtia docuae ell to fou is 1n4,, Routing Endorsements, and ) notice o6 Ae action tat e+t ou yawn.etairn 6y.ti-,e Board Action. {All Section ) So-d 06 Sltpeavi6oltA (Paaagtaph 111, beton), references are to California ) give:pkuuant to Govelum:erl.t Code Sections 911.8, Govern_nent Code.) _) 913, € 915.4. Pteaae note tltc'iLWt irg"beeo,;.. Claimant: Virginia Graham, 456 Pebble Drive, E2 Sobrante, California 94803 Attorney: Thomas X. Powers, Powers It Russ Address: 3707 Bissell Avenue, Richmond, California 94805 Amount: $10,085.00 Date Received: May 25, 1977 By delivery to Clerk on By mail, postmarked on ay I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-notednClaim or Application to File Late Clafm:. DATED: May 25. 1977 J. R. OLSSOY, Clerk, By ,Deputy tn�tr�( FPI IZ. FROM: County Counsel T0: Clerk of the n Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. / gntt+GiD [ L n ThiylClaim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910.8): { ) Claim is not timely filed. Board should take no action (Section 911.2). { ) The Board should deny this Application to File a-LLate.Claim {S tiara 921. DATED: _E-(_'17 JMI B. CUMSEY, County Counsel, Bye—' ._.1 ^-+-12cPutY 111. BOARD ORDER By unanimous trate of Supervisors present -• (Check*one only) C XX) ThiRAClimdis rejected in full. { ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: June 28, 2977 J. R. OLSSOS, Clerk, by aMLe Deputy Jarrxe L. Jo WARN TO CLAIdt4�T Government Coda Sections 912.8 $ 913) You lutve outy 5 ro pnom Xre natung o6 attA nortce to you v 't tvzich to 64Re a count action on thi6 hejec.ted Claim (see Govt. Code See. 945.6) oh b months 6.torn the dertiat o6 your.AppUcatian to File a We Ctaim zWLix tu'uch to petition a count Son aeUe6 6nom Section 945.4's claim-6ifing deadline faze Section 946.6). ' You nay aeekz tka advice o6 any attu+tney oa yours choice.irt connection tu.{h#itis mo.tten. I' t+ou vont to conauTLt an cote:rt i ou ahould do ao irmnediatele. FRO}!: Clerk of the Board TO: 2} County Counsel, {2) County Administrator, t (3) Public {'.arks, Business $ Services Division Attached are copies of the above Claim or Application. tie notified the claimant of the Board's action on this Claim or Application by mailing a cony of this document, and a memo thereof`has been filed and endorsed on the Board's copy of this Claim in accordance with Section -/111W, 29703/. DATED: June 3n, 19773. R. OLSSOX, Clerk, By /G11W y��J��-t„�^-rl,�r� Deputy .Tante Z"JoTinson V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk o:the Board (3) Public Norks of Supervisors Received copies of this Clain or Application and Board Order. DATED: June 30, 1977 County Counsel, By County Administrator. By (1f1Gr! Public Norks, By 8.1 Rev. 3/77 ) ENDORSED 1 THOMAS M. POWERS IF LD POWERS & RUSS MAY 2 i 1977 Attorneys at Law 3707 Bissell Avenue J•9.Q'=51-` S�%:JVli�w Richmond, California 94805 _�SS■C SCAM Of rIXa�■a GpSia;n_, Telephone: (415) 236-0161, "�""` " " 236-7605 5 Attorneys for Claimant 6 8 STATE OF CALIFORNIA, COUNTY OF CONTRA COSTA 9 Claim of VIRGINIA GRAHAM ) ) 10 V. ) FIRST AMENDED CLAIM 11 COUNTY OF CONTRA COSTA, ) FOR PERSONAL INJURIES CALIFORNIA, a Municipal ) (GOVERNMENT CODE §910) 12 Corporation. ) 13 ... ) 14 TO: CLERK OF THE BOARD OF SUPERVISORS AND TO THE BOARD.OF. 15 SUPERVISORS, COUNTY OF CONTRA COSTA, CALIFORNIA. 16 YOU ARE HEREBY NOTIFIED that VIRGINIA GRAHAM, whose 17 address is 456 Pebble Drive, E1 Sobrante, California, claims is damages from the County of Contra Costa,-California, in the 19 amount, computed as of the date of presentation of this claim, 20 of $10,085.00. 21 This claim is based on personal injuries sustained by 22 claimant on or about March 8, 1977 at 5 p.m. in the City of 23 Richmond, interstate 80 and Hilltop Drive on Hilltop Drive 23 approximately 2/10 miles east of Moyers Road under the following 25 circumstances: 26 While traveling on the northbound offramp from interstate 80 at Hilltop-Drive, claimant's 27 vision was obstructed from oncoming vehicular traffic by a cement wall and no warnings of said., 0 28 dangerous condition was provided causing claim e Fx,ommed with board order 1 to enter the intersection and collide with an oncoming vehicle whose vision was likewise blocked by said cement wall. a The names of the public employees causing claimant's i injuries under the described circumstances are unknown to 5 claimant. 6 The injuries sustained by claimant, as far as known at 7 this time, and as of the date of presentation of this claim, 8 consist of injuries to head, neck, back, abdomen, legs and arms. 9 The amount claimed, as of the date of presentation of 10 this claim, is computed as follows: it Damages incurred to date 12 Expenses for medical and hospital care $85.00 la Loss of earnings $Unknoim Special damages $Unknown 13 General damages $10,000.00 Total damages incurred 0 to date: $10,085.00 16 Estimated prospective damages as far 17 as known t8 Future expenses for medical. and hospital care $Unknown 19 Future loss of earnings $Unknown . other prospective special 20 damages $Unknown Prospective general damages $Unknown 21 Total estimated prospective damages: $Unknown _22 Total amount claimed as of date of 23 presentation of this claim: $10,085.00 24 All notices or other communications with-regard to this 25 claim should be sent to claimant at THOMAS M_ POWERS, 3707 Bissell 26 Avenue, Richmond, California 94805. 27 DATED: Mav 20, 1977. y 2d P S 6 S By N I THO-11AS M_ POWERS -2- Attorney for Claimant e u THOMAS M. POWERS -2- Attorney forClaimant • 6OAPD \CTIOY I$CARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORSIA June 29, 1977 hvm TO CLAIMANT Claim Against the County, ) Thz copy o6.tfrieconventto you.i.d yonn_ Routing Endorsements, and ) notice o6 fire action taken an you&claim by.the Board Action. (All Section ) Boa&d oS Supmuiaou (Ph=gAaph III, betav), references are to.California ) given punAaant to Goveemnat Code Seetion6.911.8,. Government Code:)- ) 913, B 915.4. PfAade note-the."warming"below:' Claimant: Bay Cities Paving S Grading, Inc., 5124 Huntington Avenue Richmond, California 94804 Attorney: Robert F. Curotto Address: Law Offices of Robert F. Curotto, 235 Montgomery Street, Russ Building, Suite 1704, San Francisco, California 94104 Amount: $30,279.85 via Public Works Date Received: Nay 18, 1977 By delivery to Clerk an May 18, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors : County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: Map 18, 1977 J. R. OLSSON, Clerk, BY r/L►iYl1Gi ek&-4e-7%- Deputy Janne o II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) (, ) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911_2)_ ( ) The Board should deny this Application to File a fate' lin DATED: Z-/Z-/,3b;,/+3� JOHN B. CLADSEi, County Counsel, By , Deputy c III. BOARD ORDER By unanimous vote of upervisors present - (Check'one only) (XX) This Claim is rejected in full_ ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Board§order entered in its minutes for this date. DATED: June 28, 1477J_ R. OLSSON, Clerk, by 4�GrIyLU�i� �O'�-- Deputy Jame L. Johnson WARNING TO CLAIMANT Goverunept a Sections 911.8 6 9 3 You haue—REFF-montg i4om the 06 tw not e.to you which to f,S.ite,a eowtt action on this ac eeted Claim (dee Govt. Code Sec. 945.6) 02 6 months doom the denial o6 yam Application to File a Late Cfaku wZdzin a:cich to petition a cowft boa aelie6 6rwm Section 945.4'd eeaim-bit ng deadline (dee Section 946.61. You may seek the advice 06 any atto2ney o6 yomr choice in connection with.Cuia matter. 16 you want#o-tumult an attoaney, you dhovld do do inmediateZy. IV. FROM: Clerk of rhe Board T0: 1) County Counsel, (2) County Administracpr, . B (3) Public Works, Business G Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or application by mailing a copy of this document.-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED:June 30, 1977 J. R. OLSSON, Clerk, By e-,1^-111;W- Jame 1^-1;W-Janie L. Johnson V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (S) Public Works of Supervisors Received copies of this Claim or Application and 9oard Order. DATED: June 31, 1977 County Counsel, By County Administrator, By Public Works, By 2 t 8.1 Rev. 3/717 B.1 Rev. 3/77 RID E0 � Ioil 1 ROBERT F. CUROTTO, ESQUIRE ;�rE? MAY I3 1977 2 LACI OFFICES OF ROBERT F. CUROTTO /- 235 Montgomery Street PUBUC WORKS DE".' 3 Russ Building, Suite 1704 F 1 L San Prancisco, California 94104 4 Telephone: (415) 398-2774 MAY 181977 5 .ATTORNEYS FOR BAY CITIES PAVING S GRADING, INC. y a.otssav '6 CL%K ca �r srA w. 7 8 IN THE SUPERIOR COURT OF THE STATE OF CALIFORNIA 9 IN AND FOR THE COUNTY OF CONTRA COSTA 10 11 In the Matter of the Claim of ) NO. 12 BAY CITIES PAVING S GRADING, INC., ) CLAIM FOR DAMAGES 13 Claimant, ) AGAINST PUBLIC ENTITY 14 vs. ) 15 CONTRA COSTA COUNTY, ) ) 16 Respondent. ) 17 18 THE LAW OFFICES OF ROBERT F. CUROTTO HEREBY PRESENTS 19 this claim on behalf of BAY CITIES PAVING 6 GRADING, INC- to 20 CONTRA COSTA COUNTY. 21 The full name and address of claimant is as follows: 22 �BAY CITIES PAVING S GRADING, INC-, 5124 Huntington Avenue, 23 Richmond, California 94804- 24 The address to which BAY CITIES PAVING 6 GRADING, INC., 25 desires notice of this claim to be sent is as follows: Law 26 Offices of ROBERT F. CUROTTO, 235 Montgomery Street, Russ 27 Building, Suite 1704, San Francisco, California 94104. 28 In July of 1976, BAY CITIES PAVING & GRADING, INC. 00,943 hticrofilmed with board order J%A1Cf0T1iMed with board order 1 entered into a written contract with CONTRA COSTA COUNTY t0 2 perform work on the Livorna Road Realignment Project No. 4234- 3 4275-75. In the performance of said work required-pursuant to 4 said contract, BAY CITIES PAVING & GRADING, INC.'S costs were 5 substantially increased due to material changes in the character 6 of the work from that presented in the plans and specifications 7 and resulting increases in the quantity of work required to 8 be performed. As a result BAY CITIES PAVING & GRADING, INC.'S 9 costs were increased by $30,279.85. 10 Pursuant to the terms of the contract BAY CITIES 11 PAVING & GRADING, INC. was to receive an adjustment in 12 compensation to reimburse BAY CITIES PAVING & GRADING, INC. for 13 the increased costs in performing the contract due to material 14 changes in the character of the work and increases in the 15 quantity of the work. 16 In accordance with the terms of the contract BAY CITIES 17 PAVING & GRADING, INC. submitted its claim to the Engineer of 18 the CONTRA COSTA COUNTY Public Works Department for the 19 adjustment in compensation due to the increased costs incurred 20 by BAY CITIES PAVING & GRADING, INC. On or about February 28, 197 , 21 BAY CITIES PAVING & GRADING, INC. received the Engineer's final 22 determination of its claim in which the Engineer denied the 23 claim of BAY CITIES PAVING & GRADING, INC. for $30,279.85, and 24 awarded BAY CITIES PAVING & GRADING, INC. only $1,895.02 as an 25 adjustment in compensation for the increased costs incurred by 26 BAY CITIES PAVING & GRADING, INC. 27 The determination on the part of the Engineer was in 28 breach of the contract between BAY CITIES PAVING & GRADING,�INC. -2_ ()114 27 The determination on the part of the Engineer was in 28 breach of the contract between SAY CITIES PAVING 6 GRADING, INC. -2- 1 and the CONTRA COSTA COUNTY in that the determination of the 2 Engineer was fraudulent, in bad faith, and was not supported by 3 the evidence and was in gross error. 4 That as a result of the breach of contract by CONTRA 5 COSTA COUNTY, BAY CITIES PAVING S GRADING, INC. has been damaged -6 in the sum of $30,279.85. Said sum of $30,279.85 is based on 7 the increased costs in excavation work and a refusal to pay for 8 99 tons of aggregate base as more fully set forth in the letters 9 of BAY CITIES PAVING S GRADING, INC. to CONTRA COSTA COUNTY 10 dated December 29, 1976, and December 30, 1976, copies of which 11 are attached hereto and incorporated herein by reference. 12 13 DATED: slay 10, 1977 14 /� ROBERT FCUROTTO 15 16 17 18 19 20 21 22 23 24 25 26 27 28 -- -3- nc»a5 .,......... ---------------- 5124 Hmtingtm Avm mcbmond,Criif. Takpbom 524-7611 Dec. 29, 1976 Contra Costa.County public Works Department 6th Floor, Administation Building Martinez, California 94553 Re; • Cons--Livorna Road Project'No. 4234-4257-661-75 Gentlemen; We are returning herewith the unsigned final pay estimates and our claims in accordance with Section 9-1.0713 of the specifications. As discussed in our meeting of Dec. 1, 1976, the following claims are outstanding on this project; Item No. 1 Bid Item No. 8 Excavation Bid Quantity 13000 c.y. Final Pay Quantity 17623 c.y. The excavation work is addition to a substantial over-run was totally different from the operation presented by the plans and specifications. Therefore, the following are our costs for this work; Equipment and Wage Costs per Schedule A and Attachment No. 1 $62,593.11 Flagging, per Attachement No. 2 1,767.71 Misc.; Office & Pbpne%-'t mo. @$200.00 300.00 Total Amount for Bid Item 8$64,660.82 Less Amount Allowed 37,008.72 Total Additional $27;652.10 (1) n(1 + 1)0,546 Off, �VOW- _ 5124 Huaowpm Ave. RWwim d,C-IM Telspbo.524-7611 Dec, 29, 1976 Contra Costa County Public Works Department P.2 Item No. 2 Bid Item No. 9 Aggregate Base The deduction of 99 tons of Aggregate Base from.Bid Item No. 9 due to overbreek is unwarranted and not in compliance with the specifications or accepted industry practice. The pay item is based on tonnage as directed. Your deduction on the basis of a theoretical section is therefore in error. We would appreciate your earliest attention to these items. c Very Truly You s, Bernard N. Gatie eiicl.- BNG/gpc cc; Job 2065 Corr. File Eng. Dept. ��CKt f SM Hund.9ton Ave. Richmond,Calif. Telephone 524.7611 Schedule A HOURLY EXTENDED RATE HRS. .AMOUNT LABOR': Operator TS-14 $15.63 183 $ 2,860,29 Operator Factor 15.63 14 2,321.06 Operator 12F Motor Grader 15.74 10 1,581.87 Operator D-8 Dozer 15.63 140 2,196.02 Teamster-Water Truck 13.11 136 1,782.96 Operator 1150 Angle Dozer 15.63 1* 23.45 Operator 613 Scraper 15.63 40 625.20 Operator Hopto 550 15.74 7 110.18 Supervisor 17.20 216 3,715.20 Foreman 16.97 80 1,357.60 Grade Checker 15.21 182 2,768.22 Total $19,342.05 20% added (percentage per special provision) 3,868.41 z Total $23,210.46 20% on Labor Costs 4,642.09 TOTAL LABOR $27,852.55 EQUIPMENT: TS-14 Euclid Scraper 50.00 183 9,150.00 Factor 3-40 52.00 148f 7,722.00 12F Motor Grader (89H Serial) . with Electronic Blade Control 25.00 1001 2,512.50 D-8 Tractor-Caterpillar (46 A Serial) with Dozer& Ripper 51.75 140 7,270.88 Water Truck 9,00 136 1,224.00 1150B Angle Dozer (105 HP) with Dozer& Ripper 21.20 lj- 31.80 613 Scraper Wheel Tractor- Caterpillar 30.00 40 1,200.00 Hopto 550 -Warner Swasey 30.00 7 210.00 Pickup Truck 3.00 296 888.00 Total $30,209.18 15% on Equipment 4,531.38 TOTAL EQUIPMENT $34,740.56 TOTAL LABOR & EQUIPMENT 562,593.13. nous S124 Huntington Ave. Ricbmond,Calif. Telephone 524-7611 December 30, 1976 County Costa County Public Works*Department 255 Glacier Drive Martinez, Calif. 94553 Re: Livorna Road Realignment Project No. 4234-4257-75 Attention:- Mr. V.A. Plumb , Gentlemen: Confirming our conversation of December 29, 1976 with your repre— sentative Mr. Val Plumb, the following is the omitted amount to be add— ed to our Item No. 1 claim outlined in our letter of December 29, 1976. TRANSPORT LABOR & EQUIPMENT COSTS HOURLY EXTENDED RATE HRS. AMOUNT LABOR . Teamster — Transport Driver $13.345 56 $ 747.32 Teamster — Pickup Truck Driver 12.80 101 134.40 Total $ 881.72 20% Added (percentage per special provision) 176.34 ' Total $1,058.06 20% On Labor Costs 211.61 TOTAL LABOR $1,269.67 EQUIPMENT & TRANSPORT PERMITS: Truck Tractor w/Heavy Dut Lowbed Trailer (5 Axles $11.50 56 $ 644.00 Pickup Truck (Pilot Car) - 3.00 101 31.50 Transport Permits — 3 @ $25.00 each 75.00 Total $ 750.50 15¢ On Equipment 112.58 TOTAL EQUIPMENT $ 863.08 TQTAL LABOR & EQUIPMENT S2'1_ 32.75 Very truly yours, Bernard N. Gatie "BNG/rjc cc: Acctg. Office 00.949 In the Board of Supervisors of Contra Costa County, State of California June 28 '19 '77 In the Matter of Revised Sewage Regulations. The Board having received a June 13, 1977 memorandum from" Mr. C. L. Van Marter, Director, Hu=an ?.esources Agency, requesting Board approval of revised regulations of the County Health Officer governing installation of individual sewage disposal systems pursuant to Title 4, Division 420, Chapter 1.20-6 of the County Ordinance Code;- IT ode;IT IS BY THE BOARD ORDE?ED that July 5, 1977 at 10:50 a.m. is FIF.ED as time to consider adoption of the aforesaid revised regulations. PASSED by the Board on June 28, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Witness my hand and the Seal of the Board of Resources cency Supervisors County FFealth Officer affixed this 28t!-doy of June 1q 77 County Administrator County Counsel r j iJ. R. OL.SSON, Clerk By.1—r c._ ._ Deputy Clerk Ronda Amdahl a H.243/76 D. Oni.rJ� NNE WIMMINAMMMM, r.,.yPJ7Y GF 9t... IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA in the Matter of ) Agreement for Burglary Prevention ) Program, City of Lafayette ) June 28, 1977 ) IT IS BY THE BOARD RESOLVED that the Chairman'is authorized to execute an agreement with the City of Lafayette for the Sheriff- Coroner to provide burglary prevention services under the auspices of a federal grant for the period of July 1, 1976 through June 30, 1977 for the amount of $13,600 (payable to the County). PASSED by the Board on June 28, 1977. CERTIFIED COPY I certify that this h a Intl,hue&comet copy of the orfOraf docoaaot rrbfch to on file in my offlep, and that It wan passed E tdoDted by the Board or ... scperwtro:s of Comm Costa County.California,on the date shown.ATTES'n J.R.OLSSO.Y,County Clerk t exaMu o Clerk at sahi Board of saperwhom, IteDuty Cfer. U, 2,"-1977 Orig: Sheriff-Coroner cc: City of Lafayette- C/o Sheriff Auditor-Controller Administrator 00,951 CONTRACT (Purchase of Services) 1. Contract Identification Agency: .;City of Lafayette Subject:_ Burglary Prevention 2. Parties The City of Lafayette and the following named contractor mutually agree and promise as follows: Contractor: Contra Costa County, for its Sheriff-Coroner's Office Capacity: Law Enforcement Address: P. O. Box 391, Martinez, CA 94553 " 3. Term The effective date of this contract is July 1 1976 and it terminates June 30, 1977, unless sooner terminated by mutual agreement of the parties. 4. Payment Limit City's total payments to Contractor under this contract shall not exceed $13,600.00. 5. City's Obligation City 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 Office of Criminal Justice Planning Standard Contract provisions, a copy of which is attached; and to no other General or Special Conditions. 7. Contractor's Obligations Contractor shall provide those services and carry-out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 8. Project This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Office of Criminal Justice Planning Grant Project--Property Protection Program 00,952 Miaofikned with board order -2- 9- Leaal Authoritv This contract is entered into under and subject,to the following legal authorities: Title 1, Part C, Section 301 (b), Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351) as areended (PL 91-644) 10, sionatures These signatures attest the parties agreement hereto: City 4fyeZ.= Contr ctorgy: gy CO Y C COSTA-.0 RNIA B Eoard of Supe Attest:I J.''RGnnOlsson, County Clerk By* % _ OeP y FORM APPROVED 1u19t&taus comb Camel. r 00,553 PAYMENT PROVISIONS` 1.� Payment Basis City shall in no event pay to the Contractor a sumin excess of the total amount specified in the Payment Limit of this Contract. Subject to the Pavment`Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided, for City 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, City will pay'Contractor: An amount equal to Contractor's allowable costs that are actually incurred during the contract period, payment to be made upon completion of services. Those costs are estimated to be as follows: 400 hours devoted to citizen`education services @ $11.25 $4,500 809 hours devoted to extra investigative services @ $11.25 91100 TOTAL $13,600 3. Allowable Costs Contractor's allowable costs are only those which.are determined in accordance with: Such Stateregulationsand 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 one written demand at.termination' of contract for total amount due. 5. Audits The records of the Contractor may be audited, by the City, State or United States.government, in'addition to any certified cost report or audit required by the Service Plan. if such an audit reveals overpayment on the part of the City, the Contractor agrees to pay to the City within 30 days of demand any such excess amount. INITIALS: �V COR CITY 0,9541 ­­ . ; SERVICE PLAN 1. Services. The Contractor agrees to provide those services'as enumerated in the attachediGrant Award project entitled "Property Protection Program", which is incorporatedherein by reference, consisting of 14 pages. 2. Allowable Contract Costs Contractor's allowable costs are'only those which are determined in,`accordance-with`the Office of Criminal'Justice'Planning-Fiscal Affairs Manual, a copy of which the Contractor acknowledges receipt. INITIALS: C �" ITY x "v, C' Z, t ' s 'p 00,951 Rev- 7-71 OFFICE OF CRIj7INAL JUSTICE PLANNING STANDARD CONTRACT PROVISIONS 1. Grant Award. The Gib" r e , hereinafter referred to as Sub- grantee, and the Office-of Criminal Justice Planning, hereinditer referred to as OCJP, entered into a grant award, ho. n-2598-1-75, dated n ril 1, 1976,hereinafter referred to as "grant award'_futids for = is Agreement are made available, in whole or in part, by the grant award and the grant award is incorporated in this Agreement. The Subgrantee will retain ultimate control and responsibility for per- formance under the grant award_. The Contractor shall only be bound by those provisions of the grant award that are pertinent to per- formance by the Contractor under this Agreement. 2. Asst nment or Subcontracting- No performance of this Agreement or any portion thereof may be assigned or subcontracted by the Contractor without the express written consent of Subgrantee and any attempt by the Contractor to assign or subcontract any performande of this' Agreement without the express written consent of Subgrantee shall be null and void and shall constitute a breach of this Agreement. .Hhen- ever the Contractor is authorized to subcontract or'assign,'he will- include all the term3 of this Agreement in each such subcontract or assignment. 3. Assurance of Compliance with Civil Riqhts Laws. The Contractor will comply with it a VI of the LIVII Rig is Act of 1964, as amended, and all requirements imposed by or pursuant to regulations of.the Department of Justice and the Law Enforcement Assistance Administration (hereinafter referred to as LEAH) issued pursuant to that title, to the end that no person shall, on the grounds of race, creed, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under this Agreement or under any project, program, or activity supported by this Agreement. The contractor will comply with Justice Department Equal Employment- ' Regulations in federally-assisted programs (28 CFR Part 42, Subpart D) to the end that employment discrimination in such programs on the grounds of race, color, creed, sex, or national origin shall be eliminated. The Contractor recognizes the right of the United States to seek judicial enforcement of the foregoing convenants against discrimination. 4. Maintenance and Inspection of Contractual Records. The Comptroller General of the United States,-or any of his duly authorized representatives shall have access to and the right to examine, audit, excerpt and trans- cribe any books, documents, papers and records of the_Contractor which in the opinion of the Comptroller General may be related or pertinent to this Agreement. Such material must be kept and maintained for a period of three years after termination of the grant award or until an audit is completed by OCJP and LEAA and all questions arising therefrom are resolved, whichever is sooner. • _ C n LEAH and OUR or any of their duly authorized representatives shall have access for the purpose of audit and examination to any books, documents, papers and records of the Contractor which are related or pertinent to this Agreement. The books, documents, papers and records of the Contractor to which LEAA and OCJP or any of their duly authorized representatives shall have,access to under the provisions of this paragraph shall not include any such materials which set forth the cost of the goods sold or leased under a fixed-price contract for-,off- the-shelf items resulting from a formally advertised procurement as defined in the LEAA financial nuidelines. 5. Cop yriRhts and_Rights in Data_ Where activities supported by this Agreement pro ucd a orlgina computer programs, writing, sound recordings, pictorial reproductions, drawings or other graphical representation• and works of any similar nature (the term computer programs includes executable computer programs and supporting data in any form), the OCJP, the LEAA, and Subgrantee reserve the right to use, duplicate and disclose, in whole or in part, in any manner for any purpose whatso- ever, and to authorize others to do so. If any material described in the previous sentence is subject to copyright, the Subgrantee reserves the right to copyright such add the Contractor agrees not to copyright such material. If the material is copyrighted, the OCJP and the LEAA reserve.a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, and use such materials, in the whole or in'part, and to authorize others to do so. 7. t.e 011557 J 6. Publications. Before publishing any materials produced by activities su ' pported by this Agreement, the Subgrantee or its contractor (the contractor) shall notify OCJP 90 days in advance of any such intended publication and shall submit 20 copies of the materials to be published. Within 60 days after any such materials have been received by DCJP, OCJP shall submit to the Subgrantee its corments•with respect to the materials intended to be published. The Subgrantee or its contractor shall determine, within 10 days after receipt of any such comments, whether or not to revise the materials to incorporate the comments of OCJP and shall advise OCJP of its determination within 15 days after such comments have been received by the Subgrantee or its contractor: If the Subgrantee or its contractor determines not to incorporate any of the comments of OCJP into the text of the materials, it may publish•the materials provided that the initial preface or introduction to-these materials as published contain the following: A. A credit reference reading as follows: The preparation of.these. materials was financially assisted through a federal grant from the Law Enforcement Assistance Administration and the California Office of Criminal Justice Planning-and under Title I of the Crime Control Act of 1973." B. A disclaimer statement reading as follows: "The opinions, findings, and conclusions in this publication are those of the author and•not necessarily those of_OCJP or LEAH. OCJP and LEAA reserve a royalty- freg, non-exclusive. and irrevocable license to reproduce; publish and use these materials, and to authorize others to do so. A copy of these materibls may be obtained from OCJP or LEAA upon payment of the cost for reproducing the materials." C. The comments of OCJP in full, unabridged, and unedited. If the Subgrantee or its contractor wishes to incorporate some or any of the comments of OCJP in the text of the materials, it shall revise the materials to be published and resubmit them to OCJP which shall prepare comments on the resubmitted data within 30 days after receipt thereof. Within 10 days after receipt of these comments, the Subgrantee or its contractor shall determine whether or not to accept or adopt any of the comments on the revised materials as resubmitted to OCJP and shall advise OCJP of this determination within 15 days after rFceipt of the comments of OCJP. Thereafter, the materials may be published or revised in accordance with the procedures set forth above for the publication of materials on which OCJP has submitted its comments to the Subgrantee or its contractor. If OCJP has not submitted its comments on any materials submitted to it within 90 days after OCJP has received any such materials, the Subgrantee or its contractor may proceed to publish the materials in the form,in which they have been submitted to OCJP but shall include the credit statement and the disclaimer statement set forth above., but without any further comments. S 00558 .7. Patentsif any discovery or invention arises or is developed in the course of or as a result of work performed under this Agreement, the Contractor shall refer the discovery or invention to Subgrantee and OCJP. The Contractor hereby agrees that determinations of rights to inventions or discoveries made under this Agreement shall be made by LEAA, or its duly authorized representative, who shall have the sole and exclusive powers to determine whether or not and where a"patent' application should be filed and to determine the disposition of all rights in such inventions or discoveries, including title to and, license rights under.any patent application or patent which may issue thereon. The determination of LEAA, or its duly authorized representa-. tive, shall be accepted as final. The Contractor agrees and otherwise recognizes that LEAH, OCJP, and Subgrantee shall acquire at least an irrevocable, non-exclusive, and royalty-free license to practice and have practiced throughout the world for goverlhmental purposes any invention made in the course of or under this Agreement.' B. Contractor Work Hours and Safety Standards. if this Agreement provides for—payment in excess of 2, 00 2,000 for construction contracts) and involves the employment of mechanics or laborers, the Contractor agrees: a) That each mechanic or laborer-will have wages computed on the basis of a standard work day of eight hours and a standard work week of forty hours. 14ork in excess of the standard work week or day is permissible provided that the worker is compensated at the rate of not' less than one and,one-bal,f times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or forty hours in the work week; b) That no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, .hazardous or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation (29 CFR 1518), These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or trans- mission of intelligence. 9. Clean Air Act. If this Agreement provides for payment in excess 'o`. 00,000, the Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970 (42 USC 1857, et seq.) and the FedePal Water Pollution Control Act (33 USC 1251) et seq., as amended. 10. Security and Privacy A. The Contractor agrees that, except as provided by federal law other than dye Crime Control Act of 1973 (42 U.S.C_ Sections 3701 et sea.), none of its officers or employees shall use or reveal any research or statistical information furnished by any person and identifiable to any specific private person for any purpose other than the purpose . for which it was obtained. Copies of such information shall be - immune from legal process, and shall not, without the consent of the person furnishing such information;be admitted as evidence or used for any purpose in any action, suit, or other judicial or administrative proceedings. 959 nn``11���(� tTti { U. Criminal history information: (l) The term "criminal history information" includes records and related data, compiled by lair enforcement agencies for purposes of identifying criminal offenders and alleged offenders and maintaining as to such persons summaries of arrest, the nature and disposition of criminal charges, sentencing, confinement, rehabilitation and release. (2) If the Contractor utilizes "criminal history information",- the Contractor shall comply with the following: All criminal history information collected, stored, or disseminated shall contain, to the maxinum extent feasible, disposition as well as arrest data where arrest data is included therein. The collection, storage, and dissemination. ofsuch information shall take place under procedures reasonably designed to insure that all such information is - kept current therein; the Contractor shall assure that the . security and privacy of all information is adequately provided for and such information shall only be used for law enforcement and criminal justice and other lawful purposes_ In addition, an individual who believes that criminal history information concerning him contained in an automated system is inaccurate, incomplete, or maintained in violation of the Crime Control Act of 1973, shall, upon satisfactory veri- fication of-his identity, be entitled to review such infor- mation to obtain a copy of it for the purpose of challenge or correction. - - C. Any person violating the Security and Privacy provisions of this Agreement or of the Crime Control Act of 7973 [42 U.S.C. Section 3771(c)] or any rule, regulations, or order issued thereunder, shall be fined not to exceed $10,000 in addition to any other penalty imposed by law. D. The Contractor assures that the foregoing provisions of this Security and Privacy clause shall be incorporated into all of its subcontracts. 11. Termination A. The performance of work under this Agreement may be terminated by the Subgrantee in accordance with this clause in whole on 30 days written notice to the Contractor, or from time to time in part on , 10 days written notice to the Contractor: (1) Whenever the Contractor shall default-in performance of this` Agreement in accordance with its terms and shall fail to cure such default within a period of ten•days after receipt from the Subgrantee of a notice specifying the default; or (2) Ilhenever for any reason the Subgrantee shall determine that such termination is in the best interest of the Subgrantee_ f 001560 E Any such termination shall be effected by delivery to the Contractor of a notice of termination specifying whether termination is for de- fault of the Contractor or for the convenience of the Subgrantee, the extent to which performance of work under the Agreement is ter- minated, and the date upon which such termination becomes effective. B. After receipt of a notice of termination and except as otherwise directed by the Subgrantee, the Contractor shall: '(1) Stop work under the Agreement on the date and to the extent specified in the notice of termination; (2) Transfer title to the Subgrantee (to the extent that title has not already been transferred) and deliver in the manner, at the times, and to the extent directed by the Subgrantee, the work in process, completed work and other material produced as a part of, or acquired in respect of the performance; the work terminated. C. The amount due the Contractor by reason of termination•shall be determined as follows: (1) if this-Agreement specifies payment on the basis-of reimburse- ment of costs, without any fee or profit margin, there shall be included all costs and expenses reimbursable in accordance with this Agreement not previously paid the Contractor for the satisfactory performance-of this Agreement prior to the-effective date of the'notice of termination, whether the termination is for the convenience of the Subgrantee or the default of the Contractor. (2) If this Agreement specifies payment on any basis other than stated in paragraph 11.C.(1) above, and (a) If the termination is for the convenience of the Subgrantee, there shall be paid a percentage of all sums to which the Contractor would be entitled on completion of all work under the Agreement equivalent to the percentage of the completion of all the wort: contemplated by the Agreement; (b) If the termination of this Agreement is for the default of the Contractor, the total sum payable shall be such propor- tionate part of all sums to which the Contractor would be entitled on completion of all work, under the Agreement,.as the total amount of work delivered to and accepted by`the Subgrantee bears to the total work called for by this Agreement, D. In the event of a partial termination, the portion of the sum which- is payable with respect to the work under the continued portion of the Agreement shall be equitably adjusted by agreement between the Contractor and the Subgrantee, and such adjustment shall he evidenced by an amendment to this Agreement. � •• 41.561 E i ... ..... .... ... . . . s 12, disputes A. When the Contractor andtheSubgrantee fail to agree as to whether or not any work is within the scope of this Agreement, the Contractor shall nevertheless immediately perform such work upon receipt from the Subgrantee of written order to do so. Within 75 calendar days after receipt of such order, the Contractor may submit a written protest to the Subgrantee, specifying in detail in what particulars the Agreement requirements were exceeded, and the approximate change in cost resulting therefrom so that the Subgrantee will nave notice of a potential claim which may be filed by the Contractor. . B. Failure to submit such protest within the period specified shall constitute a waiver of any and all right to adjustment-in Agreement price and Agreement time due to such work, and the Contractor there- after shall not be entitled to any adjustment of Agreement price - or time therefor. For any such work which is found to exceed the Agreement requirements, there shall be an adjustment in Agreement price and Agreement time on'the same basis as for any other change in the work. 13. Convenant Against Contingent Fees The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agree- ment or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established comaercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty the Subgrantee shall have the right to terminate this Agreement in accordance with the termination clause and, in its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 14. Validity. The invalidity in whole or in part of any provision of this. Agreement shall not void or affect the validity of any other provision of this Agreement. 15. California Law. This•Agreement shall be governed -according to the laws of the State of California. 16. Exclusion from Comeetition. If the Contractor develops or drafts specifications, requirements, statements of work, or request for . proposals for a proposed procurement. Contractor shall be excluded ; from bidding or submitting a proposal to compete for the award of such procurement. 00562 t--': k:.'r-re of IL'H--inal Justice Planning, IV.w&-4jMCL1-r designated 'C=P", I.C.-reby nak; .,.'::.t ..ward Elf funils to 1:1119=0-- the "Suk�rantca* under t..e pro,.r.Esions of Title.1, part. C - 1 Crim: Cwatzol=0 Safe Streets Act of 1969 (1-,.00-351) an amended (FL 31-(.4.. hu-rezr.::ftur designated "Si'-c Streets JL-t", in the amount and for the purposo-and durim'.'- iorth In this grant.awrd. T Ula Contract No. Nazalz TMAWMN Plum-I: Project no. "fO.Pig .9/30/77. FOdGral :.:wane.Addre-vul Toles—, j--Ct Dirt-tor (Name, E..C. I-MIRIWINt, City ranag2j:.. 23,130 gj!i M17-a-m m state Buy-in I-amizvo, c7i. 9450. :415-284-1968 1,28S Local Hard match, 1,295 7laoncial oflicer (nama, Address, Telephone) Other..Match SAM Total Project Coat.. 25,700 Vziu grant award ctwNists.oftidis title Imov. the %pplication for tho gra.it%ldch is e. A ani v , a.part kereof, and the Standard Grant kward can6iti"!L ar-, rttachcd!;e--c-to an Is a ad made a.part.hereof. ... Vzo Stes;zat.tea ho-voW signifies.;its..accrytanco.of this grant award and agrees to aer-in' too grant projoct In:accordance iwith.tho.terns aqd:conditions set fqxtiiin or by--eferatnce I,* thingrant,sward-.and.tM app ic a provisions OVUM Stroaft Act. am OfLaclal-AuthorLzed to sign Subgranta,- Title- I&W= Address:. 975 0aldand St. In C3. 94549 I hereirl cartify.that all conditions.for excq1tion set forth:in State administrative Section .1209 have been dor plied with and t-his document is exempt frm taviWit tri t, Dapartauent of Finance. 1n+ tia�L Jbwcutive.Director; Ow? SLMCYAL LWWIT RL FU.W IT-rn pisrza Year 0063 Final officer .9 •.:J2 00 - For =Q =2 wheft.='161.PRW I'VC CEM is at IL-a*L 1,t25,000 but. Iyrs L11j..,1 .... .. .......... Port R 1,art r on ?I (b) or the Cr-milius Co:s'rol anti Safe 3,r:-fiF-rC-m:-"1L i.71'elL 1-.-2: LStreets iti of 190 (PL-90-351), Ps ar,2610 by PL-91-C-44. To title: 2. Region: 0 avt,e of Ap.-ilication Year: lst—X 2M 3r4.—12- _Ar-glicant: Original (-ate). January 29, I976 CITY W W VEL Revision (Date) 975(mmul)M, -1.Np IZJY.%MZI CA. 94549 Contilluing P--ojoct 415- 284-2963 Grant Duretion: --I?—ftnths 13. PE21ect Director: Lv4qto of, Project: 12 ponths m -R C.Immm aMir' Sunnort Dollars Percent Federal 23.130 90 14. Financial Officer:. State Buy-Irk 1,285 S. R. C. mudmi M. CETY Yd&,=R Local Harc: Patch 1,285 5 15. Official 1-ithori2ezi to Sign ADnIjLa----- Iota! Pro;ect Cost 25,700 100% BAMAIA WML=. Crit Pimmmntion A-2 -.-mmm Project Summary Signature. City,mm saj:ose of this pmoject is to reccethe irxddm=of I;UMLUYQ 131-ce.-V in V-12 City=3 to increase tim ammwas of property aanew and twmts of 1=9='3r protection m-Lhws. An official O=missian of citl=a, repirambative,of all arm-5 of tin will be estdAishid and giv3n an-=mzatp-stuff sqrport, to ove-Csoc L%:- 2 l 53m prircima duties of the Z.7.9-i staff Alll be-to am... misting =Mm- to-va tivitiAm 1". e. CW rka a:=aa--Y--qLM=3m iha noiolbDfr"-5; mijaiazz.-Umn of such hacommem and tmants-a3sociatio-m- for prorverty pmbrctica cz=pncZ3 uham no acUw gnw_m exist; and to pcovidn c=tinning%liaison with Lmm enforce:nC • The Mzriffls D*orbmnt, which provicbms all Mj enforom=t:services 3a Lafayotte mular a contmcbml arram,---nt, will pmid,,extra O.EforM in citizan c&j--tlon and cririmil imestigation as uecdW to support the omwan pwg=. 00,961 .. .......... u.c-:.. •� ,, t:.a rwe.�.e. :ham 7J�3'A.T'.S3Yrl .' e jai.rrrtenwnd Wit' A.9EFr JW itiOluxuc.(;mom Xm a=rd with tite y=a&im.fnr thy, l an.of .b't3ttlmLs, ata.L'.9ViZW:.'Cm`.sll assassaisit has boat:perfcu'�t.onfilsp a3 ate, my s wt..LlL tT.:JCIdC . . a4 or Ulftyette Tm-asss_-_.�.- tt'Ptaoccss.Aicl not inli=ts a sign£ffcnt en dromentat'L':ca;t . . :firm th`prCiSs" mffmqumtly,.ari.envitaa itael'i»ect tita:trsra�It id l not be Tz =tF 7,fiat sem iiias tha .aeric uicT.,,� roar^ w thy:u'stat m=t is.noL.z�tindi-is on-fi]c'atAfid.Lbove b£r•m a rd w.M be anzt3latJle:foi P a2ic sct:gtisly up==gtr_st: A ' 00565 ,e. 7�a y. ..r •M::OAIiJ.A�I)lCl: I t VAY1:7'CP,l:L'�-'• Tri'sca•tlexcw olzu—.03-lor•: i ..-.-. ns unrr.nsu:;•r. Ls;•,\yl;rrr.r , _......_.._.:.__.�._-_..�_.....�7'F.I.I:1•:111\1::til:l.rM i.l::r::: .�.. .• - Gaees 1. ..,_.....-. i, I he-reby certi4,that the Cltk'_C'-7s 77t ,i S--not:xcga;z to.ca-ply frith faz pmrr.S .tea oE,lL'L-^: �2 39A..: { Stbzt E, as .74puled�Y tri] i:Pnfur •:�.r i s;s4�inc� , Aildr istratica. :Axis City is---Pt F-LTsr:atst t :hc'.ra:-O%s r.of ai6n ti 42.302(t3).b_MUSe R2 llaia tE:S"..r _1= fULY (:tJ}:,_9:% SCra2-:i.. �i II �t 1.. i, - City!'rti lcxyr.L y �t .Tans 29.1.970 ' s� i! Ra._ \RIYwn1-..CA h. .— -: _.. PEONOMMM own r4 gi Gt 10 WIT Z5% US ", 19 in LV Ii Jab Ra Ca O-C •iizoo 0 AO . pp- Ci Wy ........ ............. :..urs µ .:......, .-.._.__...._..___ �_.:...r...____,__ '-._^ -•---•• 1=1_Ul:iZAlE. ' _w'rCi1:Ji7Gr.T C:i l c:•riY 1'GTA{_ LlIE 15 ISI LOCAL j �J. 1'ai:SO::1 Y. ::iikl3Ci:'; h. salaries 1.ON-h7xz G,0D0 3,430 1,285 1,285 D. Denefit:s , O5sm 360 3G0 i Otic (15:of salmgy in 960 900 i W- of tra i.t im al bynsrits) 7oTAt. /,N,0 4,G98 :'::DG-rr CATEGORY. f:J('-r:,?{_ MRI' 4Y� 7(1ThL ,rUite)$ 5r.. J 1;et- TC;f IRAN ...�— -----.---...----_ ----- --.....--(—•Fe 1Gsi:L` MATCH CIIJEM,ly TOTAL j J U VIS )u6 milcvgr:, 5,9QO . miles'Q 35G 750 750 YOTi L 750 I50 23. CMSULTILUT MIMES • Sneri£•f's ll::ur4..�C 5eL1J.Qu C{:0 1:Jd*2: � $1't 10.200 10.200 Tactra�ci s--. '• - S^iVicss 3,400 3,400 i 351'!ner i�x�+... :3,000' _MOD � T071L 6,600 16,600 24. MJXF.,rNT i - s i ...... ..... FEDERAL 1SUm'a::f Ci:7C•now TQTi:L FUMIS S'i'r E � LG::: -� 25. SUPPLIES AND O^l:RWfING EXPFKSES 0ffica supplies + Z00 ' 200 Pdbi cattom MY 100 3rrrr �0` 200. jt Oanfcam=w andtii�0e. 200/ 200 390 390 7Q7AL 1,090H1,090 7L. TOTAL.PROJECT Co,.'f 25,700 23,135 1,2ES 1,/.:•.. Percent of .Total ccin 1603 14AfiWty -tie: P -:n helot. dd as cony cortin::ation pages r.tc.) as ma; I.L- necessary to relate the items v j;e rd to praj:-iJ:ctivit=cs and etr:plete the recralred Justification and erplan_ tinct o: U.,-project bueget. Explain the sources the grantee will utilize for it; s.:c):ing cuntrawtion. rommeratc those p:-opns_•d expenditure iters . that re;:-;re prJor a±.proral,:as specified.in.Sureau of the 9sdget Circular h-E7, an:l is CCC.) Fiscal hffairs kanual;so.prior apprn:•al may be considered at ti><•t:»:;grrlicstior is made. V..e]o:zal haztl=,t.:for WS Project win mice from Lim City's rhnmmh.Rn:d. ab ten b,--,t of onr,.rzcrlrr.:;= :x:s of ti> proposad cxpewaturGs xemdxe rnawr.approyal. 'llrs tlxer-isziaz I-AelzAs a F=?..=md mss, i-b-tine_--itfos- Zha F,.,zsoci so cmplaml s.•il be the staff fa:t--;_;ir_womt i City Cbmds•.:ion, and will be tee principal liaise for the purro:^.e at-thie-r:.vjuct barn- h.tlw.C(ty and (1) citi=t groups, (2) the gieriff•s Lw.e.-jet,as I (3) ilia Rolua im.-ax-sultzmt. %br O=w--n-Jm Atan wYll'rexhrt Wic--tly i-., r 3 be mrxnxizod dry, :.l:c City t•Km.qgar. '!he Mire effort:of the Or•cission Aiu'-will be &VO!:Ol to WS pWjccl:. a'he Cit_c2mm all aVloycer with.Orem. .In addition tee City provides f=all an- jAcTcas ars o.,mint.al:l W 151.o:rx-clazy IdAc3h r-y be USO-3 for an eligible poxpma dmig- n>L•xl)rf tha c:._la,Y.':a (i.e.. imaiicstl irmum ices, rotircoant, etc.). 2 he City pzocar:-m crsaltxjcA iz4ur.nea lil mac;mr air f raiirment axr,txjmmgs (other than W,=) for�z'vft'.mo. 9hm O:c-Oissaiac;i= •will use his om aui mwbilc for p ajxL-ooramcL d trans,xmItation at-:I will be pAt!tsi2.wm at the s me ribm.p3id t7a.atier City oxAcyoe..-.150. Wk..Cit:yes c mt_aA-ulth Contra Oath Ootmty provides for criiAML.inveotiaatin cttiz�t c;a try lits Sheriff's Daparbm* to tb sww Wd=t in bara_'atta x as g3lxrt• yy ew;1 a.c to tha uni=roorstttd areas of tax OmmLy. For the ptxpoom of His p..,oja.t fn--City inlxrr: b paxdsk-wc fmm the 0osusty a intensive level of sarvie::ill t::sa two c,atc9orics fpr tits pmjcct year. - she tcl•is mm:c xrp--ss itxau is for'bm> of the Or ion hada-a pane in that pmSm's lha^r, plus tall calls=9d--ad the City office phom. 7'ne Ixti.icatioss item is for bmu and prgtaets to lx pordhesecl for use of the 0=.- Aissim anti staff. Offices supplies inrlu:les stationazy, use of Xaro c a.'7.-T other dugli.catL v_ coni_—nt, F—,pran,_t:e, aril oilcan--_plies rx>x-Uy required for clerical work. CmIbr,=r-m and cz-Satt a imo1w the costs associated with training,and education se ssims ffir aitim s (row rtrt, film restal,.eix.): costs of rials at nmemmv b:z,incz:; rrc tins ot-m tcLed with Oki project:; caft zegistmtion fees at pertirAmt.maetisrg in the dray 1.ca. n s b=itr ct for cmilmlim will be mgDtiatmd with a suitable consult writ. ala City will rely on tea:m:mLy Cciminal.Scatia:lira' to help in cclecting tihe evaluation Cr: t,ilta.a:;i Ju»=:ntiatinq the contract with said consultant. .. . ..gena• ,: . _ . 1SL iil:f {rc` jr '---T � 0. Othwr Sources of, Funding f tIJ:!lS Fr I DATEt AGENCY REQUESTED REQUESTED STATUS OF RFQUES•f � In, � r t Is 1 UAN i''_-: cit_ `ME MY Gc 1AP.- E=3 1Er. 1 ;t Avpliv.:,Lca for a ) Progrcm,'wwi:1 Tyr.,, ) Ta-mm-MCMI tA_ 121 7G I1v:di::3 ) �I ji 13Ulty 'dic ClLy of LafaycLLe e=lxe to undertake a cerfafn nrojo 'r. c'y ig ai the Prc,,:k-r}.y PxotmLi.on Pxogr-a to Ik funa7ed i..-i part frc.a it Szm6 mad-- avai.'_::slc: 1 az.u.un4 to the Crim Wntxol•Pmt of-1973, PL 93-33, i ahuni!cso`1 by L?::: 011ica of U:hl ral Justice P1aa.ni g (hereafter xefcrxc it to as Galr-) ;or t:.n G:li fD;mia 0auncil on Criminal it±,ti ce. ti.- City Wu;cu of tile city,of LsfcyeIte, • #}{ 1. '.117Zt. tl,e 'mavor is i1uil=ized, on its b3halL, e� to sitz it' at-,:K•.;,y3 A lic alifln for Grant for law 1:'n€orce-ment iv i� O"7P iamb is autr-nci l to c=-ute on b::nalf of ibis City the at adhed Gam::::_ i3 1t.ard for Imi enfur:me--zt`purpDs,s inchxlirg 4.ny ac-tensions or am�.••:anmi �I thereof. 2. lliat t:Iw azilicant agrees to pzovide all matdtizn3 f-=. �} xequixed for said p oject (i.•u -Bili aw exter-ion or amer-17ent t]:creaf) { ta':n,:r ti:e l2rin. Oan-Leal ixt and the rule; .url recula' o:s of 0ca-, and the :t mora;ti't ZZs i.:tavcc T.fainistiat ian (L-•1?) and that casi--:.ill be ?� as roiuixed il:erebl. 11 - 00573 ' „aAVON i ' •� :� Sid c:�S.or_ctr•.•r,:.C•:fr_ikL•.L•uzc.:-. t7:a City Coa;CCU of tl= C& of Viz`-;:^•ti_ . • on 9:' 197u I;y.Uld.fdlar+iny vats='. " triIy.:bu>so:i`:anrl� sson .. . . - ... pi W936 = i"Ti .R00, : i i� - h r} " v/ •.RG• •i L T _ �i�f s' W.J:+:: '•:x `s.'',"<!"'�}',..:f':t`�a;'.'f,.. S•-i iyT,... ',•'A; L.,y,,.'m:;�f d �,!...-"sF.a-a'-:.:.; ,.� ri� >rr� �:`• _ ' .�. ui.:!;::� :�]r•.;���"�rs�'�::•:�:.,��;i'"� qr :'1r3]�._•Sn.:'..1'„"yi�r":�:'•`'• ��' �..' v� ..f:•r. a.,,-"-t, ...:.. rp 41r:: • is€rs s*>^X -!."S'x:`y°-:'+•Y 311 Y, fy ✓kC: �'Y':x a •e. .S.ri':�r�...'S1 :`'`,:::mac€' :c'�x i.. `1r1'� :' 11:.ey;• <, ... �:..�"ry`.:'•. -(§-.,�a�;a:- ..fir.u-; .�:5'`i:;!:...a. ��:-�.:^• e'��: .. ..'f5: '.R�'>.7;c•:,.: y,1.. ls�,�''i� ••:tom••,,::? •::: riift:.:rs31r:4'»+Y q:i:'• ..:5 -`ST'rRnfr" - rv :." a "fr:.<Y_:.A�.. #. fie a. .::.• w•:.• ..1... :�1'•�Js`e''f:'. .beg"SW, ii'•', ky� `'� .;i(.� ��p•.R�}5 .T-.V5'. �t .e sax'+.,`'..,•:.:.. - Ar z. Y E, .s�`>'! .Y'_1aiL:�::�'Yf�k�;s:!�_;M�,...�,ar +N,nn. �'iS"+i'l S'•..'-,..•. .,,E S :,.� •�y ,k+.1" r� i` sb j�•: ::u�.'.,`yam x: .:n-':: .;...:, ...r. %�Y� _ �C`mak ..1:.::;•.::r�'p...r:.. ...._...; ..... '.,.....'.�.::-`;.::;. - -.nay` - .eR•i'"'`^' ':F:.: '._.ti. ''u"ye .•;;'err;` s.�'.::' ... .,.,_... ..:.':_..::::•. V^'1.E:: ...i.�,: �:![::• - . ... ....�' ..... .........�,.::a`;,...-...;.. � . .... .:a .. r 1.1.. ................v.:..:.a:wklgalHr4? ININO - lskAf�Y:I'l:AFt:'iCIY: 1, ei-owma t6-:nutbcr of naportnl a_hvi bumlacicss acrd the mal=of par-mm:ai p,-oa3:g l.wt:in such b::--gl u:l.•a in B-166-77 cowix-rca to ttX`�Previ=MO-}ear avacnM. 2. iU redox the nurba-of_:ported actual larcc ies awl tip value of persso.nal per: ! stolen in soda lar`e ir3 in 1976-77 carpnrecl to the previous fite1191ar avo rage. 3. cmtaat at least pcxcmt of the households in the City duving 19:i.- in an offo=t to-mm:r'td2 then to tE;e proven actions to protect thei.r•pms=l pcVe:c• i_.. HZIiYJDDI[?YY . 9hs City will establish a,ao:.crLy Pmtc etion CSrmwSon, consisting,of a mmn mz.b of mi-pe--c.t, intarc:sta i aaluntL.r citimns. The Ctmcnission will have the rsxvisx: of a suitable rr.:.:vsentatir:.of the ff's MTurbxmt and of a.part-time Aute. Toe Cb...mis;?r will dami6o an the datxiled actWities for t:•y_program-the what,when and ulusre. 9i>`Ox—mAsstaa Aide will mko cm.tact with the 25 or gore Ilmnermamer's Pssociatioaa in tha C in an atts p.to solicit their:a;�xrt, cithar directly or imUrebtly, in apyxopziate r laatection a-.ivitics. M---AJA2 VLU also owdu ct oarwnity oxV-- Zing activities in arc:= not scna by oci,ting Arsomiaticc s. Zteic�r»wo9 u6—.-Ur:*will ha head, whustertsr•will be randtad to perf 6-m va.:ies 'r suul roles tue!--tiadt3:3::ill.be carried out. FJr Instance in a neic sbo Mich is r,cr-tician'.:_rl abr.ost 103in(%?=..urns I.D., a Nic t M#vt effot�riay ba tsed. In a, �e r Fnmea Matra 31c_t•my b3 suitable. The Tice will maintain Glom liaison with the Investigations Division of tics rhor_ff'- D*arba•sat, a 6-1 will arranga far cx- mtrvLo3 imestigat_iors in bster�bai:.aid.+'•orhoo-, to reinform-the s::lf 1s.Lp actieitito of the property oma. . 'Lhe Pifer+will aisx)arrant 01-im-tati n aN on-rpisg training for toluntc=,.with ti:e essistara of the C]rimm Prcwention OXauittee of Contra Cwta Onnty.. the Aide will be a liaison-Luer of that C maiittcc. i1mm�--! 912-3 fallaoinq tL-m teble P=hd ;to this project.. acme, 1976-M blish the Pr aperty Protection C b=sskn and appoint era therm-f-. July, 1276-Zvp-kw t1w Cbs:dssion Au--. July, 1976-Amend tine City's corV=ct with the Cbvnty, to provide for more intarzira- service in CriLdnal kncatigatious and CXtimen m4bacution. July, 1976-ML into a contract with the Evaluation Cbna1t ent. July, 1976-FAc initial conta.•ts with all lws�u is hsrociptiorG. Aargust, 1976- n':i,'936.3x3 for ex<minity mp mixir7 cf.ort3 ars for inU': nati•.•iLi-. . roptcat4 r, 1976-mcunum,first n i.::*xnh=1.cctiviLic3. 00sra -1'e- CL—=m=.ihtamitr in ti How: oE. . n�ig�ao=fig^.. S P.%a_r�, ]ass cria Jac - 1977 'tet o:tike 1x0ject.dx tl�e piojocL -m u�t�ac►..>: ` wit.'s t2ld help - of.tl�e.':Faralikit3oa - txi pti� i .:iita`.n .I'faza=. a12 -r .. 9bassa teras:a .: z listic;eviilt 3L1,ba aoozdfnatia3•yit: PUL UcEnt s Fil ts: the s, `.in!10m--rissiccs flit iiil],be L?,' ._'of:t :rocoicis;'. ?�rill:*mclude:"cai� erld, octim tie;; : V d L:_, gih? E3Vii1113t�071.C�il9[1.111�j]iL•�et7e�llIl�,by .. : .r ��:L�Ic'1�.17tt „y'• '!S, A•-j �...w _ •.lY .[�.r .',�,�•::: t,:. ":x".. .R{d}is�":;.•. TAIT -''.r.•,�- •':5::. ;.TV-- - �+t'::-a .i:, „y {.r 'YJ Jd.4:'.ar..,•,r,,. „4,ti..�.1wt'.r S._n'l, �`!' •`.'•',:r-"�:5':J., -::�.,.a�.�•�.''� ._4 {::qri. :5.�5}�`Di•S.. �'�::::`y,.,r, . °:"1'i:.. S�:!:`iCy.. �n,y�:,..-.',1x•:'-j�A apb'!^.,�.'i,ay•�-.y �'"'�..'* �.r'�'`'f ".] '•':5U'`s1(',:.$`vG:]i':.�i.,A.r'Y:• ..b Y.Tak,-•T. yh� ;6"MX,'Y•''. ""��r' �;': ?.w..,�:.r•_.'^�M�.:. . d,�"�.,.���_. N,,:,4}':S r •"�'' '„+'ip'F,#„�5:Via^ } a.�. �"'5�•�r'y:•�� F.�R v.r y' �9�',5 jsJ�r}�_ n'�'£%'',}:�'�Y;v'zf?. t.•' r�...b','Qt� r,Ft•-s::•.�• :'rY;:�A:.`'-„��?:X:',:"r a�''Y�:r.fS.'J'�'t1� �.•:�:�: � eJ ''�,,a�••:- .;tTj R'T. -':6:�L:��;�''•,:�,¢'�,.!'s•,,�,.r•lr;�" ',h'�..�+.?,i;,.' .G�r�.S,..xY+ •Gdra �..;�;.;fe.::�.::'a._:;. ,;:�.j ti: ss'� .:3:„�?� :`� ^c'��°'p��:'`:.::,r••d'�': i> ,`:at-'.+'�'�'��"�r.- •�'•"•,;'Yr°"3'.r•.'r.: ' •:;�...�='Y�Yj�,.:�v w.,_:.+ y.';ti":`;�J:Siiii:P.k> ,.Y„ .� we .c.....ek.: .L:: ':,e�.,:.;�y,,:(•� S:y+'„' ai y.,,, ' ri'';::�yi. ..a :`•'^�d: ,:,ti^c t:.�_..'. :�I•: .:�*p'L?..,,�"pa• -`'d='=i1'r '': a,F:�•, ::}i:�:f',:. 'F,y.q,:.•�::1',]1.,e :h it �tY....sy. . --"nkt:`• (,^,��':•(}"S.H anti i'F �'di.�„ •it �.-� aa .�hc - rri. �::M,.i", - :.lF'.Y'Fy�•'�S+kt+ll:r.,^•S,}.'ups��.s]dry'�C. 1}. - ,,{{/. `',i•�,..�:;. - +•Y•�7:a1Y7 '??ia+!5�a•� ••'Gr:.:.r•{Sv: �'?..- '?•'•d N .r .aiNY,.� 'C':.� - :kf:::S:,liv+�:�.:ri �`+�° a��1!''•' , r1' _ pyy� r,£.r1:�:'` ��'�a;•!' '--}v+ -;sj�:,`i�'::P.3`:!:��'?��yt-::�'::'1'�Y�_”, .4.q�;..?"n�.:.�++• rr� i'Yi^ 'tr.;. - `, '..H, - '�f x�`-d.µt a-Y' '�+"'4.'•j�•- .,s J ~yy-,.;,. T'Ml.:$,::.,,1•, %:r a:.;s:+-dT: '.; -r n q+":y ,:f•R.1, ri•i`: '�v { r F:Ln - •.yc. 7�.�<.�.; _ - :-:3yq_y;, `i.}; .:yl±�a�.r+3-�,x�P.'•'�"i-w:in,? � �.�b„:j � ':c'! ;L�x'X.�'��x:r�, ,�.:'• yq,:"r•:_a;c'Y:�'r;'inki�. a•:1:Ge:` "'i� +."`� .�3f'''`�:i: ,,,:'•,t',r.tr,+ ;I.r.,;a,• ;,f r.rc.::::.lr, a rS.'ya„ ::i�:.,E:": -•, fir;stt 7^�;,. �.�%., ryr�,w,_'•Y"' arm• .�i �,s'��;�.s:.w �'fi��.;.::�.:� Af �':`e;,j�'vs�rii.�":-.fY• ,,aagqr's5 :4,�','S-.,:yt' �t,Y - • :iee' ?�y;,...,><..,.:Y•;. S=,�Z'`$:'.a"}�p :Y.`g' '! �•'�:ffl � .� .skr �'YJJ. _ .:i,{^'.! �t9. ,+ .l-�nTa�.F.,"'" ;a�.e s':eji•:,. ', moi ti:5•asSsA.rri;,cNIN SS- -- ti• ire a�.":.d>yi.....r;•. A .. ...'- :.,..:'.:.,.,.: � +ter:�e�.�� 'r+_� ��r:? _ ':?.`r;:l':.i"�•",•':.�::t.r.i: ;i.: : ''-Y.. �'s.r' Y:Y.A.'{ - �:a•3.ui<` �:,4Fr;,: `�.. ,.Y�';r3. ,r.;- ..:.......... ..........•..:�:�::..:•.-••i�'^• - .•tom: - .v - �! "��al.. its:.r,_ -r`•'z??':.; ' - - r , Wo 00 e.• Mw -'13_ k 13- SHERIFF.CORONER CONTRA COSTA COUNTY Inter-Office Memo A. G. Will, County Administrator TO: ATTN: T. McGraw oATE: 6-23-77 FROM: Harry D. Ramsay, Sheriff-Coroner By: John Quartarolo, Admin. Services Assistant SUBJECT- Lafayette Burglary Prevention Contract ��{JYy/ On July 1, 1976 the City of Lafayette was the recipient of. an OCJP grant to engage in a Burglary Prevention-Program. The Sheriff-Coroner was verbally contracted to provide some additional service to the City of,Lafayette to include attendance by a Burglary Prevention Officer at neighborhood meetings, inc. An oversight on both agencies part resulted in the failure to establish a written contract, thus the attached contracts. Services have been provided Lafayette and they are seeking the proper mechanism to reimburse us for those services. Therefore, the retroactive contract will provide such a mechanism and assure the County of proper reimbursement. Any additional information you may require on this matter will be promptly provided upon request. HDn:JQ:mm 00,977 In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of _ Approval of Area Office on Aging/ City of Concord Contract -. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED.to execute Contract 120-142 with the City of Concord for provision of residential maintenance service for the Social Service Department/ Area Office on Aging during the term June 1, 1977 through November 30, 1977 at a cost not to exceed $2,500 in Title III Older Americans Act federal _ funds. PASSED BY THE BOARD on June 28, 1977. 1 hereby certify that the foregoing B a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orifi: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts t',Grants Unit Supervisors cc: County Administrator affixed this28th day of_ June 1977 County Auditor-Controller County Social Service Dept./ J. R. OLSSON,Clerk Area Office on Aging City of Concord Rya%�.,,../ /-� d i .Deputy Clerk FFMaaaXXxine newgeld 005'78 H-mHna tsm Contra Costa County Standard Form STANDARD COYMCT (Purchase of Services) 1. Contract Identification. Number 20-142 Department: Social Service Subject: Area Agency on Aging Residential Maintenance Services for Older Persons 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: CITY OF CONCORD Capacity: Political subdivision Address: 1950 Parkside Drive, Concord, California 94519 3. Term. The effective date of this Contract is June 1, 1977 and it terminates November 30, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $_2,500.00 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: Contra Costa County Area Agency on Aging Project (Revised Plan and Budget for FY 1976/77 approved by County Board of Supervisors September 7, 1976). 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title III Older Americans Act California Government Code 53703 10. Signatures. These signatures attest the parties' agreement hereto: COWTY�W COMTa COSTA CAL RNIA CONTRACTOR Chairman, Board of Sup rs Mayor (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) Stateoff California ) ✓� County of Contra Costa ) ss. Deputy ACKNOWLEDG&K NT (CC 1190.1) The person signing above for Contractor' Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By �/J• they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: FOR-M APPROVED By NRh Corlatu Aim ri r •t �,0 Deputy otary PubliclClty Clerk 8r0ayeee 0-0579 Microfilmed with board order Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis•Contracts) Number 2 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or -[A] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: - [Check one alternative only.] [S] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable-To.Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4513 11EV -,;!75) -s- 11��8Q SERVICE PLAN Number 2 U `Y 4,2 - During the term of this Contract, Contractor will provide a project for delivery of residential maintenance services for older persons (age 60 or over) in the City of Concord. The program objective will be to identify older persons in need of minor home repairs and link them with community resources available to make the needed repairs. During the term of this Contract, Contractor will facilitate house repairs for 100 older persons. The following components will constitute Contractor's program: 1. Personnel. Contractor will: a. Employ one person as a part-time coordinator to provide no less than half-time (1/2) services. b. Organize a project Advisory Committee to advise on policy issues and handle grievances. This committee shall meet at least once a month. c. Provide training for volunteer and paid personnel. 2. Program Implementation. Contractor will: a. Inform public about services and eligibility and application procedures through the following means: (1) Written handouts and media announcements. (2) Interaction with community groups. (3) Liaison work with city and county sponsored housing programs. b. Recruit sponsors for identified home repair projects. 3. Program Services. Contractor will: a. Establish a list of eligible repairs; such list to be approved by County. b. Establish a list of available service providers and area persons with handyman skills. c. Solicit materials to be used for home repairs through purchase or contri- bution of such materials. d. Accept referrals for service and coordinate service delivery between clients and repairmen. e. Work out exchanges of labor between clients and repairmen where possible. f. Provide follow-up to assure that requested services are carried out. g. Inform clients of workers' compensation laws. h. Provide 100 client referrals for repair and maintenance services as provided herein. 4. Reporting Requirements. Contractor will: a. Submit monthly fiscal and statistical reports in the form and manner required by County. Initials: 19 r on tactor County Dept. 0 ►.'582 Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 20-142 � 1. Contract Identification. Number 2 0—1 4 2 Department: Social Service Subject: Area Agency on Aging Residential Maintenance Services for Older Persons 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: CITY OF CONCORD Capacity: Political subdivision Address: 1950 Parkside Drive, Concord, California 94519 3. Term. The effective date of this Contract is .lune 1, 1977 and it terminates November 30, 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 2,500.00 5. Countv's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Proiect. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Area Agency on Aging Project (Revised Plan and Budget for FY 1976/77 approved by County Board of Supervisors September 7, 1976). 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title III Older Americans Act California Government Code 53703 10. Signatures. These signatures attest the parties' agreement hereto: CO 6NT C NTRA COSTA CALVORNIA CONTRACTOR �p y �G�C W Ya � ti.QL Chairman, Board of SurV6rs Kayor (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) a f � County of Contra Costa ) ss. _ Deputy ACKNOWLEDGaSHT (CC 1190.1) The person signing above for Contractor' Recoznded by Department known to me in those individual and �//• business capacities. Personally appeared before me today and acknowledged that he/ By, they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: June 6, FORM APPROVED By HRA Cor.•raclt Adm,i r I Deputy otary Public%City Clerk 87�c�,ee 015'79 Miaolilrned with boord order Cbntra Costa County Standard Form PAS PROVISIONS (Cost Basis Contracts), Number 2 y "3. 4:2 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: ( ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or •[E] c_ An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the.Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [�] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To.Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment.for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 1a-5513 .tE9 ;f?5) - lltl`iVo I Contra Costa County Standard Form ' PAYHENT PROVISIONS (Cost Basis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. _ 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the. allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. (1`.)581 �(A-4613 TEV 600) _2_ SERVICE PLAN Number 2() -142 During the term of this Contract, Contractor will provide a project for delivery of residential maintenance services for older persons (age 60 or over) in the City of Concord. The program objective will be to identify older persons in need of minor home repairs and link them with community resources available to make the needed repairs. During the term of this Contract. Contractor will facilitate house repairs for 100 older persons. The following components will constitute Contractor's program: 1. Personnel. Contractor will: a. Employ one person as a part-time coordinator to provide no less than half-time (1/2) services. b. Organize a project Advisory Committee to advise on policy issues and handle grievances. This committee shall meet at least once a month. c. Provide training for volunteer and paid personnel. 2. Program Implementation. Contractor will: a. Inform public about services and eligibility and application procedures through the following means: (1) Written handouts and media announcements. (2) Interaction with community groups. (3) Liaison work with city and county sponsored housing programs. b. Recruit sponsors for identified home repair projects. 3. Program Services. Contractor will: a. Establish a list of eligible repairs; such list to be approved by County. b. Establish a list of available service providers and area persons with handyman skills. c. Solicit materials to be used for home repairs through purchase or contri- bution of such materials. d. Accept referrals for service and coordinate service delivery between clients and repairmen. e. Work out exchanges of labor between clients and repairmen where possible. f. Provide follow-up to assure that requested services are carried out. S. Inform clients of workers' compensation laws. h. Provide 100 client referrals for repair and maintenance services as provided herein. 4. Reporting Requirements. Contractor will: a. Submit monthly fiscal and statistical reports in the form and manner required by County. r — Initials: n actor County Dept. Q ►582 20 -142 b. Provide a quarterly and final program evaluation. c. Provide information as it becomes available for Area Agency planning activities. d. Provide final audit according to the stipulations in the Payment Provisions, Paragraph 7, Audits, no later than 60 days after Contract's termination. 5. Budget of Estimated Program Ez enditures. State of California Office on Aging 'Manual of Policies an Proc ores," February 1975, will prevail in setting fiscal guidelines, including standards for allowable costs. As specified in the Payment Provisions, payment for services is subject to the "Budget of Estimated Program Expenditures," attached hereto, and incorporated herein by reference. Initials• on for County Dept. } �r5 gf1583 ._>.4- Budget of Estimated Program Expenditures (� t� Numbe2 U 14(++ Contract Local Share 1. Personnel (Federal/County) (In-Kind) Residential Maintenance Coordinator $2,125.00 Fringe benefits 319.00 - Housing Coordinator -5Z $474.48 of time 2. Travel to be supplied by Contractor as needed 3. Building Space n u rr 4. Communications & Utilities n b n rr 5. Printing 6 Supplies 6. Equipment 7, Final Audit $ 56.00 TOTALS $2,500.00 $474.48 TOTAL PROGRAM COSTS. $2,974.48+ *Add'l in kind contributions for 2, 3, 4, 5, 6 r Initials• ntractor Co. Dept. �n58� Special Conditions Number 20-1-42 paragraph 19 Insurance of the GeneralConditions is modified by the addition of the following provision: d. Self insurance. Should the Contractor be self insured for all or part of the above required liability insurance or Workers Compensation during the term of this contract, the Contractor will submit a letter of notice to the County specifying the insurance, as required above, for which it is self insured. Contractor shall provide such notice to County at the time it•provides any required certificates of insurance. Initials: 'Contractor Co. Dept. `Ilog. (11158=� Contra Costa County Standard Form GENERAL COSDITIONS (Purchase of Services) 1. Compliance with Lay. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, Including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractors -final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. . Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or . cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor,may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, - oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may he approved and signed by the head of the County Department for which this Contract is made or his designee. S. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subect 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 zny required State or Federal approval, provided that such administrative amendments nay not materially change the Payment Provisions or the Service Plan. 001986 (A-4616 REN' 6/76) '1- !, _ Oi►58� (A-4616 REX' 6/76) -1 ,,,�aey�ty;s�g 4*• Contra Costa County _ Standard Form GENERAL CONDITIDNS (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 tis 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 P.egulations. 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 nor relieve the Contractor's obligation.to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. _.14. Independent Contractor Status. This Contract is by and between two independent. contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and _ accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi— dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nandiscriminatory 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. 0o.987 (A-:616 REV 6/76) -2- s, Contra Costa County Standard Fom GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 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 or occurrence. b. Workers' Compensation. The Contractor shall provide'the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other' insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 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 rhat 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. �/1�`ICJJ (A-4616 REL'6/76) -} x r r - In the Board of Supervisors of Contra Costa County, State of California June 28 1977- In 977-In the Matter of Management Audit of Department of Agriculture. The Board on May 3, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine'and N. C. Fehden) a management audit report from the County Administrator on the County Department of Agriculture; and The Internal Operations Committee having this day advised that in its review of said report it found that a thorough examination of the operations of the department had been made, several deficiencies in good management practice (primarily lack of proper communication. internally and lack of specific objectives or policies) had been identified, and that the Agricultural Commissioner is aware of the problems and is expected to address them; and The Committee having recommended that the County Administrator monitor the efforts of said department to over- come the deficiencies and file reports with the Board in November 1977, May 1978, and November 1978; and IT IS BY THE BOARD ORDERED that the recommendations of the Internal Operations Committee are APPROVED. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and carred copy of an order entered an the minutes of said Board of Supervisors an the data aforesaid. cc: Agricultural Commissioner Witness my hand and the Seal of the Board of County Administrator Supervisors Director of Personnel affixed this 28th day of_J�>ne 19� County Librarian County Auditor-Controller Board Committee J. R. OLSSON,Clerk By '_u.� .�/�' .Deputy Clerk Maxine M. NeuTeld O(1589 H-24 477 15m R .` Mexjne d.7- eufeld _ Q(1589 H-2447715. ,'_iga:NrSvRi3Ailhlrire,.. . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA June 28 1977 In the Matter of Authorization ) for Contract Negotiations ) The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the completion of contracts for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is AUfHORIZID to conduct contract negotiations with the prospective contractors named below for completion of purchase of service contracts for the anticipated terms and not to exceed the estimated contract amounts (payment limits) as follows: ANTICIPATED 'MAXIMUM PROSPECTIVE TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 1. Craig Bryan Health Alcoholism Educa- 7/1/77- $ 14,760 (AIRS) tion Services 6/30/78 (90% State/ 10%County) 2. Mt. Diablo Medical Audiology Services; 7/1/77- $ 67,000 Rehabilitation Services Summer Clinic for 6/30/78 (1002 County) Center Handicapped Children; and Diagnostic/treat- ment services for children 6 adults 3. Katharine Medical Electromyographic 7/l/77- $ 9,240 Robertson Services Services 6/30/78 (100% county) 4. William Roth Medical Speech 7/1/77- $ 2,340 Services Consultation 6/30/78 (100% County) 5. Council of Medical Protestant 7/1/77- $ 18,480 Churches Services Chaplaincy 6/30/78 (100% county) Services 6. Contra Costa Medical Radiology Services 7/1/77 - $ 684,252 Radiology Group Services 6/30/80 (100%County) 7. Mannings, Inc. Medical Food Consultation 8/1/77- $ 91000 Services Services 7/31/78 (100% County) 8. Los Medanos Health Heal Service 7/1/77- $ 14,398 Community Nutrition Project 9/30/78 (100% Federal) Hospital Dst. for the Elderly 9. Home Health Health 11 $ 33,928 6 Counseling, Inc. (100% Federal) 10. Greater Richmond Health $ 32,326 Community Develop- (1002 Federal) ment Corp. 11. United Council Health " $ 15,114 of Spanish (100% Federal) Speaking Organizations, Inc. Page 1 of 2 Pages 00,990 ANTICIPATED MAXIMUM PROSPECTIVE TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 12. City of Health Meal Service 7/1/77 — $ 1,385 E1 Cerrito Nutrition Project 9/30/78 (100% Federal) for the Elderly 13. Pleasant Hill Health ^ $ 1,145 Recreation (1002 Federal) and Park District 14. Contra Costa Health Purchase of 1/1/77 $;237,384 Foods, Inc. meals 9/30/78 (100% Federal) Nutrition Project for the Elderly PASSED BY THE BOARD on Jude 28. 1997. Orig: Human Resources Agency CERTIFUHI,COPY' I cerufy that this Is a fall.true&correct copy of Attn: Contracts & Grants unit the orlclnal document ahlch Is on Inc In my oftice. cc: County Administrator and that It s s paned&adopted by the Board.of Superrlsors of Contra Caste County.California.on County Auditor—Controller ,rhe the date$boon.ATTEST:J.IL OLSSOIT.County County Health Officer q-d�f•�• Clam&--Md.Clerk of Bald Board of Superviiora, County Medical Director by Deputy Cleric on JUN 2 81977 RJP:dg Page 2 of 2 Pages 11�1591 In the Board of Supervisors of Contra Costa County, State of California June 28 ,i4 7 In the Matter of Authorizing Negotiation of Contracts for the Provision of Alcohol Services from July 1, 1977 through June 30, 1978 In accordance with the preliminary 1977-78 Contra Costa County Alcoholism Budget, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee is authorized to negotiate and prepare contracts with the contractors listed below as follows: I. Effective Dates. The new alcohol services contracts set forth below shall be effective for the periods specified below during the 12-month period from July 1, 1977 through June 30, 1978. 11. Pavment Limits. The new contracts shall contain Payment Limits as specified below. III. Budgets The new contracts shall contain program budgets to reflect State service-reporting requirements.effective July 1, 1976. IV. Services. The new contracts shall provide for alcohol services as approved by the Alcoholism Advisory Board on May 10, 1977. Contract Contract Effective Payment Number Contractor Dates Limit 24-722-8 BiBett, Inc. 7/1/77 to $ 401,740 6/30/78 24-723-8 North Richmond Neighborhood House 7/1/77 to $ 258,634 6/30/78 24-736-8 Sunrise House 7/1/77 to $ 23,320 9/30/77 24-739-7 National Council an Alcoholism— 7/1/77 to' $ -30,436 Bay Area, Inc. 6/30/78 24-750-6 Los Medanos Community Hospital District 7/1/77 to $ 38,143 9/30/77 PASSED BY THE BOARD ON June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of, Attn: Contracts ti Grants Unit Supervisors cc: County Administrator affixed this?Rthday of .Tunp 19 3Z County Auditor-Controller County Mental Health Director -d?,l County Alcoholism Administra o J. R. OLSSON, Clerk Chairman, County Alcoholism B Deputy Clerk Advisory Board Maxine M. Neufeld eld .112 Contractors 00.992 H-24 3/7615. In the Board of Supervisors of Contra Costa County, State of California June 28 ,1977 In the Matter of Authorizing Negotiation of Contracts for the Provision of Drug Abuse Services from July 1, 1977 through June 30, 1978 In accordance with the preliminary 1977-78 Contra,Costa County Mental Health (Short-Doyle) plan for Drug Abuse (and Alcoholism Budget for part of Contract 024-749 below), IT IS BY THE BOARD ORDERED that the Director of the Human Resources Agency or his designee is AUTHORIZED to conduct contract negotiations and prepare contract documents with the below-named contractors, as follows: A. Effective Dates. The new drug abuse service contracts set forth below shall be effective for t e 12-month period from July 1, 1977 through June 30, 1978. B. Pant Limits. The new contracts shall contain Payment Limits as specified be of w. C. Budgets. The new contracts shall contain operational and program amounts. Specific Contract Contract Program Payment Number Contractor Amounts Limit 24-745-7 E1 Sobrante Valley Activities Center $ 26,129 24-749-8 Contra Costa County Superintendent $ 161,230 of Schools Center for Human Development $ 114,842 (Drug Abuse) Alcoholism Program Administration S. 18,317 Alcoholism Prevention $ 28,071 24-758-1 City of Pittsburg $ 41,032 PASSED BY THE BOARD on June 28, 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the data aforesaid. Orig• Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this28thday of June 19 2Z County Auditor-Controller County Mental Health Director-�d��L• J. R. OLSSON, Clerk B l� Deputy Clerk Via a M. Neufeld 00,993 H•243177615. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA June 28 1977 IN THE HATTER OF ) Authorizing Negotiation of Contracts ) for the Provision of Rental Health ) Services from July 1, 1977, through ) September 30, 1977 ) to accordance with the preliminary 1977-78 Contra Costa County Rental Health (Short-Dog1e) Plan, IT IS BY THE LARD ORDERED that the Director, Human Resources Agency, or his designee is AUTHORIZED to conduct contract negotiations and prepare contract documents with the below-named contractors, as follows: A. Effective Dates. The new mental health services contracts set forth below shall be effective for the three-month period from July 1, 1977, through September 30, 1977. B. Payment Limits. The new contracts shall contain Payment Limits as specified below. C. Budgets. The new contracts shall contain operational and program amounts. specific Contract Program Three-Month Number Contractor Amounts Payment Limit 24-000-5 Martinez Bus Lines, Inc. $ 21,250 24-700-5 Contra Costa Suicide Prevention 11398 24-705-7 We Care society, Inc, - 41,730 24-707-5 Contra Costa County Association for - 34,935 the Mentally Retarded, Inc. Lynn Lay Treatment Center $23,113 Respite Care Program 11,822 24-708-5 Richmond Unified School District 13,374 (Knolls Language Center) - 24-710-5 City of Antioch (Reach) 3,849 24-725-7 Re-Entry Services, Inc. 21,390 Re-Entry Homes 13,586 Chrysallis Center 7,804 24-727-6 Many Hands, Inc. 21,498 24-728-7 Rubicon, Inc. 24,471 24-751-7 Phoenix Programs, Inc. 61,005 Phoenix House/Auxiliary Housing 24,587 Phoenix Center 15,647 Concord Social Activity Center 10,235 Re-Entry Homes (effective 912177) 10,536 24-753-4 Cambia, Inc. 115,440 Skilled Nursing Care 6,943 Partial Day Program 108,497 24-759-1 Contra Costa Children Council - 13,062 PASSED BY THE BOARD on June 28, 1977. CERTIFIED COPY I eetHfT tbat this Ie a full.tree&conch coif of the orighmt docmnent which Is on Me In my oD/cq Orig. Human Resources Agency tad that It—C-!ed k aduf•ed be the Doacd of Attn: Contracts 6 Grants Unit Superrhofs of C—n Crta ConntT.Cellfatnfa,as the date shown,ATT-1 r:I.R Of.SSON•County Cc: County Administrator Clerk a exofftefo CI.k of said Dowd of Supe-fson• County Auditor-Controller DevaV ezt County Mental Health Direct oi7��i1� an JUN 281977 Contractors J\} ��TT o959 `2 RJP:dg i�� i In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Matter of ' Adoption of Policy Limiting Employment Duration of CETA Titles II and VI Participants The U. S. Department of Labor having issued regulations dated May 13, 1977, emphasizing that CETA program participants are considered short-term, temporary employees; and The intent of the CETA Titles II and VI programs being to provide short-term employment and training to as many unemployed and underemployed persons as possible; and The Contra Costa County Manpower Advisory Council and the U. S. Department of Labor having endorsed the concept of limiting the employment duration of CETA Titles II and VI participants in order to provide employment opportunities to as many persons as possible; IT IS BY THE BOARD ORDERED that effective July 1, 1977, the employment duration of new CETA Titles II and/or VI participants employed by the County is limited to the duration of the Title VI project but in no case to exceed 18 months in either Title II or VI, or a combination thereof; and IT IS FURTHER ORDERED that this policy does not apply to County government participants employed prior to July 1, 1977, or to program agents or subagents who may adopt similar policies at their option_ Passed by the Board on June 28, 1977. I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervuan on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of cc: Manpower Advisory Counc> supervisors D. Crawford, Manpower 7 affixed this 28thday of June 19 77 Director f Director of Personnel D. Perkins, U_ S. Department /y, J. R. OLSSON, Clerk }sof Labor BY %' C Deputy Clerk 14-Mine M. fleufeld 00,995 H•24 3/7615. w _. Board County Administrator contra _ ^ Janet P.K.nny County Administration Building ` /'1�+'f� tat O strict Mertinec.Calitomia 94553 VVVVJJIt Hancy C Fahaen (41513724M Co rY / 2rn Datrict Arthur G.Win VVldt �L�! Schld. County kws for _ aro Usinct Warren N.Boggess 4th District ._ lcrio K HassNtlna. 5th District June 22, 1977 Board of Supervisors Administration Building, Room 103 Martinez, CA 94553 Dear Board Members: Re: CETA Employment Limit Since inception of the Public Service Employment Program in our county (CETA Titles II and VI) there has been no limitation set on the length of time a person could be employed under the program. Many program participants have been CETA employees in excess of two years. The intent of the CETA Public Service Employment Program is to provide employment opportunities to as many unemployed and underemployed persons as possible. The retention of individuals in the program for an extended period of time denies employment opportunties to other persons within the community and works as a disincentive for the program participants to seek unsubsidized employment. Staff of my office in conjunction with CETA admin- istrative staff have discussed this matter and have developed a recommendation that future hirees under the CETA Titles II and/or VI Programs be limited to an 18-month period of program partici- pation. This recommendation was endorsed by the Manpower Advisory Council at its meeting of January 17, 1977. In addition, the proposal is strpngly endorsed by the U.S: Department of Labor (see attached copy of a March 30, 1977 letter directed to Mr. Robert Hagstrom from Mr. William J. Haltigan, Regional Administrator, U-S_ Department of Labor). The latest CETA Title VI regulations issued by the U.S. Department of Labor indicate that future program participants are to be hired on a 12-month project basis. The regulations emphasize the fact that Title VI participants are to be considered short-term temporary employees. The Federal Government has promulgated these regulations inasmuch as it wants CETA Program MicroFi!m^a , ;t� 5r41 JAW 2. participants to turn over in a reasonable period of time in order that as many unemployed and underemployed people as possible may participate in the program. For the same reason the new CETA Title VI regulations also encourage local governments to exclude CETA participants from retirement programs in order that the CETA funds are used to employ as many people as possible rather than helping fund local retirement systems. The County, Retirement Board acted on June 14, 1977 to exclude future CETA participants from the retirement program. ' Inasmuch as the trend toward shorter term employment duration within the CETA Program is clear and in order to conform with the intent of the program, it is recommended that your Board adopt a policy limiting the employment duration of new participants employed by the County under CETA Titles II and VI to the duration of the Title VI project but in no case to exceed 18-months of employment in either Title II and VI or a combination thereof. This policy should be effective immediately but will not apply to existing participants. Also, this policy will apply only to the County government and not to the program agent (City of Concord) or the subagents. Such other agencies may adopt similar policies at their option. Res dtf y, v ARTHUR G. WILL County Administrator GEB:jep n�►597 .... . L.S. DEP:IRTME:IT OF LABOR EMPLOYMENT AND TRAINING ADMINISTRATION RyII/ h n1pulax Ix QVI, E1711104-Ql �77 r, � s=w 3D, 1977 i mss. Robert P. Fsgstroet Y -mber—tlaplgment Program.. Contra Costs County st°aax 70M a,California 94553, I D=. _'. Ragstr•om: f Tris is to response to yola.latter:of'Febsuary 25, 2M2 rgpwding.the. county's pxoposal to adopt an eighteen conth'employmeat limit.for.an of its current and new PSS ewAWws.effective April.7977- . I would like you to know that I heartily endorse the concept of a tine'. t limited eapl.gpwmt plan for both Titles Ii and VI participants. Al— th=sh the regulations do not provide for may kind of a.time Limiter t:or for participation in PBX program, vlth the exception'of neo' � aitle VI pro3oct participation, I strong1 believe that a primo, i sponsor should have the prerogative of adopting and applying.mwt a I policy nben possible. A limitatim on the number of months of parts= ` elpation in PSS is advantageous because it does pewit for the I srvIns o'more clientele. For this rem-ion, we encourage short term. o r:rtle1 --'•ion. It voald be to you advim-taEe to have such a poliq xctinistered throughout the col..^^t7; however,progkom ' agents sh•.nald be free to make their own determimation-An this matter. .. 1 Aa a;comment. eighteen months is a ratbe: long time to participate in PSE. Perhaps consideration should be given to.an even shorter tine period which will enable the county to serve area more clientele and to provide for the transition of more participants into permanent =subsidized e72ai!^ent. t I hre tba"t Vds reagonse will provide sufficient support for your _tae?plan o allow for its eventual adoption and implementation. . CFIVED ae =_nuts! A ;�+s for JUN A, 1911 Mtvoiitreet•• t- Eoowor r a�a0A"0° CCL 0 ��. In the Board of Supervisors of Contra Costa County, State of California June 28 1977 In the Matter of Programming Agreement with Programming Methods Company On the recommendation of the County Auditor-Controller, IT IS BY THE BOARD .ORDERED that its Chairman is AUTHORIZED to execute an agreement with Programming Methods Company, which company will code and test the Law and Justice Parking System reports, at a cost of $12,190.00, for the period June 28, 1977, through August 15, 1977. - Passed by the Board June 28, 1977 1 hereby certify that the foregoing Is a true and correct copy of on order entered an the minutes of said Board of Supervisors on the date aforesaid. Ori g. Dept.: Auditor-Controller Witness my hand and the Seal of the Board of cc: Contractor, c/o Data Proc Supervisors Data Processing affixed this28thday of June 19 ZZAuditor, c/o Data Proc. Administrator �.,Iel LSSON, Clerk c�iDeputy Clerk 2x neM. H-24 3n6 ttm 001999 199 AGREEMENT For Professional Services: Programming 1. Parties. Effective June 26, 1977 The County of Contra Costs, hereinafter called "County, and Programming Methods Company hereinafter called "Contractor", promise and agree as follows: 2. Work. Contractor shall, at its own expense, furnish all labor and material required to provide- the County with the programs defined in the Program Specifications Documentation, dated June 10, 1977 for Law and Justice Parking System Reports hereinafter referred to as "the work", written in ANS COBOL to operate on the County's IBM 370-155 Computer Except as expressly authorized in writing and approved by the County Data Processing Manager, the York shall be in strict compliance with the program specifications documentation entitled, Program Specifica- tions Documentation Law b Justice Parking System Reports dated June 10, 1977 hereinafter referred to as "the Documenta- tion), by this reference incorporated herein as on file at the office of the Contra Costa County Auditor-Controller, Office Services Divi- sion, at the date of execution of this Agreement. All programs shall be executable in 64K partition, utilizing no more input/output records, files and devices than indicated for each orogram•in the Documentation. Any deviation from the above specifications must be authorized in writing and approved by the County Data Processing tanager. 3. Standards and Reoorts. Systems Analysis and Programming required hereunder shall conform to Part A (Mandatory P.ecuirements) of the EDP Systems and Programming Standards Manual as adopted by the County Supervisor's Association of California, which is in effect and on file at the Office of the Contra Costa County Auditor- Controller, Office Services Division, as of the date of this Agree- ment. Contractor shall make bi-weekly progress reports to the County's Systems Accountant and Programmer Analyst. 4. Chanoes. Changes and modifications in this Agreement may be made by prior written change order of the County's Data Processing Manager, accepted inwriting by the Contractor, specifying such chance( ), including adjustments) to price and delivery schedule (if any), as ere agreed to by the parties hereto. In no case 'shall County pay for any extra work or material furnished except as agreed upon in such a chance order. S. Time. Contractor shall complete and deliver the Stork to County Data Processing Manager by the dates specified in Exhibit A. Payment Schedule, attached hereto and by this reference incoroorated herein. The County Data Processing Manager shall, if the Stork is satisfactory, accept the completed Work in writing. Except as agreed in a written change order, the time for completion and delivery shall only be extended by a time equal to delay to Contractor solely caused by the County, its software, or its employees. 6. Price. In consideration of Contractor's fulfillment of the promises and conditions herein, and as full compensation for the Stork, County shall pay Contractor, pursuant to the-Payment Schedule (Exhibit A) set forth herein, the total price of S 12,190.00 subject to County's rights of termination, deduction and withhold as said rights are specified in Paragraphs 11, 12, 13 and 14. Microfilmed with board order 011600 7. Payments. County will pay Contractor"the full amount of the contract when all programs have been completed and accepted by County's Data Processing Manager. 8. Proert Upon payment for any part of the Work by County, such part o t e Work becomes the property of the County. As to such property of the County and as to any part of the Work in process not yet delivered or paid, Contractor agrees not to permit any disclosure or distribution of the Work_ or any part thereof or information concern- ing same or any reproduction thereof, without the prior written consent of County, which written consent may be given only by County's Data Processing Manager. 4. Incidental Services. Notwithstanding any other provision contained herein, Contractor shall provide the following services to County without cost or charge other than the price for the Work as set forth in Paragraph 6: (a) Complete documentation of the Work to standards specified herein. Such documentation shall not conflict with the programming language used nor with the constraints of the logic of any program in the Work nor with the Docunentation. (b) Testing and debugging at Contractor's facility. (c) Correction of all latent errors appearing within ' three months of acceptance of the Mork, notwith- standing chances and additions performed.by Contractor or County after accentance; but changes to any of the Work which are not performed by Contractor shall release Contractor from its responsibility to correct errors in that part of the Work affected by such chances. (d) On-call assistance as requested by County during final systems acceptance cycle. 10. Test Data. County agrees to furnish Contractor sufficient. test data to adequately test and determine that each program is completed and operating in accordance with the Documentation. ll. Failure of Contractor to Conolete and Deliver the "ork on Time. If the Contractor fails to complete and deliver the Work within the time fixed therefor but does eventually comolete the Work, this Agreement not having been terminated by County by the time of eventual completion, Contractor shall .become liable to the County for County's loss and+ damage therefrom; and because it is and will be impracticable and extremely difficult to ascertain and determine the County's actual danaae from anv delay in performance hereof, it is agreed that the Contractor will pav as liquidated damaees to the County the amount of 550.00 per calendar day for each day's delay in furnishing the Work. If said liquidated damages are not paid by Contractor. County may, in addition to any other rights and 'remedies under this Agreement, deduct said liquidated damages from any money due or to become due Contractor under this Agreement; but said liquidated damages shall not exceed the total price specified in Paragraph 6. 011601 12. Termination for Convenience of County. At any time during the period of this Agreement. County may, at its option, terminate this Agreement for the convenience of County upon ten (10; days prier yr.tc.n notice to Contractor. Upon terminatior for the convenience of County. County shall pay, without duplica- tion, the amounts set forth in Exhibit A (Payment Schedule). for all the Work; thcn•conpleted"and delivered to County by Contractor. County shall also pay Contractor a pro rata share of the price for the percentage of the Work in process that has been completed but not yet delivered to County. Such pro rata payment for the Work in process shall be computed on the basis of progress reports sub- mitted to and accepted by County. In consideration of such pay- ment, Contractor waives all right to other payment or damages, and agrees to turn over to County everything pertaining to the Mork accomplished by Contractor up to the time of termination. 13. Termination for Breach of Contractor. If Contractor at any tine fails, refuses, or neglects to perforn its duties under this-Agreement in a reasonable, satisfactory manner and fails to remedy such condition within a period of.10 days of Contractor's receipt of written notice thereof by County; County may terminate this Agreement because of said breach of Contractor.. In the event this Agreement is terminated for breach pursuant to this paragraph, Contractor shall become liable to County for Couhtv's loss and damage therefrom; and because it is and will be impracticable and extremely difficult to ascertain and determine the County's actual damage from said breach of the Contractor, it is agreed that Contractor will pay aslic+uidateq damages to the County the amount of $50.00 per calendar ay from t e date the Work should have been delivered according to this Agreement to the date the Uork is otherwise completed by the County. If said liouidated damages are not paid by Contactor, County may, in addition to any other rights and remedies under this Agreement, deduct said liquidated damages from the amounts due or to become due the Contractor under this Agreement; but said liquidated dar..ages shall not exceed the total price specified in Paragraph 6. 14. No Waiver by County. _ Inspection of the Work by the County; or the statement by any officer, agent or employee of the County, prior to written acceptance of the Uork or any part thereof, indicating that the Work or any part thereof complies with the requirements of this Agreement, or County's payments for the whole or any part of the ::ark, or any combination of these acts, shall not relieve the Contractor of its obligations to ful- fill this Contract as prescribed; nor shall the County be thereby stopped from withholding as liquidated damages monies due the Contractor or bringing any action for such danaaes or any action for enforcement arising from the failure to comply with any of the terns and conditions of this Agreenent. Ilaiver of any provision of this Agreement by County in any single instance shall not prejudice County's right to enforcement of all provisions of this Agreement in any iother instance. 15. Hold Harmless. Contractor agrees to defend, save, iden- nify and hold harmless the County and its officers and employees from any and all liabilities and claims for damages for death, sickness, disease and/or injury to person(s) and/or property arising from or connected with Contractor's performance of this Contract. 16. Insurance. During the entire tern of this Agreement, Contractor shall Eeep in effect a policy or policies of insurance for all of its employees performing under this Agreement, with limits of at least $250,000 for each person and $500,000 for each accident for all damages arising out of death, bodily injury, sickness or disease from such accident and at least 550,000 for all damages arising out of injury to or destruction of property for each accident. Contractor shall provide the County with a Certificate of I::ssrzree, naming County zs : co=insured, as evidence of the above specified coverage. -3- 00602 I Contractor shall also provide the County with a Certificate of Insurance evidencing that Workmen's Compensation Insurance cover- age is provided Contractor's employees. 17. Independent Contractor Status. This Agreement is by and between two independent Contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. No�nasss nubble. This Agreement binds the heirs, successors, assigns, an repd resentatives of Contractor. Contractor shall not assign this Agreement, or monies due or to become due hereunder, without County's prior written consent. 19. Notices. All notices provided for by this Agreement shall be in writing and may be delivered by deposit in the United States mail, certified or registry service, postage prepaid. All notices appertaining to the provisions of this Agreement shall be addressed to Contractor's office located at 1121 San Antonio Road, Palo Alto, CA 94303 Notices to the County shall be addressed to the Clerk of the Board of Supervisors, County Administration Building, 651 Pine Street, Martinez, California 94553. The effective date of all notices shall permit a minimum of two days for transit in the mails. CONTRACTOR BY (Designffe Ufficial apacity in iciness CONTRA CQW27A COUNT By 4Chrman; Board of Suparvis , APPROVED AS TO FORM JOHN g- A71 N, County Counsel By t County Counsel Note t ractor: (1) Execute acknowledgement form below; and T if a corporation, affix corporate seal above. State of California) ss Contra Costa County) ACKNOWLEDGEMENT The person signing above for Contractor, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corpor- ation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. - Date IZI A (Seal) tard/ Public SHARICI. Y. 00603 I EXHIBIT A Payment Schedule These programs are due completed August 15, 1977: BR3508AD Parking Status Current to Date BR3508AE Out of State Multiple Violations BR3508AF Parking Citation Status BR3508AG Citation License Index BR3508AH Exception Reporting DR3508AI Dismissal/Bail Adjustment Register BR3508AX Batch Complaint List BR3508AL Parking Financial Status Report BR3508AM Research Audit Listing ' BR3508AN Management Activity Statistics BR35O8AO Destruction Reporting — BR3508AP Inactive List BR3508AQ Table Lookup/Change BR3508AS Name Citation Index BR350BAT Proof of Service BR3508BB DHV Search Insufficient Data BR3508BC Cities Statistics BR3508BD Warrant Recall Upon completion of these programs, the entire amount of the contract will be paid. Q1ft14 In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Approving and Authorizing Payment for Property-Acquisition. Project No. 3844A-4369-663-77 IT IS BY THE BOARD ORDERED that the following settlement, Temporary Construction Permit and Right of Way Contract are ' APPROVED and tate Ppblic Works Director is AUTHORIZED to execute said contract and permit on behalf of the County. Contract Reference Grantor Date Payee Amount Newell Avenue Michael E. Morse June 18, 1977 Grantors $180.00 Storm Drain Andrea Morse 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 the easement from the above-named Grantors for the County of Contra Costa. The foregoing order was passed June 28, 1977. 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 originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this2 bdoy of Jung_ - 79 77. cc: Auditor-Controller n J. R. OLSSON,Clerk Deputy Clerk Jean L. Miller 00605 H•?a 31:6 is. H.24}qtr.0. In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Matter of - Approving Agreement with Roy Jorgensen Associates, Inc. for Maintenance Management System Support for the Period of July 1, 1977 to June 30, 197 On the recommendation of the Public Works Director,,IT IS BY THE BOARD ORDERED that the Agreement dated July 5, 1977 with Ray Jorgensen Associates, Inc. providing for Maintenance Management System Support for the period of July 1, 1977 to June 30, 19782at a cost of $12,300.00 is approved and the Chairman is - authorized to execute the Agreement. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Dept. Supervisors Maintenance Division oEtared thisZRrh day of T. 19 17— cc: Zcc: Arthur G. Will, County Admin. County Auditor-Controller J. R. OLSSON, Clerk Public Works Director (2) By --- 0 '1 i�GCt e/ Deputy Clerk Roy Jorgensen Associates('japgy! Jean L. I""311er (11R�6 AGREF-HENT FOR CONSULTANT SERVICES TO PROVIDE RAU1TENL.NCE 1-ANAGEMENT SYSTER SUPPORT c This is an agreement made and entered. into this 28th day of June 1977, by and between CONTRA COSTA COUNTY,. hereinafter referred to as the "County", and ROY JORGENSEN ASSOCIATES, INC., a corporation, engineering and management consultants, with regional offices in San Jose, California, hereinafter referred to as the "Consultant." Expenditures for maintaining the Contra Costa County road and flood control facilities represent a significant segment of the annual budget for the County, and The County has implemented a system for more effectively managing its road and flood control maintenance operations, and The system requires data processing services and support services directed towards insuring that the system operates effectively, and The Consultant has demonstrated competence and unique quali- fications in successfully developing and implementing the County's new system, The parties do agree to the following: I. OBJECTIVES' The basic objective is to provide data processing services and support services for the effective operation of the Maintenance Management System for County road and flood control operations. -1_ Microfilmed with board order 00607 - " 'Illlhll! Specific objectives are: 1. Prepare the annual maintenance work Program and Performance Budget based on revised standards and the updated maintenance feature inventory. 2. Define the labor, equipment and material required to carry out the computed work Program. 3. Furnish data processing services needed to prepare work programs and budgets, crew day cards, and performance reports. II. SCOPE The work items outlined in Section III relate to road and flood control maintenance operations. 111. WORE: PLAN The work to be performed under this agreement will be a joint undertaking by the County and Consultant. The Consultant's participa- tion will be directed principally towards providing: 1_ Support Services - a. Annual review, evaluation, and modification of quality, quantity and performance standards_ b. Quarterly performance evaluations. c. Preparation of annual work programs, performance budgets, and scheduling calendars; and determine resource requirements. -2- 00608 2. Computer Services - - - - a. Organizing and coding computer input data for planning reports. b. Processing the data to compute: Work Program and Budget - Workload Distribution i1ork Calendar Equipment/materials Worksheet Labor Requirements Summary Equipment Requirements Summary Materials Requirements Summary Authorization/Reporting Documents (Crew Cards) 901 Input Report Quarterly Progress Reports Quarterly Crew Analysis Reports Monthly Mork Status Reports 3. Supplies - a. Crew cards. b. Computer forms. A complete description of the scheduled work items is shown in EYMBIT A. IV. SCHEDULE The work will commence upon notification of acceptance of this agreement by the County, and work will be completed by June 30, 1978. -3- V. BASIS Op Ae;Rt'nrac-�.r - V. BASIS OF AGREEMENT i The County and the Consultant mutually agree as follows: 1. The Consultant will: a. Supply forms and procedures required for operation of the system. b. Provide professional staff to perform the work. items shown in EXHIBIT A. EXHIBIT A is incorporated by reference here as though fully set forth. c. Provide professional and technical staff to assist in coding'input data. d. Keypunch input data. e. Furnish computer services to prepare the reports described in Section III, (PORK PLAN. 2. The County will provide: a.- Statistical and financial data, maps and charts from County files and records as requested by the Consultant. b_ Administrative and supervisory personnel to provide information and review the work items shown in EXHIBIT A- c. Crew Card summaries to the Consultant as provided in System procedures. d. Office facilities for Consultant personnel as required for interviews, meetings and data collection. VI. BASIS FOR PAYMENT She County will pay the Consultant as full compensation for all services, expenses and fees associated with services performed undar this agreement as follows: 011610 Twelve Thousand Three Hund=ed Dollars ($12,300), as follm.s: -Twelve (12) monthly payments of $1,025.00 beginning July 31, 1977. VII. TEPOINATION ^ This agreement may terminated at any time by written notice by either party. Monthly payments made through the effective date of termination shall represent full compensation for services rendered by the Consultant.' Upon such termination, Consultant agrees 'to turn over to County everything pertaining to the work, possessed by him or under his contiol at that time. VIII_ DURATION This agreement shall become effective upon the date of its acceptance by the County and shall terminate upon completion of the work plan, unless sooner terminated as provided in Section VII_ IX_ INSURANCE The Consultant shall, at no cost to the County, obtain and main- tain during the term hereof: (a) Worker's Compensation Insurance pursuant to state law; and (b) Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming the County, its officers, employees and agents as adc:?tional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 00611 -5- X. STATUS The Consultant is an independent contractor and is not to be considered an employee of the County. XI. INDEi�Ii IFICATION The Consultant shall defend, save, indemnify and hold harmless the r•.ounty and its officers and employees from any.and all liability for any injury or damages arising from or connecte&with the services provided hereunder. ' IN WITN$SS•WHEREOF: Date. C3�, 1977 ROY ORGENSEN SOCIATES, IRC. r. i.. By -, AVIST,,. Date 3 , 1977 By �! .GL eer/__f " m Not blit Date JUN `g 1971 , 1977 CO O �UNTY ATTEST: W. N. Boggess . ByAff—i • - Jean L tAiUer 00612 • FF - - EXFQBIT^P'• Z G a u c u v ..zv. •UL-• UUU U U x xxx x x x x x ' x x xxx x x x a x x - MU zm xxx x oa x <3 ioxxx x zE. a Ha - m yp 6 ej I•' a HG G = Oar 4 p O y u'U W c Q .3 O � O L G b •O.Gl � G O O Q `` g v cc• u- o u� 'c' w s C• C uLce '�' 3 � = um —� � �r c Qa • = O 0.eau •U G U.4 U �C 92V.. Q U � N YJ •P � b O [� � � � 00613 BASIS FOR COST ESTIMATE r' CONTRA. COSTA COUNTY MAINTENANCE MANAGEMENT SYSTEM SUPPORT SERVICES FY, 77-78 Personal Services: Project Manager 35 days @$89 " $ 3,_115 Employee Benefits.@ 29% 903 • _ .. . '" •,,� $ 4.018 Firm Overhead @ 82.2% 3',303 $ 7',321 _ Expenses- Transportation 36 days:@ $15`: $540 Miscellaneous (Typing, phone, reproduction) 350,,:' $ 890 Computer Services: $ 3,000 Fee- Allowance for non-reimbursed costs and fee or profit- $ 11089 TOTAL`; $12,300 4- =7- 061.4 In the Board of Supervisors of Contra Costa County, State of California 19 ZZ In the Molter of County Share in Cost of East Contra Costa Transit Authority Bus Service. In accordance with the Eastern Contra Costa Transit Authority Joint Exercise of Powers Agreement,the Public Warks Director hav- ing reported that'funds are available in 1976-77 Public Works budget and having recommended that the Board of Supervisors ap- prove the County share and authorize the County Auditor to draw a warrant in the amount of $16,014 to be credited to the ECCTA account; IT IS BY THE BOARD ORDERED that the Public Works Director's recommendation is approved. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregomg is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Witness my hand and the Seal of the Board of Orig: Public Works Supervisors Transportation Planning affixed this2Q�hday of June 19 77 cc: ECCTA (via PWD) J. R. OLSSON, Clerk ByDeputy Clerk JJ H-243/7615. y-gyp_ In the Board of Supervisors of Contra Costa County, State of California June 28 ,1g 77 In the Matter of Authorizing the County Auditor-Controller to make CETA Title VI initial Subgrant payments to Title VI Project Subgrantees The Board having authorized, by its Order of June 14, 1977,.CETA Title V1-PSE Project Subgrantees to begin hiring Title V1 PSE Project participants, effective June 20,.1977, and The Board having cons idered;tlie recoimendation of.the County Personnel Director regarding the need to allay the attached Subgrantees to meet the initial Title VI Project costs that are actually incurred beginning June 20, 1977, for participant . wages, fringe benefits, administration, training, and supportive services; IT IS BY THE BOARD ORDERED that the County Auditor-Controller is authorized to make payments to the attached CETA Title VI PSE Project Subgrantees; not to exceed the Maximum Initial Subgrant Payment Amount set forth in each'oroiect on the attached CEiA Title VI PSE Project Subgrants listing, pending completion of Subgrant Agreements with each Subgrantee. Passed by the Board on June 28, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Orig: Civil Service Witness ray hand and the Seal of the Board of cc: CAD Attn: Gary Bram Supervisors Director of Personnel o st uxed this 28tbdoy of June 19 77 PSE Office Attn: R. Hagstrom Auditor-Controller Attn: Gary Gross HRAJ. R. OLSSON, Clerk BI 7l Deputy Clerk 'Macine M. Netifeld N•24 317,6 15m . . w na o .O m V . .o Y O_ C -r -A 2 3• r Prtr L7 .. O N d Oi �Xj d A < tpn OGp O p S R O - tOi O O 3 S eS m zr ca G i tl oS• _ 33 3 C W O x •h 6 6 C rbs c_ •6 O .p+ Q •91 (� rt R • O O N O y <u - p m - s S p n R f) p C b R p S N tp N O tp b F O O R 3 O A w W w w' ww_w_ w Ww w w •w 4rW wwwww ww. W t'r w W N N O O N N N N O 0 0 -+ -• -+ O --( w t0 07 iA�0 •O VOS -� N t0 Vr.p• Vf.,{`TW N O-+' N n.. 3 D N m •v 0 m z � C N tD 4 m cs V w w V w e v.' 4- yr-4 w .t. v v.W -- N w w N w A a _ D L • m - to N C t9 v Z. F F'OW t0 SON Va O� 61 VS` .. 0�6�V1N�0 tO iO of i^� V Z. W N —w 4- SV t V O W —W CC,M %O0 C, N w 03NtNO Q �� CW O VW %D Otm ON WN V { m Or` r z • r•-r —x 3 {- 69 taw a: O vC _F• _O p O�S D` +CSF w W N CA^J N N N,i O� �W�� • N NFN' vUi O� A F~ Y N+�7 NW 1W.7 t•N a C.- o v �' O�w �'� o• O o �n �iWwoarr ro ° yz a C N CL. O lO OD V D b b p p r O - rtr3r m. O m C3) ^ O n m Q W cl u C N to yt m C O - I C pz cr m 7 to 7 to O p O N O W r N Cm'1 O C - O 3 -7 to n m c CA O CACA cr �* z c a C: cm rt m m a 'CO. -V tft .� .w W O V 4 O O Q W y to b cr to b N r W .to alt D 00 -. w. O w C2 O� F: Cr, 00 1,1 1 C _ ILn W N -co w 3 m o �z i rx i �%A l I l I� V iV i X W N • It N N W CA DHy H H (H(yy M �My y 7 Y- G P Y O K 3 tR 'tl :• u K pG o a o t i w 0 U E Q f YYYYYY oY�ppYY ••Yrr cY�O Y� o3Yio�-np',I-'�y��Y� Y �wt.�vwiFWN •tel PV�i ODOF'••OW FW NY O�W-�7 cawF W NYO�D ' f-1 M a wNYWWN YYW Y YNYNwYwc-w ,0� • mmO T+3 Wa.-Y1YW �••�1� O� OAF'70tWii _F-X31-'1.p i-'•.T Y-�7�•�1Y OY`. O+O_pY -I aCX u 0000 ooe o 8MB No 32P.�oc`3o�$a a -�FNViVF NNV N NVNW� �ViWFWVtWVIIdVtW VI NTN_V �'yc O moo OW —FO N NOt'ITT OOW OOW OW O� O WOTOT OOW OOW OWV• d OV OV Cl 0+00'4T 00 Cn N'O�fD O �VT V4o O -1 • -iK� � � W p � O rpm N p i+• O � � � W p � & ,'s0' {tea O O• `� W d R D O O d O M N O H [Y O N Q• N O Rt N ct O N CJ O' O x N O O `y CI. O O fv+ O T. IK7 C• O N O O O O' N N O n o N N p- O- O o N o 5• o O O N Y o r o r O o y rtlta+� r- otl- KW xW rMCr 0 oO WW tJ F M t, cp t► p p+i a K U M O K W cr c�' N fi K O• N- 'SI O W K d- Cr d _W O K K d• {� _ Y O Y• Q P Y• O K K U WR tr m c* Y ^ U c+• O i F ro to N818 N ON0. Vii F W N 1 O Q-4 C, �v�i o %n r WO, W %n Y W b3 YY N Y,o,� ca Q(� d}W .O viWQ VtvrtSN� Y 5Y�� O� •O N 5� .� vV� �ZvtaU -.2-a In �q � 80 8 g25 $2575 Be 75 S o 25 o eo 888 88. o gf, yz G� ca NOQ Op�Y G` wv v�v��88 W O N O� L Y N O%M O t 4- _N N N y A to 1wa� -4W-4 WW O W 'i72 H yyM 00 620 - - X_ N A � O 3 p. o M c 3 � O M H Gi 00 §g N. y. ='y to .R, K.... C z y C a a to a m o D M O Y3 m 3 O W 3 r O P m G 0 O 3 O 7 m d v C2 - - c m v V .. M �f- m tl b 2 L T m CA r � SL fi m 33o N • O 3.'z9 6 O O O mr- o min o w z 70 V WV W CC rm= 70 of fi21 ►j In the Board of Supervisors of Contra Costa County, State of California June 28 '19 2L In the Matter of, Approval of University of.Texas Health Science Center Contract i22-054-1 for the Child Health and Disability Prevention Pilot Project This Board having approved on June 14, 1977 contract negotiation with the University of Texas Health Science Center relatedtoa•Child Health and Disability Prevention Pilot Project, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract i22-054-1 with the University of _ Texas Health Science Center for provision of evaluation services for the Child Health and Disability Prevention Pilot Project, and that such contract 'be funded with 100% State funds of $48,000 for the period June 15, 1977 through June 30, 1978. PASSED BY THE BOARD on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts &Crants Unit Supervisors cc: County Administrator affixed this28thday of June . 19 77 County Auditor-Controller, County Health Department Contractor � J. R.OLSSON,Clerk IwAm Deputy Clerk Maxine M. Neurep {[�j� 00622 � H-'9 3176 11. E�i:d�31Jt ism r. __..tra Costa County Standard Fora STANDARD CONTRACT (Purchase of Services) �j q Q 1. Contract Identification. Number 2 0 5 Y' + Department: Health Department (Child Health S Disability Prevention CHDP) Subject: CROP Pilot Project Evaluation Study of Child Assessment 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: UNIVERSITY OF TERAS HEALTH SCIENCE CENTER Capacity: State governmental agency at San Antonio Address: 7703 Floyd Curl Drive, San Antonio, Texas 78284 3. Term. The effective date of this Contract is June 15. 1977 and it ter..inates June 30. 1978 unless sooner terminated as provided herein. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $48,000 5. Countv's Obligations. County shall make to the Contractor those payments described n 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 re-erence. S. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: CHDP Pilot Project—State of California. 9 Legal authority. This Contract is entered into under and subject to the following legal authorities: State of California Health and Safety Code Division 1, Part 1, Chapter 2, Article 3.1 and California Government Codes 31000 and 53703. 10. Signatures. These signatures attest the parties' agreement hereto: CO'.:Y OF-QO. OSTA, CALIF `tIA CONTRACTOR N. 3p V By Chairman, Board of Supergors Vice President for Business affairs (Designate official capacity in business attestt. J. R. Olsson, County Clerk and affix cyrporation seal) Stte` y f 3 Count ) ss. y �f Count of ) Deputy ACFaiOAL®GE!ff.NT (C0,1190.1) The person signing above for Contractor- Seco.—ended bby�De�partmjrennnt/t �i, known to me in those individual and 'business capacities. Personally appealed before me today and acknowledged that he/ 3v y signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Para roved: County Counsel Dated: � �-oZ�7 y 3I Alug Deputy Notary Public/Deputy County Clerk 00623 Microfilmed with board order Microfilmed with board order 'C:ntra Costa County Standard Form PAYMENT PROVISIONs (Fee Basis Contracts) NumberrG 2 -U 5 4 1. Pavr_ent Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, Coonty will pay Contractor the following fee: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations.and conditions. herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [X] d. One-third (1/3) the Contract Payment Limit according to the following timetable: November 1, 1977- $16,000 March 1, 1978 - $16,000 June 30, 1978 - $16,000 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 Banner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of.the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as-specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 00624 SERVICE PLAN C Number,fC�a — v()5 4 " 1 In relation to the County Child Health and Disability Prevention Program, the Contractor shall develop an infrastructure for data collection and design of a detailed evaluation plan as Part One (first year) of the evaluation component of a special State-funded Child Health and Disability Prevention (CHOP) Project. The overall mission of the project is to provide a prospective study of costs, alleviation of health problems, provision of health maintenance information, and observe the behavior of a specific population. At the minimum, Contractor's plan for CHDP data collection and evaluation design shall include the following: 1. The cost of the provision of preventive and acute health care for a sample of children from birth to their 5th birthday for both the CHDP project and a control group of children. 2. An evaluation of health maintenance practices and knowledge among parents in the experimental (CHDP) and control groups. 3. An analysis of the patterns of debilitation found in the experimental (CHDP) and control groups of children between birth and 5 years of age. 4. A profile of incremental effect of routine health screening from birth to age 5. For example, do health service providers accomplish most of what can be accomplished by the 1st, 3d, or 5th birthday? How much is enough? 6. Various appropriate small scale studies that can be practically conducted within the experimental frame. In addition to providing the CHDP evaluation design as specified above, Contractor shall be responsible for all reasonable data collection necessary to the operation of the evaluation study. SPECIAL CONDITIONS The General Conditions are amended as follows: 1. Paragraph 18. Indemnification of the General Conditions is hereby amended by the addition of the following sentence: "This provision applies to the Contractor, an agency of the State of Texas, only to the extent permitted by law." 2. Paragraph 19. Insurance, page 3, of the General Conditions is hereby deleted and replaced by a substitute paragraph to read as follows: "19. Insurance. a. Automobile Insurance. During the entire term of this Contract, any subcontractor performing service for Contractor under terms of this Contract shall carry motor vehicle liability insurance for any use it makes of a private automobile in the performance of this Contract in the State of California, as required by State law and in amounts not less than: (1) $15,000 for personal injury to, or death of, one person; (2) $30,000 for injury to, or death of, two or more persons, per occurrence, and (3) $5,000 for property damage. b. Insurance Certificate. Not later than the effective date of this Contract, Contractor shall provide County with a certificate of insurance evidencing the above liability insurance." Initials: IUM Con actor County Dept. 011625 MMMMi tai y{. Contra Costa County - Standard Form I GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes,may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. B. 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 —nd—nts may not materially change the Payment Provisions or the Service Plan. !�i1f2S (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any actionrelating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, '' assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. 'Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual orpotentialconflicts 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 ofor relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, calor, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. (A-466 REV 6/76) -2- 00627 - T 00627 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 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 or occurrence. b. Vorkers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers` compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts S Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 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. 00628 (A-4616 REV 6/76) —3— "4 +�.m•v rst , In the Board of Supervisors of Contra Costa Countyr State of California Jtute 28 .i9'77 In the Matter of Agreement with University of California, Davis, School of Law for Work Study Students for the Office of the Public Defender IT IS BY THE BOARD ORDERED that the Chairman is authorized to execute an agreement dated July 1, 1977 through June 30, 1978, with the University of California, Davis, School of-Law, for employment of two Work Study Students by the Office of the Public Defender under the Work Study Program. Total amount of this and previously signed agreements not to exceed $9,360. PASSED by the Board on June 28 1977. 1 hereby certify that the foregoing is a true and corred copy of an order entered an the minutes of sold Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Q.C. Davis, School of Law Supervisors County Administratorafiumd this28thdoy of_June ig 77 County Counsel Director of Personnel Auditor-Controller J. R. OLSSON, Clerk Public Defender Deputy Clerk 00629 H-:4i/:60. ENE" COLLEGE WORK-STUDY PROGRAM AGREEMENT University of California, Davis and Off-Campus Employer THIS AGREEMENT, entered into this first day of July 19 77', by and between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA, a California corporation, hereinafter called "University", and COM M COSTA COUNTY PUBLIC DE- FENDER'S OFF., a (4) coum (non-profit organization), hereinafter called "organization", WITNESSETH WHEREAS, University has applied for a grant by the U.S. Commissioner of Education pursuant to Part C (Work-Study Programs) of Title IV of the Higher Education Act of 1965, as amended to stimulate and promote the part-time employ- ment 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 non-profit organizations under the Work-Study Program authorized by the Act; and WHEREAS, Organization is in a position to utilize the services of such students; NOW, THEREFORE, 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. The specific services to be performed by said students and the rate of compensation therefore are set forth on the attached Exhibit "A", which is incorporated herein. 2. The work performed by such students shall be in the public interest and shall not a. Displace employed workers or 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. 00630 Microfilmed with board on3er &crofilmed witfi board orae► MINE"z 3. Organization agrees to a. Reasonably supervise the services of students participating in the Work-Study Program and permit reasonable supervision by a representative of University; b. Wake a report to University of time worked by students parti- cipating in the program, at least monthly; nineteen c. Allow no student to work for more than an average of fmitfif 19(71>I) hours per week over a quarter, or other term used by the University in awarding credits to the student, during which the student is enrolled in classes (excluding any period during which the student is on vacation), and for not more than forty (40) hours in any week; and d. Pay to University at least t11enty percent (20X) of the total compensation to be paid to stu3ents participating in the program at such times as are agreed upon with University in writing. 4. Compensation to be paid to students participating in the program will be appropriate and reasonable in light of the work to be performed by them. 5. In accordance with Title VI of the Civil Rights Act of 1964 and Title IX of the Education Amendments of 1972, the services and benefits Organization which involve the work of such students shall be available to all persons regardless of race, color, national origin, or sex. No student shall be denied participation in the Work-Study Program because of race, color, national origin, or sex. 6. University will be responsible for all applicable employee benefits, unless otherwise agreed by the parties 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 by Organiza- tion. It shall also be subject to the provisions of Part C (Work-Study Programs) of Title IV of the Higher Education Act of 1965, as now amended, or from time to time amended, and shall be subject to regulations implementing said legislation. 8. This agreement may be cancelled by either party if there is a failure to comply with the provisions of the agreement. 9. This agreement shall terminate on the thirtieth day of June 19_?B_, unless sooner terminated, and shall be subject t—extension by the mutual agreement of the parties-hereto in writing. IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first above written. r 2- v � ,�,✓ THE REGENTZ2E UNIVERSITY OF CALIFORNIA 8y c@asaa gyc 1N�N gees P 24 a Dart o u erns �31 rev 5/76 Row L By �F rt W.Hi P 24 By c SYi N. gest rev 5/76 ar o u rvis r,U1 'Tkv}3yE'Wn�RR�ILBy_ ' EXHIBIT"A" Name of Organization with which written students employment agreement has been made: Contra Costa County Public Defender's Office 610 Court Street Martinez, California 94553 Patrick R. Murphy Public Defender Description of work activities In which students will be engaged: STIXIENT AIDE Under close direction and supervision, Minimum$3.00 students will do interviews,.research and writing memoranda of points.and authorities. ,yw Ot��32 UNIVERSITY OF CALIFORNIA, DA1.15 SEml'ELEY•UAC6 I11V4'E•Wf AIC6il5•!Yt'[p51UE•Std DICGO•SA%1TtA\CISCp �`:i€--r•' SANTA GAMAM•S'%TA CRCZ r3 I l.sS?.i.tr�i F1N�=11.UD OFFICE CAl7$.CA[.iFO �� 95616 I!►JI I NORnl1IALL June 13, 1 7tt PHONE.732-ZJ90 Mr. Bruce M. Weiss Chief Deputy Contra Costa County --•--".__...... `" Martinez, California 94553 Dear Sir: In response to your letter to Frederick Hill dated April 7, 1977 1'am offering the following inform tion: 1. Provision 4 is inconsistent with the compensation stated in Exhibit A. Answer: The new Exhibit A for the 1977-78 fiscal year states a '"inimum of $3.00" and there is no maximum. 2. 'Exhibit A should be redone so as to delete those portions penciled out. Answer: The portions of the Exhibit A that were penciled out have been replaced with 4ninimum $3.00". 3. Provision 6 is vague. Employee benefits- should be enumerated. Answer: Work-Study students are eligible for Workman's Compensation if injured on the job and the University provides coverage for that. 4. The contract should expressly state: a. The status of the Ccunty with respect to the relationship with the stu- dent worker, Answer: The County is responsible for: a. Providing reasonable supervision of students participating in the Work-Study Program and permitting reasonable supervision by a representative of the University. b. Making at least a monthly report to the University of time worked by students participating in the program. e. Allowing no student to work for more than an average of 19 hours per week during a quarter/semester in which the student is enrolled in classes (excluding school vacation periods and school holidays), and for no more than 40 hours in any week during vacation periods. d. Paying to the University a percentage of the student's total com- pensation, as agreed upon in the College Work-Study Program Agree- ment contract or Extension of Agreement. b. Extent of any county liability, if any. Answer: Work performed by Wort:-Study employees must be in the public interest and the County may not aligw this work to: a. Displace employed workers or impair existing contracts for services. b. Involve political activity or work for any political party. c. Involve the construction, operation, or maintenance of a facility that is used or is to be used for sectarian instruction or as a place for religious worship. Along with this information 1 am including a Work-Study Agreement for the 1977-78 fiscal year. If you decide to enter into this Agreement please return the signed copies to the Work-Study office. 00033 1 If 1 can be of further assistance;please iontact meat (916)752-2694.' Sincerely, 1 Linda Alexander` Work-Study coordinator Financial Aid Office 4 LA Enclosurers j 4 Y s i s ' 5^ h ty4 �tf ..� - L t In the Board of Supervisors of Contra Costa County, State of California June 28, ,19 7 In the Matter of Approving Traffic Signal Maintenance Agreements for Various Cities in'Contra Costa County The Board on March 8, 1977 having adopted County Traffic Signal Maintenance Policy wherei-n the County will provide traffic signal maintenance.services to various cities with the under- standing that each city will reimburse the County for the full cost of said services; and The Public Works Director having been authorized to initiate action necessary to effect the aforesaid services and having therefor prepared Agreements, effective July 1, 1977, with the following cities: Antioch, El Cerrito, Clayton, Martinez, Pittsburg, Pleasant Hill and San Pablo. IT IS BY THE BOARD ORDER:? that its Chairman is AUTHORIZED to execute the Traffic Signal Maintenance Agreement for each of the aforementioned cities. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and coned 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 Bldgs & Grnds Supervisors affixed this 28th do f June 77 cc: Public Works Dept. (2) Y o - 19 County Administrator J. R. OLSSON, Clerk County Auditor-Controller By {FQc fit Deputy Clerk Traffic Division Cities, via P.W. H26 9/75 lora ». ."]sea o-Li-7i TRAFFIC SIGNAL MAINTENANCE SERVICE AGREEMENT 1. Date & Parties: Effective on 'JUN 2& 1871 the County of Contra Costa, a political subdivision of the State of California, and the City of Pleasant Hill_ a municipal corporation in the County (hereinafter called "City"), hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 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 solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Engineering-services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. _l_ Microfilmed with board order n 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B". These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit "A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage. shall be assessed directly to the City against that particular installation involved. Billing for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and'County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities r���} shall be provided at the City's expense. -2- _ _ _ C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 City, its officers, agents, or employees. 9. Changes: The parties` authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". -3- p0 3 C2_7 For purposes of this paragraph. the City hereby designates its Public Works Director as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year term and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1. of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. CO TY F CONTRA COSTA By W. N. Boggess - Chairman. Board o Supervisors ATTEST: J. R. Olsson, County Clerk By q4 k By Approved as to form: Deputy City, ey Recommen ed for Approval - By e coon C ine Public Works Director Form approved by County Counsel -4- 00119 J - .9pb, y z p v o GLco o -4 5� r < < IDr m � p � V �. to c^I K a b 0 m"��f t�< Y YYIp-`+wwwwNNwwwwwYNYYY Rte ONTO0000000 t @21 Obl @•C�G'C`C'C@A•d wPDOd pa@ W�W p.p YwwNwW +�e�e�ri rte+rtp � $ ID IDd OddO@'O� Y�1�1'tKH< 7110 py K'i M�i'toMa/n-pp W pppO .+rtrt CL -—GCICe'7C.+C nnnnn! � -ri Ci. YwwY COdddOd3 y _ Mmmmm-p 0'0•tine@rnne@r1 '� [') rp rG.GC..Q 61+ef b wA9-1 �y appp ppp k r to to C-1 C7 dD pAp"MCwdMp WAt•pgOQ�t i9 D 6 6 .50-1p6 0w.119 w@Oy 0 _ r- 0 r— ip vvp w 7IDHYw�y�"WI�Q'pC a O t3 .9 @no _ HC Oro 0"/P O5 MbC•< O'7ots 0 O m A @! @ a[!P 11 pJ " n X Z �r� 00 •pe m.rti.. 40 C -+ x m o ft.0 o r a to D 't k'M N Wim% H� p Z Z 2 pr m 6 ! @ v D m Q a O m iZZ • � @ m G f7 m N t 7 LD7 m <z m aalvwa�a�waaaa.ataa.asa�a.a „� m s z m "{ C, 0 z 000000000000000000000 c�, cQ -al y t N✓YNYYwr�Y 1+wYwNwNwNNN y-II D 'O O00a0 0000 000000000000 m -I •o r 0 0 00 0 000 0 00 0 000000 000 cl �m m m rt 4 K D Na m m @ a p 0 a rn cl c_ 000aoa000aa00000aa000 zz ri {~ M o w i I j Pk gSggqHHHHHqO connnnnnn v D •+Or pppPP rp 00000000 ' = D 'O m�O�C OAC�C�C Y.Y.mx O�'�nnPwnO N -� 9 i P6P✓i+i+rNP FF P � '9 m�m m00000mq 3~YMYYYY< D O imPAPYYYYYiP ;niiPRiim r G r m mmmYmRe'r Ra..909110 c m$m s««<sP $ mmmmmma '+A�+N a•• A P x R p P P$ x ~ "q~$$$$$~C 2$$$$$$O [— O &OAgCa!_6/po �CH�O0�pjjSSSHm n 6P 6m R�+m YPO 3 PGOrPG�s b x+00 -D1 4 5 0 4 C M F+Y $m$O$0-00$ mymti .113. Z HC OP OYmOm Yq CSG $m�+�G PmR mrr� iPR m $ KC . 0 O m A m9 ' y m O•Iq O m YC OA Yi'P PY W N m F O O R Y n o m • Y m 4• Ha»C»> >H»a»aN n YCCCpCCC CYCCCCCCM O y RMgNg oe�Y epgfNN PpgNpg e�N�esNA 2 Him` — P o pPPPrP m O imfrYrwhrM loloo.o-g - 00 000np p0�0 0� 000000' 'rmA n 3 m.m.m1 t O OIN I O O Cpop op, v vpppop P O JC C•� D mmm mmm u mom.mm o m m mmo mom w mmmo.. rm- m s y zz� zx zx ww x� on m a m ~ a ia%imirmamia eammam mia a� rt m 3 N m m m:a eimmammm m.�m maamm Haan x- m m _ 0 w cpi m o 000m0000000 oni000wowo z r3.-� a z x �n 0000m w.-aomm�a t�miA m�a�im Q - 9 .y ao Door Nnamvmmo N}INAN.... 2m 1 v � v m A 0 0 r G m ` a vrc O• 'O O mwNowaawamw> woaamma.i.a p 00640 I�. �11/l�Y f S L OF oa sc v n $E E x � �OHT � f, ROLLS o a \ UNCTIQNR � r a S, `� FIGNAL HEAD CTtONS Y f w ` ` PUS STUr A' H$ ONS 2 EDESTRIAN f EADSOR 1. y a RESSURE pADSOR a �* .t 0L ,,EVrI EVrIR INT AS NERS m n m �1 ECTJON f.. c ICE D/QR u+ ` CTROLt.ER a' IC G OE ER Cq8Nl EY ANp o PAINTING OF EQUIP, r AHD/QR POLES CABINET FOCI(DONy REPAI yoG EHERGENCy SERVICES AND ElIFR6FNCy TJ'ING:HAArG f ES Z f� -O m o v m o a o moi, A .t F RESOLUTION NO. 80-77 A RESOLUTION AUTHORIZING EXECUTION OF AGREEMENT BETWEEN.THE CITY OF PLEASANT HILL AND CONTRA COSTA COUNTY FOR TRAFFIC SIGNAL MAINTENANCE dE IT RESOLVED by the City Council of the City of Pleasant Hill Contra Costa County, California that the Mayor of the City of Pleasant Hill be authorized to sign, and the City Clerk be authorized to attest, the attached agreement. ADOPTED by the City Council of the City of Pleasant Hill at a regular meeting of the City Council held on the 20th day of June, 1977, by the following vote: AYES: HARTINGER, HUSTAP.D, HARMAN; MAGUIRE NOES: NONE ABSENT: GROTE J E MAGUIRE - MAYOR' ATTEST: JAMES L. ALHIRE - CITY CLERK ^ CERTInED.T UE CG a7 00642 heV752J 7-cl-I/ TRAFFIC SIGNAL'MAINTENA14CE SERVICE AGREE14ENT 1. Date 8 Parties: Effective on JU(12 8 1971 the County of Contra Costa, a political subdivision of the State of California, and the City of El Cerrito , a municipal corporation in the County (hereinafter called "City"), hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 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 solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Engineering services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. 00043 -I- Microffted with board order 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit "A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Bilking for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. 00 644 -2- `t 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit "A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Billing for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and-County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. -2- For purposes of this paragraph, the City hereby designates its Public Works Director as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year term and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. COUNTY.OF CONTRA COSTA BR/�IKI"11- � �,_�— By W. . Boggess .�� IC D H. BARTKE, MAYOR Chairman, Board of Supervisors ATTEST: J. R. Olsson, County Clerk A !/ li LUCILLE V. IRISH, CITYJLERK By /f �y -�i� Approved as to form: Deputy City Attorney Recommended for Approval LLfj� LG( Vernon L. Cline Public Works Director Form approved by County Counsel _4- 00645 C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". -3- 1�i 174 i m 0 z n o -i n v o --i -n o n 0 z --1 -1 v D m n 0 C N J� D r� 0 m c� •� a � a b x a cr ^, D b > > > n a a z T 3 0 a m D 0 o m + n n r to m o 0 3 z .�'• �_ m D b � r •C •G O C f > > z r n w m r n' b n CDT W _� _i m 3 J O = W D m z � � z m m � cmn m m � z - m n 0 z c-) 0 0 0 0 0 0 0 o c M -N M-0 t7 v n m v <n m o m z m n D C7 m m m N10648 n OfD CSD.. O O O O O O O O O O 2 z 'fl O A n G Z N V 3 3 3 3 6 3 3 -iM m ;D c > > > n c r n a a r m m v r O rt .* c x m m j c m n m s 9 m m n 1 b V T m 0 0 0 0 0 0 n j m m r- 3 C O 0= D r o m T � m M=- m o � m c� a m 2 m D z x ern m D o, m w m rn m o o Op >o O- Do - r m m m > N d D � � m n I tnz � m o- s TT O N 00649 2 m N r SCHEDULE OF SERVICE N � f 1 Co NTROLLER " FUNCTION •� SIGNAL HEAD T FUNcTIONS PEDESTRIAN p PUSH?IUTTONS r PEDESTRIAAN MEADS y r Ni+ Qn G ,DETECTOR LOOPSOR 9 PRESSURE PADS N PELAMP ENTIRE OR AS NEEDINTERSECTION o REr4oVE AND/OR OR y d r� CONTROUt ER fi N SERVICE3 ` RELAYS AND OTHER CABINET EQUIP, PAINTING `"- OF AND/OR POLES-� ` CABINET KNOCK DOWNREPpI~ R�~' �n 64 DOWN AND EN �L C` SERVICES cy EMERGENCY r' TIMING r ` _RANGES f \ c� fi o 0G t? r n rn 1 fl � a . A .G S I( UvcD 235 RESOLUTION NO. 3823 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EL CERRITO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH CONTRA COSTA COUNTY FOR TRAFFIC SIGNAL MAINTENANCE SERVICES. WHEREAS, the City of Richmond has notified the City of E1 Cerrito that traffic signal maintenance services are no longer available from the City of Richmond; and WHEREAS, the County of Contra Costa through Board of Supervisors Order dated March 8, 1977, is offering traffic signal maintenance services for City of El Cerrito and other jurisdictions in the County; and WHEREAS, the Contra Costa County has prepared a standard agreement for these services; and WHEREAS, it is in the best interest of the City of E1 Cerrito to enter into such an agreement with the County; and WHEREAS, the City Council has reviewed the prepared agreement; 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 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 Contra Costa, State of California, at a regular meeting thereof, held on the 20th day of June, 1977, by the following vote: AYES: COUNCILMEN: Berndt, Del Simone, Maclaren, Spellmann, Bartke NOES: COUNCILMEN: None ABSENT: COUNCILMEN: None IN WITNESS WHEREOF, I have hereunto subscribed my hand and affixed the corporate seal of said City this 20th day of June, 1977. 1. i sh, City Clerk APPROVED: ,Richard H. Bartke, Mayor �r'�E viFY 4uwR ,C1l:F. 00650 Revised 5-i1-77 TRAFFIC SIGNAL MAINTENANCE SERVICE AGREEMENT 1. Date b Parties: Effective on July 1, 1977 the County of Contra Costa, a political subdivision of the State of California, and the Citv of Pittsburg , a municipal corporation in the County (hereinafter called "City"), hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 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 solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Engineering services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. 00651 _,- !Microfilmed with board order Microfilmed with board order 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B". These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit "A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Billing for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. 0,652 -2- z 2'. 4 C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records_ 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 de City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". -3- Q0fi53 Ufih7:) _ is>,a,%tsNkLFj For purposes of this paragraph, the City hereby designates its Public Services Director as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year term and an a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. L N�0 CONT/RA C A �, ///,1 .-- ./,✓704,/ f.�' B9i��// By w 1.-N. ggess '� Vice OR,`CITY OF PITTSBURG Chairman, Board of Supervisors ATTEST: J. R. Olsson, County ClerkBy / CIT CLE CITY OF PT(TT9`/ BURG By (.t w•E VrL, Approved as to form: Deputy 1 City A ey Reconunehded for Approv 1 ROBERT J. LO By424. . �/ CITY ATTORN L. Cline Public Works Director Form approved by County Counsel -q 00654 •l o A n Z D 'II O N C •-a m m m 2 N N N N N N N N y r < { D O O O C) O Z --I -1 { A T D m C-) 0 N D r� om ClIpm x n ate+ m d d d d d a s � -sO I o 0 a 0 0 a 0 o A -s a a a a a a a TI N a n a a n a n z -n a s < a a a N ftp (mD m m m m m m D c c c r C/) C/) m m m mr D = G) J i o• c c c r o z m 3 3 z s .Sr n r• m Z N 3 -moi. d d 0 �•+ x a m a m < m m a A O < = m m m m N ? Z < a m c :3 K n O m G7 A 3 c c m c z z m " m rnn ID Z A L m C-1 m C-) c=) C:) m U) cn ro a a a a a a a z 'i m •"� 3 m rn a z m 0 z ro o 0 C. 0 0 0 0 o pr- om G-1 Z cN -i { d D N O O O O O O O O nm 1 0 0 0 C. 0 0 0 0 0 im m a <n o m 0 i o " C) D m w m C) m a �* 0 0 o O o0 o O o o CD v O Z Z T n cn t1�5 -3 • -s � sn -i v T of a a ro+ a o a ooi r 6 N N n n d d d n n r m D D tJ N A N N A N A N N R R C C C C C C C O m A m m m m Z ... o• c .-' m m o D m T 7 A D rT n T A < b T z ID A A N < m A < n m rD W d 3 fC0 C R [1 G ICO N N N N V a T rr O v N N N O d d n O m T r O b N N N r A N I d + o o to o m rn r m o m zo o c o r m .- m m X L r o - -t _ n m_ .N. v v 193 v .N.. D cn c ca m m N :2 cn i m x- m o a m c� a y lcn m 0 0 o m z m D z r —I z am N a rn rn o 0 o m D 0 o ty d N D O N- W N d N A O O O N ,� m� C 9 D v -t v �- t 0 m a er O O m o > N � o D v O CA � m Qf N a N A N N ? b G N O V Q > > O T7 O m m Otlfi5fi �.m 77 F r SCHEDU OF `"~ - .- < LE SERVICECl o n R' A -^t G _ d fi �TROLLE ,y = R a NCTION u, .c SIGN'"""--�-•` . AIL "EA FtJNCTi0NS D �c� .. usES HB TI AN G, m PETONS y TRIAN C 0DESti 1 IfEADS y 3v 7ETEC7.OR LOOPG `n PRESSURE S OR to i 9 - J FADS d c� RLAMp EpIT n 4t% ' IRE j AS NEEDED N NTERSECTIO G. © REMOVE AND/ r" C n c SERVICE CO OR orl m `, ERVNTROLLER Cn ` OTHER CASILN yS AND u' ET EQUIP, PAINTIN Ofi AND/OR CAS POLEKNS � INE7 m StE K DOWN REPAi RS n ` RGENCY SERVICES AND cn PNERGENCy TItgIN6 r f CHANGES 0 z rr v fi G a fi O Q `-n 0 l Ll •, C"s +1 z J TRAFFIC SIGNAL MAINTENANCE SERVICE AGREEMENT 1. Date & Parties: Effective on J U((2 8 1977 the County of Contra Costa, a political subdivision of the State of California, and the City of San Pablo a municipal corporation in the County (hereinafter called "City"), hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 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 solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Engineering services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. 00658 -1 Microfilmed with board order 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B". These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged-the City will be those shown in Exhibit "A". b. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Bilking for such costs shall be itemized as to materials, salaries and::ages, and equipment rental, and County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. 00659 -2- shall be provided at the City's expense. -2- C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 aIle City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". w66(; 0 -3- iiiiiiiiiiiiniiiiiiimillillimililimimingO., :I""'��'W"y4qghq For purposes of this paragraph, the City hereby designates its City Clerk as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year term and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. COD TY,OF 0 R COSTA W, N. Boggess Chairman, Board`of Supervisors ATTEST: J. R. Olsson, County Clerk Br :.�C� ���i �t y By ��( dv�� Approved as to form: ' ) Deputy Y City Attorney Recommended for Approval // .nLIC� � By ' ernon L. Cline / Public Works Director Form approved by County Counsel gi1R61 -4- O F U C n e7 ♦ -T O O O 0 0 c O U cn y LL W W R Q U -; - - - - - c w mF iJ C H to a cL a u U G A T F to`. - - t N W O JU Z O F U W }— tRJ Z lY c F m cn-:t S\o.7-z-T en tet.?SJ'i'tN LQ Z} LOLD F LD C � U F- fl LU� O U U LI C- U T V3 < LL) LU m t o a;;QQ o cl 4.3 T !il LO vhi js.awl a) J j to 12.-0+ 7-.o C H Cel L•'4 L.� E+W6m 014AH"FQrN•CCO OgH .U-. U �Zyi ae7 aj�d7�tyf p 41N� ."lu.2:G `� � N -� 7:a�7J���b b•o bb DO LL- LL- 0 o LLL00 aFaaFar�aa o W H w 7 U LL (W�O C J O U Ix 4 d O v o LL o ca < _ O C CA 0166W F O d < I 1 I � I J O 0 O NSrtStANr'ISNu'fSNSNNS C Oh N V)tD 1 w W < w v y UInc FW- d ! 111 Q 0 LL BE N""Olt""N N N O N O N NN i O< -N O 4 � N OO SS0000W,ONfDOOSOm Q W WlZ 2 f— J Q L•J > ONOOr'100 NO COOO OON (7 W LID LL 4 O W -S J Ow c000-1w co.O-1.10r .o0 W 000 - C � W W N.CDNNNN�.�yN SNC'1NNNlrI. W p � N v vvvvvvvvvvvvvvv - 1— W = L`a r O J 7 X 4! w W J Q O d r C � O w Oi oODO_ J W W rr b c r O O. OOOO .+.+ cn w og� �cn N252SON -why J L.N'rVa JAL L..Vj�i J lL O C F �Q7CJNq�W� .411 W.�:CIH 'd u n..n.n.».mmam�8-�%y>p>p `O QGGGGGCG+l+l clyyyq� 000 DO OOOCI d Ct Ud col.fir'+ A Q A.�.�AA.'�J�.OuyL'riuy.-ry w J a 1- IL 00663 O- C G A R d0Ct oaooaoGwr.a�ac�man a LU J C G G Cavi VJ �Ntt?� R Ss,RRRRcc RRo a F r~n to in cq V,cn rn rn��il'rMil'NN- W00663 a Q I w z o w r s 1! tiJ U U` w Q _ d k— O h 4 Ct w C! 0 a S�J�NyJ o O. SCJ dJf JMlfil� z AWdS 5����Y186J JN, ° uj Ln LU LU I.> >0�vcn °J Jl�d3S cn v w w rn �J3S b--�4 ca o 7 0�0�3 °3�1 cwn �l ',Sy a° LU &0 SO�d��d4 ?� S � U.1 cim vi� d°O7 VSs v swat in b°�J3, � w w a rSk°�IS`G fl w v 1 w H Nyld$ysd o w 1S,3 ff ` to Sy° OAC/ � S `w cwr Oy�y� � 2, �,�1, b�l?°ry�NO� z h 3Jl�L, o w w h ca > Ix w n C w to rn w O •-- � C cC v7 J 7- 1A. tl h O > z w u ....:......... . MEOEDTIOH NO. 3003 A TMMLAM- M AJ'PH0.=1M WE MM AND CITY CUM TO MWM A COuF.dtl=WM WN COMW OF CON=COSTA POR THS!lM'^=tAT= O?Tlm "IC 81"IMS[2t9v TM Crr OF am PABLO. BE IT AND Ve 1S ME=RSBDI.VSD by the City Coaccil of t:v-- City of Sas P43o that the sa:9or and the City Clerk are annu=l-ad to mrnc-4te a contract xith the County of Contra Costa for the maint2nanas of traffic signals within the City of Baa Pablo. A copy of said contract being attached hereto and made a Part hereof the saes as set forth in full. • R R ! 1 R 3 Me forevinc zmsclntion was Passed and adopted by the City Ccum.ii of tl%e City of San Pablo at a regular meeting.of seal City Cow-mil.held an the 20th day of Jame, 1977, by the fol cuing rota, to wit: ASS: CaMg Am Norrisam, Eames, Denials, Serkhout, and Carmignani AMM". COmr-ri- H hone APPBO48D: r. ty San. a IWII �tyOe .:, cy ab heresy C-crvl.. �r3 correct cep,ast.. =�= ,ff..'�+�magetMlMl�yr '� ....__— —... k . Revised 5-27-77 TRAFFIC SIGNAL MAIMMOUICE SERVICE AGREF304T 1. Date S Parties: Effective on JUM 2 3 1377 the County of Contra Costa, a political subdivision of the State of California, and the city-o£Haxtinex a municipal corporation in the County (hereinafter called"City"), hereby mutually agree and promise as Set forth below, pursuant to Government Code Secs. 6500 ff. 2. Purpose. The parties desire to maintain, and to apportion the expense of maintenance of,certain traffic signals and highway lighting facilities an City's streets contained solely within the City's limits andlor those partially on County roads,and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. D. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Engineering services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No_ 1077. Q�}fi6S Microfifined vhl�board ordeE ':ik46,p;ti3�4 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B". These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit "A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Billing for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furgished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. 0066'7 -2- C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 tie City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". -3 00668 For purposes of this paragraph, the City hereby designates its Public- works Director as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year term and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. CO TX 0 N COSTA By. W. N. Boggess Mayo-, City f Martinez Chairman, Board of Supervisors ATTEST: J. R. Olsson, County Clerk By—� �t6feC dCif ,ty Clerk, City of Mari nez By /,1. {� �,(, Approved as to form: Deputy V l• City Attorney Recommended for Approval B y . , ernon L. Cline Public Works Director Form approved by County Counsel -4- 011669 z > v C= C-) !n M M C m � 2 M hn r { { W m p 0 O N m W O d 7 Z ~ {p > m n a CA > r� am cn� m H b r Opi w � A b Z T W C � O p r sn _ o(D rn z n r1 r �ts z r O M 3 W C) M p X —! Z w Z Z m N n cn c m rn c� c-, C:) N C/) C', n � M z sa -i z rn {-1 m m 1 m fT7 ,'O Z N m c� C, om co , jal tYl { n-g p�ro n y � o Z G 1{n rOs� D -t 3 C1 G1 p D m m m H o F m � n, op o O N -i n 00670n K n m a W3 C \p � mq O w< O fD r- A 7+ m m HV W tS W F W p 5 W t� r w C-) K m -r o n � N O 2's N f C6 7C C'T :> m m f r rn C:7 —r o m rn rn x �TI m ma- rri -i c m in m co N m � � c r mO Cl) N x- m o JJN m m a —Ga m z a a r 4 x Z ma> c7 0 m cn W O 4f 1 Mm a a a a l N s O m C7 H m 4 m y 5 M cDf m m Y Z7 N N= Q N 2 ' � O O � � w N �Wil o T SCHED o 4 fc ULE 0 u+ n o rni SERVICE F o n m_ o d F0ROLLER 0 .► UNCTION s S SIGNAL HE ;cs fi�iNCtIOMs p T PpDESTRIAN u, 9 r USHBUttONS m a PEDESTR y fl IAN A FADS fi .c ErECTOR 100Fr c�� PRESSURE S OR IfELA FADS 1 0 MF ENTIRE cn R AS NEEDED INTERSECTION n b REMOVE n q SERC AND/OR VIE �' ` $ CONTROL ER c' ECORVIC cam, .c OTHER E RE YS AND 3 c^ ` CABINETr N PAITIN EL}UlF, ^ �i I NG OF Pot S OR CABIIlEt KNOCK D FMEGENCe REPAIRS AND c+ SERVICES n+ FMERGENC Tit,ING r CHANGES 0 a f� -o u+ 9 � O r �W C? O Ai2+'� �l1\► n r s 2 IZSOLATION:NO. 102-77. WHEREAS..these has boon presented to this meting of the City Council of the City of Mar`inex an agreement between the County of Contra Costa and the:City for maintenance of traffic signals in theCity of Nartinexi and . WHEFEAS, the City Engineer has recommended that said agreement be approwedr and IAL•BEAS, it is deemed in the beat interests of the City to enter into said ag=eemont with the County. NCH, =E107WE. BE IT IMSSOLVEO by the City Council of the City of Martinez that the Payor is hereby authorized to execute an agreement rritlt tai County of Contra Costa for raintenance of traffic signal in the City of Martinez. we r • r s r • :• e r r• r I EEREBT CERTIFY that the foregoing s a true and correct copy of a resolu`..ion duly adopted by the City Council of the.City of Martinez at a regular resting of said Council held on the 15th day of Juno, 2977, by; the following cote: AYES= Councilmen-LAJCE, SPARAC 10, TEELEU, TUHNBA04H, KIMUSE. NOBSt Councilmen-nm ABSENT. Coua,4I— —NONE ABSTAIN: Councilmen-NONC City Clerk of,CNarJlnn:..California / 00673 Revised 5-27-77 TRAFFIC SIGNAL MAINTENANCE SERVICE AGREEMENT 1. Date 8-Parties: Effective on :JUhE8 )gn the County of Contra Costa, a political subdivision of the State of California, and the CITY OF CLAYTOO ' a municipal corporation in the County (hereinafter called "City"), hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 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 solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Enuineering'services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. -l- .Nlicrofilrrred with.board ordet, 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirely within the City. For those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". S. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B" These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit"A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Bilking for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and-County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. -2- X11 7,�Frau C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". -3- 00673 For purposes of this paragraph, the City hereby designates its City Administrator as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year tern and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. LD Y pF CONTRA A CITY OF CLAYTON / / �L�/ � By W N. Boggess 13AYOR Chairman, Board of Supervisors ATTEST: J. R. Olsson, County Clerk / CITY CLERK By f z.� {� Approved as to form: Deputy City Attorney Recommen ed for Approval �� By ernon L. Cline ' Public Works Director Form approved by County Counsel 00677 -4- oa m n � o Cm G� ,-a FrIr Z O � T � {� 2 � 3 N m n a z. Z N ..i p b Z CJ (7 I as D .< Age- f1 Z y�gloom a 0 3. r' m r o A i • ra � r C Z j � a C1!U z T o . Z t -E. V d Z�l a Q Ntnz r rn rn N G m _ -+ d o cu v m -1 n 3 c w rn -o rn ..- m o rn d x- o m FA „a�n rn FA q r s -1xT+ rnM mr va u}- 3-n b V C3 y m -ui O _U-Ry CC r m v� 1 - x n n m Q r r C < Q Q N T = - O z rn rso m M c o m SFR CF OF _ m 1 Cow ,3: > FUN fO�R Sit > z PU'VcTF9p !� S r• Prn C, FpF ;,R —{ CA PUS 9 !A m -n � S PFOFSTT _ NS n m n yt4,0 R14N `n c c 7, cn \ 1 pFTFC 0 v, m a PRFSS RF DOPS 0 v A m r OR FCRIgp F pgpS R r rn M }` m R4S FTIRF ! a a u, qFf�0�F FpFp NrFRSF r m i m `SFR,, aNp/ c lord c r' "' C-1 Ice CON OR rn ` RI'! R04Sn rn z ` 0)"lie,cF RF(a FR r„ A NTINFQUln tfs &,D/ 6 Ofirn OR P rn cK cA8ANFr FS 0 m &I -Doh t�FRCFNcy sRFp,4IRS T 1h ACy FRIlI CFS ANp rn `X�NOFS m -n O G_ C _ M r 0 1 r cz m c LIS ZE �cm fn 6 T i RESOLUTION NO. 21-77 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CLAYTON AUTHORIZING THE ,PAYOR TO EXECUTE AN AGREEMENT WITH THE COUNTY OF CONTRA COSTA ENTITLED TRAFFIC SIGNAL MAINTENANCE SERVICE AGREEMENT. WHEREAS, the City Engineer and City Administrator have recom- mended that the City enter into a new agreement with the County of Contra Costa relating to the maintenance of traffic signals and lighting facilities within the City, which would replace a similar agreement between the City and the County executed in 1973 under authority of Resolution No. 24-73, and WHEREAS, it is felt by the City Council that it will be to the advantage of the City of Clayton to enter into a new agreement with the County as aforesaid, NOW, THEREFORE, IT IS•HEREBY RESOLVED by the City Council of the City of Clayton that the Mayor and City Clerk are each author- ized on behalf of the City of Clayton to execute that certain agree- ment with the County of Contra Costa entitled Traffic Signal Main- tenance Service Agreement, which upon the effective date thereof shall replace an earlier agreement providing for maintenance of traffic signals within the City, which agreement was executed pursuant to the authority of Resolution No. 24-73. Adopted by the City Council of the City of Clayton at a regular meeting of said council held on June 15, 1977 by the following vote: AYES: Councilmembers Bovat, Evans, Hoyer, Patten and Hayor Levine. NOES: Ilona ABSENT: Done Mayor Ci y Clerk -1- 00681 y I certify that'the'`foregoing resolution was,dull regularly passed by the City Council of the City of Clayton at_a` regular meeting thereof held on Jurie 15, 1977. Cty;;Clerk' t r r z 1- r' F € ki14 .--'4t nw+� ` i y s �," VW I tmOWPl- fi 1.4 or R 23 .42 4. �� ,� >r;.�x.��r '�'�- a �Y''s .r� ,rte ✓� x'� }�,�' K �x Baa n 4 i s�u,rt k � t o- J ; n d r f� A�fi82 KevIse" -ci-/i I TRAFFIC SIGNAL MAINTENANCE SERVICE AGREE14ENT 1. Date 5 Parties: Effective on July 1, 1977 the County of Contra Costa, a political subdivision of the State of California, and the City of Antioch , a municipal corporation in the County (hereinafter called "City"), hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 2. Purpose: The parties desire to maintain, and to apportion the expense of maintenance of, certain traffic signals and highway lighting facilities an City's streets contained solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- tions will be made by County maintenance personnel only as directed by the City. C. Engineering services, equipment upgrading and detector loop re- placement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. 00683 -1- Microfiim::u with board order. � gr'gyAt'� 4. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility cotupany for,those installations entirely within the City. for those installations partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". S. Rates for Traffic Signals. It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B". These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit "A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Billing for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and County overhead an the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. -2- !1 -2- C. Any information relating to the initial installation or subsequent modification of each signal system shall be furnished to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufdcturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this Agreement and shall supersede and cancel all previous Exhibits "A" and "B". -3- QOf85 :.NyR-IfSi For purposes of this paragraph, the City hereby designates its Director of Community Development as its duly authorized representative and the County hereby designates its Public Works Director as its duly authorized representative. 10. Terms: The tern of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year tern and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. CO TY OF CONTRA COSfiA CITY OF ANTIOCH . Nom. Boggess /' Verne L. Roberts, Mayor Chairman, Board of Supervisors {1 G�i ATTEST: J. R. Olsson, County Clerk By edtt �,Lrl A`l'L�'. Dorothy P7 Marks, City Clerk Approved as to form: DePutY /J City ttorney Reconmen bd for Approval ` By :GG(.L , Vernon L. Cline Public Works Director Form approved by County Counsel nnn c�+ cc 11t1iT�J _q_ ƒ r ƒ5 »p , cr 0 & $ « t § � ll 0 \ k tn WO aO � � 3 3 & # J :J J n O J n rn -A W V u L W W _ > J V ¢ W d n. F d Q cL O LLO' O M N N N V � N N N O< F m O Q na , Q W x F— J _ Q W �L V J (/HYD C' LL e c U O W '� C L W n L N N J m W L N 3 Q W d W W F Lt m H r C J X ' W J O W U Y Z v L, Cn N an O O O O O O O N SOT. LL. L K T L^ .. V F H O d ID E d O Ol N N m O a � C +� pmo T v ul T > H C N 0 6 f O T N O Y 0 Z C T y j p O d S N L T O Q > V t>t�� O to > J U N to V�1 7 V O O 7 — o v u u F V N F Z .� •� < m L NAM C m Vn w u O E of I°o a ¢ca — x i S 3 Y r J Y O O �O u a `L ny r, `o S3pNb - , j H,, ONIFtIl ,.' 3 .tJN39b3N us u QNb bT N W3S A3tj30N3 a d3a tiMOc XapNx � S37 dNd pb�N OlcNb 'dTl; 3 IJN II' cNb 13NIgbJ a3 d � v SAb"j3N 3pin N3�7pNdNp 1135 s "PAIN 3al^b3s p v b 340413cl/ t1p11j3Sb3,TN c3Q331a Sb �► � y v 1 3a11N3 N0 �► d1jb73 2 y j ap 5d0 3LRSSol 3t1J d us v, NbIN S0b311 , o NU y S ts3Q3d �ltlgysrJ d 6 N Nb1a1S3q d � d srtpltalt�; r Qy3N 7VAf s ✓ r 43-1-104.L N0J w o r us 3aIA&3w ' Ln N S 7 7 � a o jp 37r0311a� s � r Ht lr-I EMMIT "A" TkAT11C SlrXAt MAINIENANCE SERVICE AGREEMENT 1. Datetr Parties: Effective on July 1, 1977 the Cuunty of Cuntra Costa, a political subdivision of the State of California, and the _City of Antioch a municipal corporation in the County (hereinafter called "City"). hereby mutually agree and promise as set forth below, pursuant to Government Code Secs. 6500 ff. 2. Purp2te: 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 solely within the City's limits and/or those partially on County roads, and to arrange herein for the particular maintenance functions to be performed by the County, and to specify the dis- tribution of the costs of such maintenance between the parties. 3. Maintenance Work: A. The County will provide service for such maintenance work as is specifically delegated to it by the City and as shown in Exhibits "A" and "C", however additions or deletions may be made as are mutually agreed to by the City and County in accordance with Paragraph 9 of this agreement. B. It shall be the City's responsibility to provide all design, engineering and timing adjustments. Timing adjustments under emergency condi- O ms will be made by County maintenance personnel only as directed by the City. C. Engineering services, equipment upgrading and detector loop re- ;dcement and/or installation shall not be covered by this agreement but may be requested as a separate service pursuant to Board of Supervisors Resolution No. 1077. 00690 RESOLUTlDI1 NO- 771 12L RESOLUTIO11 APPROVING AUD AUTHORIZING EXECUTION OF TRAFFIC SIGIAL MAI'ITEI1AFICE SERVICE AGREEMENT I:ITI1 CONTRA COSTA COUNTY BE IT RESOLVED by the City Council of the City of Antioch that the Traffic Signal Maintenance Service Agreement between the City and Contra Costa County, in the form attached hereto designated Exhibit "A", is hereby approved, and the Mayor and City Clerk are hereby authorized to execute the said agreement on behalf of the City., The foregoing resolution was passed and adopted by the City Council of the City of Antioch at an adjourned revular meeting thereof held on the 21st day of June, 1977, by the following vote: AYES: Council Members Pierce, Davi, Aguilar and Mayor Roberts DOES: . None ABSENT:. Council Member;Whatley Dorothy,P Marks,:City,Clerk (PN 282-5) 00 9 f A. Electricity Bills: The City will pay the entire cost of electric energy for each installation and accept the billing direct from the serving utility company for those installations entirety within the City. For those instdlldtions partially in the City the County will pay the bill and charge the City a proportional amount as shown in Exhibit "A". 5. Rates for Traffic Signals It is agreed that the County shall per- form the services and maintenance work in accordance with this agreement and maintain cost records for such service or maintenance, based upon actual costs for labor, equipment, and materials, for those fixtures and assemblies identified in Exhibit "A" and "B". These costs, plus the appli- cable overhead charges authorized by the County Auditor-Controller, will be the basis for the County to bill the City for services rendered. The per- centages of costs to be charged the City will be those shown in Exhibit"A". 6. Billing for Routine Maintenance: The County shall bill the City for maintenance, as defined above in Paragraphs 3 and 5, as soon as possible after the end of each calendar month for the work performed or service furnished that month. The City shall pay its cost within thirty (30) days after billing by the County. 7. City Responsibilities: A. Extraordinary expense, such as for repair or replacement of ex- tensive damage, shall be assessed directly to the City against that particular installation involved. Billing for such costs shall be itemized as to materials, salaries and wages, and equipment rental, and County overhead on the above. B. Special test equipment or adapters, if required because of signal equipment unique to the City, shall be furnished by the City or purchased by the County and reimbursed by the City. Spare parts necessary for the maintenance of the City's facilities shall be provided at the City's expense. -2- 691A C. Any information relating to the initial installatior, or subsequent mwdification of each signal system shall be furnishea to the County, including the following: 1) As-built construction drawings (2 each) 2) Manufacturer's cabinet drawings (2 each) 3) Manufacturer's maintenance manual and parts catalog for the controller and related equipment. 4) Service and maintenance records. 8. Hold Harmless: Nothing in this Agreement is intended to affect the legal liability of either party by imposing any standard of care re- specting work performed hereunder different from the standard of care im- posed 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, or employees. The County shall fully defend, hold harmless, and indemnify the City, 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 City, its officers, agents, or employees. 9. Changes: The parties' authorized representatives may add or delete signal installations and lighting facilities for maintenance purposes, by sub- mittal of revised Exhibits "A" and "B" which shall become a part of this AgreLment and shall supersede and cancel all previous Exhibits "A" and "B". -3- OOCp9Z 0c)(P tor•purposei ut tbis paragraph, the City hereby designates its Director of Cuunrunity Development____as its duly authorized representative and the County hereby designates its Public Wurks Director as its duly authorized represantdtive. 10. terms: The term of this Agreement shall be five years unless terminated upon 12 months prior written notice by either party to the other. This Agreement shall be automatically renewed at the end of its 5 year term and on a continuing basis thereafter unless the legislative body of either party votes not to continue the term at a meeting more than one year before the expiration of any five year period. 11. Prior Agreement: Any and all prior agreements between the parties concerning maintenance of traffic signals and intersection lights is hereby terminated as of the date set forth in paragraph 1, of this Agreement. 12. Accountability: Each party is strictly accountable for all funds and must report all receipts and disbursements. COUNTY OF CONTRA COSTA CITY OF ANTIOCN By _ By W. N. Boggess Verne L. Roberts, Mayor Chairman, Board of Supervisors ATTEST: J. R. Olsson, County Clerk By Dorothy P. Marks, City Clerk gy Approved as to farm: Deputy City Attorney Recommended for Approval- By Vernon L. Cline- Public Works Director Funu approved by County counsel _4_ A(1f92 R i v G ti fHA 6rs (Hn (Hn fHil Cri D C7O H T O f'1 O ---t Z < H C-) 11",o r om m CIR MR M to ?' CA 11 (] S S• L*� N �*+ Gs p N ^C �•F r V5 Cn C. E qM�. c.+ cn. w. S c o ap < w cV. w m o 6 0 O7r ^f Q' r' m o Eto o m f8 z C° m i a > n cn m c n c=- C7 Cn ; C/) rn U) r' cn c K L rrT m r*y � z n H 0 z w N fir" G d d d O O O a C O 2 rn H K C-,ro o in y -o _ A m m J m r O ly �.s ,t f! W IJ ,= w a x i-- O F n w n a a MMMMMUNI .Il s3ay"Ny � Qyy SSJf �Jy3yzyl1 0 s S�? 1 4" fQd 1161) dlnQyQ�Ndp�¢Nb cn v! ¢Nb 4.4't w S"fk JNbJ 3y J 3J! 1Q o z " y1NQ.7 1gJS ` N! NQ ¢ �N b 1 z w uj Nl1N3 S"d W � u bQ c� N" S¢" w S p1193¢Jd w UJ r— Nb!1 byS o w SNQ S3Q3d � �1 a� w ! — T yJ7 7QN10J x !' _ a t x s- .YQ J�l4&.g w I1 4 u! r c w u t- .+( 4. J { 00693 i'txsx�M"�Ah � M J n � r. O� � � � M •p M K f1 f1 J •r• _I � r• r _O N ti W � J O O C W d a �- s a O 4 N N C, m O m •D •O m m m e O v Q W W2 S J Q iu Z W -- O N M M O N M f•I O O c Cl*l LL C O W m � ti o O m •o o .� a s � C L; W - n 1- i)LC - y RLL m S j • v h w W W W ^Q J 0 O •D ' W - U(13 Y v � O N C Mo 0 0 O c o" M J v O O O (n po, cc Z0 to ���{{ f- V U y N h - W in H W - N 'O ri 03 C w R H y M an O ^J' L ti C A L K mp 3 ya 0 En O O 1C u ww •'n r 000694 7. 2 W C Ln N N u Lj L n r J In the Board of Supervisors of Contra Costa Countyr State of Califomia June 28 19 77 In the Matter of Hearing on the Request of Lemke Construction Company, Applicant, (2114-RZ) to Rezone Land in the El Sobrante area. Duffel Financial & Const. Co, owner. The Board on May 31, 1977 having fixed this time for hearing on the request of Lemke Construction Company, applicant, (2114-RZ) to rezone 7.7 acres located southeasterly of the inter- section of Valley View Road and San Pablo Dam Road, E1 Sobrante area, from Multiple Family Residential District-4 (11-4) to Single ,Family Residential District-6 (R-6); and No one having appeared in opposition; and Nr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-60 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and July 5, 1977 is set for adaption of same. PASSED by the Board on June 28, 1977 I 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. cc: e Construction Co. Witness my hand and the Seal of the Board of Duffel Del Financial & Supervisors Const. Co. affixed thiQyth day of JunF 19_ Director of Planning County assessor -� 1. OLSSON, Clerk By� Deputy Clerk Ronda Amdahl^ i 0069 H•243176 15n I t In the Board of Supervisors of Contra Costa County, State of California Suns 28 ,19 ZZ In the Matter of Hearing on the Recommendation of the Planning Commission (2053-RZ) to Rezone Land in the Bethel Island Area. The Board on May 31, 1977 having fixed this time for hearing on the recommendation of the Planning Commission (2053-RZ) to rezone approximately 15.2 acres located within 1/2 mile west of Piper Slough and within 1/2 mile north of Sand Hound Slough, Bethel Island area, from Multiple Family Residential District (11-1) to Mobile Rome Park District (T-1), Forestry Recreational District (F-R) and General Agricultural District (A-2); and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that Ordinance Number 77-59 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and July S, 1977 is set for adoption of same. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Director of Planning Witnew my hand and the Seal of the Board of County Assessor Supervisors affixed thi rt,day of T,mo 1977 JF R. OLSSON, Clerk By ;'i c - 4' '. .Deputy Clerk Ronda Amdahl n.2i+j%(15m 00696 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Area ) Planning Commissions. ) June 28, 1977 The Board this day having considered a draft ordinance prepared by County Counsel, pursuant to the Play 31, 1977 Board's order, which provides for the formation of area planning commissions in the Orinda and San Ramon Valley areas; and Supervisor E. H. Hasseltine having stated that the proposed ordinance basically contains the desired provisions but suggested that minor revisions be made with respect to appointments and terms of commissioners, clarification of powers and duties, and effective dates of ordinance repeal and establishment of county service areas; and Supervisor N. C. Fanden having noted that a June 24, 1977 letter from the League of Women Voters of Diablo Valley questions several aspects of the proposed commissions, including cost, purpose and administration, and having expressed the opinion that additional time is needed to respond to said concerns; and Supervisor Hasseltine having stated that consideration had been given to the aforesaid concerns, and having moved that the ordinance as amended be introduced; and Supervisor R. I. Schroder having seconded the motion; and Supervisor W. N. Boggess having stated that he would support the proposal since he felt that authority should be delegated as closely to the people as possible; and Supervisor J. P. Kenny having stated that delegating authority to small groups would establish a precedent, and having moved to amend the aforesaid motion by delaying decision on the matter for 30 days, and Supervisor Fanden having seconded the motion to amend, the vote was as follows: AYES: Supervisors J. P. Kenny, N. C. Fanden. NOES: Supervisors R. I. Schroder, E. H. Hasseltine, W. N. Boggess. ABSENT: None. The motion to amend having failed to carry, the vote on the motion of Supervisor Hasseltine was as follows: AYES: Supervisors R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: Supervisors J. P. Kenny, N. C. Fanden. ABSENT: None. 00697 Thereupon Supervisor,Hasseltine read the ordinance in its entirety and July 5, 1977 was fixed for a second reading and proposed adoption of same. PASSED by the Board on June 28, 1977. 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 Supervisors affixed this 28th day of June, 1977. - J. 977.J. R. OLSSON, CLERK By _ . /V sera Nelson Deputy Clerk cc: County Counsel Director of Planning County Administrator 00698 i r In the Board of Supervisor of Contra Costa County, State of California June 28 19 77 In the Matter of Authorization to execute a Certificate of Adjournment in memory of eIrs. Doris Dengel. IT IS BY THE BOARD ORDERED that its meeting be ADJOURNED this day in memory of Doris Dengel, wife of tir. Join Dengel, 2213 Vorth 6th Street, Concord, California 94520• PASSED by the Board on June 28, 1977- I hereby certify that the foregoing is a true and correct copy of an order adored an the minutes of said Board of Supervisors on the date oforesoid. Wt—my hand and the Seal of the Board of cc: County Administrator superveom affixed thu 26th day of June . 193Z nn J. R. OLSSON, Clerk 8y 1.3. '�G Deputy Clerk Patricia A. Bell 00699 H-2a V7715. Patricia A. Hell-� 0OR99 k-24 41T7 t5eo MMMMME111im" j In the Board of Supervisors of Contra Costa County, State of Colifomia June 28 19 7 In the Matter of Issuance of Certificates to +Medical Personnel. As recommended by Supervisor James P. Kenny, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to sign certificates for the six doctors who have completed their residency at County Medical Services in the Family Practice Internship Program. PASSED by the Board on June 28, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of ca: Director of Human Resource*-perv�n Agency County Administrator affixed this 28th day of June , 19U J. R. OLSSON. Clerk By 7(:i i:.f•tfy (� rC Deputy Clerk -?Ezra`a_ de�L H-244177 itm 011700 Human Resources Agency Date June 28, 1977 CONTRA COSTA COUNTY Supervisor James P. Kenny To District I / FYom C. L. Van Harter, Director Subj Agenda Item for June 28 Last week the Board authorized the Chairman to sign certificates for several doctors who are completing their residency at Medical Services. In doing so, we overlooked six doctors who have just completed a one-year internship in Family Practice. Their certificates are to be presented this week. Would you be willing to bring this to the Board's attention this morning and ask that the Board authorize the Chairman to sign certificates for six interns who will complete their training on June 30? I would greatly appreciate it. E SIVE _ JU 2 8 1977 .I ,t 86q 6 rcn Apft n��ns m t � u r�1ia1 u i ca M1 cl cm C2 vi A u •� r ' nn�nn { In the Board of Supervisors of Contra Costa County, State of California June 28 1977 In the Matter of American Securities Company and The Dime Savings Bank of New York v. Salvatore Bruno, et al., Sonoma County Municipal Court No. 41528 Based on the June 27, 1977 report and recommendation of the County Counsel, this BOARD HEREBY CONCLUDES that the County has, no interest in the $1,865.91 deposited with the Court in the above-referenced case, and directs the County Counsel to file a disclaimer. PASSED by the Board an June 28 , 1977. DCPeme 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of sold Board of Supervisors an the data aforesaid. cc; County Counsel Witness my hand and the Seal of the Board of County Administrator Supervisors County Auditor-Controller affixed thfs28th day of June 19= County Treasurer-Tax Collector � ff/jr J. R. OLSSON, Clerk fl��- i Deputy Clerk MaxLne M. Neufel 00 703 COUNTY COUNSEL'S OFFICE CONTRA COSTA COUNTY MARTINEZ.CALIFORNIA Dare: June 27, 1977 To: Clerk of the Board of Supervisors From: John B. Clausen, County Counsel �I By: Daneen C. Flynn, Deputy County Coon* Re: American Securities Company and The Dime Savings Bank Of New York. v. Salvatore Bruno et al., County of Sonoma, Municipal Court No. 152 Plaintiffs in the above-referenced case have-filed a complaint in interpleader to cause the County and other named defendants to litigate their rights, if any, to $1,865.91 which plaintiffs have deposited with the Court. Plaintiffs claim no interest in this money and wish to have its distribution Judicially determined. By our memorandum of 17 'Kay 1977, the Clerk of the Board of Supervisors, the Office of the County Administrator, the Auditor- Controller, and the Treasurer-Tax Collector were apprised of this action and requested to inform this office of any interest that the County may have in this matter. The Treasurer-Tax Collector has advised that taxes due on the subject property were paid on June 5, 1977. As the County appears to have no interest in the above-referenced aaount of money, we recommend that the County file a disclaimer :_giving ny ,claim thereto. We have attached a proposed Board Order. DCF:me YCEIVED JUN 2 8 1977 I w i 't ov aiv {wss t, T ly mfilmed with 6-d a2zi 00 704 ___ __. ..,�_ •r;-.�,��o-.a fv lid,,, '- v I In the Board of Supervisors of Contra Costa County, State of California June 28 ,T9 77. . In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 168-76, Walnut Creek Area Womo an agreement with Blaise and Lewis EntuTrisest 50 Corwin, Drive, Alamo, Ca 94507 for the installation. and completion of private im- provements in Minor Subdivision 168-76, Walnut Creek area, has been presented; to this Board; and WHEREAS said agreement is accompanied by United Pacific Insurance Company Band No. U 955758-A in the amount of$1,080 for the full amount of the costs for completion of the improvements required by the Board Of Adjustment in approval of said minor subdivision, plus $360 cash deposit (Building In- spection Department Receipt No. 140221 dated J>ne 20, 1977) as required by Section 66499.3(b) of the Subdivision Yap Act. NOW, 2411 MRE, on the recommendation of the Director of Building Inspection, IT IS BY THE BARD ORDS that said agreement is :PPROPED and the Chairman is AUTHORIMD to execute same on behalf of the County. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a two 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: Blaise&Levis Enterprises Supervisors Building inspection (2) affixed this 25ti4lay of June 19 77 J. R. OLSSON, Clerk BY-1'(kE I,; Qs'!S3 .Deputy.Clerk Patricia A. Bell 00 705 H-24 5/:615. 1 il± S D .rIS?M, ZM'.eWi±i (41) '•±Snot Subdivision: (§1) Subdivider:abie~i, z^�;j f •ei.Y (_ri ate _zproveren s) se im 2 3 677 (§l) Effective Date: (§2) Completion Period: J.R assn,,, (53) Deposit: (faithful perf.)SS/eeb c K AW or wxcvws (2 gent bond) S X601 1. ra- -es & Date. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above- named Subdivider, mutually promise and agree as follows concerning this subdivision: 2. Imaroverents. 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 Hpilding Inspection Department. Subdivider shall complete this work and imprpvements (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 requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. Improvement Security. Upon executing this agreement, Subdivider shall, in accordance t:ith Section 922-4.604 (3) of the County Ordi- nance 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 as acceptable corporate surety bord, 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, commissions,-officers, agents and employees; S - The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined balbw , 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 was unforeseeable at. any time before the County approved 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 liabilM are any act or omission (negli- gent or non-negligent) in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, 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. 5. Costs. Subdivider shall pay when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 6. ±lonnerform,.ance and Costs. If Subdivider fails to complete the work and improvements within the :ire specified in this agreement or extensions granted, County may proceed to complete the: by cont-00706 -1- Mcrofilmed with board order or o#.I:s.•r:•rise, and Subdivider shall pay the costs and charges there- for is=cdiatcly upon dera^.a. If Count; sues to coapel cerforr_ance of this arreeacnt or recover the cost of comoletine Clic improvements, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by Count, in connection there ith. 7. kssirnment. If before these improvements are completed this minor subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. 8. Warranty. Subdivider -warrants that the said improvement plan is acequate to accomplish this bort, as promised in Section 2; and if, at any tine before the County's acceptance of the in^rovemerts as complete. the ir»provemer►t plan proves to to inadequate in any respect, Subdivider shall make charges necessary to accomplish the work as promised. 9. 'No Haiver b, Count:'. Inspection o: the work and/or materials, or approval of woRt and/or materials inspected, or state=ent by any officer, •agent or employee' of the County indicating.the work or any part thereof complies with the requirements 8f, this agreement, or acceptance of the whole or any part of-said work and/or materials, or payments therefor, or an..• 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 da.-mages arising from the failure to co_-ply with any of the terr_s and conditions hereof. 10. Record Map. In consideration hereof, County shall accept said' parcel rap for filing with tae County Recorder. COU7^ O.v 0:;'•'R OSTA SUBDIVIDER: (see note below) By Chairman,, Board f, upe = =-. W. N.'8o99esa -1. ATMT-St.- J. R. OLSSON, 'County Clerk By ti ex officio Clerk ofitae Board Tbesignate official capacity in the business) By� Note to Subdivider: (1) Execute Patricia` ,Hell Deputy ackro;rledgment foin below; and (2) If a corporation, attach a certified copy of (a) the by-larks or (b) the regoluticn off the card of Directors, authorizing execution of this contract and of the bonds required hereby. State of Flifo nia d • ) ss. (Acknowledgment by Corporation, County _ ) Partnership or individual) On 1-1--77 , the person(s) Whose name(s) is/are siFncd above for Subdivider and who is known to me•to be the individ- ual and officer or partner as stated above who siMed this instrument, and ac::no::ledEed to ne that he executed it and that the corporation or partnership nnaan{.ed above executed it,., ;�ITM,A lI MAri / 1(5 fjou Y"A=�CJWFORMA COWPA CCWA OGUN Y raum wx�•r9r9 L flotary Public for said Cuutaty and Sta.e mora aroved by County Counsel 11/76 (CCC Std. Fora; Rev. 12/74) I?J'3:bit -2- (I►liaofilmed with board order 00707 STATE OFCAUFORMA _ On"_,th---.day o/----lUae. in theywww thougandniae COlIA^TYOF 'SL hundred and5Ex211.tY-AeVe p,e me NANCY L._CLOkES _cGX RA-COSTA__..___ CLOWES a Natory Publk State of Catilornk duty commissianed and sworn.persaaally aPvea-d —_.._,a;:ng F H-_[UGEB.. _........._.___...._._. knca rm to are to be thepersars.._whose name_iS__wb=ibcd to the within iostramrntandadlm led;ed to me Met._4e.—e mled the same. JiM .�-. IN) 7XMS)YHEREOFI have hereunto set my bund and affixed my Tl SFAI. affµialseat in the.......-_. .County otXontLa.-Custahe day eadyear LCLOYJESin this certificatef st above wittem :IC•CALIF01tNIA�aCala lasnCaaap.�xpbeeNq l9.ISk1otary 61ir.SWte of"ifo______ r"i1PANCYL. CLOWES My commisdonexpiret Wade yl Form No.32-A - i1,Utrofilmed with board artier 00 708 • 'LT?�T'ITED PACIFIC IVST7RANCE COMPANY HOME OFFICE.TACOMA WASHINGTON • Bond No.U 955758-A PERFORMANCE BOND CALIFORNIA-PUBLIC CONTRACT A'10R'ALL TEEN BY THESE PRESENTS: That BLAISE & LEWIS ENTERPRISES as Principal and the UNITED PACIFIC h%SURA.\CE CODIPANY,a Washington corporation author- ized to execute bonds in the State of California.as Surety,are held and firmly bound unto CONTRA COSTA COUNTY ss0bl:gee,in the sum of ---------ONE THOUSAND AND EIGHTY AND NO/100-------- -------------------------------------- Dollars($ 1.080.00$ for which sum we bind ourselves,our heirs,wentors,administrators,successors and assigns,jointly and severally by these presents. THE Coxntnox of the above obligation is such that, Whereas the Principal has entered into a contract, dated June 9 , 19 77 ,with the Obligee PRIVATE IMPROVEMENTS AS REQUIRED FOR M.S. 168-76 to do and perform the folloi%ing work to-uit I \oiv,THEREi oM if the said Principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. Sio..ed and sealed this. 9th day of JUNE , 19 77 _ SQL/Q/ISE-&_�.I FWTC FNTGRCQTSFC �,�,',.n• !N/fir-�/-7--�T-!"--.�..If���^�"Cz:�—•••^-o-'�+l UNITC R�SURANCE CONIPANY Byyt... _ ed r H. ge _.�awxreF.a &Ucrofiltned with bou80,761-9 UU'lily In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 19$-76, Alamo area. 11111WAS an agreement with Beverley M. Sumerlin, 3925 Majestic Drive, Concord, Ca 94519, for the installation and completion of private improvements in Minor Subdivision 198-76, Alamo area, has been presented to this Board;and Ink3tEA.S said agreement is accompanied by a cash deposit in the amount of$1500 for the full amount of the costs for completion of the im- provements required by the Board of Adjustment in approval of said minor subdivision, plus the amount of S750 required by Section 66499.3(b)of the Subdivision Hap Act. (Building Inspection Department Receipt No. 139973, dated June 16, 1977). NOW, TRSW'ORE, on the recommendation of the Director of Building Inspection, IT IS BY THE BOARD ORDERED that said agreement is APPROVED and the Chairman is ADTHORIZED to execute same on behalf of the County. PASSED by the Board on June 28, 1977. -� I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Beverley N. Sumerlin Witness my hand and the Seal of the Board of Building Inspection (2) supervisors affixed this28th day of_ June i9 77 J. R. OLSSON,Clerk By a i pn?et• QiL9Q .Deputy Clerk ra c a ne H-21y^nlSm 00710 :•S :I B I .IZ. ginoor Subd_ sio. �- 7/ -. (51) 3a de- (?r.+tvg)�re cxr4g#ovemts) 6_1 !9 (51) Effective Date: /717_ J.Ros= (52) Completion ?eriod: I �,tfL APR'' (53) Deposit: (faithful perf.l. ao— s�. (aaea:en: bond) /3y 1. Parties & Date. Effective on the dheve date,� the Coo^ y of Contra Ccsta, Cal forma, hereinafter called "County", and the abcve- named Subdivider, mutually promise-and agree as follows concerning this subdivision: 2. Imoroveaents. Subdivider shall construct, install and ccmolete private road and street improver°.nts, 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 man Improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this work and improvements (hereinafter called "work" within the above co=pletion period from date hereof as required by Section 922-4.808 of the County Ordinance Code, in a good workmanlike wanner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- filet between the Improvement planand the County Ordinance Code, the stricter requirements shall govern. 3. Srarovement Security. Upon executing this agreement, Subdivider shall, in accordance art Sectio.^. 922-4.6011 (3) of the County Ordi- nance 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 cert=tied 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, 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 belbw.r 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 was unforeseeable at any time before the County approved 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 causink liability are any act or omission (negli- gent or non-negligent in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of them; D - Ilan-Conditions: The promise and agreement in this section is not conditioned or.deperdent or. 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 indemnificaticn covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Iademitee. 5. Costs. Subdivider shall pay when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 011111 6. Noncerfo:mance and Costs. If S:: divider fails to complete the work anc improvewents within the tip specified in this agreement or extensions Vented, County eay proceed to complete the- by contract microfilmed with board order -1- ! or otherwise, and Subdivider shall pay the costs and charges there- for immediately upon demand. 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. ?ssicn=ent. If before these improvements are completed this minor subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing then. S. Warranty. 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 improvements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 9. No Waiver by County. Inspection of the work and/or materials, or approval o: wo=k and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination or all o: 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 da.=ages arising from the failure to comply with any of the terms and conditions hereof. 10. Record Map. in consideration hereof, County shall accept said parcei/map for filing with the County Recorder. Coulr/6' io - COSTA SUBDVrIDER: (see Aote below) 3y er Chairman, c�rruper -so. ATTEST: J. R. OLSSCiJ. County Clerk By & ex officio Clerk,nf the Board Designate official capacity By�(�t 0 ,,�,,�,, in the business) 1.e ka. (c .';ZqZ_tf Note to Subdivider: (1) Execute Patricia A. Bell Deputy acknowledgment form below; and (2) If a corporation, attach a certified copy of (a) the by-laws or (b) the resolution of the Board of Directors, authorizing execution of this contract and of the bonds'required hereby. a � a e ■ e e e e a e a a �t a a a a a a a a � a ea a ; e � e e � State of C fornia/ ) (Acknowledgment by Corporation, County o /.!7'�' , T) sg' Partnership or Individual) OnJ"r1/YL- ,'7 , the person(s) whose name(s) is/are signed above for Subdivider and who is known to me to be the individ- ual and officer or partner as stated above who signed this instrument,. and acknowledged to me that he executed`�d7jth at the corooration or partnership na=ed above executed ii-u"u [tJOTARIAL SEAL] 4 (?o= approved by Comity Cotinsel ,,)ti_,Hotary ?ublic for said County and State nnnuu Wuw,uuauewmm,ryw,�nwnnu:�e (CCC Std. ?or=; Rev. 12/74) 3� oFr�r-rai.,F�t o GARRY J.CALLAHAN :`•!JB:b.,r —2— .2RRv PuOUC-GLIFCRNU ` cGuATY OF WNT.A COR'TA ` mcrojilmed mah brr--! nre�!pW,Wwutwauwu,wuu�,unaw.,.r,W; 00712 as V,e r--Nlp1 i ; In the Board of Supervisors of Contra Costa County, State of California June 28•,19 77. In the Matter of An of Agreement for Private Improvements in Minor Subdivision 247-76, Alamo Area. IMMEAS an agreement with Liahona Christensen, P. 0. Box 649, Alamo, Ca 94507 for the installation and completion of private improvements in Y r:or Subdivision 247-76, Alamo area, has been presented to this Board; and WHEREAS said agreement is accompanied by a cash deposit in the amount of$18,171 for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of said minor subdivision; plus the amount of$9,085.50 required by Section 66499.3(b) of the Subdivision Yap Act. (Building Inspection Department Receipt No. 140267, dated June 21, 1977). NOH, 1HERE11ORE, on the recommendation of the Director of Building Inspection, IT IS BY THE BOARD ORDERED that said agreement is APPROVED and the Chairman is ADTRORI7.ED to execute same an behalf of the County. PASSED by the Board an June 28, 1977. i 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: Liahena Christensen Supervisors PL-11-ding Inspection (2) affixed Zhu 28thdoy of June 19 77 J. R. OLSSON, Clerk ey� V-1r.i• Deputy Clerk Patricia A. Bell 00 713 H-24 1;;G lam 1'Snor Subdivision; �is 247-214 (51) Subdividcr:A&WL—,_ 1AO&.VA_ Privajctl; �roar�sxnt ) G /STc�✓SErtl�s?o.B�e 9g-/, 614. (fil) Effective Date: ' x' (;2) Completion Period:p^/8 eon,w suaEavaocs (53) •'Deposit: (faithful ul pert. S! t hrsnd 086= le-2/-77.— ece. 1 Z6'7 2:7,zs;, : 1. Parties a Gate. rfrcctive on the above ate, the County of Contra Ccs-.a, Calirorn_a, hereinafter called "Count P", and the above- named Subdivider, actually promise and agree as folios concerning this subdivision: 2. ir_provenents. 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 i=provement plan of this subdivision on file in the County's Building Inspection Depart:aent. ' Subdivider shall complete this work and improvements (hereinafter called "work" within the above completion period from date hereof as required by Section 922-4.806 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 requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the irprovenent plan and the County Ordinance Code, the stricter requirements shall govern. 3. Improvement Security. Upon executing this agreement, Subdivider shall, in accordance with Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security with the County at least the above= specified amount, which is the total estimated cost of the work., in the !-orm of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his fa_thfui perfor- mance of this agreement. 4. Indemnity. Subdivider shall hold 'harmless and Indemnify the indetmitees from the liabilities as defined in this section: A - The indemnitees benefited and protected by this prd=Ue are the County, and it ''special districts, elective and appointive boards, commissions, officers, agents and employees; B - The liabilities protected arairst are any liability or claim for damage o anted allegedly suffered, incurred or threatened because of actions defined below , and including personal inJury, death, property damage, inverse conder..ration, or any combination of these, and regardless of whether or not such liability, claim or damage rias unforeseeable at any ti--e before the County approved the parcel map inprovement plan or accepted the inprovenents as cor.•pleted, 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-neili,;ent) in connection with the matters covered by this arree=nnt and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of them; — D - Nor-Conditions: 7-he promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved an: plan(s) or specification(s) in connection with this uor;; or subdivision, or has insurance or other inn-e:nim±cation coverin any of these matters, or that the alleged danare resulted partly frogs air negligent or willful misconduct of any Indemnitee. 5. Cents. Subdivider shall pay ienen due all the costs of the work, incl::L' insrcutions tE;c:•cof and rel:cc___::g ex_=t=ng utilities required thereby. 6. )los:uerror:.ance and Coats. If Subdivider fails to complete the wort; :"1 S:•rovc:.rnt: wltisin the tis:e specified in this arrce.-..ent or estc:::a3an rrAsrled, Cou.1% may proceed to com-plete then by contract 00714:crofilmed with board cyder T°*kir_ tikofilmed with board order ,:.', iia+e'r3•iF:}'�.,....., or otherwise, and Subdivider shall pay the costs and chargea there- for i=cdiately upon demand. If County sues to compel performance.. of this agreement or recover the cost•of'completinE the i^,rovements; Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connecticn therewith. , 7. Assinnnent. If before these improvements are completed this minor subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. 8. d':arranty. Subdivider warrants that the said improvement plan is adequate to accomplish this work as promised in Section 2; and if, at ak• time before the County's acceptance of the improvements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make charges necessary to accomplish the work as promised. 4. Do Waiver by County. Inspection of the work and/or materials, or Approval o: wort: and/or materials inspected, or statement by any Officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination or all of these acts, $ball 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. r 10. Record U, In consideration hereof, County shall accept said parcel nap for Clling with the County Recorder. COtl _Y F gCIMC6STSUBDIVIDER: (see.note below-) Una of S visors L x. CaRISTEaSBD" � AT'-PEST'- T"R. OLSSOII, County Clerk By & ex officio Clerk of the Board Designate official capacity in the business) By% .a URiJt Note to Subdivider: (1) Execute nal-ricaa.-.- Deputy acknowledgment form below; and (2) If a corporation, attach a certified copy of (a) the by-laws or (b) the resolution of the Board of Directors, authorizing execution of this contract and of the bonds required hereby. State of California ) (Acknowledgment by Corporation, County of Contra costa ) ss. Partnership or Individual) On May 17.1977 , the person(s) whose name(s) Ware sinned stove for Suhdivider aad•-who is known to Lm'to be the indirid- ual and officer or partner as stated above`-via sirned this instrument, and acknowledged to me that he executed it sod that the corporation or partnership nar_cd above executed it. [non— A L7 o'vFccrar ssaL _ - A �• f�/k tW E MY=, i'=_ t sfr N:.•tazW Renee E. Drybread ca can:,COM rrq.- ::.r.:�+.u•,awr Ifptary Public for said County and Siat,.e (r0^J approvea aunty Lo m (CCC Std. Form; Rev. 12/711) RiB:b:: -2- 00715 wicrofilmed with board order i In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 213-76, Alamo Area. WHEREAS an agreement with Richard E. Gretler, 9020 Doubletree Lane, Livermore, Ca 94550, for the installation and completion of private improve- ments in Minor Subdivision 213-76, Alamo area, has been presented to this Board; and WHEREAS said agreement is accompanied by a cash deposit in the amount of$500,for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of said minor subdivision, plus the amount of$250 required by Section 66499.3(b) of the Subdivision Map Act (Building Inspection Department Receipt No. 140249, dated June 21, 1977). NOW, THEREFORE, on the recommendation of the Director of Building Inspection, IT IS BY THE BOARD ORDERED that said agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalf of the County. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. cc: Richard E. Gretler Witness my hand and the Seal of the Board of Building Inspection (2) Supervisors afrued th'h2.8±110ay of J"no 19 77 . J. R. OLSSON, Clerk By VLTT"r';X- Cs_ Deputy Clerk Patricia A. Bell H•'i 517.615m 111/rin0 / 16 (li)"11.5 i :'=7:03 SUBDIVISION AG?EEMIT (91) Minor Subdi 'sion: lq ZI.3 7� C51) Subdiydder: - .4v�Q►s1 61c (Private improvements) dk1Z 1`r•.i� ($1) Effective Date. �•/zr/�Z (52) Completion Period: nvE, (53) Deposit: (faithful perr.)S 2� ( a Ment bcrd) -macer l9uZl1�!- 73'�" ?x•77 - 1. Parties & Date. Effective on the abod date, the Gounty of Contra Costa, California, hereinafter called "Count✓", and the above- named Subdivider, mutually promise and agree as follows concerning this subdivision: 2. I=roveaents. 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 man improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this work and improvements (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 requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. imnrcvement Security. Upon executing this agreement, Subdivider shall, in accordance wish Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security with the County at least the above- specified amount, which is the total estimated cost of the :cork, in the fora 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, ccmmissions,•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 belbw., and including personal infury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County approved 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 attributable to the Subdivider; contractor, subcontrac- tor, or any officer, agent or employee of one or more of them; D - Pion-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 correction 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. 5. Costs. Subdivider shall pay when due all the casts of the work, including inspect=ons thereof and relocating existing utilities rewired thereby. 6. Ncnoerfcraarce and Costs. if Subdivider fails to complete the work ar.d iaproverents within the time specified in this aereemer..` op/�.r� r� extensions granted, County nayproceed to complete the^ by contrail -_- Microfilmed with beard order or otherwise, and Subdivider shall pay the costs and charges there- for i^ediately upon demand. 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. Assi=ment. If before these improvements are completed this minor subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. 8. Warranty. Subdivider warrants that the said improvement plan is adequate to accomplish this :cork as promised in Section 2; and if, at any time- before the County's acceptance of the improvements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. ' 9. ;Io Waiver by County. Inspection of the work and/or materials, or approval or work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials, or 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 terms and conditions hereof. 10. Record id a. In consideration hereof, County shall accept said parcel ^ap for filing with the County Recorder. COL•?ICY O'C9! M COST TT-IT_ a 'e below) hair a=..a.n3oard Oi Su,*i' taorz_ W.t�I. Bo94ess ATTEST: J. R. OLSSOH, County Clerk Ey ex officio, Clerk of the Board Designate official capacity in the business) By� Dote to Subdivider: (1) Execute r i A. 1 Deputy acknowledgment form below; and (2) If a corporation, attach a certified copy of (a) the by-laws SUN I,s}977 or (b) the resolution of the Board of Directors, authorizing J.a OL%MN execution of this contract and cox 56ALD Or mPE._4Z c5 of the bonds required "hereby. State of California ) (Acknowledgment by Corporation, County of&.,rra a,Stzk ) ss' Partnership or Individual) On JUN 211817 , the person(s) whose name(s) is/are signed above for Subdivider and who is known to me to be the individ- ual and officer or partner as stated above who signed this instrument, and acknowledged to me that he executed it and that the corporation or partnership named above executed i [NOTARIAL SEAL] 'o ,:1 Public for said County and State (?orun ; approved by Coixnty Counsel 11/76) (CCC Std. Form; Rev. 12/74) 9 VICIALSEAL IJB:bw -2- Ct1;Fppp P. 70HNSON N07ARY FUEL:'.-CALIFORNIA CO C_...A CGU:.TY Microfilmed with board order I fAirrofilmed with board order In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 33 In the Matter of Approval of Agreement for Private improvements in Minor Subdivision 31-77. Diablo Area. WHEREAS an agreement with Donald N. Hoffman and Peter E. %noedler dba X&H Development Company, 1717 Alameda Diablo, Diablo, Ca 94528, for the installation and completion of private improvements in Minor Subdivision 31-77, Diablo area, has been presented to this Hoard; and WHEREAS said agreement is accompanied by surety Bond No. 9860 issued by Surety Company of the Pacific in the amount of 55,E for the full amount of the costs for completion of the improvements required by the Hoard of Adjustment in approval of said minor subdivision, plus Payment Hand in the amount of$5,000 required by Section 66499.3(b) of the Subdivision Hap Act. NOW, THEREFORE, on the recommendation of the Director of Building Inspection,.IT IS BY THE BOARD ORDERED that said agreement is APPP.OVED and the Chairman is AUTHORIZED to execute same on behalf of the County. PASSED by the Board on'June 28, 1977• I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Witness my hand and the Seal of the Board of ce—X&H Development Co. Supervisors Building Inspection (2) affixed this 28thdoy of June 19 77 J. R. OLSSON. Clerk ,� By��1liC-5 t,tut. ^ Deputy Clerk —fa ricin x. ne �— 11•24 3/76 ISm 01719 • Bond No..9860 ([iSi•PJJy1311:1:'_s1.1.ut11Tv 1:rX:n Premitm: $75.00 1'OK .'-1It:UR :iUlsirt:°tStir:::f�i:I1:A'iT (faithful' performance 4 >aaintenance. A'.I► 1.1bor 6 materials) (Calif. plus. C Prof. Coda 111612) 1, ORLIGATION. Domid N. Hofflaaa and Peter E. Klloedler dba � tPrincipat) FG H Del*el as Principal. an (surety) 4w= a corporation . : c�a1,'u shy-�fz€�� organized mid exi�itg under `the la of t e tate of La1 Orula and authori zc•.i ' to transact surety business in California, as Surety. liercb-v jointly and severally bind ourselves, our heirs, executors. administrators, successors and assigns 'to the County ' of Contra Costa. California, to pay it: (A. faithfid perfornancc. y suintenauce) Five ThousandMa1a No 100-----------1fuiJars (5$,00100-- 3 for it%elf or tiny u tp-assagace under the tc ov7F ited subdivision contract, plus (D. labor ii materials) Five gn ­;------- Dal lars (S. O(1�0 ) for the benefit-of - persons protected un er Cal. Hats. E 11ro . Code ':11612. t 2. RECITAL Or CO%TR=. The Principal has contracted with the County tb insta and pay for street. drait:age, dad other itaprovectents in ::!nor Subdi- ision Numberla �I.,77 as specified in the Minor Subdivision Agreement. acct to complete said work within the ' time 4pecified in the Minor Subdivision Agreement for completion, all-in accordance with state and local lams and rulings thereunder in order to satisfy conditions for filing of the Parcel ltap for said minor subdivision. 3. COH'DITION. .f the Principal faithfully perfoms all things required of hid according to"ii:c terms and conditions of sail co*ttrzct and is+provcrcat plan and improvements agreed on by him and the County. then this obligation as to Section 1-(A) above shall become null and void. except iflac fully pays the contractors. sail-contractors. and persons renting cryuipsc t or furnishing labor or r«t.•rials to thea for said wort and improvement, and protects lite prenises from claims of such liens, then this obligztlrn as to Section 1-(H) aLovc shall become null and void; othcrwise this obligation remains In full force and effect. Ho alteration of said contract or any plans or specifications of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and consent is hereby given to make such alterations without further notice to or consent i by Surety; and the Surety hereby waives the provisions of Calif. Civil Code 1 2819, and holds itself bound without regard to and independently of any, action against Principal 1 whenever taken, and agrees that if County sues on this bond. Surety will pay reasonable r attorney fees fixed by court to be taxed as costs and included in the judgment. ' SIGNI_D A.%M SEALE-D on Jtme 2 1977 PRINCIPAL Dove OpileAt Co. suitury tY .of the Pacific State of California ) (ACCi NLLDQIE?.T Of SURETY) ' County of Los Angeles ss. Onthe prersonCE) whose tw•tmep61 is/a= signed above for Sftcty 21W tri+ is known to ma to be tits AttorucyW-in-Fact for this Corporate Surety. • personally appeared before me and acLnnvlydrrd to me tl:.tt I:CAW signed the name of the Corporation as Surety :Laid hisQOUW awn ft=c(XI as its Att0rneyj61-in-Fret. SHIRLEY A MITCHELL _ Iroriutr runic - aurowa. ' ralliam oar,a off Notary Po5fic for said County and State (LD-33 3 7: 1As AWAUS COrRN My tMliais M Ftp m Nwoft 14._1978 Miaofilrned with booed order - 00-710 I111;:03 SUBDT_VISION AGREE NT (§l) Ifiror Subdivision: l�5-3 (51) Subdivider (Private I.-mrovements) (§1) Effective Date: 1717 Alameda Diablo, Diahlo (52) Completion Period: . 50— n6 (j.3) Deposit: (faithful perf.)$(payment bend) S -L-� — 1. Parties & Date. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above= named Subdivider, mutually promise and agree as follows concerning this subdivision: 2. Imurove=ents. 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 n. plaof this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this work and improvements (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 goad workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the improvement plan and the County Ordinance Code, the stricter reeuirements shall govern. 3. Improvement Securitv. Upon executing this agreement, Subdivider shall, in accordance with Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security with the County at least the above- specif_ed a=ount, which is the total estimated cost of the work, in t o fc= of a cash deposit, a certified or cashier's cbeek, or an accepta_le corporate surety bond, graranteeing his Faithful perfcr- mance of this agreement. 4. Indernity. 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 hind 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 was unforeseeable at any time before the County approved 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 nor.-negligent) in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, agent or employee of one or more of them; D - Nan-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 o: these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indenritee. 5. Costs. Subdivider shall pay when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 6. Nonnerfer-ance and Costs. If Subdivider fails to complete the work and i cro:•er_ents within the tine specified in this agreement or extensions granted, County may proceed to complete them by coMI12OR -1- m;crofilmed with board order erre. or otherwise, and Subdivider shall pay the costs and charges there- for i=ediately upon demand. If County sues tc compel performance of this agreement or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys' fees, costs cf zuit, and all other expenses of litigation incurred by County in connection therewith. i. Assim:ment. If before these improverents are completed this minor subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing then. S. Warranty. 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 improvements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 9. Pio Waiver by County. Inspection of the work and/or materials, or approval o: work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or.materials, or 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 dawages arising fro= the failure to conply with any of the terms and conditions hereof. 10. Record MaD:' In consideration hereof, County shall accept said parcel map for filing with the County Recorder. CO Pira: OF,CO M SUBDI'IT^ER: (see no a below) C�1444;=a6bg&ard of Superi cors A'i^EST: J. R. OLSSON, County Clerk �? _ is ex officio Clerk of the Board e iEnate/officlal capacity in t.e sl:f 57� ByZ _ Note to Subdivider: (1) Execute P _ric a a- ri Deputy acknowledgment form below; and im 1977 (2) If a corporation, attach a certified copy of (a) the by-laws or (b) the resolution of the j. Z O<SU?ExV150C5 f 01=5 CEM.gpAFJ Board of Directors authorizing cuurxa cos execution of this contract and of the bondsrequired hereby. a h a * a * r it a s a a a a a ='a a a a a a a a * r State of California ) (Acknowledgment by Corporation, County of - Alameda ) ss' Partnership or Individual) On June 2, 1977 , the person(s) whose name(s) is/are signed above for Subdivider and who is known to me to be the individ- ual and officer or partner as stated above who signed this instrument, and acknowledged to me that he executed it and that. the corporation or _�: t partne a -OFFICIAL SEAL uurM,ccvr.:r cci!a+p 27•IM Marion G_ Humphreys, Alz=eda C unty, California (Font appro'M-4'9�`"Cnts> Cod 9e1°'? o j')iotary ?ublic for said County and State � (CCC Std. corm; Rev. 12/74) MJB:bw -2- Microfilmed with board orf15 Ea In the Board of Supervisors of Contra Costa County, State of California June 28,19 .7Z In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 15-77, Orinda Area. WHEREAS an agreement with Great Western Savings do Loan Association, Century Homes Development Company, 2076 Mt. Diablo Blvd. Walnut Creek, Ca for the installation and completion of private improvements in FUnor Subdi- vision 18-77, Orinda area, has been presented to this Board; and 1 .5 said agreement is accompanied by Security Bond No. 9079796 issued by Fidelity and Deposit Company of Maryland in the amount of 84,346 for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approve' of said minor subdivision, plus Payment Bond in the amount of $2,174 required by Section 66499.3(b) of the Subdivision Hap Act. HOW, THIKREFOREv on the reco=endation of the Director of Building Inspection, IT IS BY THE BOARD ORD=that said agreement is APPROVED and the Chairman is AUTHORIZED to execute same on behalf of the Comity. PASSED by the Board as June 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of cc: Great Western Savings&Loan Assoc. Supervisors Building Inspection Dept. (2) offuced thisZ51May of- June 19 77 J. R. OLSSON, Clerk Deputy Clerk Patricia A. Bell �O'722 H-2i;/1(tlm ..t,.,k is $65.00 for the term thereof. IMPROVEMENT SECURITY BOND (Faithful Performance, AND Labor & Materials) (Calif. Bus. & Prof. Code Sec. 11612; Contra Costa County Standard Form) 1. OBLIGATION. GREAT WESTERN SAVINGS &LOAN as Principal, and (Surety) FIDELITY AND DEPOSIT CMTANY OF MARYIAND a corporation organized and existing under the laws of the State of Maryland and authorized to transact surety business in California, as Surety, hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns to the County of Contra Costa, California, to pay it: (A Faithful Performance) FOUR THOUSAND THREE HUNDRED FORTY SIX AND NO/100-----Dollars ($4,346.00_) for itself or any idit ty-assignee pursuant to.the su vision conract referred. to below, plus (B - Labor & Materials) TWO THOUSAND ONE HUNDRED SEVENTY FOUR AND N0/100--- Dollars ($ 2:174.00 ) for the use and benefit of persons entitled thereto under Californiaausiness and Professions Code Section 11612. 2. RECITALS. The Principal contracted with the County on to install and pay for street improvements, tract drainage, and other imprwfe- ments as required by the County's Ordinance Code and the approved improvement plan of Subdivision No. MS 18-77 , as per map now being filed with the County's Recorder, and to _c_o_m_p1e__te__sa_1_J work within from said date, in accordance with applicable State aws, County ordinances :.-and rulings thereunder. 3. CONDITION. If the Principal faithfully performs all things required of him according to the-terms and conditions of said contract and improvement plan and improvements agreed on by him and the County, then this obligation as to Section 1-(A) above shall become null and void; and if he fully pays the contractors, subcontractors, and persons renting equipment or furnishing labor or materfa s-to them for said work and improvement, and protects the premises from claims of such liens, then this obligation as to Section 1-(B) above shall become null and void; otherwise this obligation remains in full force and effect. No alteration of said contr=act or any plans or specifications of said work agreed to by the Principal and the County shall relieve any Surety from lia- bility on this bond; and consent to make such alterations without further notice to or consent by Surety is hereby given;-and the Surety hereby waives the provisions of Calif. Civil Code Sec. 2819, and holds itself bound without regard to and independently of any action against Principal whenever taken, and agrees that If County sues on this bond Surety will pay reasonable attor- hey's fees as fixed by the court to be taxed as costs and included in the judgment. SIGNED AND BEARD on May 19th, 1977 ' PRINCIPAL SURETY GREAT WESTERN SAVINGS & LOAN FIDELITY AND DEPOSE COMPANY OF MARYLAND ByPatricia A. Bell x.?uj. U. Ruse , orney-in- act # � 3F •k •k dF iE •1F •IF � •1F 3F ?F 9F •1F # 94 iF �F dF jF` 3E dE 9F )f iF dF 9t• •N• iF •t 9E •7F 9t- 3F d'c -lE -)F State of California ss. County of San Francisco (ACENOI-ILEDG14ENT BY SURETY) On May 19th, 1977 , the person(s) whose name(s) Ware signed above for Surety and who is known to me to be the Attorney s)-in-Fact for this Corporate Surety, personally appeared before me and acknowledged to me that he/they signed the name of the Corporation as Surety and his/their own names) as its Attorriey(s)-in-Fact. otary Public for said Cou y and btate fHmpSee Bond CCC Std.Form) i5;Rev.8-6;500) ��rrr �rrir.ire-rrr • - OFFICM SEAL t :.•: LEE MOGLIA NOTAW PURLICCALIFORMA y{ 1l�, W09 Microfilmed with board order ��'` CoONTY of SAU FRANCISCO�•; "���!- • My Commission Exp:res Mmy 31.1980 p) •a f ��_utr«:.-,rte:��r��r�-rzrr=��,l' "rt`Y :9T::•DR SL'BDIV.::IM AOR!"::_=T (;1) ;-nor Subdivlaion: MS 18-77 (yl) Subdivider: great western Sav_i__n s (Private lrprover_ents) and Loan Association {§1) x£iective Date: >•1av 20. 1977 {�2) Completion Period: - (93) Deposit: (faithful perf.IM46.00 (w.m,-tt bond) • 2174.00 1. Parties L• Date. Effective on the above date, the County of. Contra Costa, California, hereinafter called "Count-r., and the above- named SiuL•di l der, rutually promise and agree as foliows concerning this subdivision: 2. im-rore.ents. Subdlvider shall construct, install and complete private road and street Ir_rrove-eats, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9 and including future P-mendments, and all improvements required I,% the approved parcel man improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this uork and inprover_ents (hereinafter called "work" within the above cc«pietion period from date hereof as required by Section 922-4.808 of the County Ordinance Code, in a good work-manlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirererts of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern.. 3• Improvement Security. 'Upon executing this agreement, Subdivider shall, in accordance u—i3 Section 922-4.604 (3) of the County Ordi- nance 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 inde:mitees From the liabilities as defined in this section: A - The indemnitees benefited and protected by this promise are the County, avid its special districts, elective and appointive boards, commissions, officers, agents and employees; B - The liabilities protected against are any liability or claim for dar_are of any kind allegedly suffered, incurred or threatened because of actions defined belba , and including personal injury, death, property damage, inverse condemnation, or any combination of these; and reLardless of whether on not such liability,. claim or da,:.age was unforeseeable at any time before the County approved the parcel map improvement plan or accepted the i=rovements as conpl@ted, and including the defense of any sult(s), actions) or other proceeding(s) ' concerning these; C - The actions causing liaL•'_lity are any act or omission (negli- gent or non-ncrlirent).!n connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any c facer, agent or e--ployee of one or more of them; D - lion.-Cc.^.c?ftio::^,: The pronise and a,-reement in-this section is not conditioned or dc,:endent on wnether or not any Indemnitee has prepared, supplied-. or approved a:-y plan(s) or specification(s) in connection with this work or subdivis=on, of� has insurance or other indemnification coverin,, an.., of these ratters, or that the alleged da^are resulted partly from any negligent or ::illful.misconduct of any Indemnitee. 5• Costs. Subdiviaer shall pay when due all the costs of the work, including Inn:••=ctiuns thereof and relccsting exist''-ng utilities required thereby. 6. Nonnerfor,ance and Costs. If Subdivider fails to complete the wori: and i.milrovenenLs e:itilin t:,c tisk specified In this arreement or extenalons granted, County may proceed to comolcte them by contraeL -l- Worafilmed wdh board Mr-"A 1111124 or otheruisc, and Subdivider shall pay the costs and charges there- for irlediately upon demand. If County sues to compel performance of this a[;reenent 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 there::itli. - 7. Assir-nnent. If before these inprovenents are completed this -iror subdivision is annexed to a city, the County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. 8. 1:'arrnnty. Subdivider -warrants that the said improvement plan is adequate to accomplish this work as promised in Section 2; and 1" at any time before the County's acceptance of the improvements as complete, the improvement plan proves to be inadequate in any respect, Subdivider shall make chances necessary to accomplish the work as promised. 9. ]]o Waiver by County. Inspection of the l:orl: and/or materials, or approval of war]: and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials, Vr 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 s any action for dar..ares arising from the failure to comply with any of the terms and conditions hereof. 10. Record Map. In consideration hereof, County shall accept said parcel map for filing with the County Recorder. COU.44p2" VRA COST; SUBDIVIDER: (see,note below) • clic .�•-- � Grr�� �sr��r, .��.,,���1�1H A.r.�r,�,rarr Ch'airfr n, Board of Sup vi . W. N. Boggess ATTEST: 4. R. OLSSOH. County Clerk By & ex officio Clerk of the Board si ate official capacit in tye business)jEN,u dlc�pt E/r9hr7. By -1 0i te to Subdivider: (1) Execute P ci� �B ® Deputy acknowledgment2If rpo formatio below; and �` (2) If a corporation, attach a certified copy of (a) the by-laws or (b) the resolution of the JUN 2$1977 Board of Directors, authorizir. execution of this contract and EN RsSOAM a SUPERVMM of the bonds required hereby. ■ ■ e a r a a s - a z . . i a * _ .x State of California ) (Acknowledgment by Corporation, County of Contra Costa ) ss' Partnership or Individual) On JUN 28 1917 , the person(s) 'whose named is/f---- S. rned atove for Subdivider and who is known to me to be the individ- ual and officer or partner as stated above who sil*,ned this instrument, and to ne that he executed it and that the corporation or partnership named above executed it. (170TAaIAL SEAL] Notary ilubiic for said County and PsaLC (Fur^ approved by County Caugsel 1-1176) - (CCC Std. Fora; Rev. 12/74) ICIAL SEAL Pk.4i i�rZ.-I U'_l:l Wao!Vrn-d-iih board order �•' ":^ In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 Z In the Matter of Contract 025-913-1 with Ida T. Zodrov for Prepaid Health Plan Consultation Service IT IS BY THE BOARD ORDERED that its Chairman is AMORIZED to execute Contract 025-913-1 with Ida T. Zodrow for provision of.Prepaid Health Plan (PHP) and Health Maintenance Organization (HMO) consultation service effective July 1, 1977 through December 31, 1977 in the amount of $13,400 for County Medical Services. PASSED BY THE BOARD an June 28, 1977. I hereby certify that the foregaing h a true and correct copy of an order entered on the minutes of sold Board of Supervisors on the data aforesaid Witness my hand and the Seo]of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts & Grants Unit affixed lhia28thd of Jung 14 cc: County Administrator ^y Z^ County Auditor-Controller County Medical Services J. R. OLSSON,Clerk Contractor B 1 r Deputy Clerk Maxine M. Nea t~• d -_ _ t- TM c"fmhszta • Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 26 -913 1 Department: Medical Services Subject: Prepaid Health Plan Consultation Services 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: IDA TSWIKAWA ZOOROW Capacity: An individual Address: 925 Roeder Way, Sacramento, California 95882 3. Tem. The effective date of this Contract is July 1, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 13.400 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: $ 2.200 per service unit: ( ) session, as defined below; or (]) calendar month (insert day, week or month) NOT TO EXCEED a total of six (6) service unit(s), plus a maximum of $200 for out-of-County travel. 7. Contractor's Obligations: Contractor shall provide the following described services: Pursuant to State Contract 076-56983 (County 029-609) in relation to County's Prepaid Health Plan, Contractor will: (1) Monitor social service Marketing Program; (2) Develop, negotiate, and manage PHRED demonstration projects in model marketing procedures and model grievance procedures; and (3) Assist in preparation of Health Maintenance Organization (HMO) qualification application under Title DLIII Public Services Act. Contractor will be subject to and abide by all requirements of Attachment 1, "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 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.Yx2xL pAA7L Waxman Duffy Prepaid Health Plan Act, Section 14200 et seq., W 6 I Code and a waiver granted under Section 222, Public Law 92603. Social Security Act, as amended, Section 1876. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY CONTRA COST9. CALIFORYIA CONTRACTOR W. PL Bogge3s By Designee r 9C.01 // -/ / L 1 Recommended by Department Q//�i��1-�!h!J ����+�1/ D (De gnat off Bial capacity) Dy +:[;;era Oona aoprnvrd Sy County CoansaL00'727 Mi—filmod with board order I I Contract Numb.2,8 9 13 - + Attachment Number PREPAID HEALTH PLAN SUBCONTRACT REQUIBEMMS Pursuant to State Department of Health/County Contract 076-56983 (County #29-609) ' effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article SI Subcontracts) are incorporated into the contract referenced by number above, 1. Contractor shall.be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 076-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6, any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department 6f Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four vears from termination of State Department of Health Contract 076-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 00'728 (A-4632 New 3/77) -l- k In the Board of Supervisors of Contra Costa County, State of California June 28 ._1972— In 972In the Matter of Agreement with Earth Metrics, Inc. For Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is authorized-to execute an agreement with Earth Metrics, Inc. for the preparation of an environmental impact report for the Public Works Department Buchanan Field Airport Master Plan Study at a cost not to exceed $13,000 under terms and conditions set forth in said agreement. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Hoard of Supervisors an the date aforesaid. Orig.- Planning Department Witness my hand and the Seal of the Board of Supervisors cc: Earth Metrics, Inc.- c/o Plan-affixed this2athday of June 1977 County Administrator County Auditor-Controller J. R.OLSSON,Clerk Public Works Department Deputy Clerk Maxine M. Neuf ld 00 730 H-N 3/7615. caatra�.Humbe2 -g-13 - 1 • Contract Numb.," - v-13 1 Attachment Number PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (YHP) services, the following subcontract requirements (Article BI Subcontracts) are incorporated into the contract referenced by number above, 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a-trim,- of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PEP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. ll. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 00 728 (A-4632 New 3/77) -1- PREPAID HEALTH PLAN SUBCONTRACT EEQUIRMIENTS 12. Contractor will notify the Department of Health and Comnissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assigoment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 00 729 (A-4632 New 3/77) -2- In the Board of Supervisors of Contra Costa County, State of California June 28 ,197L 1n the Matter of Agreement with Earth Metrics, Inc. - For Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is authorised to execute an agreement with Earth Metrics, Inc. for the preparation of an environmental impact report for the Public Works Department Buchanan Field Airport Master Plan Study at a cost not to exceed $13,000 under terms and conditions set forth in said agreement. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Orig.• Planning Department Witness my hand and the Seal of the Board of Supervisors cc: Earth Metrics, Ince c/o Plan.afFixed th•Is28thday of_ June 1977 County Administrator County Auditor-Controller �• p, OLSSON, Clerk Public Works Department Deputy Clerk Maxine M. Neuf ld 00 730 H.24 3/76 ISm CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by.reference: (a) Consultants Name and Address: Earth Metrics,Incorporated, 1000 Elwell Court,Palo Alto,California 94303 (b) Effective Date: JUN 29 197 (c) Project Name, Number and Location: Environmental Impact Report for Buchanan Field Airport Master Plan Update. (d) Payment Limit: Thirteen Thousand Dollars ($13,000) 2. S' attures. These signatures attest the parties'agreement hereto: C IVT fl^ANTRA A CONSULTANT Chairman,Board of i Bo9gems Designate official c pa in business .,. Supervisors j ATTEST: J.R.OLSSON, (CORPORATE SEAL) County Clerk and ex-officio Clerk of the Board State of California ) ss Cen County ) ACKNOWLEDGEMENT The person(s)signing above for Consultant,known puty to me in those individual and business capacities, personally appeared before me today and acknow- Rernm en b /ledged that he/they signed it and that the corporation or partnership named above executed it. w: �t y esu Dates G 2-1 /FormDirector f Planninopprol�dd: N`olary ublidJ John B.Clou3en County Counsel _ rckLcR Noraar rueuc.cww;Nw By. c.; wwT aA Cw+COUNTY �+:. Deputy r =QW-9 3. Parties. Effective on the above date, Contra Costa County and the above-named Consultant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant,and Consultant accepts such employment to perform the professional services described herein,upon the terms and in consideration of the payments stated herein. S. 5cope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. The Consultant shall,at no expense to the County,furnish certificates or other evidence acceptable to the County of(a)public liability insurance of at least$500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one occident or occurrence; and (b) property damage liability insurance providing for a limit of not less than$500,000.00. Thirty days' notice to County of policy lapse or cancellation is required. Iof2 Microfilmed withENO 11111 1 7. Payment. The County sholl pay Consultant for professional services performed at the rates shown in Appendix B attached hereto,which include all overhead and incidental expenses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed Twelve Thousand Dollars ($12,000) for preparation of the Draft EIR,and One Thousand Dollars($1,000)for the preparation of responses to comments on the Draft EIR and other work associated with production of the Final EIR,nor the total payment limit specified in Section IN),without prior written approval of the Contra Costa County Director of Planning. Consultant's statement of charges shall be submitted at convenient intervals. Payment will be made within thirty(30)days after receipt of each statement. Ten percent(10%)of oil charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning,whichever comes first. 8. Termination. At its option,County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time,and will be paid,except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work(scope of service)and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is rat to be considered an employee of the County. 10. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any employment, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will be utilized as background or source material by the Planning Department for its exclusive use,all or in part,as it sees fit. The Consultant agrees not to release,disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein,or any other written or oral material,data,views,opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Appendix B 2 of 2 {t�M2 Emil, APPENDIX"A" Consultant shall prepare a Draft Environmental Impact Report for the project specified in 1(c)of this agreement in accordance with the California Environmental Quality Act and County guidelines and as more particularly described in the attached proposal which is incorporated herein by reference. The report shall be prepared in the format specified by the County. It shall be single spaced and suitable for duplication by office copier methods. The Consultant shall prepare the report in a"working draft'form1nitiolly and submit two (2) copies for Planning Department review. The"working draft'shall be submitted by Consultant to the Planning Department no later than Thirty-five(35)calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline.is given by the Director of Planning. After Planning Department reviews and comments on the draft,the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the"final Consultant draft'for review and . acceptance by the Planning Department. The"final Consultant draft"shall be submitted by Consultant to the Planning Department no later than ten(10)calendar days after return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the time for completion of the process described in this paragraph extend beyond June 30, 1978 without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a"Final EIR"for the project. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: None. 0077.33 _ _ wnyrrwart� ,. SCOPE OF WORK - DRAFT ENVIRONMENTAL IMPACT REPORT Buchanan Field Airport Master Plan TASK 1- Review Growth Projections a. Compare with recently completed regional forecasts based upon, HTC data, b. Identify underlying assumptions of base growth forecast. C. Briefly describe sensitivity to assumptions. TASK 2- Formulate Alternatives a. Examine the"no action" alternative. b. Identify mitigation measures: (1) Operational (2) Policy (3) Capital improvements_ _ (The consultant will provide a detailed statement of a maximum of 3 alternatives beyond the "no Action" alternative.) TASK 3- Determine Noise Impacts a. Describe existing noise environment; (1) Airport related (2) Ambient b. Formulate internally consistent"assumption sets", containing assumptions with respect to: (1) Future activity levels (2) Future aircraft types airport roles (3) Federal and State policies affecting aviation C. Generate one set of noise contours for one base alternative subse- quent to discussions with tower personnel. d. Resolve, to the extent possible, differences among the various noise contours which have developed for the Airport. The anticipated resolution will be based on an examination of differences contained in available published reportage in: 1 Underlying assumptions 2 Tedwical methodology 3 Contour interpretation e. Set forth implications: (1) Identify existing and future land use conflicts _ (2) Determine applicability and significance of Califomia noise legislation. 3) Quantify, as appropriate, the effect of mitigation measures_ 4) Apply findings to conclusions contained in "Information an Levels of Environmental Noise Requisite to Protect Public Health and Welfare with an Adequate Margin of Safety", March 1974, U. S. Environmental Protection Agency. 00734 TASK 4- Examine Safety Issues a. Apply FAA airfield standards: 21) Clear zones Runway safety areas 3) obstruction freee surfaces b. Briefly cite relevant accident experience for D. S. general aviation. C. Identify safety-related considerations among operational alternatives, e.g., power cutbacks, displaced thresholds.. TASK 5- Determine Air Quality Impacts a. Describe existing environment b. Calculate impacts for"assumption sets" established in Task 3.b. No contours of air quality will be produced. TASK 6-Examine Other Impacts This effort will involve fine tuning the data contained in the environmental assessment chapter of the Hester Plan report. The objective will be to provide detail adequate to meet all CEQA requirements. Issues to be included: a. Hydrology and water quality b. Geology and soils C. Traffic d. Recreation e. Archaeology TASK 7-Miscellaneous a. Attend two public hearings. b. Provide camera-ready copy of draft impact report. C. Provide two copies of administrative draft. (The county will produce all comments upon the administrative draft upon one annotated copy.) d. Consult and coordinate with appropriate policy-making and regulatory bodies during report preparation.. . Ofl'735 w.. APPEMOIY B CONSULTANTS RATE SCHEDULE Earth Metrics time and material rates for labor charges ares Senior Environmental Scientist $39.30 Environmental Scientist III $25.20 Environmental Scientist 11 $19.60 Environmental Scientist 1 $15.50 Environmental Technician $11%90 HODGES S SHUTT / AVIATION PLANNING SERVICES SCHEDULE OF FEES Classification Hourly Rate Partner $30.00 Consultant/Planner III $30.00 Consultant/Planner II $25_00 Consultant/Planner I $20.00 Engineer III $35.00 Engineer II $27.50 Engineer I $22.50 Engineering Technician $17.50 Draftsman $12.50 Clerical $11.00 Subsistence: Actual subsistence costs will be charged in addition to the hourly rates noted above. Transportation: Coach-class, round-trip air fare, automobile travel at 15C per mile, and/or rental automobile charges, will be billed using San Francisco International Airport as a basing point. Supplies and Naterials: Costs of telephone, postage, materials, supplies, blueprints, photostats, printing, binding, and other - expenses incurred by each assignment are furnished on the basis of actual invoiced cost. Subcontractors: The services of another firm used to complete an assignment are furnished on the basis of actual invoiced cost_ , June 1, 1977 . nn�s ' Ifil/r)V { In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Agreement with Arthur Young & Company for Grand Jury Financial Audit IT IS BY TETE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Arthur Young & Company for provision of services in connection with a Grand Jury financial audit, at a cost to the County not to exceed $31,000, effective June 29, 1977. - ' Passed by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisor on the date aforesaid. Orig. Administrator Witness my hand and the Seal of the Board of - cc: Jury Commissioner Supervisors Auditor-Controller affixed this28thday of June 19 77 Arthur Young & Co. c/o Jury Commissioner J. R.OLSSON,Clerk Byr_ Deputy Clerk Maxine M. Neu 1d N-.15,"6ISm �zs,�rnt '.UDIT CONTn _T, 1977-78 ���• ............... AUDIT-CONTR --'T, 1977-78 GPAUD JURY 6 ROA,D OF SUPERVISORS CONTRA COSTA COUSTY. 1. Parties, Date, Authority. Effective on JUN 29 1WF 1977, the Contra Costa County Grand Jury, the Contra Costa county Board or supervisors [-paragraph 3(b)) and AE � 4 sem, Certified Public Accountants, 1330 SroeLwal, OaklanIiwa Montractor"), hereby mutually agree and-prim-51se as FoIlows, pursuant to California Penal Code Section 926 and Government Code Section 25250, and subject to approval for the Grand Jury by the assigned Superior Court Judge. 2. Need. for Irt Services. contractor is an expert at examining accounts, records anTbooks, as authorized by Penal Code Sees. 925, 925a and 933.5, and can provide these expert services and the services of assist- ants thereto; and the Grand Jury determines that it requires these services, subject to the limitations of law and herein. 3. 1;..aA_,1naLiws (:Ault). (a) For Grand Jury.. Pursuant to Penal Code :J25 and 933.5, Contractor shalom—concerning this fiscal year, examine (1) 'lie accounts and records, especially those pertaining to revenue, of all officers of the County, and (2) the books and records of special purpose assessing or taxing districts located wholly or partly in the County. Not later than August 31st of this calendar year the Contractor shall submit its written report of the findings from this examination, and recommendations an those fiscal matters, to the then sitting Grand Jury, which is hereby author- ized to accept the report and approve payment to the Contractor. (Sea 0330A.) (b) For Bd. 2! Supervisors. The Contractor shall then complete a finpricial audit, and-not later than november 30th of this calendar year issue its opinion letter pertaining to the accounts and r-e-c-o-rifs-or Site) and the financial statements resulting from those records. The Board of Supervisors conti.-acts for this portion of the Contractor's performance and approves payment for it. (c) Wolf. & Inst. C. 510602.5. Contractor's examination shall, within its leg-af—au-Mc-rlty and pursuant to welfare & Instlititions: tole Sec. 10602.5, specially include a review of the County's. child-support collection program to be submitted by August 31st of this calendar year. 4. Direction & A-mDroval bX Grand Jury. Contractor shall not start any such examination without specific advance written direction therefor from the Grand Jury's Foreman or Audit Committee Chairperson, who may at any time rescind or change such direction and/or change the scope of the examination and/or restrict the expense thereof. All such work (except per 53[b)) shall be subject to the Grand Jury's approval and to the Grand Jury's and Contrac- tor's legal authority. it is contemplated that, without special direction and other arrangements, Contractor's work will not cover cities or districts which are not governed by the Board of Supervisors or which do not deposit their funds in the County treasury. S. Contractor's Reports & Appearances. Contractor shall make written reports to the Grand Jury or oral reports to the Grand Jury and/or Audit Committee, on the progress and results of its examinations, as may be required by the Foreman or Chairperson. 00738 ffmaofibrad with board ordw 6. -Confldzntlallty 4 D?6tructic;._ For 5 years Contractor shall hold P• confidential all material and inform s+ Wn of any kind relating-to this work (except per 53(b)), subject to inspection during regular business hours by this or later Grand Juries only, after hi:ich it may destroy same if the then current Grand Jury declines to take custody thereof. 7. Compensation. (a) P_1r. The Contractor shall be paid for this work at these rates: Partners $60 per hour Managers $40 per hour Seniors $228 per hour Assistants $3 - 23 per hour Clerical 5 Report Typing $�— per hour (b) Maximums. Contractor's compensation shall not exceed these maximum amounts ofr the separate phases of this work, (see also 5926): (1) For all nervices under Section 3(a), $16,000; (•.) Yo:: all xervices under Section 3(b), S ,000; (3) For all other services under §3(c), $ 5.000. (c) Claims. This compensation shall be paid, as each phase of the examination iscompleted, an Contractor's written claims (invoices). a,iproved by the Grand Jury and allowed and ordered paid by the assigned Superior Court Judge (except per 531b]). These claims shall be segregated into the phases under 57(c) and shall identify the amounts for each rate level indicated in 57(a). 8. Termination. This contract terminates on December 31st of this Y�__eaar�r; but'tiieGran�Jury may earlier terminate it by giving Contractor a�Tcvance written notice thereof by mail, if it deems Contractor's services unsatisfactory for any reason (P.C. 5926[c]), and the Board of supervisors may similarly terminate it as to §3(b). GRAM JURY COMMACTOR Foreman #."Sly�OX-ZOSTA "t J'RY (P.C.S�25): l qAU Des�.gn title capacity in irm ' ior Court J. W. Porter, Partner [Pa (b)] LAhAitnufff. Board of Supe s Form Approved: John B. Clausen County Counsel By •ter-=r f'---d ,Deputy George W. McClure GUM:N (5/26/77) -2- Mk fflmed with boar0'drded9 I G19I.1:5 _2_ Microfilmed with bo,11Y ;1d;;9 (5/26/77) • t 1 In the Board of Supervisors of Contra Costa County, State of California June 28 19 77 In the Matter of Nonfinancial Agreement 028-419-8 - - with the State Board of Education IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Nonfinancial Agreement 628-419-8 with the State.Baard of Education, providing for$155,738 in State Comprehensive Employment and Training Act Title I funds to be expended by the State in this County for the vocational education of CETA participants in FY 1977-78 - (10/1/77- 9/30/78), and under terms and conditions as more particularly set forth in said agreement. PASSED BY THE BOARD on June 28, 1977. 1 hereby certify that the foregoing Is a true and correct copy of an order entered an the minutes of mid Board of Supervisors on the dote oforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts E Grants Unit Supervisors cc: County Administrator affixed this28thdoy of June 19 77 County Auditor-Controller County Hanpower Project Director y, 1 d. R.OLSSON,Clerk State Board of Education ByJ/��,(�,y� jj�� /,�,�/i ,Deputy Clerk I�axiine—M. f�e1O-2 H.24 E dg6 ism 00 740 a S!.,m orr',Ltbmia CL I A•vE•116-%b ' criyjn,I� 6 cuyics Nontinanciat Agreement Signature Sheet Under the Comprehensive Employment and Training Act of 1973 (P.L 93.203.Section 112) -41 9- S 1.Prime sponsor: 28 -419- 8 '2 8 2 Aonfinancial agreement number - Board of Supervisors 17:810:3:8:0:719:9:9:81519:9:01 Contra Costa County Ftodification 651 Pine Streit rwmher Martinez, Ca. 94553 State Board of Education California stale Department of Education 721 Capitol FInII Sacammto.CA 95814 3.Contac(person:Don Crawford 4.Period covered by agreement: Director, Manpower Project (415) 671-4239 10-1-77 Title r9 tluough 9-30-73 number i.agreement' Pursuant to Section I i7(c)of the Comprehensive EmployrVt agd Tegin8 Act of 1973 I&L.93.20),this aqretinert is entered into by the State Board of Education and(name of prime sponsor) ar. ° upervisors, omtra Costa (:owtty This agreement consists of this sheet,the program planning and budget information summaries,and the program narrative. As per this agreement the California Slate Board of Education is committed to provide for the prime sponsor the needed vocational tdLcation services and trailing outlined in the program narrative_The training and services will be provided upon receipt of funds from the Governor_ - 6.Estimated costs of training and services by cost category: Estimated costs Flodincation Cost category Cale Prior I (+or—) Mew Administration 3w 1,562.00+) 14,011 15,573 Training 307 13,921.00,'+)124.702 138,623 Allowances 308 —0— —0— —0— r Seneca 309 141.00'+) 1,401 1,542 TOTAL 15,624.00+)140,114 155,738 7.App ro al by primers• S.Approval by State hoard of Ejducation Sip!at! Signature: X:!me and riS Warren N. BoFgess, Chairman/Bd, of Sup amu and title: 11/�n�y llatc: UUN «a 077 Dale: 12 1977 11/41 are muse s Je u%this yuge j,r fnsrmrr rrrc Mivoiilmed with board order. 77- Stall`O,.t'.ttnnea,v Program Planning and Budget Information Summaries �rA.VF.2(7.76) 2 uIijrulr Special Grant—Vocational Education s�ova Under the Comprehensive Employment Training Act of 1973 (P 1 477 R S-1, 1111 Cn•ri r:+s+'siJc oJ'tfr."s payc fair irrur -ricrrt.&cro('ilmed with taozrd order. St',11;Cl; C.ittt(m\t:t Program Planning and Budget Information Summaries CFI'AvB.zfz7s> z uri�natr Special brant—Vocational Education Under the Comptebeasive Employment Training Act of 1973 (P.L 93.203,Section 112) Prean:spw:sm, Board of Superwrisors)Contra Costa County Nonfinancial agreement number f•" t'—T 7 8 0 3 8 0 7 9 9 9 8 S 9 9 4 Comma pttsoo: Don Crawford, manpower Director Modification number Phone:(4115 671-4239 1. progmm Plaonin$Summary Number of participants,cumulative by quart cr,fiscal yrrr•toaate 12/311 3(31( 61301 91301 Vo.•atioad education enrollment transactions (a) (b) (c) (J) A,Total er oltments Sum of A.t throw A.3 82 127 133 1.Participants entering this focal year from fewlat CEPA 62 107 113 113 2.Participants entering this fi$L t year from outside reSULM CETA —0— —0— —0— —0- 3.Participants carried over from previous fiscal year 20 20 20 20 G.Total terminations(Sum of B.i through 8.4) 20 70 loo 133 1.Entered employment 1 4 - 9 12 ^_.Other positive termirxeons 1 4 5 6 3.Transfer to re8ularCE1'A 13 SS 76 102 4.Nono,+sum terminations 5 _ 7 10 13 C.Endofquarter enrollments(pianned)(A minus B 62 57 33 —0— It.Budget Summary Funds available Carry-in from New funds, Planned expen- Estimated unexpen. previous fucat ewmnt final ditures,this ded funds,end of year year Total(a+b) fiscal year fucalycar(c—d) Cost categories Code (a) (b) {e) (d) (e) A,Adrninistation 306 1,562_00 1 ,0]1_00 15,573.00 15,573_00 1 —0— B.Training 307 13 921.00 124 702.00 138 673.00 130,623.00 1 —0— C_Allowances 308 —0— —0— —0— —0— —0— D.S:nicrs 309 141.00 1,401.00 1.542.00 1, 42.00 —0— E.Toia[ 1S 624.00 140 114.00 151 73B.00 155 738.00 —0— lit,Cumulative Quarterly Projections of Commitments and Expenditures Amount pro;cred.fiscal yar to date 12/31( 31311 d 61301 9130( Aaevities (a) (b) ! (c) (d) A.1'.+tat va;ationat education fuuds committed 95,935.00 147,951.00 1155,730.00 1155,73S.00 B_1,411 pr jrclyd vraatiunal educt eXpexpenJitwes(Item B.1 pins it ,1 0) 23 361.00 81,915.00 125,000.00 155,739.0 Prsjeacd rxprndetures Au cLzsruom reining 3t7 23,151.00 31`151.00 1123,875.00 lay,?9o. Pnje:led expo huires fur seM cs to participants 311 1 210.00 _ 737.00 1 1,LZa".00 1 L,552.OJ �• --_ T--yam— il6•I1 n'a 10a82 I'S iep State of California (Tentative) CETA-VE-3 (5-77) 8 Copies NON-FINANCIAL AGREEMENT PROGRAM NARRATIVE A detailed explanation of the following five areas will be developed by the prime sponsor for the expenditure of the Governor's Vocational Education funds available for the prime sponsor's area. Needs and objectives for vocational education training and services activities. 0 Vocational education training and services activities to be provided. • Results and/or benefits expected from the vocational educa- tion training and services activities. • Linkages provided by the prime sponsor, sub-grantee or other agencies with the program training and services activities. Standards by which the prime sponsor will judge the effective- ness of the vocational education training and services. The spaces provided should be adequate to provide the basic information required. Extra pages may be added if necessary to complete the information. 1.1 How was the need for vocational education training and/or services established? Include evidence that there is reasonable expectation of employment in the occupations for which the participants are to be trained. This Non—Finaaci.al Agreement will provide funds during FSC 77-78 to be used for individual referrals for CETA Title I enrollees to various vocational training facilities. The goal of this program will be to provide vocational training on an individual referral basis for CETA Title I enrollees. These individual referrals will be utilized to place clients in programs not currently available through the County's Title I traning programs. These training slots will be with private and public schools approved by the Bureau of Schools and approved for individual referrals by the Vocational Education office. These referrals will be made by a CETA counselor after consideration of the client's interests and abilities and the employment outlook for that occupation. The mast current information available, form both published sources (ED&R/DOL), as well as localized surveys conducted b this office, will be made available to crrA Counselors. In addition, individual referral graduates will be referred to the CEPA Job Development component for placement. 00743 N . i m 0 1 t--tail N O C.1 1p - v GJ—K to i CL V i to W E 1 U N i p } l3 Q S W O iT� O b > Y V C N � CI V C N1 o .L 00744 J U O ztaze or California (Tentative) CETA-VE-3 (5-77) # 8 Copies NON-FINANCIAL AGREEMENT PROGRAM NARRATIVE 4. Linkages of the special grant/vocational education 5%with training and services activities with the prime sponsor and other subgrantees or agencies (e.g. re- cruitment, intake, referral, allowance payments, placement, counseling, etc.) 4.1 What agency will be responsible for intake and enrollment and haw will intake and enrollment be conducted? The CEU Ua t, subcontractor to the Prime Sponsor for basic manpower service delivery, is responsible for the intake, counseling, referral, and eventual job placement of CETA Title I enrollees within their geographic area. 4.2 What agency will be responsible for the payment of allowances? (If this activity is funded with special grant/vocational education 5% funds briefly describe the payment system). The Prime Sponsor provides training allowances and supportive services..for - all individual referrals under this program. - - 4.3 What agency will be responsible for placements? The individual CETA Units are responsible for the job placement of their referrals. 4.4 What agency will be responsible for recording the Quarterly Summary of Participant Characteristics information? Information for the QPSC will be compiled and submitted by the Training Resources Coordinator of the CEPA Administration Office in Concord. 4.5 Explain how the Quarterly Summary of Participant Characteristics will be reported to the Manpower Education Unit. The QPSC will be compiled and submitted by the CEPA Administration Office in Concord. �` ;'( { 00745 � 1)41'745 __Im State of California (Tentative) CETA-VE-3 (5-77) 8 Copies 4.6 Provide assurance that participants will be covered by the prime sponsor's affirmative action plan. The CETA Affirmative Action Plan will pertain not only to those intaken into CETA, but also tothose referred to training and to all other"CETA components. 4.7 Provide justification if non-positive termination rates,(Part I " of CETA-VE-2) exceeds 205. N/A 4.8 Provide an explanation of how vocational;education5% training and services are being coordinatedwiththe prime sponsor's CETA Title I grant activities. The Prime Sponsor makes allocations of Voc Ed funds to eachofthe four geographic CETA units who are responsible for the actual referrals. The Voc Ed individual referral program has been developed as an integral part of our CETA Title I counseling and referral program. 5. Standards by which the prime sponsor will judge the effectiveness of the vocational education training and services. The Prime Sponsor assumes responsibilityfor monitoring and.followup of.all Voc Ed individual referrals as part of its overall monitoring and evaluation of the Title I program. -. - 6. List all equipment having an acquisition cost of $1,000 or over to be purchased for vocational education training and/or services. Identify activities in which equipment will be used. N/A 00 746 F In tna 6omd of Supervisors of Contra Costa County, State of California J—e_28 19 77 In the Molter of Approval of Contract Renewal with Dorothie Stillwell for Tutorial and Counseling 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 AMORIZED to execute on behalf of the County a contract renewal with Dorothie Stillwell for counseling and tutorial services for the Intensive Supervision Unit from July 1, 1977 to June 30, 1978 at a total cost not to exceed $3,835.17, State funds- PASSED by the Board on June 28, 1977. 1 hereby terrify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the daft oforesaid. cc: County Probation Officer Vltness*my hand and the Sea)of the Board of Attn: K.C. Dorutan Supervisors Contractor cEixed this2f3thday of June 19 77 c/o Probation Officer County Auditor-Controller - County Administrator J_ M MS CH. Clark g c Deputy Cleric 'Mabdne M. Neiffeld 00 747 Contra Costa County Standard Fors SNORT FM-1---SERVICE COMIMACT. I mCi IdetttiFYcatien:— ------ "umber-35063- 3nS1_731O Departreht: Probation Subject: Counseling and Tutorial Service for Intensive Supervision Unir- - "- - 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 4 Capacity: Counselor and Tutor Address: 4604 Wildwood Court, Richmond, CA 94800 3. Term. The effective date of this Contract is July 1, 1977 and it terminates J• a +0. 1979 unless sooner terminated as provided herein. .4. Termination. This Contract may be terminated by the County, at-its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Linit. County's total payments to Contractor under this Contract shall not exceed $ 3.855.17 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: VD hour; or FEE RATE: $9.91 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 387 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 =claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential darages, 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. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COOt;TY N-Ma rMSTA. CALIFORNIA, COSTRACTOR N. aoyg-_3s BBy Designee Recoaen ded by Department �i L L•�,� L (Designate official capacity) By / Designee (Form approved by County CoupsDO 748 Atimf1kned with.board order. - ... i,, a In flaa Board or' Supervisors of Contra Costa County, Stag of California June 28 ,19 In the Matter of Approval of Contract 135059, with Judith Ann David, Ph.D., Consultant, for specialized instruction, "Advanced Crisis Intervention" IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract 135059, with Judith Ann David, Ph.D.. Consultant for specialized instruction and Training,"Advance Crisis Intervention" for the,Probation Department staff, June 24, 1977, to August 12. 1977, at a cost not to exceed. $396.00, County funds. . PASSED by the Board on June 28, 197?. - hereby certify that the foregoing is a true and correct copy of en order antared on the minutes of said Board of Supervisors on the dais oforesoid. w cc: Probation Department tness'my hand and the Seal of the Board of Probation Department Supervisors Attn: W. Donavan affixed this 9Rthdoy of June . 19 27 Contractor c/o Probation Department County Administrator , I .1 R_ OLSS0%, Clerk County Auditor-Controller �/ �C�le�� Deputy Clerk cine It. Ke lu?e d 00 749 :5- STAi4DARD-COtJTRACF r- —.__._._�—...,-tea......,......,__,....— (Purchase of Sp,—cial Services) r 1.= Contract :eenti:ication:" `" "' Number 35059-316-231047UQ Deparu-.ent: Probation Subject: Advanced Crisis Intervention Training. 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: Judithann David, PhD. Capacity: Consultant Address:--- .—Plfacaville, CA 95680 3. Term. The effective date of this Contract is June 24, 1977 and it terminates —gust 12, 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. Pa-Arent Limit. County's total payments to Contractor under this Contract shall not exce��00 6. County's Obligations. In consideration of Contractor's provision of services as described b21ow, 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: $ 11.00 per service unit: X) hour; or session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 36 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training inAdvanced 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 intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Inde.^.nification. Contractor shall defend, save harmless, and indemnify the County and its oflcers, 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, fro, 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. Leqal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signaatu�res. These signatures attest the parties' agreement hereto: C YLr F CA COSTA, CA RNIA CONTRACTOR J 5 By .rGGf Chaff man, Board of 5ugervisors Attest: J. R. Olsson, County Clerk Designate Official Capacity) Deputy Re Deo ent By= (Form approved by County CoAV;50 Microfilmed with board order Pi In the Board os Supervisors i� of Contra Costa County, State of California June 28 ,19 77� In the Matter of Approval of Contract 335057 with Ms. Carmen Lynch, Consultant, for . specialized instruction in. "Working with Anger" IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract 335057, with Ms. Carmen Lynch, Consultant, for research-and'specialized' instruction, "Working with Anger" for Probation Department staff,"from July 5, 1977 to August 2, 1977, at a cost not to exceed $701.25. County funds 55%, federal funds 45%. , PASSED by the Board an June 28, 1977. 77 7 1 hereby certify that the foregoing is a crus and correct copy of an order entared on the minvies of seid 3ocrd of Supervisors on the dots aforesaid. cc: Probation Department Vfitness'my hand and the Seo]of the Board of Probation Department Sapervisom Attn: W. Donavan of:oced thi32Mday of Tune . 19 77 Contractor c/o Probation Department , County Administrator J. R. OLSSON. Clerk County Auditor-Controller 6Depuly Clerk Maxine M. Neufeld 00 751 (Purchase ofp-- eccial Services) 316-2310(736) »• - =�a2` ?d`:C''. =::�:1 r r: z_ — Hcmi�lr--3 7-- Department: Probation Subject: Anger 8 Hostility 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: Ms. Carmen Lynch Capacity: Consultant Address: 305 Mission St., Suite 10; San Rafael, CA 94901 3. Term. The effective date of this Contract isI July 5, 1977 and it terminates August 2, 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. Pa ent limit. County's total payments to Contractor under this Contract shall not exceed 701.25 6. Count 's Ob'! ations. In consideration of Contractor's provision of services as described below, an 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 0-15) 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: $16.50 per service unit: (XJ hour; or (( ) session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 42.5 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in workin wi an r for County-selected persons.in the time, place, and manner require by County, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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. Leqal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: CO F O 1W COSTA, C IFORNIA CONTRACTOR �� W_N. Boggess h firman, Board of Su g ry ors Attest: J. R. Olsson, County Clerk (Designate Utticial Capacity) ._9 Deputy Rec ende y� rtment no� 2 � By (Form approved by County Counsel) F+ Microfilmed with board order /IOs�Ay Deputy �r� Rec nd y D rtment o�%rl2 By (Form approved by County Counsel) maofikned with board order In the Board of Supervisors of Contra Costa County, State of California June 28 ,i9 77 In the Matter of - Contract with the State of California Department of the Youth Authority, No. 116 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 terms of which the State will provide diagnostic and treatment services and temporary detention for Juvenile Court Placements for the 1977-78 fiscal year at a cost not to exceed $1,410.00 per month for each case studied, under terms and conditions as more particularly set forth in said agreement, total not to exceed $10,000. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Witness my hand and the Seal of the Board of cc: State Department of the Supervisors Youth Authority 28tfi c/o Probation (five copies) affixed this day of June i9 77 Probation Officer County Administrator J. R. OLSSON. Clerk County Auditor-Controller B`✓/�/L�� De Clerk m...r�r s_ Puh' Maxine M. Neufdld 0075 3 H-2a 317,615M i "CR-J" Contract Na. 116 JUVEn"COURT-PLACDWM AGR£ESENr-FOR DIAGNOSTIC AND-TREATHENT. SERVICES AND TEMPORARY-DETENTION IN.. FACILITIES OF THE DEPARTMENT OF THE-:YOUTH-AUTHORITY - THIS ACREEHENT, made-asd entered into this 18t day of Jniy 19_ at Sacramento. California by and between the STATE:OF'CALIFORNIA,,through its duly appointed and qualified Director of the Youth Authority,hereinafter called the STATE, and the cousTY-Or CONTRA COSTA - hereinafter calledtheCOUNTY. 'WMEREAS, Section 1752,1 of the'Welfare-and Insitutions-Code oftheState of California provides.that the Director of the Youth Authority may.enter into cortracte, with the approval of the Director of Finance,with any.COUNiY of this STAT£upon request of the-Board-of Supervisors thereof,wherein the Department of'tic Youth Authority agrees to provide diagnostic-and-treatment services and temporary--' detention during the period of study to the COUNTY`ofselected cases of persons eligible for commitment to the Departmentof the Youth Authority in connection with;! the operation of the Juvenile Court. - - MW, THEREFORE,,in consideration of the mutual covenantsandpromises herelp.contained, the parties hereto agree as follows:' 1. In any casein which•. (a) TheCourthas determined chat aminor Is-a person described by Section 602,.Welfare and Institutions Code, and such minor is - otherwise eligible for commitment to"the Youth Authority, and. - (b) said Court concludes that.a disposition of the..case in the best interest-ofthe minor requires-such-treatment and diagnosis as can be:made at a`Youth Authority facility,.and - - - (c) saidCourt-orders-that such a minor be placed-temporarily.in such afacility fora-period not to exceed 90 days as authorised by Nalfnre and Institutions Code Section 704, and orders that the Director:of the.Youth.Authority report totheCourt itsdiaonosis and recommendations concerning the-minor within the 90-day period. The Department of the Youth Authority shall accept such person If it believes.that the person can be materially benefited by such diagnostic and treatment services and if the Director of the Youth Authority certifies that staff and institutions ace ava'_lab ie. `io such.person sba/lbe transported to any facility under the - jurisuietion of the Department of the Youth Authority until.the Director of-said Dejlartmeat has notified the referring Court of the place to which said person is co be transported and,of the time at which he canbereceived. - �ictofitrtprl,..eth �:order- QE►r54 3hal: execute the Court•Order by transporting such person to :xr±i±t- 'Ld±cated by:he STATF and returning him therefrom to the Court at no r:ase to the SIM,.. 3: . :re accepiaace..temporary:detencioa.and delivery of such person shall be In c--co--dance?±ch:issC_i: c±dos.tspued:..froa.tlre::to time by.;44-Director.of..the S:ATE.sha;l:provide diagoostic andtreatment services sad temporary •tent_cn Curiosthe.pertad o£ study to:the:000RtY.foe such accepted persons; and the :zatlr c .said Deparvita t-Chill,.v!ehin:.Chu 4D days; carie such accepted person to be :reared and esas!`ed and::sba!l:forward••to the Court his dtagnoais and ..._=xeadar::mss coacexning'.sec5.mLmr's.::#uture care, supervisto.n jed.treatmect.. 5. _.All stich.:persb:.s while Undeirl temporary detention by the STATE pursuant to this contract shall:e.sobvect to the.xales of.the.Youtb Authority. S. comy agrees to pay to:STATE the,sum of .c�_ per.moth for each cane s:wiled;.oc!or rer!ods 02 is".thin a toll,mpth, CO-UM agreez.to pay-STA18, lit?'•:h of the aathly:;rate pet parson par:.day,�of temporary.detention. such costs har:ag'Seen dete�ined;Sy:the:Kiwtor.of:the:Youth.Author!ty to be necessary.to rainburse -be.5AT_forAbi';coato incireed:;.COUNTY-shall be.billed•for the-cost of services'of le aa'::.t�g�.jersa,•'Ss'rece vid:but.not for the day the person is removed .i: Me total en*?o_tof this agreement .ahall not exceed$10,000.00. s. I a.sgreeceat say 6e amended by.:either party:and shall become.. e_':ect re.aaly upon approsal>y thc.Scata,'of.California,-:Department of pinance.and t.*.z Sxrv!ces. . 3: .S. i11.theC00DTY,msthiy,by"ans of itemised statements •_::-±tLadin.Lrlpl!tate£o:^::or`any sueh:Fumes.'and-the COUM7sliallmake:tenittaace Or :rzert e?•ereo;..iicbii;z.`. iy (30);duys'.of,receipE.ofany suck bl).ling.:,..;...... . ...:.:Sa!d:zait.ta:.ca'..shall be-nailed.coe.. . .. ....,. Depar.�x=: of the Youth.Anehoricy Devar,tre tal tccounting,Office. 426, +:l ansbourke..Drive Sacrs:ento,;California 95823 1:. T~e period of,this Agreement.is from to m,. . in::ustte; rat :a exceed one..:saa{,1prov!ded:that tlw rement may be ferdinated by either ;.are-giving 33'da4s notice 3a writing. 1:. col,--, Sera:za:ter.also known as Contractor; agrees to conform co.the ?a.. �.�Lq+:•eo ?racclers Addtoduc sctaehed.heretu and mach a part.hereof... D'755 12. All notices herein provided to be given, or which may be given, by either party to the other, shall be deemed to have been fully given when made in writing and deposited in the United States mail, certified and postage prepaid, and addressed to such party at its.address set forth under its signature to chis.. ,kgrec-sent. Nothing herein contained shall preclude the giving of any such written notice by personal service. The address to which notices.shall be mailed as aforesaid to either,party may be changed by written notice given by such party to the other, as hereinbefore provided. . - STATE OF IFOAN - - COl , Depar n of [h You[ t ri - Y, sr �/ 1. Title Deouty Director Title cbCa is "I Boary_'of SupMyiSo[9- Management Services Branch Contra Costa Com* •• 4241 xillinasbourgh Drive - Board of Supervishrs. tddress - -. Address ox _ Madinez.California 9x350 - Sacramento. California Alto:G.AsCaoU,Chief Ctefk City State .city. State 95523 _ yip Code 'Zip.Code 1 hereby certify that all coaditlow for eae..ption have been compliedwith and thiscontract is'exempt-fromDepart- ment of Finance and Department of CuaeraL Services' approval per Exemption - Notice No. 407.. n..eT a Chie :-.in—sent Services Branch az aOa7 aetHxafled Ya NDTE-. A certified copy of the resolution of the Board of Supervisors of the County authorizing.the execution of this contract is to be attached toLebe contract. . _3- - illi lelU FAIR MMOTM=PRACTICES ADMIM4 1. ._ -e_fo-na^.ce:of this contact, the Contractor will not discriminate a_aist any er?loyee or applicant for ewployment because of race, color, reli.- E_on, ar:cestry, sex, age•, or national origin. The Contractor will take affirm ._five act_ca to�ensure that�anpiieants are employed, cad that employees are treated cz:_^g eaployVent, without regard to their race, color, religion, an- cestry, sex, age, or n- Tonal origin. Such action shall include; but not be _sited to, :e follcr_:e,:, m=p1o7acnt, upgrading, demotion or transfer; recruit- rent or rec-tit=ect'advextisirg; layoff or termination; rates of pay or other -r,s of co-essetion: and selection for training, including apprenticeship. The Contractor ectal_post is conspicuous places, available to employees and f=a'_ica-'s for e=1oy=ent, notices to be provided by the State setting forth :e prov°si�s of this Fair employment Practices section. 'e_ The Cc:z-actor will p-=it access to his records of employment, employment advertise=ents, app,=cation forces, and other pertinent data and records by-the State Farr i-p'_oy=est practices Commission, or any other agency of the State of ....__fornix desi-hated by the am-Arding authority, for the purposes of investign tion to ascertain co-^pliance with the Fair Employment Practices section of this contract. Re=edles for di:Ll.Violation: ;a) Me State nay determine a willful violation of the Fair Em lo•,+ment Practices provision to have occurred upon receipt of a final judg- =ent havi--g that effect from'a court in an action to which Contrac- tor was a party, or upon receipt of a written notice from the Fair =-pro--ert Practices Commission that it has investigated and deter- ned that the Contractor has violated the Fair Employment Practices I,ct a:.d ran issued an order, under Labor Code Section.1426, which has heca_-.e fine'_, or obtained as injunction under Labor Code Section 1429. (b? Tor w:11_1:l violation of this Fair Employment Practices provision, t_e State shall have the right to terminate this contract either in V=ole or im part, and any loss or damage sustained by the State in s=rsr_�g th goods or services hereunder shall be borne and paid for t'te Contractor and by his surety under the performance bond, if an-, and the State rs„v deduct from any moneys due or that thereafter =a?beco=e due to the Contractor, the difference between the price _wed in the contract and the actual cost thereof to the State. °s•maw=L e.-p_oyment practice for an employer to.refuse to hire or e=p1o,•, or to discharge, dismiss, reduce, suspend, or demote, any indivi-_ drat _ s the ages of LJ and 64 solely on the ground of age,..." (:tabor Code Section 1-20.1) STD. 3 (Rev. 8/73) QO'75`7 i t In the Board of Supervisors of Contra Costo County, State of California June 28 i9 77 In the Matter of Agreement for Police Protection Services with Cities of Lafayette and Moraga IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an Agreement for Police Protection Services between the County of Contra Costa and the Cities of Lafayette and Moraga under the terms of which the County will provide police protection services within the cities, said agreement effective . July 1, 1977- Passed 972Passed by the Board on June 28, 1977. I hereby certify that the foregoing is a true and carred copy of an order entered an the minutas of said Board of Supervisors an the date aforesaid. Orig: Administrator Witness my hand and the Seat of the Board of Supervisors cc: City of Lafayette�� ""7l affixed ihfs28thday of June 1977 Town of Moraga Auditor-Controller Sheriff-Coroner �j J. R. OLSSON,Clerk sae�ttY/ .�/ Deputy Clerk Maxine M. Neufeld Jr �!1 lcIC7 H-24 SJXG!Sm AGREEMENT FOR POLICE PROTECTION SERVICES 1. Parties. Effective on JUL 1 SRCONTRA COSTA COUNTY, hereinafter referred to as the "County", and the CITY OF LAFAYETTE and TOWN OF MORAGA, hereinafter collectively referred to as the "Cities", pursuant to Government Code Sections 55631 and following, MUTUALLY AGREE and PROMISE as follows: 2. Purpose. The purpose of this Agreement is to provide law enforcement and police services for the Cities and their residents. 3. County Provides Services. The County, through the County Sheriff, shall furnish labor, supervision, equipment, facilities and supplies necessary to provide the Cities with police services and shall exercise the powers afforded by law to city police chiefs (Government Code ®®41601 et seq.) including but not limited to the enforcement of state statutes and city ordinances, the provision of detective and juvenile services, traffic enforcement, business license enforcement, if any, and the supervision of Cities' crossing guards, if any, provided, however, the Cities shall provide all special supplies and equipment, such as radar equipment, stationery, notices and forms issued in the name of Cities. 4. Level, Standards, Direction and Control. The Cities shall establish the level of service; but the Sheriff shall establish and maintain standards of performance, discipline of officers, and shall have authority over all other matters incident to the performance of such services and the control of personnel so employed. 5. Cities Designate Official. The Cities shall designate one administrative official as their representative to coordinate with the Sheriff all activities provided pursuant to this Agreement. 6. Local Office. If the parties agree to the necessity of maintaining a law enforcement headquarters within either City which would not normally be provided by the Sheriff, the Cities shall furnish at their own cost and expense all necessary office space, furniture and furnishings, office supplies, janitor service, tele- phone, light, water and other utilities therefor. wo.filmea wi(fi 5-wam , 9 iU—Iui.. .a,u r.ua.ui..au,._ , ua_ix_ . u„yia , J —1— , phone, light, water and other utilities therefor. Miaofilrriea with 600A9 7. Employees' Status. Persons employed in the performance of services under this Agreement are County employees, and do not have and may not acquire any city pension, civil service, or other status or right which the Cities may confer upon their employees, except that for the purpose of giving official status in performing such services and functions, every such person shall be deemed to be an officer or employee of said Cities while so engaged. 8. Cities' Responsibility to Personnel. The Cities are responsible only to pay to County the amount provided in Section 11; and are not responsible for the direct payment of salaries, wages or other compensation to any County personnel performing services under this Agreement, nor for compensation or indemnity to any County employee for injury or sickness arising out of such employment. 9. Insurance and Liability. The County shall fully defend, hold harmless and indemnify the City, its officers, agents and employees against any and all claims, demands, damages and expenses arising out of the negligent or wrongful acts or omissions of County officers, agents and employees occurring in the performance of services under this agreement. 10. County Reports and Statistics. The County shall furnish to each City reports and statistics relating to the services provided hereunder, in such form as is approved by the Cities and the Sheriff. 11. Cities' Liability. The Cities shall be liable to the County for the total cost of performing all services covered by this Agreement. The City of Lafayette shall be liable for 558 of the actual cost of services, and the Town of Moraga shall be liable for 458 of said cost. Pavable costs shall include, but are not limited to, salaries of employees engaged in performing services hereunder, a proration of the cost of vacation and sick leave, the cost of supervision of employees, the costs of County Retirement contributions and worker's Compensation insurance premiums on salaries, plus a proration of all other direct expenses; but payable costs shall not include items of expense attributable to services or facilities normally provided or available to all cities within the County, as part of the County's obligation to enforce state law. -2- 00'760 'I 12. Cities' Payment. The Cities shall pay to the County, not later than thirty (30) days after the close of each quarter of the fiscal year, one-fourth of the estimated total cost of service as determined pursuant to Section 13, infra, in accordance with the percentages of their liability as specified in Section 11, supra. As soon as possible after the close of a contract year, the previously billed estimated charges will be adjusted to that year's actual costs and the Cities will be charged or credited for any difference. 13. Annual Notification of Level and Cost of Service. On or before January 1 of each year, the Cities shall notify the County by resolution as to the desired level of law enforcement services for the fiscal year beginning next July 1st. Thereafter, but no later than March 1, the County shall by resolution fix an estimated annual unit cost and estimated total annual cost for the services requested by the Cities for the ensuing fiscal year. These esti- mated costs shall be based on the County's computation of the then current annual unit costs for such services, adjusted for known or reasonably expected changes in cost factors for the next succeeding fiscal year. 14. Level of Service. The level of service to be provided to Cities by County shall be measured in terms of full time patrol deputies. In fiscal year 1977-78, County shall provide Cities with 1,960 hours duty time per patrol deputy in the agreed-upon level of service. Deputies who are absent from scheduled duty for reasons other than annual, scheduled vacation shall be replaced with other deputies. 15. -Changes During Contract Year. The Cities may request and the County may provide an increase in the level or scope of police protection services after the beginning of each fiscal year, if the County is able and willing to provide said increase. The cost of any such increased level of services shall be payable as provided in Section 11, supra. -3- Otlifil 16. Changes in Accounting Procedures. 1f County changes its accounting procedures, so that such accounting change alone results in an increase in the total annual cost to the Cities by ten percent or more, said change shall not become effective for the purposes of calculating costs under this Agreement until after expiration of eighteen (18) months from the date County gives notice to the Cities of such change. 17. Unsatisfactory Performance of Deputies. Whenever the designated administrative official of the Cities determines that a deputy sheriff assigned to the Cities hereunder is not properly fulfilling his responsibilities as a peace officer, he shall promptly notify the Sheriff, requesting appropriate corrective action. if, after sucn notification the deputy sheriff's performance continues to be unsatisfactory to the Cities, the administrative official shall, with the concurrence of the legislative bodies of both Cities, request that the deputy be relieved from assignment to the Cities. within thirty days after receiving such a request, if, after an appropriate investigation, it is determined that the Cities' com- plaints are well-founded, the Sheriff will replace said deputy sheriff. 18. Law Governing Agreement. This Agreement is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 19. original Agreement. The original copy of this Agreement and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 20. Notices. All notices provided for by this Agreement shall be in writing and may be delivered by deposit in the United States mail, postage prepaid, and shall be mailed to the other parties addresssed as follows: 1. County of Contra Costa: Sheriff's Department, Second Floor, 651 Pine Street, Martinez, California 94553. 2. City of Lafayette: 975 Oakland Street, Lafayette, California 94549. ~� 3. Town of Moraga: P. O. Box 185, Moraga, California 94556. -4- 00162 The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Term of Agreement. This Agreement shall commence at 12:01 a.m. on-the date in Section 1, and continue in force from year to year until terminated by any party giving written notice thereof to the other parties at least twelve (12) months before the termination date; provided, however, that if either the City of Lafayette or the Town of Moraga desire to enter into a separate agreement with County for police protection services, the notice •required shall be ninety (90) days. Such notice shall be given by either the City of Lafayette or the Town of Moraga to each of the parties to this Agreement. CON TY/ �+ Bajgess CITY�r'R�TTE B ! By I Chairman, Board of Super Mrs '0-A Position ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of Authorized by the City Council Board on May 9, 1977 eputy - FormAp r , John B. ,Clausen TOWN OF MORAGA n /� 4 °unselBy •' Deputy _ Position Mayor Authorized by the City Council on April 13, 1977 -5- 00763 In the Board of Supervisors of Contra Costa Counr, Sto#e of California AS EA OFFICIO THE BO OF SUPERVISORS OF THE CONTRA COSTA COUNTY STORM DRAINAGE, ZONE 10 June 28 ,19 77 in the Matter of Approving and Authorizing Payment for Property Acquisition. Project §8528-925-76 IT IS BY THE BOARD ORDERED that the following settlements, Temporary Construction Permits and Right of Way Contracts are ' approved and the Public Works Director is AUTHORIZED to execute said permits and contracts on behalf of the District: Contract Payee and Reference Grantor Date Escrow Number Amount Line A-4 Louis A. Dore, Jr. May 28, 1977 Grantors $150.00 S.D.D.Z. - 10 Barbara L. Dore Line A-4 Joseph E. Ward June 2, 1977 Grantors $100.00 S.D.D.Z. - 10 Susan D. Ward Line A-4 June E. Roberts S.D.D.Z. - 10 James P. Roberts .June 14, 1977 Grantors $100.00 Line A-4 Melvin A. Roenspie June 20, 1977 Western Title $5,675.00 S.D.D.Z. - 10 Louise Anna Roerspie Insurance Co. Escrow Number M-309650-2 Line A-4 Peter D. Brethauer June 18, 1977 Western Title $9,745.00 S.D,D.Z_ - 10 Judith M. Brethauer Insurance Co. Escrow Number M-309650-1 The County Auditor-Controller is AUTHORIZED to draw warrants in the amounts specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept said Easements from above- named Grantors for the Contra Costa County Storm Drainage District. PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors an the data aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division 50pervtson aflixed this„ 1Sfay of., June 1977 cc: County Auditor-Controller Flood Control J. R. OLSSON, Clerk BY %L/Zt,�Deputy Clerk Jean L. Miller 00164 H-24317firim In the Board of Supervisors of Contra Costa County, State of California June 28 1977 In the Matter of - Accepting Portion of Drainage Easement, Line A-3, Storm Drainage District 10, Danville Area, ' Project 18528-925-76 IT IS BY THE BOARD ORDERED that a portion of the Offer of Dedication for storm drainage water easements, which is shown and offered for dedication for public use on the map of Rancho Del Amigo Unit No. 3, filed April 13, 1954, in Book 53 of Maps at Page 43 and 44, which is more fully described as Drainage Easement lying within lots 50, 51, 52, 53, 54, and 55 is ACCEPTED. PASSED by the Board on June 28, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors affixed this 28ttday of_ .Tune 19 77 t J. A. OLSSON, Clerk By d. ��� �J Deputy Clerk Jean L. Miller 00 5) H-243/76 15. gy d. //L Deputy Clerk Jean L. Miller 00 1765 H-24 3I:6 lam l in the Board of Supervisors of Contra Costa County, State of California June 28 .19.7Z„ In the Matter of Authorizing Acceptance _ of Instruments IT IS BY THE BOARD ORDERED that the following instruments.are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE 1. CONSENT TO DEDICATE 6/15/77 CENTRAL CONTRA COSTA COUNTY SUB. MS 112-75 FOR DRAINAGE PURPOSES SANITARY DISTRICT 2. RELINQUISHMENT OF 5/17/77 WARREN J. SUSAN JR. et al SUB. MS 266-76 ABUTTERS RIGHTS . 3. GRANT DEED 5/17/77 WARREN J.-SUSAN JR. et al SUB. MS 266-76 6. CONSENT TO DEDICATE 6/2/77 CENTRAL.CONTRA COSTA COUNTY SUB. MS 260-76 SANITARY DISTRICT PASSED BY THE BOARD an June 28,•1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Originating Department: PW (LD) .Supervisors affixed this_2 day of Jure 19 77 cc: Recorder (Via P.W.) Public Works Director J. R. OLSSON, Clerk Director of Planning Deputy Clerk nn�ss H-24 3176 ISm { In the Board of Supervisors of Contra Costa County, State of California JonP 7R .T9 7Z In the Matter of _ Authorizing Acceptance of Instruments for - Recording Only IT IS BY THE BOARD ORDERED that the following Offers of Dedication are accepted for RECORDING ONLY. INSTRUMENT DATE GRANTOR REFERENCE 1. OFFER OF DEDICATION ' FOR HIGHWAY PURPOSES 5/17/77 WARREN J. SUSAN JR. et al SUB. MS 266-76 2. OFFER OF DEDICATION FOR DRAINAGE PURPOSES 6/3/77 EDWARD J. LANDIS SUB. MS 260-76 3. OFFER OF DEDICATION FOR ROADWAY PURPOSES 3/16/77 ELAINE A. GRAY, at al SUB. MS 198-76 PASSED BY THE BOARD on June 28, 1977. I 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 dote aforesaid. Originating Department. PW (LD) Witness my hand and the seal of the Board of cc: Recorder (Via P.W.) supervisors Public Worts Director affixed this_28—day of T-. 1977 Director of Planning J. R. OLSSON, Clerk - By 1G/f' Deputy Clerk Joan L Miller n0'7i)J H•24)(76 11. H-24 3176 15m 1 In the Board of Supervisors of Contra Costa County, State of California June 28 ,19 77 In the Matter of Approval.of Demolition Contract with R.T.K. Co. for$4,180.00 Center Avenue, Pacheco Area Project No. 3471-4342-663-76 IT IS BY=BMM CiMM that all the bAMings on the following listed County-owned properties are declared to be surplus and that the contract for d®olition of bu l.t;aeras an City-owned property along Center Avenue,Pacheco is akerded to K.T.K. Co. for the s1mm of$4,180.00, and the Public ifurks Director is A111>=to sign a Demolitan Contract on behalf of the County: 100 Flame Drive, Pacheco 100 Elder Drive, Pacheco 225 Center Avenue, Pacheco 223 Center Avenue, Pacheco 221 Center Avenue, Pacheco PASSED by the Board on June 28, 1977. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public linrks Department Supervisors Ictal property Division affixed this 2Sriday of J=p 19 77 cc: Public Works Dep rtne.,4- C.ontractor (via F/P) _ J. R. OLSSON, Clerk By c Deputy Clerk Jean L. Miller OV68 H-s4 3R6 Ism 1 r R IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Adoption ) of Proposed County Budget ) June 28, 1977 for Fiscal Year 1977-1978. )) Mr. Arthur G. Will, County Administrator, having submitted his budget message for fiscal year 1977-1978 to the Board this day and having suggested that the following actions be taken: 1. The proposed budget as recommended,.in-the amount of $$252,817,762, be adopted as the Proposed County Budget for Fiscal Year 1977-1978. If the Board desires to further consider and revise the proposed budget, such action should be completed as early as possible and in any event no later than July 20, 1977; 2. Determine that the proposed use of Federal Revenue Sharing entitlements as included in the budget mes- sage be allocated for county programs and services thereby decreasing property tax requirements, it being understood that requests submitted may be considered further at public hearings and final determinations made at that time; 3. Direct the County Auditor-Controller to publish the proposed budget so that it might be available to the public in accordance with statutory requirements; 4. Direct the County Clerk-Recorder to publish a notice informing taxpayers that the proposed budget and statements will be available to the public on August 5, 1977; 5. Fix August 16, 1977 at 1:30 p.m. as the time for commencement of public hearings on the proposed budget; and 6. Request the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) to thoroughly review the proposed budget and report its findings and recom- mendations to the Board on or before the aforesaid public hearing date; and Mr. Will having briefly summarized the proposed budget docu- ment; and Supervisgr Schroder having stated that the Finance Committee was of the opinion that the differential between the additional property taxes arising from the increase in the assessed valuation, and the annual increase in the Consumer Price Index (C.P.I.),of approximately 7� percent, should be returned to the taxpayers in the form of a reduction in the tax rate; and having requested a directive from the Board to that effect; and Supervisor Kenny having moved that the Board establish as a policy directive to the Finance Committee that modifications be made to the proposed budget so that the total property tax levy will not increase by more than 7} percent over the levy for the 1976-1977 fiscal year; and said motion having been seconded by Supervisor Schroder; and 00"769 Supervisor E. H. Hasseltine having requested that the motion be amended to provide that other taxing agencies in the county be notified of the Board's policy to restrict the property tax levy to a maximum increase of 7j percent as set forth herein, and Supervisor Schroder having suggested that the motion be further amended to direct that the County Legislative Delegation also be informed that this Board is imposing a limit on its property tax levy; and The motion, as amended, having been unanimously APPROVED; and Thereupon, Supervisor Hasseltine having moved that the proposed budget of $252,817,762 be ADOPTED, the actions recommended by the County Administrator be APPROVED, and that further requests for revenue sharing funds be CONSIDERED as a part of the budget process; and said motion having been seconded by Supervisor 2t. C. Fanden; The motion was unanimously APPROVED and IT IS SO ORDERED. PASSED by the Board on June 28, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 28th day of June, 1977. J. R. C SSON, Clerk Geraldine Russell, IT u�CfrT c.c. County Departiuents County Legislative Delegation Taxing Agencies in County County Administrator �IXlt Bo dof S.pary r5 County Aomm sJmt,on Budding � :11 D.1t-Karury Man—.Camo,na 94553 C.Fanaen (4151372-4DW County 2.De21 Ann.G.W(tl a~1.Schroder tounry AdmmKValw 3.0"t-1 Wurtn N.8o99en 4m Dinrict EAC K H.Wbat S[M1 trKt June 28, 1977 RECEIVED The Honorable Hoard of Supervisors ` til.2�iQIJ County of Contra Costa �.a Dypt1 County Administration Building os:Sua�EvL02S Martinez, CA 94553 COSTA c_ - Dear Board Members: Re: Recommended 1977-1978 Proposed Budget All budget requests received from departments have been reviewed by my office in accordance with County Ordinance Code requirements. This budget document is presented in a somewhat different format than previously used in order to better organize and furnish information which will assist your Board in the difficult task of reviewing and evaluating budget requests. For the first time, a section is included on capital projects which provides an overview of the County's total needs for capital plant for the next five years. Further modifications in the budget process will be completed during next year as the new finance system becomes operational and we move into a program budget format. Presented herein are recommendations an the proposed budget for your review and consideration. The budget highlights include: *The budget requests in the total amount of $282,346,174 have been reduced-- following the general guideline established by your Board--to $252,817,762, which is a $33,517,762 increase over fiscal year 1976-1977. eThe estimated revenue from sources other than property taxes are $153,653,389 an increase of $18,871,215. *The beginning balance is estimated to increase to $11.0 million to reflect additional Federal Revenue Sharing entitlements received in fiscal year 1976-1977. *The revenue gap of $11,429,399 must be made up by increased property taxes or reductions in budget appropriations, or combination thereof. This may be reduced by the amount of U_ S. Public Works Employment Act funds ($4.0 million) allocated to funded capital projects. Also, the additional requirement may be reduced by.pending legislation which may provide significant direct financial relief; namely, Medi-Cal County Costs and Services (SB 660), Juvenile Program Cost Reimbursement-AS 3121 (AB 90), State Funding of General Assistance (SB 382), and Property Tax Relief and Reform (AB 999 -ACA 14, SH 12 - SCA 6, SH 154). The proposed budget can be financed with no tax rate increase, subject to the following assumptions: 00771 Board of Sunervisors 3_ June 28, 1977 In the absence of the above, serious consideration should be given to expanding the present approach of providing property tax relief by compensating.the County for the loss of property taxes through certain credits in valuation and through direct payment to older citizens. Major Budget Factors The major factors which force the budget to new record totals are explained below. In reviewing Table I, which summarizes appropriations for all budget units, you will note that most budgets show an increase to some degree. A concentrated effort was made to restrict such increases to no more than the percentage increase in the C.P.I:-6.5 percent in accordance with the recent order of your Board. Operating budgets—excluding units such as capital projects, welfare categorical aid programs, California Medical Assistance Liability, special projects and grants, etc.—were held to a 3.7 percent increase, or approximately $5.1 million_ The.additional increase of about $28.4 million provides for the other areas included in the budget not of an operational character as indicated above and for salary and employee benefit increases which may be authorized. Some explanation is furnished in the narrative material provided on each budget unit as to specific reasons for fiscal requirements in excess of the guideline. The great bulk of the increases result fro=changes mandated by law or court order, full costs of certain legislative actions previously adopted which now must be financed for a full year, anticipated wage and fringe benefit increases, the influence of certain major cost items which exceeed the C.P.I. average (utilities, petroleum, medical items, rents, etc.), and new programs financed largely by other sources— such as Manpower programs. State of the Economy The economic climate within our County which approximates conditions within our nation has a considerable impact upon the budget. There is little which can be accomplished directly by local government to influence these economic factors. The reverse is generally the case whereby local government must respond to these external forces which are so important to the County's fiscal requirements. Inflation continues to propel the cost of labor, materials and equipment ucward. Government, which provides a service, is by its very nature and Purpose a very labor intensive organization. With a payroll of approxi- mately $100.0 million annually, increases in labor and employee benefit costs are very significant. Other major areas which are very sensitive to inflationary cost increases are in the welfare Programs where subsistence Programs are raised by the State to offset living cost rises, institutional care of children and the scaring cost of medical and mental health care. nn�73 Board of Supervisors S. June 28, 1977 The following Chart (Figure 1) graphically portrays changes to the County work force over the last five years. Total authorized permanent positions are proposed at virtually the same level as allowed for the current fiscal year and are 69 positions less than the fiscal year 1975-1976 allowance. The reduction is mainly attributable,to fewer County staff assigned to the Public Assistance function due to decreased State and Federal government appropriations available to support previously established service levels. In addition, permanent positions which become vacant continue to be subject to critical review. The budget process, culminating in public discussion and Board decision- making, has established a trend toward limited or no growth in the number of county employees. It should be noted, however, that the Public Protection function will require higher staff allocations to keep.pace with the burgeoning law enforcement detention and court related workload. Appropri- ate staffing to perform these essential public services are an obstacle to the overall effort to restrict position increases. The cost of providing public services, as contrasted with the need to maintain adequate service levels, is a sensitive programmatic area for Board consideration. The reminded budget includes appropriations to cover estimated costs of increased salaries and employee benefits, matters which are currently under negotiation with employee organizations. The negotiation process—a difficult annual procedure--is further complicated this year by the substantial additional financial requirements necessary to fund the employee retirement system in accordance with actuarial advice. In addition, it is forecast that the County contribution to finance currently authorized health plans will increase significantly; in the case of the Blue Cross Plan rates may go up as much as 25 percent. The Workers' Compensation Program which will be on a self-insured basis, effective.July 1, 1977, has been increased slightlyto develop adequate reserves to cover estimated incurred losses, but is less than if covered on an insured basis. Unemployment insurance for County employees, effective January 1,.1978, is required by virtue of Federal legislation. This Federal requirement is a glaring e— le of actions taken which have a significant effect upon County budget requirements with no control afforded local officials. The Federal legislative act mandating local government to establish the unemploy- ment insurance program is under litigation on constitutional grounds. No provision is made in the proposed budget for unemployment insurance pending clarification of the legality of the Act and adoption of legislation necessary to implement the program. - nr►r1�� County Administrator CoJ ntra o cliupe,vi5o,5 WJICL am.f V.Kmnr Courcy AdmBvaa+ne Marunm.Cs;�A�nmroA'10 nu 94553 K.nry C.F.hE (415)3724050 County Co 2m 0-11 Arthw G.WIN vvu��Ly q�p„f 1.Scnr— Coun1,A4m— 3,G D. c1 Wm.n hL Now- 4th oln,Kf Ed It H...IO 51n 161f June 28, 1977 RECEIVED The Honorable Board of Supervisors L!fd�281GrT County of Contra Costa z wsoe+ County Administration BuildingNo OCWTA 5oas Martinez, CA 94553 C051��Q. Dear Board Members: Re: Recommended 1977-1978 Proposed Budget All budget requests received from departments have been reviewed by my office in accordance with County Ordinance Code requirements. This budget document is presented in a somewhat different format than previously used in order to better organize and furnish information which will assist your Board in the difficult task of reviewing and evaluating budget requests. For the first time, a section is included on capital projects which provides an overview of the county's total needs for capital plant for the next five years. Further modifications in the budget process will be completed during next year as the new finance system becomes operational and we move into a program budget format. Presented herein are recommendations on the proposed budget for your review and consideration. The budget highlights include: *The budget requests in the total amount of $282,346,174 have been reduced— following the general guideline established by your Board--to $252,817,762, which is a $33,517,762 increase over fiscal year 1976-1977. *The estimated revenue from sources other than property taxes are $153,653,389 an increase of $18,871,215. *The beginning balance is estimated to increase to $11.0 million to reflect additional Federal Revenue Sharing entitlements received in fiscal year 1976-1977.. *The revenue gap of $11,429.399 must be made up by increased property taxes or reductions in budget appropriations, or combination thereof. This may be reduced by the amount of O. S. Public works Employment Act funds ($4.0 million) allocated to funded capital projects. Also, the additional requirement may he reduced by.pending legislation which may provide significant direct financial relief; namely, Medi-cal County Costs and Services (SB 660), Juvenile Program Cost Reimbursement-AS 3121 (AB 90), State Funding of General Assistance (SB 382), and Property Tax Relief and Reform (AB 999-ACA 14, SB 12 -SCA 6, SB 154). The proposed budget can be financed with no tax rate increase, subject to the following assumptions: f�i1 i 71 Board of Supervisors 2. June 28, 1977 1. The available cash balance to finance budget requirements for fiscal year 1977-1978 will remain I at about the same level as for -the prior fiscal year- $7.8 million plus an increase of about $3.2 million of Federal Revenue Sharing funds received. 2. Your Board will determine to substantially utilize Federal Revenue Sharing funds to finance existing County budget requirements, thereby reducing property tax requirements and affording property tax relief. 3. Your Board will not increase budget appropriations by any large scale approval of unfunded policy items or add significantly to the budget to meet requests for funds. 4. The allocation under Round 2 of the Public Works Employment Act, Title I, will be approved and provide some relief for financing those capital projects included in the proposed budget. S. Revenue projections for Federal and State assistance are not curtailed by legislative or administrative acts. 6. The assessed value of property will increase at a rate of about 14 percent, or more. It is recognized that most property owners have experienced an increase in assessed value and with the same tax rate will be paying more property taxes_ Under our current structure of government, the County as an agency of the State is required to carry out most of its programs and services and has limited discretion in many areas. As a result, the County must depend upon the largess of the State and Federal governments. Any substantial property tax relief must depend upon these higher levels of government assuming their full fiscal obligation for financing programs mandated upon the County and in doing so annually increase their share to meet the cost of inflation. Failure to do so results in a shift to property taxation--to their benefit and credit-- and is a contradicrion of their avowed concern with the level of property taxes and their consequences. Failure of the above approach leaves several alternatives available toward meeting the objectives of meaningful property tax relief. If the State and Federal governments do not wish to participate responsibly in financing needed programs, then they should he prepared either to assume the function entirely or to abandon mandating the program. The latter approach cannot in all good conscience be recommended in view of the needs of contemporary society and past policy positions of the Board of Super- visors. 00772 I Board of Suoervisors 3- June 28, 1577 In the absence of the above, serious consideration should be given to expanding the present approach of providing property tax relief by compensating the county for the loss of property taxes through certain credits in valuationand through direct payment to older citizens_ Major Budget Factors The major factors which force the budget to new record totals are explained below. In reviewing Table I, which summarizes appropriations for all budget units, you will note that most budgets show an increase to some degree- A concentrated effort was made to restrict such increases to no more than the percentage increase in the C.P.i_-6.5 percent in accordance with the recent order of your Board. Operating budgets—excluding units such as capital projects, welfare categorical aid programs, California Medical Assistance Liability, special projects and grants, etc--were held to a 3.7 percent increase, or approximately $5.1 million. The additional increase of about $28.4 million provides for the other areas included in the budget not of an operational character as indicated above and for salary and employee benefit increases which may be authorized. Some explanation is furnished in the narrative material provided on each budget unit as to specific reasons for fiscal requirements in excess of the guideline. The great bulk of the increases result from changes m=dated by law or court order, full costs of certain legislative actions previously adopted which now must be financed for a full year, anticipated wage and fringe benefit increases, the influence of certain major cost items which exceeed the C.P.I. average (utilities, petroleum, medical items, rents, etc.), and new programs financed largely by other sources— such as Manpower Programs. _ State of the Economy The economic climate within our County which approximates conditions within our nation has a considerable impact upon the budget_ There is little which can be accomplished directly by local government to influence these economic factors. The reverse is generally the case whereby local government must respond to these external forces which are so important to the County's fiscal requirements_ Inflation continues to propel the cost of labor, materials and equipment gcward. Covernment, which provides a service, is by its very nature and purpose a very labor intensive organization. With a payroll of approxi- mately $100.0 million annually, increases in labor and employee benefit costs are very significant. other major areas which are very sensitive to inflationary cost increases are in the welfare programs where subsistence programs are raised by the State to offset living cost rises, institutional care of children and the soaring cost of medical and mental health care. nn x'73 Board of Supervisors 4. June 28, 1977...__ Inasmuch as inflation places a damper upon economic recovery, it also has the effect of continuing unemployment at unacceptable levels. This high unemployment rate influences the number of cases which will be cared for under a welfare program and the crime rate. The cost of our law and justice system, which is borne largely by the taxpayer, continues to soar. In response to the serious unemployment problem, the Pedeial government has initiated certain programs—manpower (57,922,340)—which increase budgetary requirements. Personnel Costs +511.3 M Stringent control measures have been in effect to restrict growth in permanent staff. You will observe that Table III lists only 40 proposed new positions for fiscal year 1977-1978 or an increase of less than 1 percent of the labor force. Of this total new complement, 32 positions are proposed for law and justice assignments. -Figure I which follows indicates that with these proposed additional positions, the total County work force remains at about the same level (5,896) as for the December 31, 1976 level. This reflects a number of positions which have been cancelled in the interim. During the current fiscal year yourPeoard approved personnel transactions which resulted in a net decrease of 37 authorized positions. The Public Employment Programs total authorized project positions, which are largely funded under the Federal Comprehensive Employment and Training Act (CETA), are Currently 102 fewer than the number of positions authorized effective July 1, 1976. Employment in this Federal program is directly proportion- ate to the Federal allocation of CETA funds. Authorized positions to the. County Health Department have been decreased by 13 in line with termination of certain special grant projects. These reductions were offset by a net increase during fiscal year 1976-1977 in County Medical Services authorized positions of 73. most of these additional positions were established by the Hoard to replace Professional services previously provided by physicians, dentists and other medical professionals under tercets of contracts with the County. The additional County Medical Services positions also replace temporary salaries and implement the on-going personnel audit to improve personnel administra- tion, staff accountability and to recognize prescribed staffing standards for a general acute care hospital. The additional permanent personnel :csts are largely offset by reductions in Temporary Salaries and Professional and Personal Services appropriations. Although the net cost on an annualized basis may approach $1.2 million upon completion of this long-temm project, the be:efits which will inure merit continuation of the program. Informa- tion on this personnel audit has previously been furnished to your Board. 007 74 x �. Board of Supervisors 5. June 28, 1977 The following Chart (Figure 1) graphically portrays changes to the County work force over the last five years. Total authorized permanent positions are proposed at virtually the same level as allowed for the current fiscal year and am 69 positions less than the fiscal year 1975-1976 allowance. The reduction is mainly.attributable,to fewer County staff assigned tothe Public Assistance function due to decreased State and Federal government appropriations available to support previously established service levels. In addition, permanent positions which become vacant continue to'be subject to critical review. The budget process, culminating in public discussion and Board decision- making, has established a trend toward limited or no growth in the number of County employees. It should be noted, however, that the Public Protection function will require higher staff allocations to keep pace with the burgeoning law enforcement detention and court-related workload. Appropri- ate staffing to perform these essential public services are an obstacle to the overall effort to restrict position increases. The cost of providing public services, as contrasted with the need to maintain adequate service levels, is a sensitive programmatic area for Board consideration. The recommended budget includes appropriations to cover estimated costs of increased salaries and employee benefits, matters which are currently under negotiation with employee organizations_ The negotiation process--a difficult annual procedure--is further complicated this year by the substantial additional financial requirements necessary to fund the employee retirement system in accordance with actuarial advice. In addition, it is forecast that the County contribution to finance currently authorized health plans will increase significantly; in the case of the Blue Cross Plan rates may go up as much as 25 percent. The Workers' Compensation Program which will be on a self-insured basis, effective July 1, 1977, has been increased slightly to develop adequate reserves to cover estimated incurred losses, but is less than if covered on an insured basis. Unemployment insurance for County employees, effective January 1, 1978, is required by virtue of Federal legislation. This Federal requirement is a glaring example of actions taken which have a significant effect upon County budget requirements with no control afforded local officials. The Federal legislative act mandating local government to establish the unemploy- ment insurance program is under litigation on constitutional grounds. No provision is made in the proposed budget for unemployment insurance pending clarification of the legality of the Act and adoption of legislation necessary to implement the program. 00775 AUTHORIZED PERMANENT FULL-TIME POSITIONS (INCLUDING EXEMPT) 2.ODO I 1750 ...........•.... 1,692 1,554 � PuWic Assistance 1500 Ppb\s� t 1,296 1250 Health&Sanitation _ •� O � ) 1 p 1.000 Q m x 750 I i Gere21 86 ............. 572 572 SOq PuNicWaHcs 25O Education .............. 196 0 1973-1974 1974-75 1975-76 19 1977-78Wng��1 Total r qg 5569 59M 5�6 Positia A(lri+'f YEARS FIGURE 1 MUM Board of Supervisors 6. June 28, 1977 State Property Tax +$2.9 M The County is legally required to makepayment.to the State.of California.as financial participation in the Medi-Cal and the Supplemental State..Aid for. the Aged, Blind and Disabled.programs.;-The extent.of the County's Liability is determined by the relationship of the total assessed valuation, as modified by the State determined Collier Factor, to the base year valuation and liability. As a result, the County's financial liability .. increases in proportion to the growth in the modified assessed valuation.. This may result in the percentage increase in liability actually exceeding the percentage growth in valuation for the year. Lt is estimated that the total County liability to the State for these programswill be about- $17,467,000, which.is equivalent to a property tax rate of about$0.50.. . The required increase of$2,928,000 is included in the proposed budget. It is incongruous that the County's liability to the State reflects inflationary factors but that the State does not recognize the cost of inflation in its financial participation in "partnership" programs. This lack of consistency is further aggravated by the State not compensating. Counties for the full cost of medical services provided Medi.-Cal patients. This additional obligation could be reduced by approval of S8 660, a:tax. reform measure currently before the State Legislature. Capital Projects -+$3.5 M The budget provides for$4.275 million for various capital facilities as described in the Capital Projects section. The substantial increase - results from action taken in the final deliberations on the fiscal_year 1976-1977 budget whereby appropriations were stripped out of the proposed budget in contemplation that financing could subsequently be restored from Federal Revenue Sharing entitlements if the Act was extended. These deletions have not been restored. Active building projects have been identified for proposed financing over the next five years which require a total of about$20.3 million. The Round 11 Public Works Employment Act allocation to the County will be of some assistance in this area. Your Board at its meeting on June 21, 1977 allocated approximately $1.1 million to local public agencies, leaving a balance of about$3.0 million for County projects. The proposed budget included funds for two projects (Civic Center Improvements- $250,000 and Public Works Building- $400,000).which will be financed by this additional Federal money which is not included in the budget. nn�;^7 n[r%hsaUr3f T y Board of Supervisors 7.. June 28, 1977 Welfare - +$7.3_M In response to funding limitations imposed by the State for allocating Federal and State funds.for services and administration, the County has continued efforts to restrict expenditures to avoid any additional property tax burden. Major components of the Public Assistance function increases are summarized below- *Categorical Aids-The recommended appropriation of $56,311,270 reflects an increase of $7,168,780 compared to the fiscal year 1976-1977 appropriation. This increase results primarily from cost of living grant increases required by the Federal and State govern- ments with some slight increase in caseloads. The major portion of this increase in the amount of $5,080,860 is included in the Aid to Families with Dependent Children program. *Social Service and Administration-The recommended appropriation for Social Service and Administration of$30,254,060 reflects an increase of $180,340 compared to the appropriation for fiscal year 1976-1977. This increase is primarily due to expenditure increases in miscellaneous projects, which are offset by additional Federal and State project revenues. Inasmuch as public assistance programs are largely financed by Federal and State funds, the net additional County cost is estimated at$2.551 million. Federal Manpower Programs +$3.6 M Under Federal legislation known as the Comprehensive Employment and Training Act (CEPA), the County receives funds for providing jobs and job training for unemployed and underemployed persons. In view of the continued high level of unemployment, Congress recently acted to significantly expand this program. As a result, the 1977-1978 budget for these programs reflects an increase of$3,599,800, to a total expenditure of$8,047,520. This program is largely financed by Federal funds. County Medical Services +$2.9'M The increases recommended for County Medical Services reflects the steep price escalations which are occurring in the health care field. The proposed additional amount of $2,932,838 is about 10 percent over the current year expenditure level. This increase, although significant, is less than the 15 to 20 percent annual increase in health care costs, particularly hospital costs, being experienced nationally. 00,778 SOCIAL SERVICES CASE LOAD 40.000 33,078 .30.463 29,955 30,000 28,746 26,638 Adult Adult Aids Aids 9,355 Adult Adult 9,142 Aids Aids 16,446 Adult 9,495 Aids 8,525 20,000 ... :'Family ; Family Other Other Aids Family Aids :.:.:21,108 Family Other : 20,814 { Other Aids :19 Family Aids ,251 Other X 18,113 Aids 16,632 10,000 0 73.74 74-75 75-76 76-77 77.78 Actual Actual Actual Actual& Budget Estimated Estimate 00,779 FIGURE 2 Board of Supervisors 8. June 28, 1977 The total recommended budget of $32,318,880 for County Medical Services provides for inpatient and outpatient care, mental health, drug abuse and alcoholic prevention and rehabilitation services. A $62,900 increase is recommended for treatment of County mental health patients in the State Hospital system. Housing and Community Development +$.a M Under provisions of the Federal Housing and Community Act of 1974, the County will receive an estimated $1,403,700 during fiscal year 1977-1978, an increase of approximately.$800,000: These Federal funds are to he used for various projects to up-grade substandard housing in certain target areas. Public Protection— - +$2.6 M The many programs included under this category—largely in law and justice activities—have traditionally been a local government financial responsi- bility. Continued lawlessness, greater public reliance upon the courts to solve disputes,.increasingly.complex and lengthy criminal proceedings, and expanded use ofcourts to protect the rights of all individuals are all factors which influence total budget requirements of $46.1 million. The'. proposed increase of $2.6 million, however, is only about 6percent higher than the fiscal year 1976-1977 allowance. - Insurance +$.7 M The County in fiscal year 1977-1978 will completely self-insure exposures for public liability and workers' compensation.risks.. The recommended budget of $3,740,000 provides for covering estimated incurred losses--both paid and reserved--during the fiscal period which barring unforeseen circumstances should result in somereserve build-up to cover large losses which may arise. Although the increase of,$730,000 is substantial,. purchase of policies in the very limited public entity insurance market (based upon the very few proposals the County was able to obtain) would cost considerably more and still leave large retention of:risk with the County. Reserves +$9.2 M The significant increase in reserves is recommended to cover unknown salary and employee benefit increases previously discussed and the many uncertainties in both expenditure and revenue areas, many of:which are beyond the control of County officials. ...._ nn... nn Board of supervisors 9. June 28, 1977 Summary of Functions Requirements'- As a result of the aforementioned major factors plus a number of smaller increases which in total became significant, the recommended Proposed Budget for fiscal year 1977-1978 of$252,817,762 is up$33,517,762, an increase of 15.3 percent. The following summary lists appropriations by major functional areas and their changes from the prior year budget allowance: Budget Est. Exp. Requested Proposed Increase 1976-1977 1975-19711 Budget Budget Decrease General and Administrative $18,620,206 $18,480,582 $22,441,760 $19,345,388 $725,182 Plant Acquisition 783,731 3,457,990 19,577,560 4,275,750 3,492,019 Public Protection 43,469,769 43,261,255 49,562,990 46,053,739 2,583,970 Health and Sanitation 38,417,497 37,991,030 44,602,975 41,309,095 2,891,598 Public Assistance 94,877,825 94,347,452 111,790,600 108,882,420 14,004,590 Education and Recreation 5,382,285 5,411,296 6,159,060 5,883,797 501,512 Public Works 14,699,593 11,940,454 15,946,619 14,802,963 .103,370 Debt Service 423,840 423,840 414,610 414,610 -9,230 Reserves 2,625,254 1,250,000 11,850,000 11,850,000 9,224,746 Total $219,300,000 $216,563,899. $282,346,174 $252,817,762 $33,517,762 The individual budget units included in each of these functional categories is shown in Table I which follows. A discussion of each budget unit is included in the body of this document. Revenue Resources - The proposed County budget requirement of$252,817,762 is largely_financed.:by revenue sources other than property taxes projected at $153,6S3,389, an increase of $18,871,215, or 14 percent. (1(1181 Y - Board of Supervisors 10. June 28, 1977 Hajor sources of revenue changes are explained below: Sales Taxes +$-9,14 An improvement in the economic climate has tended to increase consumer confidence which has resulted in greater retail sales. As a consequence, it is anticipated that County sales tax receipts will increase $950,000 to a total of $4,900,000. Realty Transfer Tax +$.4 M The substantial increase in real estate activity has given rise to estimated additional receipts of $443,500 to a total of $1,446,500. Construction Permits +$.7-M There has been considerable residential construction activity in the County's unincorporated area which has increased permit fees by $710,000 to a total of $1,750,000. Gasoline Tax (Highway users) +$.4 M " The motoring public has resumed consumption of gasoline at a record level, thereby increasing County receipts by $411,343 to a total of $5,946,343. Federal and State Aid for Public Assistance Programs +$4.8 M As a result of increasing County expenditures for categorical aids and social service programs. additional revenues of $4,798,057 will be forth- coming under various funding formulae. Medical and Mental Health Fees and Subsidies +$.6 M Although costs have continued to increase, the State has imposed payment limitations on Medi-Cal services, which has restricted revenue increases so that they are not commensurate with expenditure increases. Federal and state Aid for Construction +$,8 M Public Works Department road construction projects—primarily the Peyton overpass project on Waterfront Road for which the County will receive grants totaling $1,151,000—have resulted in a net increase of $761,175. 00 782 Board of supervisors 11. June,28, 1977 Federal Revenue Sharing +S6.8 M All estimated entitlements available to the County under the extended act are budgeted. In accordance with the discussion of this revenue source in the text of this document, the proposed use of this revenue source must be determined. The effect of including this revenue in the budget is to reduce estimated property tax requirements. Federal Antirecession Fiscal Assistance +$3.1 M This revenue sharing program which was initiated in October of 1976 has been extended with increased funding for five quarters through september, 1978. Although the County has not been advised as to the amount of assistance which will be received, it is preliminarily estimated that $3.1 million may be made available. Federal Manpower (ChTA) Programs +$3-5 M:: There has been increased financial assistance provided to local agencies as a component of programs designed to provide some relief to the chronic unemployment situation. As a result, the County will receive additional , revenue of $3,475,980 to apply to an increased Manpower expenditure program- Federal Aid for Housing and Community Development +5.8'N'� Federal funds are provided to completely finance the program to up-grade substandard housing. Public Storks Services Sold +$1.9 M. . This revenue scurce represents billings for the total cost of services performed. The amount to be received will very considerably from year to year depending upon specific requests;for services from other public, agencies. nn783 j; Board of Supervisors 12. June 28, 1977 The following schedule shows in summary form the changes'in revenue sources, other than property taxes, by major category as compared to fiscal year 1976-1977: Allowed Proposed Percent Source 1976-1977 1977-1978 Difference Change Taxes Other Than Current Property $5,230,333 $.,,713,000 $1,482,667 28.4 Licenses and Permits 1,745,261 2,509,500 764,239 43.8 Fines, Forfeits and Penalties 1,639,000 1,646,000 7,000 Use of Money and Property 3,314,000 3,097,500 -216,500 -6.5 Aid from Other Governmental Agencies 96,512,319 113,601,039 .17,088,720 17.7 Charges for Current Services 25,600,261 25,456,950 -143,311 Other Revenue 741,000 629,400 -111,600 -15.1 Total $134,782,174 $153,653,389 $18,871,215 14.0 The revenue increases granted to the County by the Federal government through revenue sharing and for financing specific projects has been of great assistance in providing fiscal stability and restricting tax rate increases under current service levels. The failure of State government, however, to maintain its fair share of the financial responsibility for partnership programs creates a financial hardship. The state policy of refusing to accept inflationary cost increases in allocating funds continues to create problems. Assessed Valuation Taxable real and personal property must be appraised by the County Assessor at 25 percent of the market value. The rolls are not delivered by the County Assessor until early in July and the State assessed valuations early in August. It is assumed that total property valuations will increase in the range of 14 percent to reflect new construction values and continually rising market prices. The attached graph (Figure III) indicates the trend of the total tax base (secured, unsecured and utility rolls less local exemptions) for the last five-year period (ending with fiscal year 1976-1977) as compiled by the County Assessor. Several factors are worthy of mention as they have an important influence in the distribution of the property tax burden. The first is the rapid rise in the assessed value of residential properties which reflect soaring home values; residential property values now account for 55 percent of the total tax base contribution. On the other hand, the value of industrial properties has continued to slowly decline in a percentage sense over the five-year period to where it now stands at 31 percent. This trend indicates that the homeowner is carrying an increasingly larger share of the property tax burden and reflects the inability of major new industries to locate in our County and that the value of our industrial base has not increased proportion- ately with inflation due to age, obsolescence and other factors. The importance of maintaining a healthy industrial climate from a property tax point of view must be a matter of continuing attention by your Board in order to reverse the current transfer of tax burden to residential property. 00784 n7 p4 I TAX BASE ASSESSED VALUATION S 3,500 3,106 3.100 _ 2,610 2,500 2.483 2.202 2.000 1.977ili Q 1.500 �i •ja� .,� 1,000 500- 0 1972.73 1973-74 1974-75 1975.76 197677 ® COMMERCIAL YEAR ^ ^!*� INDUSTRIAL AGRICULTURAL illl/lJ� RESIDENTIAL FIGURE Board of Supervisors 13. June 28, 1977 SUMMARY The recommended proposed budget requirement of $252,817,762 is financed by estimated funds available of about $11,000,000, revenue sources other than property taxes projected at $153,653,389 and property taxes of about $88,164,373. A comparison of sources of financing the budget with fiscal year 1976-1977 is shown below: Available Revenue Other Property Total Fiscal Year Balance Than Property Taxes Taxes Budget 1977-1978 $11,000,000 $153,653,389 $88,164,373 $252,817,762 4.3% 60.8% 34.9% 100.0% 1976-1977 7,782,852 134,782,174 76,734,974 219,300,000 3.5% 61.5% 35.0% 100.0% As can be seen, the percentage of the total budget financed by property taxes remains at about the same level. In line with Board policy direction, the Proposed Budget has been developed on the basis of existing public service levels. Proposals to initiate new programs and to expand levels of service have been identified for policy decisions. At this time, property tax requirements and tax rates cannot be estimated with any degree of precision as significant factors necessary for making these calculations, such as available fund balances, proposed State legislation, assessed valuations and outcome of wage negotiations, are uncertain. However, as previously indicated, based upon certain assumptions the proposed budget may be financed with no tax rate increase. The Board of Supervisors is very much concerned abo4t the level of property taxes and has attempted to provide leadership to other taxing agencies by restricting property taxes as much as possible. In recognition of substantial increases in valuation, the Board has reduced the basic County-wide tax rate from $3.026 in fiscal year 1971-1972 to $2.571 for the 1976-1977 fiscal year. Review of the Proposed Budget The combination of all of the above-mentioned factors having an impact on next year's budget makes the review process by your Board and the public one of the most significant in recent years. Serious consideration will have to be given to review of current levels of service provided by county departments as compared to the mandates placed upon the Board of Supervisors by the State and Federal governments, as well as community expectations. Increases in operational requirements being projected here did not occur just this year; rather, they result from long-term trends which must be understood and dealt with through searching, indepth analysis. t l/1 05 �.�rewrar i MON Board of Supervisors 14. June 28, 1977 AECOMENDATION It is recommended that the Board of Supervisors take the following actions- 1. Approve the Proposed Budget of$252,817,762 for the 1977-1978 - fiscal year. 2. Determine the proposed use of the Federal Revenue Sharing entitlements. 3. Direct the County Auditor-Controller to publish the Proposed Budget so that it may be available for public review and consideration. 4. Direct the County Clezk-Recorder to publish a notice that the printed Proposed Budget will be available to the public on August S. 1977. 5. Fix August 16, 1977 as the date for commencement of public hearings on the Proposed Budget. Ample opportunity is afforded to analyze budget proposals, obtain additional information az desired, meet and discuss with department heads budget proposals and policy matters, and to conduct public hearings as required by law prior to adoption of the Final Budget on or before August 30, 1977 rt'e.lt.� WILL. County rami..;<trator AGW/aa 00'78"7 a. NATTERS REQUIRING POLICY DECISIONS.: By BOARD OF SUPERVISORS Summarized below are those matters which have been specifically identified for policy determination by the Board of Supervisors. - - Budget Unit and Item Amount county Administrator (Pages 4 and 5) -No. 1 Capital Projects Section + '- - - $14,879 No. 2 Program Evaluation Section 40,925 Civil Service Commission (Page 12) Intensify Affirmative Action Program - -- - `42,642 Office of Emergency Services (Pages 17 and 18) No. 1 Outdoor Disaster Warning System 13,560 No. 2 Portable Communications Center Project - 19,500 Central Service (Page 67) Purchase of Tandem Press 17,100* County Counsel (Pages 77 and 78) No. 1 Increase Legal Services to Sheriff-Coroner and - - County Medical Services - - 14,358 No. 2 Increase Legal Services to School Districts 38,866 superior Court (Page 80) - Establish New (13th) Judgeship 49,378• County Clerk (Page 97) - Add Evidence Custodian Position - 12,843 District Attorney (Page 110) - No. 1 Narcotics Strike Force - No. 2 Conflict of Interest Prosecution - 37,000 Public Defender (Page 122) Establish the Public Defender Program Liaison Worker Project Under County Funding - 21,300 Sheriff (Pages 126, 127, 128, 129, and 130) No. 1 Intensify Patrol Coverage - 226,000. No. 2 Establish Parking Enforcement Program 14,000 No. 3 Maintain and Intensify Off-road Motorcycle Patrol- - - -27,900 No. 4 Continue Fingerprint Retrieval Project - 13,900 *Funded 00nn pp ~1078 b. Budget Unit and Item Amount r%�nsex+sral� MMMMMMEmmi b. Budget Unit and Item Amount Sheriff (continued) No. 5 Continue Drug and Narcotics Analysis Program $14,000 No. 6 Intensify.Burglary Prevention Program.,.: 14,000 No. 7 Intensify Narcotics Investigation Efforts. _. 14,000 No. B Establish Cadet Program 9,100 County Jail (Page 136) No. 1 Intensify Security Staffing at Hain Jail. 55,820* No. 2 Intensify Sergeant Staffing at Rehabilitation.Center _, :16,100 Probation Department (Pages 148, 149 and 150) No. 1 Continuation of Adult Drug Abuse Prevention and Treatment Program (ADAPT) 98,580 No. 2 Continuation of Eastern Contra Costa County Juvenile - Intervention Program . .40,820 No. 3 Probation Volunteer Administrator ::.21,230 No. 4 Augment Board and Care Budget 65,000 Juvenile Hall (Page 158) _ Gymnasium Recreation Program 91500 Juvenile Offender Placements (Page 160) Discontinue Use of Central County Private Day Care Facility- -73,000 Week-End Training Academy (Page 172) Expand Week-end Training Program 9,530 Department of Agriculture (Pages 174 and 175) No. 1 Increase Level of Service 38,450 No. 2 Initiate Artichoke Thistle Eradication:Program 52,400 Animal Control (Pages 179 and 180) No. 1 Public Affairs Program 23,200 No. 2 Door-to-Door License Program No. 3 Increased Level of Services (Field Coverage) 36,800 No. 4 Extend Impound Time 57,000 Human Resources Agency (Pages 191, 192, and 193) .. No. 1 Human Resources Directory 37,000 No. 2 Combined Laboratory Service 73,000 No. 3 Child Abuse Coordinator .. .-:42,640 Conciliation Services (Pages 228 and 229) ._,r. ... Continue Conciliation Services 114,380- -Funded 00'789 C. Budget Unit and Item Amount Special Contracts (Pages 233 and 234) - No. 1 Contra Costa County Association for Mentally Retarded.. $197,800' No. 2 Martinez Bus Lines :.-. _. .103,320' No. 3 Mt. Diablo Rehabilitation Center --:. 911000* Aid to Families with Dependent Children-BHI (Page 242) Increase Foster Home Rates 85,000- County Medical Services (Pages 260, 261, and 262) No. 1 Medical Services Personnel Audit - 500,000 No. 2 Oakley Clinic - 16,000 No. 3 Provide Staff for Alternatives to Incarceration Committee .37,640 Superintendent of Schools (Page 271) Provide for Election to Change Superintendent of Schools to Appointive Position 22,000 Board of Education (Page 273) Increase Meeting Allowance - 6,900 County Library iPage 276) No. 1 Establish Sunday Library Service 18,000 No. 2 Intensify Library Audio-Visual Services 44,000 Road and Bridge Capital Projects (Page 286) Bike Paths Construction Program - 50,000* Aid to Cities- Roads (Page 289) Continu-tion of Aid to Cities Program 500,000* Solid Waste Management (Pages 296 and 297) No. 1 Establishment of Fees No. 2 Organization for Implementation of Solid Waste Management Program custodial Services (Page 309) Level of Window Cleaning ..25,990 Building Maintenance (Page 314) Initiate Apprenticeship Program - 50,472 Memorial Buildings (Page 322) Memorial Buildings -Funded 00790 ONE d. Budget Unit and Item Amount County Airport (Page 325) s:r No. 1 New Road Access `. $30,000 No. 2 Sewer Construction r.`. -200,000 TOTAL POLICY MATTERS .. - .'>G t - ....ti. ._-n„ -;"`.-;$3;575,823 t 'Funded { "52;263,798 Unfunded 2,312y025 'a 4 a _.t ac.°i t`. I w rI:a/Z 'tE e. TABLE I SUMMARY OF BUDGET APPROPRIATIONS 11977-1978 1976-1977 1977-1978 Increase Budget Unit Allowance Estm. Exp. Request- Recommend Decrease General and Administrative Board of Supervisors $373,780 $406,700 $409,505 $409,505 $35,725 Clerk of the Board 210,940 203,760 224,110 220,460 9,520 County Administrator 574,300 617,940 610,460 610,460 '36,160 Auditor-Controller 1,769,501 1,799,955 1,961,990 1,903,291 133,790 Special Fiscal Services 414,600 464,195 464,300 428,305 13,705 Treasurer-Tax Collector 803,300 794,902 849,840 839,400 36,100 Assessor 3,775,125 3,787,818 4,182,300 3,985,780 210,655 Purchasing 124,510 134,319 174,680 162,405 37,895 County Counsel 690,300 708,651 793,410 725,027 34,727 Civil Service Commission 1,240,230 1,143,838 1,493,220 1,214,980 25,250 Other Personnel Services 104,000 84,709 110,000 92,000 -12,000 Election Administration 535,800 566,350 534,750 497,360 -38,440 Elections - Primary and General 608,510 662,860 672,040 642,640 34,130 Elections -Other 169,860. 228,350 381,030 213,780 43,920 Radio Facilities 203,670 301,980. 1,669,010 187,130 -16,540 Emergency Telephone Seryice 16,000 68,840 68,840 68,840 Communication Services Sold 167,890 175,000 192,340 192,340 24,450 Telephone Exchange 5,000 1,800 1,800 Building Planning 98,500 30,880 95,841 94,591 -3,909 Motor Pool Garage 1,550 -45,800 33,830 5,490 3,940 Equipment Operations 1,207,290 1,179,040 1,500,060 1,005,840 -201,450 Shell Avenue Facility- Maintenance 4,000 2,830 2,500 2,500 -1,500 County-owned Buildings 2,070,550 1,905,730 2,049,890 1,958,070 -112,480 90792 00 792 a._ f. TABLE I SUMMARY OF BUDGET APPROPRIATIONS 1977-1978 1976-1977 1977-1978 Increase Budget Unit Allowance Estm. ENP. Request Recommend - Decrease General and Administrative - (continued) Rented Buildings $243,230 $60,009 $41,709 $201,521 Custodial Seryices 11,480 2,955 2,955 Land;-ape Services .4,800_ $800 .5,025_ 350 -4,450 Operating Engineer .. ... Services 635 635 S00 - - -635 Miscellaneous Property 32,520 28,850`.. 26,000 .24,720 -7,800 Building Maintenance 3,585. ,3,992 8,200 1,655 - 1,930 Maintenance Services Sold 16,000 75,435. 90,500 89,600 " 73,600 Plant Acquisition Summary 783,731 3,457,990 19,577,560 4,275,7503,492,019 Economic Develop- ... ment and Advertising 129,510 130,340 135,000 135,000 5,490 Retirement Administration 203,680 179,662 235,120 220,920 17,240 Employee Benefits 370,000 372,000 372,000 372,000 2,000 Data Processing 2,806 .940 18,470 18,470 Microfilm Services 21,112 Central Service 171,640 174,975 309,240 270,515 98,875 Insurance 2,555,000 2,555,000 2,945,000 2,945,000 390,000 Indemnities and County Safety Services 11000 2,000 2,000 2,0r-0 Office Services Sold 31,400 23,965 28,500 25,500 -5,W0 General and .. Administrative Applied to Cost of Sales -290,000 -260,000 -267,000 -267,000_ 23,000 Total General s Adminis. $19,403,937 $21,938,S72 $42,019,320 $23,621,138 $4,217,201 Public Protection Superior Court 6876,310 $916,052 $1,083,950 $989,828 $113,518 00793 9- TABLE I SUMMARY OF BUDGET,APPROPRIATIONS 1977-1978 1976-1977 . 1977-1978 Increase Budget Unit Allowance Estm. Exp. Request, _Recoummend Decrease Public Protection (continued) Municipal Courts; Mt. Diablo $95410114 $921,282 5980,260 $959,755 $5,741 Bay 1,189;286" 1,227,830 1,201,250 1,201,250 Richmond 647,010 647,010 West 497,269 41971269 Walnut Creek- Danville 878,150 876,271 955,310 898,320 20,170 Delta 442,180 426,736 448,070 446,790 41610 Law and Justice Systems Development 368,890 370,820 575,000 490,576. 121,686 Superior Court Administrator- Jury Commissioner 206,320 218,975 247,320 234,420 28,100 Grand Jury 48,930 36,050 72,550 44,150 -4,780 County Clerk 1,084,384 1,139,000 1,253,890 1,208,320 123;936 District Attorney 2,821,400 .2,891,720 3,210,000 3,073,910' 252,510 Public Defender 1,891,820 1,977,730 2,246,050 2,129,360 237,540 Court Appointed Defense 664,440 628,200 733,400 658,400 -6,040 District Attorney Family support 1,152,100 1,202,100 1,342,580 1,340,550 188,450 District Attorney Special Projects 38,800 27,830 68,195 68,195 29,395 District Attorney Welfare Fraud unit 543,890. 549,570 597,290 569,470 25,580 Sheriff 7,250,945 7,197,289 8,359,540 7,4941376 243;431, Sheriff's Communications 526,970 500,215 637,690 541,155 141-185 Sheriff Special Projects 430,230 423,794 267,460 267,460 -162,770 Marshals: Mt. Diablo 236,080 251,668 264,620 261,735 25,655 Bay 397,353 418,340 408,210 408,210 Richmond 225,655 225,655 West 178,160 -1781160 Walnut Creek- Danville 248,160 236,813 248,630 248,630 470 Delta 159,930 157,385 168,430" 168,430 8,500 - 00 /94 �, 4, h. TABLE I SUMMARY OF BUDGET APPROPRIATIONS 1977-1978 1976-1977 1977-1978 Increase Budget Unit Allowance Estm. Exp. Request Recommend Decrease Public Protection (continued) Sobriety Testing $95.000 $79,000 $83,000 $83,000 -$12,000 County Jail 3,182,830 3,026,534 3,853,590 3,416,190 233,360 Work Furlough Center 469,630 585,545 815,200 733,051 263,421 Juvenile Justice and Delinquency Prevention Commission 30,100 21,465 30,730 30,550 450 Probation Department 5,422,900 5,556,820 6,667,890 6,061,950 639,050 Girls Day Treat- ment Facility- Western 38,840 37,450 40,250 38,915 75 California Youth Authority 37,200 33,250 43,020 40.000 2,800 Boys Ranch - Byron 638,110 634.590 702,480 682,630 44,520 Juvenile Hall 2,811,565 2,795,850 3,055,090 2,874,750 63,185 Juvenile Offender Placements 664,470 584,850 677,700 638,200 -26,270 Special Grant Programs 669,380 545,450 649,020 640,020 29,360 Probation Day Care Program 34,810 33,660 34,460 34,310 -500 Juvenile Preplace- ment Unit 363,000 359,800 363,040 356,650 -6,350 Girls Residential Treatment Center 521,645 496,780 541,410 524,130 2,485 Special Super- vision Programs 550.990 552,570 348,000 347,620 203,370 Weekend Training ... Academy 113,510 87,610 124,390 105,590 -7,920 Flood Control 230,055 214,700 202,500 170,000 -60,055 Department of Agriculture 726,880 700.995 795,445 753,075 26,195 Building Inspection 1,013,640 1,015,520 1,111,340 1,084,623 70,983 Recorder 377,170 389,105 392,360 390,935 13,765 Local Agency Formation Commission 56,970 56,150 56,350 56,350 -620 00'795 i. TABLE I SUMMARY OF BUDGET APPROPRIATIONS 1977-1978 1976-1977 1977-1978 Increase Budget Unit Allowance Estm. Exp. Request- .Recommend Decrease Public Protection (continued) Planning Commission $1,199,090 $1,201,825 $1,243,260 -;1,232,510 $33,420 Land Use and Planning - Projects 101,950 34,300 34,300 34,300 Coroner 450,210 241,014 496,050 475,830 25,620 Crossing Watchmen 33,000 37,760 49,000 - 46,500 13,500 Safety Council 7,480 Office of Emergency Services 216,540 213,608 267,140 223,805 7,265 Public Administrator- Public Guardian 77,305 77,215 78,300 78,250 945 Spay Clinic 59,570 66,090 124,100 109,530 49,960 Animal Control 993,380 991,865 1,254,690 1,072,185 78,805 Game Protection 19,942 16,095 15,000 15,000 -4,942 Total Public Protection $43,469;769 $43,261,255 $49,562,990 $46,053,739 $2,583,970 Health and - Sanitation Health -- - Department $4,132,575 $4,047,380 $4,905,738 $4,318,658 $186,083 Special Health Project 2,986,109 2,749;880 2,755,717 2,755,717 -230,392 Crippled Children Services 1,110,120 1,120,500 1,209,900 1,209,900 99,780 Continuing Care Service 17,900 17,900 3,500 3,500 14,400 County Medical Services 29,386,042 29,347,160 34,984,460 32,318,880 2,932,838 Hospitals - Mentally 111 and Mentally - Retarded 157,100 232,100 250,000 220,000 62,900 Environmental Control 337,651 234,190 54,920 43;700 -293,951 00 796 j- TABLE I SUMMARY OF BUDGET APPROPRIATIONS 1977-1978 1976-1977 1977-1978 Increase Budget Unit Allowance-' Estm. Exp. RequestRecommend Decrease Health and Sanitation . ..` - (continued) Solid Waste Management $126,740 $126,740 $126,740 Sewage, Waste - and Water - Services Sold $290.000 $241,920 312,000 312,000 22;000 Total Health - . . and Sanitation $38,417,497 $37,991,030 $44,602,975 $41,309,095 $2,891,598 Public Assistance .. Social Service Department: Institutional Services $248,750 $235,714 $249,970 $248,130 -$620 Social Services Bureau 7,314,310 6,954,730 7,213,430 7,130,700183;610 Income Mainte- - ..,... nance Division 9,881,220 9,319,350 9,740,800 9,703,840 177,380 Homemaker Program 5,938,220 5,549,080 6,385,490 6,261,180 3221960 Rodeo Community Center 351,760 339,880 350,130 347,330 -4,430 Conciliation Court 114,870 113,015 114,610 114,380 -490 Conservatorships 289,790 334,260 359,640 354,590 64,800 Contracts and Projects 592,120 451,450 479,510 479,510 -112,610 Medi-Cal Eligibility 997,590 962,350 974,350 969,210 =28,380 Management Bureau 2,596,160 2,459,890 2,611,360 2,584,490 711,670 Aid to Potentially Self-Supporting Blind 43,560 42,048 44,570 44,570 1,010 Local Contribution Supplemental Aid 4,508,500 4,505,400 5,266,700 5,266,700 758,200 California Medical Assistance 10,030,000 10,501,410 12,200,000 12,200,000 2,170,000 Aid to Families with Dependent Children (FSU) 37,411,200 38,185,465 43,256,700 42,492,060 5,080,r8�6(0��y ��lJI k. TABLE I SMMY OF BUDGET APPROPRIATIONS.. 1977=1978 1976-1977 1977-1978 Increase Budget Unit Allowance Estm. Exp. est ,Recommend Decrease Public Assistance (continued) Aid to Families with Dependent Children-BBI 54,053,300 $4,398,240 $5,018,900 $5,018,900 $965,600 Aid to Adoptions 67,860 54,780 '651,500` 65,500 -2,360 Aid to Adults 188,100 68,800 84,300 84,300 103,800 General Assistance 2,471,770 --2,784,130 5,141,900 - 3,299,300 827,530 Aid to Refugees 398,200 288,160 40,300 39,940 -358,260 Burial of Veterans and Indigents 32,500 33,540 36,000 33,500 - 1;000 Children's Shelter 938,510 910,620 974,880 966,600 28,090 Veterans Service Officer 129,030 125,610 139,460 135,590 6,560 Manpower Employment CETA VI 1.199,570 754,555 3,324,640 3,324,640 2,125,070 Manpower Employment CETA II 485,990' 852;150 1,539,720' 1,539,720 1,053,730 Manpower Services CETA 1 2,762;160' 2,639,915 3,183,160` 3,183,160 421,000 Community Services Administration (OEO) 382,365 443,220 496,780 496,780 114,415 Special Grants Projects 810,420 765,590 1,094,100 ' -1,094,100 283,680 Community Services Program 140,000 120,000 343,000 343,000 203,000 Housing Rehabili- tation Program 400,000 124,400 920,600 920,600 520,600 Rehabilitative Counseling Program 100,000 29,700 140,100 140,100 40,100 Total Public Assistance - $94,877,825 -$94,347,452-$111,790,600$108,882,420 $14,004,595 Education Superintendent of Schools $641,390 $679,899 $820,140 $788,370 $146,980 00798 1. TABLE i SUMMARY OF BUDGET APPROPRIATIONS 1977-1978 1976-1977 1977-1978 Increase Budget Unit Allowance Estm. Exp. Request Recommend Decrease Education (continued) Board of Education $51,700 $27,952 $56,080 $46,550 -$5,150 County Library 4,522,285 4,558,970 5,017,390 4,815,267 292,982 Cooperative Extension Service 89,810 98,268 147,240 116,700 26,890 Total Education $5,305,185 $5,365,089 $6,040,850 .55,766,887 $461,702 Public Ways Public Works $1,887,570 $1,677,958 $2,009,569 $1,954,655 $67,085 Road Mainte- nance Yards 2,100 2,100 8,300 3,300 1,200 Road Services Sold 3,291,525 1,600,000 1,400,000 1,400,000 -1,891,525 Road and Bridge Capital Projects 3,906,408 4,319,760 7,476,650 6,562,908 2,656,500 Road and Bridge Maintenance 4,253,000 4,175,236 4,386,000 4,220,000 33,000 Aid to Cities 1,349,990 150,000 646,100 646,100 703,890 Baldwin Ship Channel 9,000 15,400 20,000 16,000 7,000 Total Public Ways $14,699,593 $11,940,454 $15,946,619 $14,802,963 $103,370 Recreation Park Adminis- tration $46,350 $9,838 $70,000 $70,000 $23,650 Small Parks and County Museums 2,750 1,419 3,210 3,210 460 Memorial Buildings 28,000 34,950 45,000 43,700 15,700 Total Recreation $77,100 $46,207 $118,210' $116,910 $39,810 00799 TABLE,I SUMARY OF BUDGET APPROPRIATIONS.. .:1977-1978:.- .1976-1977 1977-1978 . Increase Budget Unit Allowance: Estm. Exp_ Request Recommend Decrease Debt Service ...... _.`. .. -... Bond-Interest and Redemption. $423,840 $423,840 S414,610r -"$414,610 -$9,230 Total Debt Service $423,840:.x. $423,840 $414,610 ,'$414,610 - $9,230. Reserves Various Reserves 52,625,254 $1,250,000. $11,850,000 511,850,000 $9,224,746 -73tal Reserves $2.625,259 51,250,000 $11,850,000 $11,850,000. $9,224,746. TOTAL BUDGET REQUIRa'�.145 _ $219,300,000.$216,563,899 $282,346,174 $252,817,762. $33,517;762 .D. - t �= , � 00800 #% n. TABLE 11 -:.SUMMM or REVEUUE BY SOUR( 1977-1978 Approved - -Estimated `.'Increase. source 1976-1977 1977-1978 Decrease Taxes Other than Current Property .. Property Taxes- Prior Secured -$9,667 $38,500 -$28,833 Property Taxes- Prior Unsecured 107,000 1551000 .....48,000 Penalty and Cost of Delinquent Taxes 180;000 250,000 70,000 Sales and Use Taxes - 3,950,000 4,900,000 950,000 Other Taxes 1,003,000 1,446,500 443',500 Total $5,230,333 $6,713,000 $1,482,667 Licenses and Permits Animal Licenses $380,000 $370,000 -$10,000 Busir-ess Licenses 2,500. 2,000 -500 Construction Permits -- - -1,040,000 1,750,000 710,000 Asad Privileges and Permits 6,500 7,500 1,000 zoning Permits 45,000 55,000 10,000 Francb1ses - 230,000 270,000 40,000 Other Licenses and Permits 41,261 55,000 13,739 '.0tal $1,745,261 $2,509,500 $764,239 Fines, Forfeits and Penalties Vehicle Code Fines $1,150,000 $1,120,000 -$30,000 Other Court Fines 375,000 403,000 28,000 Forfeits and Penalties 114,000 123,000 9,000 Total $1,639,000 $1,646,000 $7,000 Use of Money and-Property Interest - $3,231,000 $3,022,500 -$208,500 Rents and Concessions - 83,000 75,000 -8,000 Total - $3,314,000 $3,097,500 -$216,500 Aid from Other Governmental Agencies State o.lcoholic Beverage License Fees $65,000 $50,000 -$151000 State Eighxay Users Tax 5,535,000 5,946,343 411,343 State Motor Vehicle In-lieu Tax 4,675,000 4,900,000 225,000 State Trailer Coach In-lieu Tax 290,000 260,000 70,004 State Public Assistance Administration 5,704,763 6,294,540 589,777 State.Aid for Public Assistance Programs 13,887,632 15,766,979 1,879,347 '- 00011 o. TABLE II SUMMARY OF REVENUE BY SOURCE 1977-197a Approved Estimated increase Source 1976-1977 1977-1978 Decrease Aid from Other Governmental Agencies (continued) State Aid for Crippled Children $680,260 $801,900 $121,640 State Health Administration 1,655,640 591,769 1,063,871 State Aid for Mental Health 3,775,170 2,746,500 -1,028,670 Other State Aid for Health 446,150 1,780,200 1,334,050 State Aid for Agriculture 48,700 62,000 13,300 State Aid for Civil Defense 100,000 100,000 State Aid for Construction 547,500 1,018,000 470,500 State Aid for Correction 1,496,500 538,000 958,500 State Aid for veterans Affairs -18,000 35,000 _17,000 Homeowner's Property Tax Relief 6,303,521 6,303,521 Business Inventory Tax Relief 2,746,035 2,746,035 Other State Aid 1,067,280 861,900 -205,380 Federal Public Assistance Administration 16,763,867 15,859,670 -904,197 Federal Aid for Public Assistance Programs 19,149,361 22,383,491 3,234,130 Federal Health Administration 248,020 808,606 560,586 Federal Aid for Construction 861,200 1,151,875 290,675 Federal Revenue Sharing 3,233,000 6,800,000 3,567,000 Other Federal Aid 7,032,670 15,520,710 8,488,040 Other Ea-lieu Taxes 26,000 15,000 -11,000 Other Governmental Agencies 256,050 259.000 2,950 Total $96,512,319 $113,601,039 $17,088,720 Charges for Current Services Assessment and Tax Collection Fees $61,000 $63,000 $2,000 Auditing and Accounting Fees 27,000 39,000 12,000 Communications 167,000 192,000 25,000 Election Services 165,410 180,000 14,590 Inheritance Tax Fees 20,000 30,000 10,000 Legal Services 15,000 25,000 10,000 Personnel Services 120,000 144,000 24,000 Planning and Engineering Services 280,000 520,000 240,000 Civil Process Services 165,000 175,000 10,000 Court Fees and Costs 860,000 900,000 40,000 Estate Fees 10,000 10,000 Human Services 75,000 80,000 5,000 Spay Services 66,800 66,800 Law Enforcement Services 995,700 1,143,000 147,300 Recording Fees 680,000 800,000 120,000 Road and Street Services 3,562,801 1,665,000 -1,897,801 00802 p• TABLE II SUMMARY OF REVENUE BY SOURCE 1977-1978 Approved Estimated Increase Source1976-1977 1977-1978 _ .Decrease" Charges for Current Services (continued)' Mental Health Services $4,711,250 $5,249,400 --$538;150 Health Fees 783,600 854;150 - 70,550 Sanitary Services 290,000312,000 '22,000 Agricultural Services 2,500 2,600 100 Adoption Fees 6,000 5,000 -1,000 Crippled children Services - 35,000 40,000 `5,000 Institutional Care and Services 12,212,000 -12,581,600 - 369,600 Library Services 62,000 60,000 2,000 Other Charges for Current Services 294,000 319,400 = 25,400 Total 525,600,261 $25,456,950 -$143,311 Other Revenues Sale of Fixed Assets '$377,000 $388,900 $11,900 Other Sales 62,000 95,000 33,000 Other 302,000 145,500 -156,500 Total $741,000 5629,400 $111;600 GRAND TOTAL $134,782,174 $153,653`,389 ' $18,871,215 q- TABLE III ADDITIONAL PERM.A1,E'i3T POSITIONS RECOMMENDED 1977-1978 Fiscal Year Department Number Classification Date Salary Auditor-Controller 1 Account Clerk I 10/1/77 $7,960 Bay Municipal Court 2 Deputy Clerk 10/1/77 14,040 Building Inspection 1 Building Inspector 10/1/77 12,800 1 Building Plan Checker Trainee 10/1/77 9,013 County Clerk 1 Typist Clerk 10/1/77 7,020 County Counsel 1 Typist Clerk 10/1/77 7,020 County Jail 4 Deputy Sheriff 10/1/77 55,820 County Library 1* Library Student Assistant 10/1/77 4,727 District Attorney 1 Deputy District Attorney I (2nd Step) 1/1/78 9,808 2 Typist-Clerk (2nd Step) 11/1/77 12,894 Election Administration 2 Election Clerk 10/1/77 13,870 Housing Rehabilitation 1 Building Inspector I-Project 10/1/77 14,150 Program Superior Court Administrator- Jury Commissioner 1 Typist Clerk 10/1/77 7,020 _Miscellaneous Projects 1 social Program Specialist- Project 7/1/77 19,397 Office Services 2 Programmer II 10/1/77 28,418 Probation Department 1 - Deputy Probation Officer Supervisor I 10/1/77 16,948 3 Deputy Probation Officer I 10/1/77 21,984 2 Typist Clerk 10/1/77 14,042 1 Research Analyst 10/1/77 18,734 1 Senior Clerk 10/1/77 9,122 Public Defender 2 Public Defender-i 10/1/77 20,460 Radio Facilities 1 Assistant Cann+cations Director 18/1/77 18,970 *Two,part-time positions at total of 35/40 ,•- 00804 r. TABLE III ADDITIONAL PERRA'v'ENT POSITIONS RECOHME2mED 1977-1978 Fiscal Year Department Number Classification Date Salary Sheriff 1 Storekeeper 10/1/77 $10,992 Sheriff's Communications 1 Sheriff's Dispatcher 10/1/77 9,845 Superior court 1 Superior Court Judge 1/1/78 4,750 1 Court-Reporter 1/1/78 10,563 1 Superior Court. Clerk 1/1/78 8,327 1 Deputy Sheriff (Bailiff) 1/1/78 9,163 Work Furlough Center i Sergeant 20/2/77 15,896 TOTAL 40 $413,753 ,.. `00805. County Administrator Contra Board of enny tsars ^ James P.Kenny County Administration Building r /'�L+}a 1st Daum Martinez,California 94553 Costa Nanry C.Fanden (415)372.4080 County 2nd Dmtrwt Arthur G.Win VV II�/ Robert1.Schroder County Admnniralor 3ra D:suia Warren N.Boppess _ - 4th District •. - Eric M.HaasetUne June 28, 1977 RECEIVED Board of Supervisors JUN 2 8 1977 Administration Building, Room 103 Martinez, CA 94553 J os C fw ccoosrsur�lN is Dear Board Members: - a RE: Application for Revenue Sharing Funds The Statement of Assurances, Section II, specifically requires the Chief Executive Officer responsible for presenting the budget , to the governmental body responsible for enactment to hold a public hearing on how the Federal Revenue Sharing entitlement funds are to be used not less than seven days before presentation of the proposed budget. This public hearing was held in the Chambers of the Board of Supervisors at 9:00 a.m. on June 20, 1977. Twenty-eight presentations for funds were made at that hearing. In addition, 39 applications were submitted during the following week. Submitted for your review are schedules showing the requesting organizations, a brief description of the projects, and the amounts of funds requested. Separate schedules are provided for county departments and community requests. Applications in the amount of $31,664,753 have been received as of June 27, 1977. Your Board will be advised of any additional applications subsequently received which you may wish to consider. Very y ours, _ ARTHUR G. ILL County Administrator ADL:sr attachments �nAns SCHEDULE I GENERAL REVENUE SHARING APPLICATIONS COUNTY DEPARTMENTS AND SPECIAL DISTRICTS ORGANIZATION PURPOSE AMOUNT General Government County Adminis- a) Establish Capital Projects. - $ 14,879 trator Section. ` b) Establish Management Audit 40,925 Section. Assessor Start-up funding for the 379,400 maintenance of the Assessment Roll Project (recurring estimated annual cost of $636,000). Subtotal General Government S 435,204 Public Protection Sheriff-Coroner a) Upgrade communications - $ 1,400,000 systems. I b) Sheriff-Coroner Head- 4,800,000 quarters Building., Public Defender Program Liaison-Worker 21,339 Project. Subtotal Public Protection $ 6,221,339 Public Assistance Social Service a) To fund existing programs. $ 4,300,000 Department (Actual necessary funding dependent on state funding legislation). b) Alterations to Edgar 50,000 Children's Shelter. Medical Services a) To fund deficit in current $ 1,400,000 Mental Health Programs. b) Richmond Services. 45,000 c) Community Technical 16,000 Assistance (staff person). d) Salary equity increased 48,000 in the Discovery Program series. e) Four F.T.E. for the five 50,000 existing Discovery Centers. f) Improve existing clinics' Not Stated and construct new facili- ties. 00807• SCHEDULE I (Continued) GENERAL.REVENUE SHARING APPLICATIONS COUNTY DEPARTMENTS AND SPECIAL DISTRICTS ORGANIZATION PURPOSE AMOUNT Public Assistance (continued) Office of Economic a) Support certain energy $ 42,500 Opportunity (Com- conservation programs. munity Services b) Retain Community Program Not Stated Administration) Assistant Position. c) Support Office of Economic Not Stated Opportunity Programs. Subtotal Public Assistance $ 5,951,500 Education County Library a) Purchase microfilm $ 75,000 catalog readers. b) install a book security •20,000 system at the Central Library. c) Microfilm replacement cf 76,000 Central Library periodicals. d) Install a library circu- 500,000 lation book management and control system. Superintendent Funding for Marine Ecology 23,272 of Schools Research Project. Subtotal Education $ 694,272 Special Districts County Service Crockett Community Building $ 41,600 Area P-1 Rehabilitation. (Crockett) Subtotal Special Districts $ 41,600 TOTAL COUNTY DEPARTMENTS AND SPECIAL DISTRICTS $13,343,915 1(1 Rt1(7 SCHEDULE II GENERAL REVENUE SHARING APPLICATIONS COMMUNITY ORGANIZATIONS ORGANIZATION PURPOSE AMOUNT Valley Community Sery Lighting Athen Downs $ 100,000 ices District Park. *Council on Aging Sidewalks to new Post'Office 60,000 in Rodeo. *Crockett Senior a) Rent meeting hall. 500 Citizens b) Transportation. 1,000 *Richmond Halfway Support Richmond Halfway 211,404 House House. Carquinez Coalition, Acquisition and renovation of 205,000 Inc. Carquinez Child Development Center. *Junior League of Family Stress•Center - Family 250,000 Oakland-East Bay, Inc. Support Project. *United Council of a).Spanish speaking seniors 76,162 Spanish Speaking project. Organizations b) Transportation for seniors 95,097 in Richmond, El Cerrito and San Pablo. West Contra Costa Education and expansion project. 51,490 Club of the Blind *West Contra Costa Money to operate center.' 25,000 Club of the Blind *Gayles Residential Gayles Residential Care Homes 32,000 Care Homes improvement project. *Crockett Voters New Crockett sewage disposal 700,000 Crockett Senior plant. -citizens Club A)East Contra Costa Restoration of John Marsh Stone 315,000 Historical Society Home. B)John Marsh Memorial same as above Association, P. O. Box M, Brentwood C)John Marsh Memorial same as above 00809 Association, 1010 Ulfinian Way, Martinez SCHEDULE II (continued) GENERAL REVENUE SHARING APPLICATIONS COMMUNITY ORGANIZATIONS ORGANIZATIONS PURPOSE AMOUNT *Bi-Sett Corporation Community alcoholism program $ 52,434 services. *Family and Children's a) Alterations, refurbishing 50,000 Services Advisory and fixed assets for Edgar Committee Children's Shelter. b) Comprehensive Human 150,000 Resources Directory. c) Fund expansion of existing 226,930 contracts with Association for the Retarded. d) Establish a Family Stress 250,000 Center. e) Conciliation Court. Not Stated *Tao House Funds for Eugene O'Neill 40,0.00 Foundation. Match for National Historical Preser- vation Act grant. *E1 Cerrito Parent Expand current programs. 9,090 Co-operative Nursery School *Los Medanos Commu Mini-bus transportation. 12,000 nity Hospital District *Contra Costa County Funding work training contract. 420,680 Association for the Mentally Retarded *Sakura-Kai (Japanese Extended services project. 8,000 Senior Citizens' Center) *Phoenix Programs, Phoenix family institute and 657,860 Inc. crisis housing for youth. Contra Costa County Increase level of service 2,875,000 Medical Services to mental health care. Community Mental Health Services Advisory Board Food for Nutrition Food for senior citizen 1 Program for the nutrition program. ��i��U Elderly 2. 1. k SCHEDULE II (continued) GENERAL REVENUE SHARING APPLICATIONS COMMUNITY ORGANIZATIONS ORGANIZATION - PURPOSE AMOUNT. *We Care Day Maintain existing mental $ 1,400,000 Treatment Center health services. Contra Costa County Funding to open new detoxi- 200,000 Alcoholism Advisory fication facility. Board Teen-Hope Foundation, Short term crises center. 125,170 Inc. Eva Soltzer Low and medium income housing. 9,400,000 Developmental Support program for the Not Stated Disabilities Council developmentally disabled t (CCCAMR workshops, Mt. Diablo Rehabilitation Center, We Care Center, Family and Children's Services). Southside Community Residential maintenance for 10,000 Center senior citizens. Neighborhood House a) Juvenile delinquency 42,525 of North Richmond prevention. b) Senior citizens enrichment. 29,496 **Mt. Diablo Rehabili- Funding vocational rehabilitation 91,000 tation Center service contract. **Contra Costa County Support funds for senior 48,000 Nutrition Project transportation. **4-H Club of Brentwood Nature area around John Marsh Not Stated Reservoir. **Richmond Welfare Human services programs, Not Stated Rights Organization alternatives to incarceration. **Nutrition Program for Upgrade food quality, bus Not Stated the City of Richmond transportation to go beyond city lines. **Gayle Haler Support human services, Not Stated alternatives to incarceration. p 3. nn8i1 SCHEDULE II (continued) GENERALREVENUE SHARING APPLICATIONS COMMUNITY ORGANIZATIONS ORGANIZATION PURPOSE AMOUNT **Carl N. Cole General interest. Not Stated TOTAL COMMUNITY ORGANIZATIONS .$18,320,838' * Organizations that were represented at the June 20, 1977 Revenue Sharing hearing. **Organizations that were represented in the hearing, but did not submit a written application. ooR12 4. SCHEDULE III GENERALREVENUE SHARING APPLICATIONS+ SUMMARY Total County"Departments and Special Districts ` $13,343,915 Total Community Organizations 181,320,838: GRAND TOTAL $31,664,753 The following organization requested that all available revenue sharing funds be used for property tax relief: ORGANIZATION PURPOSE AMOUNT *Contra Costa County Property Tax,'Relief- $11,200,000 , Board of Realtors *Appeared at Revenue Sharing hearing. 0081.3 i lip In the Board of Supervisors of Contra Costa County, State of California June 28 119 In the Matter of - Approval of Health Department/ Nutrition Project Contract 122-065 with the City of E1 Cerrito IT IS BY THE BOARD ORDERED that its Chairman.is AUTHORIZE.to _. execute Contract 122-065 with the City of E1 Cerrito for provision of Health Department/Nutrition Project meal service during the period:from January 1, 1977 through June 30, 1977, not to exceed $939 in federal Title VII Older Americans Act funds. PASSED BY THE BOARD on Jtute 28, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors an 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.BtWay of June 19 7 County Auditor-Controller County Health Department City of El Cerrito /� J. ft. OLSSON, Clerk 9 fA". Deputy Clerk Makine M. NetifeXd tl{1A14 H-zep6 tsm Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 2 -0 6 5 Department: Health Subject: Contra Costa County Nutrition Project for the Elderly Meal Service 2. Parties. The County of Contra Costa California (County), for its Department named' above, and the following named Contractor mutually agree and promise as follows: Contractor: CITY OF EL CERRITO Capacity: Political Subdivision Address: 10890 San Pablo Avenue, El Cerrito, California 94530 3. Term. The effective date of this Contract is January 1, 1977 and it terminates .lune 30. 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 939 - 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that cork described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Nutrition Project for the Elderly under Title VII of the Older Americans Act. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title VII of the Older Americans Act of 1965 California Government Code Section 53703 10. Si, atures. These signatures attest the parties' agreement hereto: C TY T C COSTA CMITEORNIA CONTRACTOR N. ggL-2% Chairman, Board of p isors / &iTif /d/G..i.yC✓ (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) / County of Contra Costa ) ss. eputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By hey 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: �-6- 77 By HR4Un4•acfsAdministrator Deputy .10 ary Pu 'c/De uty Co r Clerk ,, fl(1A15 (A-4,17 REV 6176) Wtrofilme8 wltfi board orae' Contra Costa County Standard Form PAMMa PROVISIONS (Cost Basis Contracts) Number 22 -065 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract. County will pay Contractor: [ I a. $ monthly, or [ I 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. Contractor will pay County all revenues is excess of revenues that applied to offset payments by County and the Payment Limit of the Contract for use by County for Title VII Nutrition Project_ 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 FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. Q�R1.6 to-L518 REV 6/76) -1- Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis:Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor,, (a),the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused,to furnish information or to cooperate with any inspection,_review or audit of its program, work or records, or (c) Contractor has failed to,sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the 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 18 months from the termination date of this Contract. if such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. S. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 01187.7 (.k-4613 REV 6/76) -2- SERVICE PLAN 22 -065 Number Service Provisions CITY OF EL CERRITO , hereinafter referred to as Contractor, shall serve nutritionally balanced meals in a comfortable, congenial atmosphere and provide supportive social services pursuant to County approved program schedules for the County Nutrition Project for the Elderly, daily on every Monday through Friday, during the period of this contract, excepting those days that are national holidays. Contractor shall be subject to specifications relevant to its performance included in the Application and Approval Documents under Title VII of the older Americans Act which is incorporated herein by reference. Contractor shall be subject to and comply with the work program, attached hereto which is incorporated by reference as Appendix A. Contractor shall provide meals for service under this contract from food caterer or caterers designated-by the County in writing. Contractor shall solicit support from local agencies, clubs, groups and individuals in an attempt to integrate the Nutrition Program into the community. Contractor. will place primary emphasis on reaching those isolated individuals who, because of limited financial resources, are unable to prepare for themselves well-balanced, nutritious meals. As vacancies occur in the meals program, staff shall attempt to fill these openings with persons that meet the above criteria rather than on a first come, first served basis. A registration system and waiting list will be used to insure maximum utilization.of the Program by persons described above. Supportive services specified in Appendix A may be utilized by persons unable to participate in the ineals'program. Pavment for Service "The Budget of Estimated Program Expenditures" referred to in-the Payment Provisions is incorporated herein by reference as Appendix B. The monthly payment for reimbursable expenditures to Contractor referred to in the Payment Provisions will be less the amount of income collected for meals during said month, which will be deducted from total Contractor expenses in arriving at the net amount due. A separate checking account (Income Account) will be established by the Contractor which will be apart from any other Contractor accounts, in which shall be deposited all payments for meals received from participants. The Income Account will be used only to transfer funds to the Contractor's General Account. Other than cash disbursements from any Petty Cash fund, all of Contractor's project j disbursements will be by check, drawn upon the Contractor's General Account or any special account specifically for this project. All disbursements from the Contractor's General Account for the Nutrition Project shall be clearly identified as such. Initials: _ ntractor County Dept.t. APPENDIX A WORK PROGRAM 2 L) `O Number - hV r I. ADMINISTRATION Contractor agrees to: A. Staff 1. Recruit, hire and train paid and volunteer staff as needed and budgeted to provide administration, meal service and supportive services. Con- tractor's job descriptions for its staff must include those duties and responsibilities listed in the job descriptions submitted as part of the F County grant application to the State Office On Aging. 'F F 2_ Supervise staff in the carrying out of those activities as defined in Title VII of the Older Americans-Act and as specified herein and ensure that participants are treated courteously and warmly. i 3. Facilitate and coordinate activities with county-assigned staff within t the project. B_ Program a 1. Participate with the County in program planning and financial exploration. C_ Records 1. Maintain records of participants and operation, which shall be open to inspection by authorized representatives of the County, State and Federal Governments, using forms required by the-County.. ' ' 2. Keep books on all expenditures and income related to the,project. Maintain_ 3 Cash Disbursements, Payroll and In-Kind Resources Journals. 3. Provide the County with program and financial reports as requested. These include but are not limited to: Weekly Report of participant,characteristics and number'of meals'served (due Thursday afternoon); Monthly Narrative Report (due 5th of the following month); monthly financial report (due 5th of the following month); and annual program and financial report (due 10 days after the end of the project year). II. HEALS SERVICE Contractor agrees to: A. Congregate Serve congregate meals 5 days per week at I site(s): -Number of Heals Daily 35 Fairmont Recreation Center 6510 Stockton Street El Cerrito, California 94530 Heals may be reassigned by the Project Director to any other County Nutrition Site dependent on the success of Outreach efforts and the established need. B. Home Delivered 1 i Contractor will not deliver more than 10Z of total meals to participants' homes. Participants are eligible to home-delivered meals only when they are regular participants at a congregate meal site and are temporarily ill'or incapaciaced. Contractor shall complete and keep on file form SYP-29 Congregate Waiver for each participant receiving a home-delivered heal_ a n��Rl9 Initials: . C nrractor County Dept. _ APPENDIX A (.'ORI:PROGRAM Number 22 -065 C. Staffing Use staff (as budgeted in Appendix B) and volunteers primarily for the delivery of meal service and secondarily for provision of supportive services (III A). Staff and volunteers will be permanently or temporarily reassigned to meal service whenever necessary and appropriate. D. Meal Delivery 1. Order meals from food caterer designated by County with.72 hoiws motice and will accept delivery of meals at the site designated. 2. Insulated food containers provided by the County shall be assigned to the Contractor. Contractor shall thoroughly clean food containers after meals and prepare them for pickup by the food caterer for his use in preparing for the next delivery to the Contractor. 3. Certify the number of meals and acceptability of the food supplied by the food caterer using form#NP-35, HEM. This form will be submitted to County each Friday afternoon and cover food service for Monday through Friday for that week. 4. Maintain a close working relationship with the food caterer and County Nutritionist, including coordination of food service training of the Contractor's staff and volunteers by the food caterer and County Nutritionist. III. SUPPORTIVE SERVICES A. Contractor agrees to provide the following supportive services in conjunction with meal service subject to direction of County: 1. Outreach , 2. Recreation 3. Escort 4. Transportation 5. Food shopping assistance B. Contractor agrees to provide time and place for the following services to be offered by County assigned staff: 1. Nutrition education 2. Information and Referral 3. Health and Welfare counseling IV. SITE COUNCILS Contractor will develop and staff a site council for each site; the membership to consist of at least 51% of those persons receiving meal services. Site Councils shall meet once monthly and follow the guidelines established and stated in the Project Council Bylaws, which is incorporated herein by reference. Minutes of Site Council meetings shall be forwarded to the Project Director by the last day sof each month. Contractor shall also appoint non-participants who are knowledge- able in the needs of the elderly and/or active in senior affairs, not to exceed 49% of the total membership. Contractor staff shall attend all County Project Council meetings. Initials: tr or, Coun- ty Dept. -2- 00Q00 APPENDIX E BUDCEr OF ESTIMATED PR0CR.U11 F.XPE%DITURES NUTRITION PROJECT FOR THE ELDERLY City of E1 Cerrito 22 -065 Number"- 0 6 5 Personnel 6 Benefits Federal Local Nutrition Coordinator $ $ Site H:aaager(s) 2,105 Aide Training Replacement Personnel B Sick Relief 7 Vacation Accurals Fringe Benefits Dining Site Volunteers 950 Total Personnel 6 Benefits $ -0 $ `3,005 i Staff Travel $ $ 175 Other Costs ' Training Seminars and Conferences $ i Participant Transportation 655 i Management 175 Accounting i 175 3 Telephone 105 Office Supplies, Postage Insurance (Auto, personal'liabiiity, bond) Pent Utilities 84 Janitorial Special Events (Pasties, Films, decorations) 78 t , Consumable Supplies (Condiments, cakes) 206 Vehicle Maintenance Total Other Costs $ i Summary Personnel $ Staff Travel . Other Costs Total Less Revenue NET COaTRACT COSTS Petty Cash Fund authorized - Initiaax ntractoc C SPECIAL CONDITIONS 2 Number 2 -065 The General Conditions, paragraph 8, Modificationsand Amendments, is amended by addition of the follow]ig paragraph.` c. Budgetary Arzndments. Adjustments'between budget category amounts and each category line its may be made, up to an amount not to exceed lOZ of the total category line item amount, subject to the contract payment limit. The Contractor must request such change in writing 30 days in advance,,and the change must be approved by the ` Project Director. Initials, ntrac or couiLty 3 z r A 77 � i t t t nn�22a Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their. sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract - is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. S. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (1(1823 (A-4616 REV 6/76) '1 Contra Costa County StAdard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department'-for which this Contract is made or his designee or in accordance with the applicable procedures (if`any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State " regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee' of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely' update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. S 00824 (A(56164`REP 6176) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 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 or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County 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. 0OR25 (A-4616 REV 6/76) -3- q 0 z,= l • r- In the Board of Supervisors of Contra Costa County, State of California Junes 1977 In the Akatter of Approval of Nutrition Project Contract Amendment 1122-032-4 Los Hedanos Community Hospital District IT IS BY THE BOARD ORDERED that its Chairman is AUMORIZiD to execute Contract Amendment i22-032-4 with Los Hedanos Community Hospital.' District for provision-of additional Hutritioa Project meal service during the extended term of February 1, 1976 to June 30, 1977, with a new total payment limit of $17,740 in Title VII federal funds for the Health ' Department/Nutrition Project. PASSED BY THE BOARD on June 28, 1977. I hereby certify that the foregoing is a true and carred copy of an order entered on the, minutm of said Board of Supervisors on the date aforesaid Orig: Human Resources Agency Maess my hand and the Seal of the Board of Attn: Contracts t. Grants Unit Supervhcrs cc: County Administrator affuced this28tbdoy of June 19 77 County Auditor-Controller County Health Department/ Nutrition Project1 f J. ft- OLSSON. Clerk Contractor By :2^, 151 _a te Deputy Clerk Martine K. Netifd].d 00826 -FI-2i3j76 Iim • t-:t.'T?l•.CY hFSEf:J:i�:i7 F.GP.i:�i{ii:7' (Contra Costa County Ifunan Pesources A_=cy) tfumScr `- 1�� 1. !0- t-T-Hcation of Contract to be Amended.. '.umbar; 22-032-3 Dealtk Subject: Contra Costa County Nutrition Project for the Elderly 2feal Service Effective Date of Contract: February 1, 1976 2. Parties The County of Contra Costa California (county), for its Department .:aTec abwve, era `ke following named Contractor rutua]1y agree and promise as follows: Contractor: LOS HEDANOS COIMINITY HOSPITAL DISTRICT Ce-.army: A public agency Address: 550 School Street, Pittsburg, California 94565 3. r_e '-•-ent Date. The effective date of this Contract Amendment Agreement is £eoruary 1, 1977 S. Anen�--ent Specifications. The Contract identified above is hereby amended as set forth in tha "Amendment Specifications" attached hereto which are incorporated herein 'vy vaferance. 5. Legal Aut'rority. Thin Contract Amendment Agreement is entered into under and subljeat to the folloring legal authorities: Title VII of the Older Americans Act of 1965; Section 53703 of the California Government Code. G. Sit;.atLzea. These signatures attest the parties' agreement hereto. CCP0. CJ TA, CALIFORitIA 'C01ITFIACTOR Cc-air :.., Boyd of Supe_v' C/ Chairman, Board of Directors Designate official capacity in busiress Attest: j- R. Olsson, County Clerk and affix corporation seal) t . State of California ) i35 County of Contra Costa ) Deputy ACKP.O::LEDSIMIT (CC 1190.1) The person s%gn:Ulg above for Contractor P.^_cagency kno-,:n to me in those individual and business capacities, personally appeared before me today and acknowledged that ha/ £y they signed it and that tha corporation Designee or partnership named above executed the within instruinent pursuant to its bylaws or a resolution of its board of directors. Form hpxared: County Counsel Datedy ai�rx[I: tri' a m Deputy :-�• WA=filmed with Eioarjf order•. - AHEN7D:[ENT SPECIFICATIONS Number In consideration of Contractor's agreement to: (1) provide service for five additional months under the Contract identified herein, and any amendment thereto, and (2) provide additional congregate meal service for the County Nutrition Project, County agrees to increase the Contract Payment Limit. Contractor and County agree to amend said Contract as specified below while all other parts of said Contract remain unchanged and in full force and effect. 1. Extension of Term_ Paragraph 3. (Term) is extended from January 31, 1977 to June 30, 1977, unless sooner terminated as provided in said Contract. 2. Payment Limit Increase. The Payment Limit specified in Paragraph 4. is. increased by an additional $ 3,981 to a neer total Payment Limit of $ 17,740 3_ Additional 2-lea]. Service. Service Plan, Appendix A, Work Program, II. Meal Service, is amended to specify additional meal service. Contractor agrees to: A. Congregate Meals. Effective February 1, 1977, serve congregate meals 5 days per week at one (1) site(s): Number of Meals Daily 65 Site(s): SENIOR,-CENTER.w _; 65 . 2021-Crestview Drive .. Pittsburg, Calif. 94565 4. Budget Revision. Service Plan, Appendix B, Budget of Estimated Program Expenditures, Nutrition Project for the Elderly, is amended by substitution of an amended budget effective February 1, 1976, attached hereto. 5. Revised Insurance Requirement. The General Conditions, Paragraph 20., Insurance, is revised by substitution of the following paragraph: "20. 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 automobiles, naming the County and its officers and employees as additional Insureds, with a minimum combined singla '•;z^t a,araga of $504,^00 for .?1 da=agas 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. Yorkers' 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 Contractor's insurance policy or policies. Not later than the effective dare of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance." Initials: \ r/�� 1 f .._ reeeiDrr.s ` BUDGET 0.EST.MTFD PRDCLILI'!FXPFti-,)iTURFS '16MTRUICO PRWECY.FOR THE ELDERLY - .Los Uadanos co®unity Hospital District Numb 2-2 `� 2 -© 2 4. Personnel 6 Benefits Federal Local irutrition Coordinator - 11,040 $ Site Panager(s) -0- Aide Training Replacement Personnel S Sick Relief 666 . Vacation Atcarals 517- . Fringe Deae£its 2,569 Dining Site Volunteers 2,125;''" Total Personnel 6 Be,tefits $ 19,57b .. $.2,125, Staff Travel - - `'$. 600 ' Other Costs - �Traiuiog Seminars and Conferences 1. S lOD" $ Participant.Transportation 2,125- Management 280, Accounting 850: ' Telephone Office Supplies,Postage Z 150: Insurance (Auto, personal liabilir„ bond):- rent ond)Pent Utilities 50•' Janitdrialj.J. Special Events (Parties, Films,decorations) ' 332 Consumable Supplies (condiments, cakes) Vehicle Maintenance -.0- To-al o-To-al Other Casts- $ 5,982 $ 695 Summary Personnel $'19,576 $ 2,125 Staff Travel 600 Other Costs 5;982 699 Total $ 26,158. $2,820 Less Revenue 8.418 XET CDVM-%Cr COSTS - $, 17,740•. $ 2,820 Petty Cash Fund authorized- $50.00 �� InitieL.a � I RESOLUTION NUMBER 77-2$ WHEREAS, the Board of Directors of the LOS MEDANOS COMMUNITY HOSPITAL DISTRICT, did adopt Resolution No. 76-20, at a regular meeting thereof held on March 24, 1976, authorizing the execution of a written contract with the County of Contra Costa Human Re- sources Agency for the provision of aggregate meals for the elder- ly (Contra Costa County Nutrition Project for the Elderly Meal Service); and WHEREAS, the Board of Directors of the LOS MEDANOS COMMUNITY HOSPITAL DISTRICT and the County of Contra Costa Human Resources Agency desire to amend said written contract entered into pursuant to Resolution No. 76-20. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the LOS MEDANOS COMMUNITY HOSPITAL DISTRICT that a Contract Amend inert Agreement be entered into with the County of Contra Costa Human Resources Agency amending said written contract entered into pur- suant to Resolution No. 76-20; that said Contract Amendment Agree- ment shall be in the form and shall be in all particulars as set forth in the copy attached hereto, referred to herein and incorp- orated herein by such reference and marked as Exhibit "A"; that LILLIAN J. PRIDE, President of the Board of Directors of the LOS mEDANOS COMMUNITY HOSPITAL DISTRICT shall be and is hereby author- ized and empowered to sign, execute and deliver said Contract Amendment Agreement in the form as aforesaid. The foregoing Resolution was duly passed and adopted by the Board of Directors of the LOS MEDANOS COMMUNITY HOSPITAL DISTRICT, County of Contra Costa, State of California, at a regular meet- ing thereof held on May 25, 1977 by the following vote: AYES: Directors Pride, Chomor, Roake, Landrum and Corbin NOES: None ABSENT: None ATTES O ) ILLIAN J. WDE, President, Los Medanos Community Hospital District -1- 00fj30 I hereby certify that,the foregoing Resolution is a true and correct copy of Resolution No. 77-28 passed and adopted by the . Board of Directors of the LOS MEDANOS COMUMITY HOSPITAL DISTRICT at a regular meeting thereof held on •May 25. 1977 ARTHUR S. CHOMOR, Secretary, Los Medanos Co=uaity HospitalDistrict -271 00,931 1 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY. CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION N0. 2338 M., Declaring a Fo Parking Zone ) on GA1MMY BOMTVARD (Rd. ;1541) Date: JUN 2 8 1977 Orinda Area. (Supv. Dist. III ) 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 464.002 - 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 time on the north side of GAMHAY BOULbVARD (Rd. 42547.) Orinda beginning at a point 218 feet west of the center line of Upton Road and extending vester7y a distance oZ 1680 feet. Adopted by theBoordaLJUN 28 1977 cc Sheriff California Highway Patrol T-14 V 00832 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 2339 - PM CM, Declaring a Lo Parking Zone ) cn O•a•=;_ BOUILYARD (Rd. 12501) ) Date: 11IN OR 1077 Orinda Area. J ) (Supv. Dist. M ) 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 Pdblic 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 GA-1 Tay BODI:1r9ED (.yid. x(11) Orinda beginning at a point 167 feet sxst of the center line of Upton Roti and extending resterly a distance of 375 feet. Adopted by the Board on__MN119_�__,17• Sheriff California Highway Patrol 00833 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY: CALIFORNIA Re: Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION NO. 23.40 -,PIG- CM, declaring a go. Parldng Zone ) on GATEJ13 PCULEVIRD (Rd. #2501) nate: JUN 28 1977 Oriuda Area. (Supv. Dist. Ig -Grinda ) 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 Departlaent'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 around the traffi�c,pisland at the intersection of GATEWAY ECULE4ABD (Rd.#25U) and the westbound on and off ramps of State Route 20, Orinda. Adopfeo by nw t,00rd J!1«�_N.: Igo; f s r f cc Sheriff California Highway Patrol ' T-14 00834 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pax-scant to Section 22503 of the ) TRAFFIC RESOLUTION N0. 2342 -DiAG FiiG CPO, Declaring Diagonal Parking ) on GAMAY MUMASD (3d. X25!l) Date: JUN 28 1977 Crinda Area. (Supv. Dist. III ) 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 22$03 of the California Vehicle Code, diagonal parking is hereby declared to be permitted on the south side of GMFIAY BOIILEVARD (Rd. #2541) Orinda, beginning at a point 20 feet east of the centerline of Upton Road and extending westerly a distance of 189 feet. Adopted by the Board on_JUN 2 8Y 1977 cc Sheriff California Highway Patrol T-14 V 0OR35 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21200(d) and TRAFFIC RESOLUTION NO. 2341 - TR:!fFS 22101(c) of the CYC, Declaring a Turn-Restriction on MMM ) Date: JUN 28 1977 LOME-7ARD (31:41), `..alnut Creek Asea] )) (Supv. Dist. III -T.Jalnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the followingtraffic regulation is established (and other action taken as indicated): Pursuant to section 21100(d) and 22101(c) of the California. Vehicle Code all vehicular right hand and left hand turns from OLY?.PIC BOULMRD 03441) onto Nesell Avenue are hereby declared to be prohibited. Adopted by the Board on JUN 2$ 1977_ cc Sheriff California Highway Patrol 4 (1 IMS In the Board of Supervisors of Contra Costa County, State of California June 28 '119 72 In the Matter of Request with respect to Purchase of Off-Road Vehicle Areas. The Board having received a June 6, 1977•letter from Mr. Charles Bloomer, Jr., American Motorcycle Association,' 1961 Gilardy Drive, Concord, CA 94518 urging that available.funds be used for the purchase of off-road vehicle areas; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Administrator for report. PASSED by the Board on June 28, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Hoard of Supervisors on the date aforesaid. cc: Mr. C. Bloomer Witness my hand and the Seal of the Board of County Administrator Supervisors Director of Planning affixed this 8ra day of r„„,. 19,47— County Sheriff County Counsel �J,f R. OLSSON,Clerk i! Deputy Clerk Helen C. Marshall H-24 4/77 ism 00837 I83 Y« �I At 2:40 p.m. the Board again recessed to meet:in Executive'Session In Room 108, County Administration Dai.lding, Martinez, California to consider a,personnel matter pursuant to Government Code Section 54957. At 3:10 p.m. the Board reconvened in the Board Chambers, Room 107, Administration Building, Martinez, California and adjourned to meet in its Chambers in regular session on Tuesday, July 5, 1977 at 9:00 a.m. " /�IJ N. Boggess,'Chairman ATTEST;' J. R.'OLS//S//ON, Clerk Deputy A Si�•7.ARY OF FRO.r.EEDI2;GS BEFORE T?iE BOARD OF SIIFER17SCRS O- CONTRA COSTA COu=, JUNE 28, 1Q77, PREPARED BY J. = CLSSOL, COUI.'TY CLERK AND EX-OFFICIO CLE=E OF THE BOARD. Approved personnel actions for Hyman Resources Agency, Public `r:orks, 2.:edical Services. Approved appropriation. adjustments for Medical Services, Public %orks, Sheriff, and Social Service; ar_d internal adjustments for Mt. Diablo :'.arshal, Public iforks, Auditor-Controller, Civil Service, Grand Jury, Treasurer-Tax Collector, Health, Housing Counseling & Training and Superior court. Approved County share in cost of East Contra Costa Transit Authority Bus Service. Authorized C. Bright, County Medical Services, to attend American Physical Therapy Association at St. Louis, fissouri, June 24--July 2. Accepted gift for Pediatric :•Pard of County Hospital. Accepted donation for Orinda Community Center. Authorized auditor-Controller to continue use of County finds for con=tinued operation of County Community Services Program. Authorized Public :orks Director to execute contract change orders related to Detention Facility Project. :authorized Public ;•orks Director to refund deposit for Sub. 4676, Danville area. Awarded contract to Contra Costa Sweeper Service for Street Sweeping 1077-78, Various areas. Asarded contract to Richmond Sanitary Service for Street Sweeping 1077-78, County Service Area r-7. Awarded contract to J F_ S 5:eeping Service for Street Sweeping 1977-78, various areas. Adopted policy limiting employment duration of CETA Titles II and 17 participants. Authorized Director, Fuman Resources Agency, to conduct contract negotiations for various types of program-related services for the County, alcoh-ol services, drug abuse services and a-rtal health services. Fixed Jul. 5, 1077 at 1C:5C a.m. as time to consider adoption of revised seisage regulations of County Health Officer. Denied claims for damages filed by Bay Cities Paving and Grading, Inc. and California State Automobile Assn; and amended claim for damages filed by 17. Graham. 0(1839 June 28, 1977 Summary, continued Page 2 Ai:.arded contract to Abdo S. Aller. Company for Detention .Facility Project, site demolition., Martinez area. Approved settlements and authorized Public :,Torks Director to execute ?tight of :'!ay Contracts ::'ith M. and A. Morse for Newell Avenue Storm Drain. Authorized Public storks Director to execute a Deferred Improvement Agreement with E. Landis for permanent improvements, M.S. 26G-76, walnut Creek area. Authorized Public :forks Director to execute a Deferred Annexation. Agreement with P. Keeney, Jr. for future drainage area, M.S. 2C1-76, Carley area. ® Authorized Public :"orks Director to execute a Deferred Improvement Agreement with P. Keeney, Jr.. for permanent improvments, M.S. 201-76, Oakley area. Authorized Public Storks Director to execute a Deferred Imnrovement Agreement with E. Gray for permanent improvements, M.S. 198-76, Alamo area. Approved recommendation or Planning Commission (2053—RZ) to rezone lard in the Bethel Island area and fixed July 5, 1977 for adoption of Crdinance No. 77-59. Anproved request of Lemke Construction Company (2114--n) to rezone land i^ the E1 Sobrante area and fixed July 5, 1977 for adoption of Ordinance No. 77-60. Awarded contract to Ness Concrete Construction Company, Inc. for Boulevard ::ay Bridge Replacement Project, Saranap/:dalnui Creek area. Denied appeal of A. Floreani re evidentiary hearing on overpayment of General Assistance funds. Granted permission to San ?anon Valley Chamber of Commerce to close certain streets for Fourth or July Celebration, Danville area. Authorized legal defense for persons who have so requested in connection with Court actions 1751i3 and C 77 OC45 SC. Accepted as complete construction of private improvements in U.S. 17-74, Tassajara area. Directed Contra Costa County Employees Association, Local 2do. 1, to submit grievance record and :mitten nresentati cns and recommendations for Board determination on July 26, 1977 at IG:LS 2.w. re 3. Norris and 3. Thomas. ^ecuested Director, Huma.^. Resources Agency, to rake a recorinendation or. the request of Contra Costa County Drag Abuse Board re =tem 246 0_ State 3udget. Authorized County iuditor—Controller to make CETA Title TTI initial subgrant pa..-erts to Title VI =roject Subgrantees. OilA40 Jv::e _t", !P'77 Su.-nary, contin::ed =age 3- =e-'erred to: ?colic :-corks Director, letter from Director, State Office of 7mergency Services, re stateside conference on industrial water allocations and conservation; Finance Committee, letter and petitions fror.. County employees re Social Security Program; Agricultural Co^_Wissioner for response, letter from S. Hamilton re functions of Animal Control Department; County Aa.�inistrator for review and report, letter from Chairman, Emergency I_edical Care Committee of Contra Costa County re physical examinations for personnel of fire districts governed by Board of Supervisors and ambulance companies covered by County Ambulance Code; County Administrator for report, letter from C. Bloomer, Jr., American Motorcycle Assoc., re off—road vehicle areas; Countv Administrator and County Counsel, letter from Chairman, Emergency Medical Care Committee of Contra Costa County, requesting committee be granted specific access to County Counsel; and Internal Cperations Committee for review, memorandum from Assessment Anneals Board requesting approval of revised application form. Pecuested Internal Operations Committee to consider H. "Bud" Harr, alort i%ith other applicants, for possible appointment to the Human Services Advisor-;• Commission as an at—large member. Designated Chairman Boggess as county official to attend NACo's <;2nd Annual Conference. Fixed July 19, 1077 at 10:55 a.m. for hearing on application of J. '::acts for renei:al of fortune telling license. Authorized Chairman to execute the following: Agreement v:ith California State Personnel Board for testing services for Civil Service Examinations; Traffic Signal Maintenance Agreement for various cities in County; z:mendment to Agreement with San Baron Valley Unified School District re maintenance responsibilities, increased staff time, increased reimbursement to District, and extending agreement for one year; Certification to Dept. of Housing and Urban Development re release o= funds for Third Year Community Developmer_t projects; Grant Agreement frith U.S. Dept. of kousirg and Urban Development for Community Development Block grant funds; Ag-reement uri.th ioy Jorgensen Assoc. for Maintenance Management System Support A' _eenent uith Friends Outside of Contra Costa County for counseling and assistance to families of inmates in Countv Detention Facilities; Consent to the assignment of lease for Sheraton Inn—Airport i"_otel; —eement ..it? Programming Yethods Company re coding and testing the Law anted Justice Parking Systeri; Contract with Citi of Concord re residential maintenance service for Social Service Depart=ent/Area Office on ming; Agreement rich City of Lafavette for Sheriff—Coroner re burglary prevention services; ►IF R41 ;, . " n _ 4 Jur.e 28, 1977 Summary, continued ?age 4 Contract with State of California, Dept. of Youth AuthOrit7, re services for Juvenile Court Placements for 1977-78 fiscal year; Agreement with Cities of Lafayette and 'Moraga for Police Protection Services; Contract with I. Zodro*o: for Prepaid Health Plan Consultation Service; Agreement with Earth Metrics, Inc. for preparation of Environmental Impact Report for Public corks Dept. Buchanan Field Airport Master Plan Study; Agreement with A. Young and Company for provision of services in connection. with Grand Jury financial audit; Nonfinancial agreement with State Board of Education re State Comprehensive Employment and Training Act Title I funds; Contract with C. Lynch for specialized instruction. for Probation Dept. staff; Contract :,Pith J. David, Ph.D. for specialized instruction and training for the Probation Dept. staff; Contract renewal with D. Stillwell for tutorial and counseling services for Probation Dept.; Contract :•Pith University of Texas Health Science Center for Child Health Disability Prevention Pilot Project; Agreement with University of California, Davis, School of Law, for :,fork Study Students for the Office of Public Defender; Contract with City of l Cerrito re Nutrition Project meal service; and Contract Amendment with Los r?edanos Community Hospital District for provision of additional Nutrition Project meal service; Recessed at 1C:1O a.m. to meet in Executive Session and reconvened at 11:CO a.m.; in connection therewith adopted an order agreeing to make salary adjustments retroactive to July 1 if agreement is reached by July 12, 1977. Ado ted the following numbered resolutions: 77/-517, extending appreciation to Chevron U.S.A., Inca for confidence shown in the County; 77/515, commending the Contra Costa County Fire Protection District Reserves; 77/519, fixing July 26, 1977 at 11 a.m. to receive bids for ?.lhambra 7allev Road Intersection Modification Project, Finole area; 77/520, authorizing Public :forks Director to execute agreement with State of California for :5aterfront Road Overhead Pro-ect, _Martinez area; 77/521, accepting miscellaneous culverts project as complete, various areas; 77/522, fixir„ July 26, 1977 at 11 a.m. to receive bids for Newell A7erue Stora Drain Project, Walnut Creek area; 77/523, approving final map or Sub. 4927, Alamo area; 77/52!:, accepting as complete improvements inM.S. E8-76, Oakley area; 77/525, accepting as complete contract :,Pith Aladdin 'seating Corp. of Sar. Leandro for Finance Building Air Conditioning Remodel, V.ar`.inez; %7/526, approving abandonment of _cordon: of Canal Alley, Pacheco area; 527t approving condemnation o: certain real property (po7tion of Center -venue, Pacheco) required for road widening; 77/522, a=endirz. Resolution No. 76/^38 establishing rates to be paid to Child Care Institutions; 77/529, fixing August 2, 1977 at 10:50 a.m. to corsu=mate purchase of real property for County Civic Center, 7,:artinez area; t M _ "rraaystk June 2E, 19377 Swmmary, continued :age 5 ??/53 applyirg provisiors of Code of Civil Procedure Sectior. 'C9w.6 to the Civil Service Commission of this County; 77/`31, approving Davis Boundary Reorganization,.Brentwood area; 77/5'.-, approving Sub. 4943 Boundary Reorganization, San Ramon Valley area; 77/533, :.'hiteclif£i:ay Boundary Reorganization, falnut Creek, area; 77/-34 through 77/544, authorizing changes in the assessment roll; and 77/545, approving Retirement Board regulation on contested hearing procedures. As ex officio the Board of Supervisors of Contra Costa County Storm Drainage District fixed July 26, 1,077 at 11 a.m. to receive bids for Storm Drainage District Zone 10, Lines A-3 and A-4, Corte Bncarto Storm Drain, Danville area. Approved Traffic Resolutions Nos. 2338 through 2342. Adopted proposed County Budget for fiscal year 1977-1978. Approved transfer of available County Service Area R-4 funds to the 1_oraga Park and Recreation Authority. Revised proposed ordinance providing for Area Planning Commissions. Authorized execution of agreements for construction of private irprovements in K.S. 213-76, Alamo area; 247-76 Alamo area;-31-77 Diablo area; 18-77, Orinda area; 198-76, Alamo area; IAS-76, ::alnut Creek area and 5E-75, ;:alnut Creek area. Awarded contract to X.T.K. Company for demolition of buildings declared surplus, Pacheco area. Discharged Citizens' Advisory Committee to assist E1 Sobrante Area ^_'rafic Study. As ex officio the Board of Supervisors of Contra Costa County Storm Drainage District Zone 10 accepted easements in the Danville area and also accepted portion of easement for storm water purposes needed for Line -1-3, Storm Drainage District Zone 10. Dissolved the Citizens' Advisory Cormittee for County Service Area S-1, Sandmound area. As ex officio Governing Board of Contra Costa County Sanitation District No. 7-3 dissolved Citizens' Advisory Committee. Acce ted instruments for '-:.S. 112-75, 266-76, 26C-76, and 198-76. Approved amendment to Engineering Services Agreement with F. Boerger. Reappointed F. Simoni to Assessment Appeals Board as Rearing Officer. Reappointed K. Larson to Assessment Appeals Board as Regular Member. 00843 June 28, 197? Summary, continued Pagel As ex officio the Board of Supervisors of the Contra Costa County Flood Control and `later Conservation District appointed C. Pike to the Advisory Board for Zone 9, Pinole Creek Watershed. Authorized Chairman to sign Certificate of'Appreciation to the men and women who serve as nursing hose ombudsmen. As ex officio the Board of Supervisors of the Tassajara Fire Protection District appointed R. Hodder as Commissioner. Authorized Chairman to sign certificates for six doctors who have completed their residency at County Medical Services in the Family Practice Internship Program. Authorized Chairman to execute contract with Independent Renderers, Inc. for animal carcass disposal. Authorized Chairman to execute contract with Richmond Unified School District for outpatient services for developmentally disabled at Knolls Language Center. Authorized Chair-man to execute one year lease renewal with B. Dill for vacant property in rodeo for Community Gardens Project. Authorized Auditor-Controller to initiate legal action to recover costs due to Contra Costa County. Authorized Auditor-Controller to write-off various uncollectable general accounts. Authorized reimbursement of >105 to V. Radford for eye glassess broken in the lire of duty. Authorized reimbursement of 3157.23 to E. Mauer for personal effects lost while patient at County Hospital. Authorized Office of Economic Opportunity to expend '368.52 Area Council Support Funds for workshop conducted by North Richmond/Iron Triangle Area Council. Authorized County Auditor-Controller to pay 3630.50 to YMU of San Francisco on behalf of Concerted Services Project re transportation services. Adopted order adjusting County Medical Services cafeteria rates effective July 1, 19?7. Referred to Finance Co nittee a retort prepared by County :;elfare Director on alternative uses of Edgar Children's Shelter. Authorised printirg of brochu^e pertairing to Bay-Delta 'Vater quality. Approved report of Internal Operations Committe on management audit' cf Dept. of Agriculture. 0OR41 June 28, 1077 Summary, continued ?age 7 Directed County Counsel to file disclaimer in connection with Sonoma County t'unicival.Court Action No. 41$2$. hoproved recommendation of Supervisor Hasseltine that supervisors ror- ard to Internal Operations Committee. nominees from.districts to serve on Human Services "Advisory Commission. Recessed at 2:40 p.m. to meet in executive Session-to consider'a personnel matter and reconvened at 3=10 P.m. Adjourned meeting in memory of Mrs. Doris Dengel. ` r ji w t r 3 r, z ' rn t"iDit " A�'r"^ - n} L l 1 1 �d 4 rr n. a y _ 1 s y I The Following documents consist of 845 pages.a..t s 3 � ski"